HomeMy WebLinkAboutGraffiti Prevention Systems; 1989-12-07; U/M 27TABLE OF CONTENTS
ITEM PAGt *
NOTICE INVITING BIDS ........................... :
PROPOSAL ................................. :
DESIGNATION OF SUBCONTRACTORS ....................... :
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .............. !
BIDDER’S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE ........... 1(
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ....................... 1.
CONTRACT ................................. 1;
CONTRACTOR‘S CERTIFICATION OF AWARENESS OF WORKERS’ COMPENSATION RESPONSIBILITY ................. 1(
CONTRACTOR’S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 .............. 1(
CONTRACTOR’S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM ...................... It
LABOR AND MATERIALS BOND ......................... 1;
PERFORMANCE BOND ............................. l!
SPECIAL PROVISIONS ............................ 2
SPECIFICATIONS .............................. .2:
LOCATION MAP ............................... .2!
0
e
Kt
CITY OF CARLSBAD, CALIFORNIA
0 NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on the 21st day of August 1989, at which time they will be opened and read for performing the work fo Graffiti Control ,CONTRACT NO. U/M - 27.
The work shall be performed in strict conformity with the specification therefore as approved by the City Council of the City of Carlsbad on file wit1 the Utilities and Maintenance Department. The specifications for the work shal
consist of the latest edition of the Standard SPecifications for Public Work Construction, hereinafter designated SSPWC, as issued by the Southern Chapter of the American Public Works Association. Reference is hereby made tl specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-ownec businesses.
No bid will be received unless it is made on a proposal form furnished by thc Purchasing Department.
The documents which must be completed, properly executed and notarized are:
1. Proposal 2. Designation of Subcontractors 3. Bidder’s Statement of financial Responsibility
4. Bidder’s Statement of Technical Ability and Experience
0
All bids will be compared on the basis of the Estimate. The estimated quantitier are approximate and serve solely as a basis for the comparison of bids. Thc Estimate is $30,000. The work will take place during the twelve (12) montt period following date of Contract.
No bid shall be accepted from a Contractor who has not been licensed ir accordance with the provisions of State law. The Contractor shall state his 01 her license number and classification in the proposal. The following classifications are acceptable for this contract:
One set of contract documents, special provisions and specifications may be obtained at the Purchasing Department, City Hall, Carlsbad, California, at no cost to licensed Contractors. Additional sets may be obtained for a non- refundable fee of $6.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids.
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 California Labor
Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk.
C-33.
e
The Contractor to whom the contract is awarded shall not pay less than the sail
specified prevailing rates of wages to all workers employed by him or her in th
execution of the contract.
The Prime Contractor shall be responsible to insure compliance with provision
of Section 1777.5 of the California Labor Code and Section 4100 et seq. of th
Public Contract Code, “Subletting and Subcontracting Fair Practices Act”.
The provisions of Part 7, Chapter 1, of the California Labor Code commencin with Section 1720 shall apply to the Contract for work.
A pre-bid meeting will be held on August 14 at 3:OOPM at the Utilities an Maintenance Administration Conference Room, 2075 Las Palmas Drive, Carlsbad.
A tour of the project site should be made prior to the pre-bid meeting.
Bidders are advised to Lerify the issuance of all addenda and receipt thereo
one day prior to bidding. Submission of bids without acknowledgement of addend,
may be cause for rejection of bid.
Bonds to secure faithful performance of the work and payment of laborers an( materials suppliers each in an amount equal to one hundred percent (100%) an(
fifty percent (50%) of the contract price are required for all contracts in tht amount of $25,000 or more. A performance bond and a labor and materials bonc
may be required for contracts costing less than $25,000.
The Contractor shall be required to maintain insurance as specified in tht
Contract. Any additional cost of said insurance shall be included in the bic
0
0 price.
