Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Don Hubbard Contracting Co; 2009-11-13;
Carlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT Project Manager: David Newland Date Issued: 11/4/09 (760) 438-2722 ext 7135 Mail or Deliver to: CMWD 5950 El Camino Real Carlsbad, CA 92008 Award will be made to the lowest responsive, responsible contractor based on total price. DESCRIPTION Labor, materials and equipment to repair the water main at El Camino Real and Kelly Dr, east of El Camino Real, South of Kelly Dr on SDG&E easement. Further details can be found on Attachment "A". Price not to exceed $24,950.00. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: David Newland Phone No. 760-438-2722 ext. 7135 Submission of bid implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor San Marcos. CA 92078 City/State/Zip Don Hubbard Contracting Name 760-736-3241 1015 Linda Vista Dr. Telephone Address -1 - Revised: 5/17/00 Name an^J Title of Person Authorized to sign antrac Title Name Date JOB QUOTATION ITEM NO. 1 UNIT 1 QTY 1 DESCRIPTION Repair water main break as specified and all appurtenances; see proposal TOTAL PRICE $24,950.00 Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the Carlsbad Municipal Water District. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The District reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The District reserves the right to conduct a pre-award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the District as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Company/Business Name Contractor's License Number Classification(s) Printed Name and Title Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: (Individuals) Social Security #: - \9Llff £T OR -2-Revised: 5/17/00 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of .one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED Item No. Description of Work SUBCONTRACTOR* % of Total Contract Business Name and Address /^ ^( f¥& J^^^^^ License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised: 5/17/00 CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT (Less than $25,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: David Newland, CMWD Public Works Supervisor. Wage Rates: The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770,1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. False Claims Contract hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: -4- Revised: 5/17/00 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the Carlsbad Municipal Water District, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the District prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the District prior to such cancellation. The policies shall name the Carlsbad Municipal Water District as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City and the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City or the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. -5- Revised: 5/17/00 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: I agree to start within 5 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 30 working days after receipt of Notice to Proceed. CONTRACTOR: CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal _ClX Water Act of 1911, and a Subsidiary District of the City of CarlsbadOof Contractor) jh/Q^""* /"• ,_ LxLT.,l\ ^"~"~ '(sign here) By. Aasistant'Qfity Manager (address) (telephone no.) (e-mail address)ATTEST: (address) LAUf (city/state/zip) (telephone no.) (fax no.) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. 