HomeMy WebLinkAboutCorrpro Companies Inc; 2002-01-03;AGREEMENT FOR CATHODIC PROTECTION ENGINEERING SERVICES
CORRPRO COMPANIES INCORPORATED
THIS AGREEMENT is made and entered into as of the 3rd
day of January 2002, by and between the CARLSBAD
MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal
Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to
as (“CMWD”), and CORRPRO COMPANIES, INC., a California Corporation,
(“Contractor”).
RECITALS
A. CMWD requires the professional services of a cathodic protection
engineer that is experienced in cathodic protection systems.
B. Contractor has the necessary experience in providing professional
services and advice related to cathodic protection.
C. Selection of Contractor is expected to achieve the desired results in
an expedited fashion.
D. Contractor has submitted a proposal to CMWD and has affirmed its
willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual
covenants contained herein, CMWD and Contractor agree as follows:
1. SCOPE OF WORK
CMWD retains Contractor to perform, and Contractor agrees to render, those
services (the “Services”) that are defined in attached Exhibit “A”, which is
incorporated by this reference in accordance with this Agreement’s terms and
conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable
professional care and skill customarily exercised by reputable members of
Contractor’s profession practicing in the Metropolitan Southern California Area,
and will use reasonable diligence and best judgment while exercising its
professional skill and expertise.
3. - TERM
The term of this Agreement will be effective for a period of one (1) year from the
date first above written. The Executive Manager may amend the Agreement to
extend it for one (1) additional one (1) year periods or parts thereof in an amount
not to exceed thirty thousand dollars ($30,000.00) per Agreement year.
Extensions will be based upon a satisfactory review of Contractor’s performance,
CMWD needs, and appropriation of funds by the CMWD Board of Directors. The
parties will prepare a written amendment indicating the effective date and length
of the extended Agreement.
General Counsel Approved Version #07.05.01
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial
Agreement term will be twenty-four thousand, five hundred dollars ($24,500.00).
No other compensation for the Services will be allowed except for items covered
by subsequent amendments to this Agreement. CMWD reserves the right to
withhold a ten percent (10%) retention until CMWD has accepted the work and/or
Services specified in Exhibit “A”.
Incremental payments, if applicable, should be made as outlined in attached
Exhibit “A”.
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor’s own way as an independent
contractor and in pursuit of Contractor’s independent calling, and not as an
employee of CMWD. Contractor will be under control of CMWD only as to the
result to be accomplished, but will consult with CMWD as necessary. The
persons used by Contractor to provide services under this Agreement will not be
considered employees of CMWD for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and
complete compensation to which Contractor is entitled. CMWD will not make
any federal or state tax withholdings on behalf of Contractor or its agents,
employees or subcontractors. CMWD will not be required to pay any workers’
compensation insurance or unemployment contributions on behalf of Contractor
or its employees or subcontractors. Contractor agrees to indemnify CMWD and
the City of Carlsbad within thirty (30) days for any tax, retirement contribution,
social security, overtime payment, unemployment payment or workers’
compensation payment which CMWD may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done
under this Agreement. At CMWD’s election, CMWD may deduct the
indemnification amount from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written
approval of CMWD. If Contractor subcontracts any of the Services, Contractor
will be fully responsible to CMWD for the acts and omissions of Contractor’s
subcontractor and of the persons either directly or indirectly employed by the
subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any
contractual relationship between any subcontractor of Contractor and CMWD.
Contractor will be responsible for payment of subcontractors. Contractor will bind
every subcontractor and every subcontractor of a subcontractor by the terms of
General Counsel Approved Version #07.05.01
2
this Agreement applicable to Contractor’s work unless specifically noted to the
contrary in the subcontract and approved in writing by CMWD.
8. OTHER CONTRACTORS
CMWD reserves the right to employ other Contractors in connection with the
Services.
9. INDEMNIFICATION
Except as to the sole negligence or willful misconduct of CMWD, Contractor will
defend, indemnify and hold CMWD, and the City of Carlsbad, their officers,
agents and employees, harmless from any and all loss, damage, claims,
demands, liability, expense or cost, including attorney’s fees, which arises out of,
or is in any way connected with the performance of, the Services by Contractor
or any of Contractor’s employees, agents or subcontractors, notwithstanding that
CMWD may have benefited from their services.