%h7 Date
0
i
\
'I
2 0 CITY OF CARLSBAO
CONTRACT NO. U/M - 27
PROPOSAL
City Council City of Carl sbad 1200 Elm Avenue Carlsbad, CA 92008
The Undersigned declares he/she has carefully examined the location of the work read the Notice Inviting Bids, examined the Contract documents, Plans Specifications and Special Provisions and hereby proposes to furnish all labor materials, equipment, ttansportation and services required to do all the worl to complete this Contract in accordance with said Contract documents Specifications and Special Provisions and that he/she will take in full paymen' therefor the following unit prices for each item complete. The work shall bc accomplished as required.
Item Item Description with Unit Price Quanti ty Unit Approximate
No. or LumD Sum Price Written in Words & Unit Price
1 Complete graffiti removal at
0
QU? Dollars and rt arb2 Cents per square foot. 70,000 Sq. ft.Q'IQ =. I,C;
2 Protective coating at t$ G Dol 1 ars and T-m~-&Cents )t per square foot. 70,000 sq. ft.@,%5= 17,s
Complete maintenance at N,rd<TciAl HGt.)hREpi
F, $7- y Dollars and rJ G Cents per month for a twelve (12) month period minimum.
3
a 70,000 sq. ft.c.&i$= 1%C
rl)
2. '5 .'
>
4
Approximate Item Item Description with Unit Price Quantity Unit 0
No. or LumD Sum Price Written in Words & Unit -- Price TOTAL
4. 1s.k year servi CE! -. Wi 3 1 i ncl ude guaranteed WEEKE
inspection, removal a9 graf.Fi.ti plus re-coating cs+ treat.
siir+ac:e as needed. This tsngning service wi II 5ave the Ci.
o9 Cat-lslhad the cast and PeSp5nSibijtiey 8ar inspection a:
requesting graCfiti reru:uval +ram the Contractor,
okher simi 1ar- CcmtractE., this ongoing weekly %.et-vj.cx h
improved the c.wer-al i appearnace and dramatical ly decreas'
the incidence oC repetiuu.. grafeiti hi&%.
,".. .^ %J" :?rid YE~.Y' utpt:iun - GPS ill grant an cjpti#n t.o the City O*
Carl sbad to extend the sei-vi c:e a+ guaranteed week I y j. nspe{
t i ar-i 7 r ermva J. c!C cj r a+ -F 1 t i p :t t! 5 r e-c cmt i n y %r e;laPmA EX~Y C ac a~'e?as~ as needed? +or a total an~reta1 cost 09 8 25200.
&. 3rd year option -- GFS will qrant an sption ta the 6:ity a-
Carl shad t# extend tile servic:e 04: guaranteed reguli
inspection, removal a+ grafCiti pI.t.,ts re-c~~kir-{g treat(
s~ir.Itac:es~ a%. riuecled, +ur a price Zrn I-tc neqcstiated,
0
LL ck R
Addendum( a) No (s) . included in this proposal.
has/have been received and is/are
e
h
1
I
All bids are to be computed on the basis of the given estimated quantities 0 work, as indicated in this proposal, times the unit price as submitted by th
bidder. In case of a discrepancy between words and figures, the words shal prevail. In case of an error in the extension of a unit price, the correcte extension shall be the calculated and the bids will be computed as indicate above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossel out and typed or written in with ink and must be initialed in ink by a perso
authorized to sign the contract.
The Undersigned has checked carefully all of the above figures and understand that the City will not be responsible for any errors or omissions on the par of the Undersigned in making up this bid.
The Undersigned is licensed in accordance with the Statutes of the State o California providing for the registration of Contractors, License No. "lii21
0
. Classification(s) C-33; C 6/
The Undersigned bidder hereby represents as follows:
1. That no Council Member, officer, agent or employee of the City of Carlsbac is personally interested, directly or indirectly, in this Contract, or thi compensation to be paid hereunder; that to representation, oral or ii writing, of the City Council, its officers, agents or employees has induce1 him/her to enter into this Contract, excepting only those contained in thi form of Contract and the papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm 01 corporation making a bid for the same work, and is in all respects fail and without collusion or fraud.