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, City Attorney BY: Deputy City Attorney -6-Revised: 5/17/00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 11 ! i State of California Countv of 5~jTiC\ \^ xPr/Z; Ov !x ^ ) ^A/Vj ^On \ \n| ) ( Q,CA( ( rn before me. vDife personally appeared V JfSC\ \\L*X A ^^umt^ 1 \i IkAECIf CD A I^21k Commission # 1 733067 [ jPrj^lSmj Notary Public - California | • xMeCr San Diego County - Place Notary Seal and/or Stamp Above x- } Here Insert Najfne* ana Title of the OfficeV 1 Name(s) of Signer^ * who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. \\ y^no ii u 1^\ - iSignature: M^/ / ' >i-*-^f 1 0^ -V~ /Signature of Notary Public \nTf/^»f A i /* • 6 Though the information below is not required by law, it may prove valuable to persons relying on the document A and could prevent fraudulent removal and reattachmeniof mis form to another document. P Description of Attached Document $ Title or Tvoe of Document: i \ Document Date: Sianer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Sianer's Name: Z Corporate Officer — Title(s): Number of Paaes: Signer's Name: ~~ Corporate Officer — Title(s): ^•UBUilfiliH^^^^^^^^^^H " OF "IGNFR ^mjyjIQyjg^^^^^^^^^^^ OF SIGNERi Partner — U Limited Z General Top of th Z Attorney in Fact _ Trustee U Guardian or Conservator Other: Sianer Is Representing: jmb here — Partner — Z Limited Z General Top of thumb here Z Attorney in Fact Z Trustee ~. Guardian or Conservator Other: Signer Is Representina: 1! | 1! ii ! ©2008 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 vSvv^ *r RE: EL CAMINO REAL SOUTHEAST OF KELLY DRIVE 14" JOINT REPAIR - CARLSBAD GAIL, WE ARE PLEASED TO QUOTE YOU THE FOLLOWING PRICE ON THE ABOVE JOB: WATER- 1 LS. MOBILIZATION 1 LS. SHORING & BRACING 1 LS. EXCAVATE AND EXPOSE 14" JOINT FOR REPAIR 1 LS. REPLACE SECTION OF 14" PIPE 1 EA. 14" BUTT-STRAP WELD with HANDHOLES 1 LS. MORTAR INTERIOR & EXTERIOR JOINT 1 LS. BACKFILL 100 CY. 2-SACK CEMENT SLURRY 1 LS. DEMOBILIZATION TOTAL $ 24,950.00 NOTES: 1. 2. 3. 4. 5. PRICE EXCLUDES CITY OF CARLSBAD PERMITS AND FEES, BONDS, ENGINEERING, SURVEYING, TRAFFIC CONTROL, COMPACTION TESTS, SWPPP, AND EROSION CONTROL. PRICE EXCLUDES PIPE, BUTT-STRAPS, AND HANDHOLES. CITY TO SUPPLY. PRICE EXCLUDES EXPORTING OF MATERIAL. ALL EXPORT AND DISPOSAL FEES BY OTHERS. EXCAVATION EQUIPMENT AND MATERIAL WILL BE STORED ON-SITE. ANY SUBSURFACE OBSTRUCTIONS OR UTILITY CONFLICTS WILL BE CONSIDERED A CHANGE IN THE SCOPE OF WORK AND WILL BE RESOLVED ON A TIME AND MATERIAL BASIS. PRICE EXCLUDES REPAIR OR REPLACEMENT OF 4" GATE VALVE. QUOTE VALID FOR 30 DAYS FROM ABOVE DATE. WE LOOK FORWARD TO WORKING WITH YOU ON THIS PROJECT. IF YOU HAVE ANY QUESTIONS REGARDING THIS BID, PLEASE DON'T HESITATE TO CALL ME. THANK YOU, Jason P. Hubbard, P.E. Don Hubbard Contracting Co. 760-736-3241 ACORD^ CERTIFICATE OF LIABILITY INSURANCE ffift/SSSS PRODUCER (619)683-9990 FAX: (619)683-9999 ?hael Ehrenfeld Company <_,j55 Camino Del Rio North #200 San Diego CA 92108 INSURED Don Hubbard Contracting Co . 1015-A Linda Vista Drive San Marcos CA 92078-2613 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Travelers Prop Cas Co of INSURERS: Travelers Indem. Co of CT INSURER C: INSURER D: INSURER E: NAIC# Amer. 25674 25682 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR A A B ADD'L INSRD TYPE OF INSURANCE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY | CLAIMS MADE | X | OCCUR GEN'L AGGREGATE LIMIT APPLIES PER ~~1 POLICY Hf1?$F HLOC AUTOMOBILE LIABILITY X X X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY | OCCUR | | CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER POLICY NUMBER DTEC01497C412TIL09 DT8101497C412TIL09 DTEUB1477C41209 POLICY EFFECT1VDATE (MM/DD/YY) 1/1/2009 1/1/2009 1/1/2009 POLICY EXPIRATIONDATE (MM/DD/YY) 1/1/2010 1/1/2010 1/1/2010 LIMITS EACH OCCURRENCE DAMAGE TO RENTEDPREMISES IBa occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC AUTO ONLY: ^ EACH OCCURRENCE AGGREGATE ,, WC STATU- OTH-X TORY LIMITS ER E.L. EACH ACCIDENT E.L DISEASE - EA EMPLOYEE E.L DISEASE - POLICY LIMIT $ 1,000,000 $ 300,000 $ Excludec $ 1,000,000 $ 2,000,000 $ 2,000,000 $ 1,000,000 $ $ $ $ > » 1 1 $ $ 1,000,000 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONSA/EHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: UTILITY REPAIRS AMD/OR CONSTRUCTION IN CITY OF CARLSBAD AS RESPECTS GENERAL LIABILITY THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED PER THE ATTACHED FORM CGD247 0805 WHEN REQUIRED BY WRITTEN CONTRACT. *10 DAY NOTICE IN THE EVENT OF CANCELLATION FOR NONPAYMENT CERTIFICATE HOLDER CANCELLATION City of Carlsbad ATTN: JOANNE ENGINEERING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ^_^__^ ^^, Rob Kempa/JILLC ~N:<S<=— *V3 •fevv^-y- ACORD 25 (2001/08) INS025 (0108) nsa ©ACORD CORPORATION 1988 Page 1 of 2 DON HUBBARD CONTRACTING POLICY NUMBER: DTE-CO-1497C412-TIL-09 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 1- i- 2009 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON(S) OR ORGANIZATION(S): CITY OF CARLSBAD PROJECT/LOCATION OF COVERED OPERATIONS: UTILITY REPAIRS AND/OR CONSTRUCTION IN THE CITY OF CARLSBAD 1. WHO IS AN INSURED - (Section II) is amended to include the person or organization shown in the Schedule above, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" on or for the project, or at the location, shown in the Schedule. The person or organization does not qualify as an addi- tional insured with respect to the independent acts or omissions of such person or organiza- tion. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by a "written contract requiring insurance" for that additional insured, the insurance provided to the additional insured shall be limited to the limits of liability required by that "written con- tract requiring insurance". This endorsement shall not increase the limits of insurance de- scribed in Section III - Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products-completed op- erations hazard" unless a "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage CG D2 47 08 05 © 2005 The St. Paul Travelers Companies, Inc.Page 1 of 2 COMMERCIAL GENERAL LIABILITY or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if a "written contract requiring insurance" for that ad- ditional insured specifically requires that this In- surance apply on a primary basis or a primary and non-contributory basis, this insurance is pri- mary to "other insurance" available to the addi- tional insured which covers that person or organi- zation as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other insurance", whether pri- mary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional in- sured under such "other insurance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: !. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. -DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 © 2005 The St. Paul Travelers Companies, Inc.CG D2 47 08 05 08/12/2009 13:13 FAX 7607363248 DON HUBBARD CONTR. CO.121002/005 BUS. NUMBER 204500 DATE ISSUED 11/18/2008 SIC CODE 15 OWNE3 FIRM OR CORPORATION KAMI BUSINESS MAMt MAILING ADDRESS CITv AND STATE CITY OF CARLSBAD BUSINESS R10HTRATION CERTIFICATE BUSINESS LOCATION 1015 LINDA VISTA OR # A SIC DESCRIPTION Building Construction-General Building Contrac EXPIRATION DATE 12/31/2009 HUBBARD, DON p HUSBARD CONTRACTING co. DON 1015 LINDA VISTA DR # A SAN MARCOS. CA 92069-2613 u ALTrRATiON pnoTKCitu ANI>iiu irrm; KKP FOR YOUR RECOHDJ BUSINESS TAX RECEIPT BUS. NO. 204500 DMf ISSUED 11/18/2008 06.070G seo.oo BALANCE SO.00 TAXIS F4PD U, iCOOHJAAICI WITH OITlUaMUS TAX OHQWAMCJ CITY OP CARLSBAD City of Carlsbad BUSINESS ->.id PROFESSION/';. LICENSE DON HUBBARD NOT '41O Arroo Drive. Encinltaqf MAYOR cmr CLERK" */• Is Licensed As _8iife"Con.traetor __ n-_ For *i"> P^rfnH Kniifa December 31. 1953-- -> 4f/ S"v«Sll^^i'C5"N5&1^ BEST COPY 7604312658 AUG.12.2009 00:57 RECEIVED FROM: 7607363248 #3467-002