The parties expressly agree that any payment, attorney’s fee, costs or expense
CMWD incurs or makes to or on behalf of an injured employee under its self-
administered workers’ compensation is included as a loss, expense or cost for
the purposes of this section, and that this section will survive the expiration or
early termination of the Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any
and all amendments, insurance against claims for injuries to persons or damage
to property which may arise out of or in connection with performance of the
services by Contractor or Contractor’s agents, representatives, employees or
subcontractors. The insurance will be obtained from an insurance carrier
admitted and authorized to do business in the State of California. The insurance
carrier is required to have a current Best’s Key Rating of not less than “A-Y.
10.1 Coveraoes and Limits.
Contractor will maintain the types of coverages and minimum limits indicated
below, unless the General Counsel or Executive Manager approves a lower
amount. These minimum amounts of coverage will not constitute any limitations
or cap on Contractor’s indemnification obligations under this Agreement. CMWD,
its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are
adequate to protect Contractor. If Contractor believes that any required
insurance coverage is inadequate, Contractor will obtain such additional
insurance coverage, as Contractor deems adequate, at Contractor’s sole
expense.
10.1.1 Commercial General Liability Insurance. $1 ,ooo,ooo
combined single-limit per occurrence for bodily injury, personal injury and
property damage. If the submitted policies contain aggregate limits, general
General Counsel Approved Version #07.05.01
3
aggregate limits will apply separately to the work under this Agreement or the
general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liability (if the use of an automobile is involved
for Contractor’s work for CMWD). $1 ,OOO,OOO combined single-limit per accident
for bodily injury and property damage.
10.1.3 Workers’ Compensation and Employer’s Liabilitv. Workers’
Compensation limits as required by the California Labor Code and Employer’s
Liability limits of $1,000,000 per accident for bodily injury. Workers’
Compensation and Employer’s Liability insurance will not be required if
Contractor has no employees and provides, to CMWD’s satisfaction, a
declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability
appropriate to Contractor’s profession with limits of not less than $1,000,000 per
claim. Coverage must be maintained for a period of five years following the date
of completion of the work.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance
required under this Agreement contain, or are endorsed to contain, the following
provisions:
10.2.1 The CMWD and the City of Carlsbad will be named as an
additional insured on General Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding
Professional Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the
Agreement and any extensions of it and will not be canceled without thirty (30)
days prior written notice to CMWD sent by certified mail pursuant to the Notice
provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD’s
execution of this Agreement, Contractor will furnish certificates of insurance and
endorsements to CMWD.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these
insurance coverages, then CMWD will have the option to declare Contractor in
breach, or may purchase replacement insurance or pay the premiums that are
due on existing policies in order to maintain the required coverages. Contractor
is responsible for any payments made by CMWD to obtain or maintain insurance
and CMWD may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
General Counsel Approved Version #07.05.01
4
10.5 Submission of Insurance Policies. CMWD reserves the right to require, at
anytime, complete and certified copies of any or all required insurance policies
and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the
term of the Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs
incurred under this Agreement. All records will be clearly identifiable. Contractor
will allow a representative of CMWD during normal business hours to examine,
audit, and make transcripts or copies of records and any other documents
created pursuant to this Agreement. Contractor will allow inspection of all work,
data, documents, proceedings, and activities related to the Agreement for a
period of three (3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and
subcontractors pursuant to this Agreement is the property of CMWD. In the
event this Agreement is terminated, all work product produced by Contractor or
its agents, employees and subcontractors pursuant to this Agreement will be
delivered at once to CMWD. Contractor will have the right to make one (1) copy
of the work product for Contractor’s records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in
CMWD and Contractor relinquishes all claims to the copyrights in favor of
CMWD.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive
written notice on behalf of CMWD and on behalf of Contractor under this
Agreement.
For CMWD: For Contractor:
Title Public Works Director
Carlsbad Municipal Water District
Address 1635 Faraday Avenue
Carlsbad, CA
Name Donald M. Waters
Title Senior Corrosion Engineer
Address 7290 Engineer Road,
Suite H, San Diego, CA
Phone No. (760) 602-2768 Phone No. (858) 565-6580
Each party will notify the other immediately of any changes of address that would
require any notice or delivery to be directed to another address.
General Counsel Approved Version #07.05.01
5
16. CONFLICT OF INTEREST
CMWD will evaluate Contractors duties pursuant to this Agreement to determine
whether disclosure under the Political Reform Act and CMWD’s Conflict of
Interest Code is required of Contractor or any of Contractor’s employees, agents,
or subcontractors. Should it be determined that disclosure is required,
Contractor or Contractor’s affected employees, agents, or subcontractors will
complete and file with the Secretary of the Board those schedules specified by
CMWD and contained in the Statement of Economic Interests Form 700.
Contractor, for Contractor and on behalf of Contractor’s agents, employees,
subcontractors and consultants warrants that by execution of this Agreement,
that they have no interest, present or contemplated, in the projects affected by
this Agreement. Contractor further warrants that neither Contractor, nor
Contractor’s agents, employees, subcontractors and consultants have any
ancillary real property, business interests or income that will be affected by this
Agreement or, alternatively, that Contractor will file with the CMWD an affidavit
disclosing this interest.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances
and regulations which in any manner affect those employed by Contractor, or in
any way affect the performance of the Services by Contractor. Contractor will at
all times observe and comply with these laws, ordinances, and regulations and
will be responsible for the compliance of Contractor’s services with all applicable
laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and
Control Act of 1986 and will comply with those requirements, including, but not
limited to, verifying the eligibility for employment of all agents, employees,
subcontractors and consultants that the services required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and
regulations prohibiting discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following
procedure will be used to resolve any questions of fact or interpretation not
otherwise settled by agreement between the parties. Representatives of
Contractor or CMWD will reduce such questions, and their respective views, to
writing. A copy of such documented dispute will be forwarded to both parties
involved along with recommended methods of resolution, which would be of
benefit to both parties. The representative receiving the letter will reply to the
letter along with a recommended method of resolution within ten (10) business
days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a
General Counsel Approved Version #tO7.05.01
6
letter outlining the disputes will be forwarded to the Executive Manager. The
Executive Manager will consider the facts and solutions recommended by each
party and may then opt to direct a solution to the problem. In such cases, the
action of the Executive Manager will be binding upon the parties involved,
although nothing in this procedure will prohibit the parties from seeking remedies
available to them at law.
20. TERMINATION
In the event of the Contractor’s failure to prosecute, deliver, or perform the
Services, CMWD may terminate this Agreement for nonperformance by notifying
Contractor by certified mail of the termination. If CMWD decides to abandon or
indefinitely postpone the work or services contemplated by this Agreement,
CMWD may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any
documents owned by CMWD and all work in progress to CMWD address
contained in this Agreement. CMWD will make a determination of fact based
upon the work product delivered to CMWD and of the percentage of work that
Contractor has performed which is usable and of worth to CMWD in having the
Agreement completed. Based upon that finding CMWD will determine the final
payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may
terminate this Agreement. In this event and upon request of CMWD, Contractor
will assemble the work product and put it in order for proper filing and closing and
deliver it to CMWD. Contractor will be paid for work performed to the termination
date; however, the total will not exceed the lump sum fee payable under this
Agreement. CMWD will make the final determination as to the portions of tasks
completed and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company
or person, other than a bona fide employee working for Contractor, to solicit or
secure this Agreement, and that Contractor has not paid or agreed to pay any
company or person, other than a bona fide employee, any fee, commission,
percentage, brokerage fee, gift, or any other consideration contingent upon, or
resulting from, the award or making of this Agreement. For breach or violation of
this warranty, CMWD will have the right to annul this Agreement without liability,
or, in its discretion, to deduct from the Agreement price or consideration, or
otherwise recover, the full amount of the fee, commission, percentage, brokerage
fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any agreement claim
submitted to CMWD must be asserted as part of the agreement process as set
forth in this Agreement and not in anticipation of litigation or in conjunction with
litigation. Contractor acknowledges that if a false claim is submitted to CMWD, it
General Counsel Approved Version #07.05.01
7
may be considered fraud and Contractor may be subject to criminal prosecution.
Contractor acknowledges that California Government Code sections 12650 @
seq., the False Claims Act applies to this Agreement and, provides for civil
penalties where a person knowingly submits a false claim to a public entity.
These provisions include false claims made with deliberate ignorance of the false
information or in reckless disregard of the truth or falsity of information. If CMWD
seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney’s fees. Contractor acknowledges
that the filing of a false claim may subject Contractor to an administrative
debarment proceeding as the result of which Contractor may be prevented to act
as a Contractor on any public work or improvement for a period of up to five (5)
years. Contractor acknowledges debarment by another jurisdiction is grounds for
CMWD to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of
enforcing a right or rights provided for by this Agreement will be tried in a court of
competent jurisdiction in the County of San Diego, State of California, and the
parties waive all provisions of law providing for a change of venue in these
proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon
CMWD and Contractor and their respective successors. Neither this Agreement
or any part of it nor any monies due or to become due under it may be assigned
by Contractor without the prior consent of CMWD, which shall not be
unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or
contemplated by it, along with the purchase order for this Agreement and its
provisions, embody the entire Agreement and understanding between the parties
relating to the subject matter of it. In case of conflict, the terms of the Agreement
supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by
both parties.
General Counsel Approved Version #07.05.01
8
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on
behalf of Contractor each represent and warrant that they have the legal power,
right and actual authority to bind Contractor to the terms and conditions of this
Agreement.
CONTRACTOR
*BK \
CARLSBAD MUNICIPAL WATER
DISTRICT, a Public Agency
organized under the Municipal Water
Act of 1911, and a Subsidiary District
of the City of Carlsbad
If required by CMWD, proper notarial acknowledgment ecution by contractor must
be attached. If a Corporation, Agreement must be signed by one corporate officer from
each of the following two groups.
*Group A.
Chairman,
President, or
Vice-President
**Group B.
Secretary,
Assistant Secretary,
CFO or
Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or
assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, General Counsel
By: ;WUd& hf. &&&(&~&A
Deputy General Counsel
General Counsel Approved Version #07.05.01
9
June 14.2001
Mr. William E. Plummer. P.E.
Deputy District Engineer
Carlsbad Municipal Water District
163 5 Faraday Avenue
Carlsbad, CA 92008
Tel 760 602-2768
Fax. 760 602-8562
EXHIBIT “A”
JUN f 8 2001
ENGINEEFWG DEPAWT?iEN’t Z-4 Commitment to Excellence”
7290 Engineer Road, Suite H l San Die&, CA 921
Tel 858/565-6580 l Fax 858L569-1743
SUBJECT- City of Carlsbad Proposal Internal Cathodic Protection System : 8,500,OOO Gallon Water Storage
Tank 175 feet in diameter by 49 feet high with a 3’ Knuckle - Estimated 2 Years Old
Dear Bill:
COMPLETE IN1 ERNAL WATER ‘i’AhK CATHODIC PKOTEC’TION SVSTEM
CORRPRO WILL PROVIDE THE FOLLOWING VERTICAL ROOF SUPPORTED
IMPRESSED CURRENT CATHODIC PROTECTION (CP) SYSTEM FOR THE PROJECT TANK
INTERIOR.
I. Impressed current CP system calculations and design drawings will be prepared and/or reviewed by a
Corrpro registered corm&n engineer who is a member of the NACE In&national and/or certificated by
NACE as a Cathodic Protection Specialist having over 20 years of experience designing water tank and
plant CP systems. ‘. :, ‘, i
2. The CP systems will be d&igned per AWWA Standard D104-97 & NACE Recommended Practice RPO388- 95 and the interior tankCy system materials shall have ANSI/NSF-61 classification. I ,<f., , 1
: 3. A submittal package will’be prepared consisting of the design and all CP system components, for review by
the owner. ‘:
4. All CP system materials will be new, of top quality materials, type used for water tank CP systems and
furnished per the design & submittals.
5. The anode material will be mixed metal oxide on titanium with a copper core water works wire anode.
Anode design life in excess of 20 years. This anode material is the type most often used in water tank CP
systems.
6. The system designed will have a total circuit resistance less than 2 ohm, when the tank is full, which will
provide an efficiently operated CP system.
7. The materials installed within the tank will have ANSI/NSF-6 1 Classification.
8. The system rectifier will be a TASC VII automatic potential controlled rectifier. This type of rectifier was
designed by Corrpro especially for water impressed current CP system applications and complies with
AWWA standard D104-97 Type A.
9. The system rectifier AC power will be designed for 120 Volt single phase 60 cycle (standard lighting type
circuit). AC power run to the rectifier is not considered in this proposal and should be provided by others.
10. The CP system will be installed by installers specially trained by Corrpro in the proper installation
techniques of water tank quality CP systems,
11, The CP system can be installed with the tank in operation, full or empty, it is preferred to be empty
11
Abu Ohabi ElOStQtl
Adelaide Brisbane
Anchorage Calgaw
Atlanta Chadotte
Billinas Chicago
Cleveland
Detmit
Dhahran
Edmonton
Farmington
Hong Kong
Honolulu
HQUS~M
Jakarta Liberal
Lisbon
London
Los Angeles
Malaysia Melbourne
Miciland
Mltvvaukee
Minneapolis
New Orleans
New !4rk
Ocean City
Perth
Philadelphia
Phoenix
Regina
San Francisco
San Diego
Seattle
Shajah
Singapore
Stockton-oll-Tees
Sydney Toronto
Tulsa
Washinglon, DC
Mr. William E. Plurnmer, P.E.
June 14,200l Page 2 of 3
12. Anode access handholes 5 inch diameter will need to be cut in the top of the tank by Corrpro. (Estimated 42
holes)
13. The CP system will be energized, and adjusted per AWWA standard D104-97 by Corrpro water systems
foreman trained in the proper operation, adjustment, and testing procedures for water tank CP systems.
14. The Corrpro systems foreman will provide instruction to the owner’s representative in the proper
maintenance and operation of the CP system. CP system monitoring cards will be provided the owner to
record monthly readings and sent to the Corrpro’s Service Department.
LUMP SUM PRICE !§24,500.00
THE ABOVE PROPOSAL IS BASED ON THE FOLLOWING:
1. The CP system requirements would be a top load impressed current automatic potential controlled CP system
per AWWA D104 type A and NACE RPO388-95.
2. Ground style water tank size 8.5 MG 175’ 0 by 49’ high with columns I center, 6 at 33’-2” radius% and 12 at
58’ radius.
/: .’ ,’ 3. Tank was erected in 1998 +I- and of welded,steel construction.
4. Tank interior is coated approximately 3 years ago per AWWA D102. Corrpro’s CP system design assumes a maximum of 25% coating deterioration over the life of the submerged interior tank coating.
5. Water within the tank has a specific conductance average of 250 +- with a pH range average of g,O+/- ,5
6. Anode access handholes will be 5 inches in diameter (estimated 42) cut in by Corrpro. It should be noted that we use a magnetic drill press to saw cut the holes and cool the cut with water not oil. The cutout will be
trapped by the cutting tool. A few small cuttings.may enter the tank when the hole is cut. After the cutting the edge is ground smooth and coated. After the installation is completed 6 inch diameter galvanized steel
gasketed haudhole cover, will be installed to cover the holes,
7. The rectifier will be a TAX VII automatic potential controlled rectifier mounted within a NEMA 3R steel
cabinet with white powder thermal set coating and the cabinet has provisions for a padlock.
8 The rectifier will be post mounted next to the tank external ladder.
9. A l-l/S” hole will be cut within 12” of the roof manway by Corrpro. This will facilitate attachment of conduit and the running of system wires to the interior of the tank.
10. The tank exterior ladder standoff supports will be used to attach the system rigid 314 inch galvanized conduit
running between the tank roof and the rectifier.
11, AC power 120 volt 1 phase 60 cycle lighting type circuit will be provided to the rectifier at the base of the
tank ladder BY THE CITY OF, OTHERS.
Mr. William E. Plummer, P.E.
June 14,200l
Page 3 of 3
12. This proposal assnmes that the tank, ladders, hatches, railings, safety devices are proper, functional and in
good repair. That the structure and associated permanent equipment will allow work on the tank to be
performed in a safe manor.
13. This proposal does not consider this project to be prevailing wage rated work or union restricted work.
PROPOSAI, DURATION: THIS PROPOSAL WILL BE HONORED FORUP TO 180 DAYS
TAX: TAX WILL BE ADDED AS REQUIRED BY LOCAL & STATE GOVERNMENTS
TERMS OF SALE: NET 30 DAYS, 1.5% PER MONTH SERVICIE FEE ON PAST DUE INVOICES,
CREDIT CHECK: REQUIRED OfNEW CUSTOMERS.
Lf you have any questions or I can be of any fnrther service please give me a call.
Sincerely
Donald M. Waters, P.E.
Senior Corrosion Engineer
2169025309
NW-13-01 04:56pm From-ACORDIA OF NE OHIO 216Q025309 T-014 P.O2/02 F-806 1 A(. ClUC'l'll'lL'AlPI Ul’ LlADlLIl X UY3UJSNlYLr. 1 10/18/01 mDucfn rcordia
Yower at Erieview
-301 E. Nlnlch Street #3800 Ileveland, OH 44114-1824
TtiU CEU?l#lCA-l’E Is LSSUTD AS A R&m OF lNYORMATION ONLY AND coNmu! No ulcm u#)N -mu CUUTIFICATE tlOLDER. TiiE CEU’I’IFICA~ DOES NOT AMEND, EXTEND 01 ALTEU THE COVleRnCE AFFOUDBD BY THE RKICIES BELOW.
I[NsuRER.ti AP~~tUl~c cOt'-tit?
iSWED -. -- - - - ---- ---. --- ..- ---- ----
:orrpro Companies, Inc. INSUMI~A COMMERCE & INDUSTRY ----. ._ --~--- IFIYUIIEI(~~: Liberty Mutual Insurance Company_-- --- . .-
7290 Engineer Rd Suite H M~C American International Specialty I-- -_----- ----_
San Diego CA 92111 ,MusmlD -._ . . .-.-- _- I INsuYfx e.
:avEuAcFs
THE POUClES OF INSLJRANCB LJSIl?D 8!?LDW HAVE! BEeN ISSUED -JQ THE JNSLJRJZD NAMED ABOVE FORIHBF-OUCY PEE404 INDICATED NO-JWJTRSTANDJN~ ANY REQUJRBMeNt. TERM OR CONDJTlOP( OF &NY CONTRACT OB OTHUI DOCUMWI WJl% RESPECT TO WHICH THIS CLRTIPICATE MAY BE lXSUl?D 01 MAY PERlXN. THE WSURANCE &fOBDED BY THE F’OLICIES DESCRIBED HEREIN IS ZUBJECX TO AU THE TJ%MS. EXCLJJSJOKS AND CONDITIONS OF SUCH WLICIES. ACGREGATS LlbUTS SHOWN HAY JiAVE 8EBf’J REDUCED BY PalD CLAMS --- - - . su--- -.-- ---- -- _---_ __
TB Twr or rhsxt8dck POLIO hUMbXlC uMlls
4 ~@kbLu. Ll48ulTr IGL4177926 '02/15/01 02/U/02 ~e~crtaccur~e*e sl, 000 Lg.osQ ----
; FlJtElhhMikfhAyohfk) S50,ooo ___ hl6vExr~uwpnu\l
GE~~LAGGW~G~-~Z LlMITAPPLCb PER: kbd in nm
CA7666220 02/15/01 ‘02/15/02
I
CA7666222TX !02/15/01 02/15/02 --
ALL ow?l6D Auras UoDlLY INJURY TEXAS wcr piNow ----
1 -- ----
-_ -
CycE LJaILrn AUTO op.. - eA AcClDENT 1 I
‘-1 ANY AUTO MH6R TMN k 4cc 1
AuT00rar: A--
-----.- -
- ------- , AGC ,L
BE6062462 02/15/01 02/15/02 acttoccumrqf
CLnu.6 MrrDE Aw6cATfi -_- _
---- - 1 WouCrIBLE _-- IS --
2 IcrsNrtod SlOO, 000
B :WC7181053853031 ,02/14/01 02/14/02 cXNi
c Icmlul lPROFESSIONAL COPS267153 ,2/15/01 '2/15/02 $1,000,000/1,0001,000
LIABILITY $100,000 DEDUCTIBLE DEsCR,P',l&, Of Wt3‘AlXihS,,.@*‘~‘%i~C~~X~LU~l~~ AD=D 8r -m,=fa*L t=mIsl- ADDITINAL INSURED; CI$WD AND THE CITY OF CARLSBAD ON GENERAL LIABILITY BUT
ONLY WITH RESPECT TO WORK PERFORMED BY THE INSURED.
IN’LJWEY WJLlENDUVOJt TUMA~&& D4tS -h
AlX HOL.PYIP4rMPDTO’IWE lS?-K. BU1 PUUJYL! ‘LDPOSOB~
CA 92008
CERTIFIED RESOLUTION
OF
CORRPRO COMPANIES, INC.
I am Senior Vice President of Con-pro Companies Inc., an Ohio corporation, and do hereby
certify that, pursuant to standing resolutions adopted by the Board with respect to ordinary
course of business transactions the following resolution is a duly adopted and authorized
resolution of the Board of the Company
RESOLVED, that Mr. Don Waters be and hereby are authorized to execute contractual
agreements with City of Carlsbad Public Works on behalf of Con-pro Companies, Inc.
Dated: November 12,200l
\\MEDPDCOI\home\CKeck\Con-pro Companies - United States\Resolutions\standing signature 111201 .doc