The Undersigned is aware of the provisions of Section 3700 of the Californi; Labor Code which require every employer to be insured against liability for
worker's compensation or to undertake self-insurance in accordance with thc provisions of that Code, and agrees to comply with such provisions befor€
commencing the performance of the work of this Contract.
0
e
I
1
DESIGNATION OF SUB-CONTRACTORS
The Undersigned certifies he/she has used the sub-bids of the following list! contractors in making up his/her bid and that the sub-contractors listed wi be used for the work for which they bid, subject to the approval of the Utilitik and Maintenance Director, and in accordance with applicable provisions of tt specifications and Section 4104 et seq. of the Public Contract Code - "Sublettir and Subcontracting Fair Practices Act". No changes may be made in these sut contractors except upon the prior approval of the Utilities and Maintenanc Director of the City of Carlsbad. If no subcontractors are listed, tt Contractor agrees that he/she is qualified to and will perform the work. Tt following information is required for each sub-contractor. Additional pages ci
be attached, if required:
Items of Complete Address Phone No, Work Full CornDanv Name with ZiD Code w/Area Coa
0
gG3G \'~Q~,s~c-s ST @ s>
I,?.. 3 A c1, Kec 8 d j?? e 5s uqc LhSIJta'G Yehi Dtccio, C,A %a-l.G 268- 58 t 8
3.c-3ctx 83 dX3 @s> l, 2 3 &&&CPts3 9-rEAj9 L,w.h3c, ,\ncz, atcco et? 4 3432 XLG - s-we
0
a
i .*
e DESIGNATION OF SUB-CONTRACTORS (continued)
The bidder is to provide the following information on the sub-bids of all ti
listed sub-contractors as part of the sealed bid submission. Additional pagr can be attached, if required. Type of State Carlsbad
Contracting Business Amount of Full ComDanv Name License &. No. License No.* Bid (5 or 2
c_ k\ LC- KC6 14 Li. 31am.) 09 E d 65 F) )U c &Gh q NCN F L(%Kh&\?. k.
R! a%Ic hl rsQ:F %JKd&Lil A
0
* Licenses are renewable annually. If no valid license, indicate "NONE" Valid license must be obtained prior tu submission of signed contracts.
.< G qhFF (7 1 ~8 F 11 Ph\T 9 E pi Yy < Ttz i' j 5 Bidder's Company Name
Bidder's Complete Address %7a(, k;iuasgtFY A0
L ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED. ) YCPUL\W4* CQ 41343
(CCRPOKATE SEAL) e Authorized Signature
-
4
BIDDER! s STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed statement of his/hc financial responsibility or financial statement.
0
Gra++iti Prevention Systems I s a divi sion cvF tti ~='~~c,sLH~u S;ysten
Prrc, 11 a C:aIi+ornia corporation est.ablished in 9971. r Ti- It' a/t.
p~avibes er:terioir clcai?i.nq services t.a nver three hundr
custcmer.5 in Soutt-fern Ca3. i qnrrtia, The Cnrrrpan;d is a htat
?j.ctw-:5& cantractor, aperates nine mobile c3eani.ng s;,yst.ems E
ha%. twenty f i ve rmpl uyees, The three mai n servi ce5 o9fereb
the Camparry are.:: -- gra-ffiti. preventian and removal
.- si d~t~~al k assessment cantract c? cani nq; - rrrnbile & vetricle steam cleaning-,
;-!?e Campany provi. des these 5et-vi. ces thiroucrh &+:i ce5 in t
Angel es, San !Ji eqa and i 5 expa.ndi 1-t~ fi nto the Sal-r Franci sc 0 GakL and Bay area.
f2r(7zr*f? +i
< 1'9"- if 4 r E
GraBfiki rernaval and arevention c;ervir~ i. <s Rr"(-t\*'f I r1-d f -
Era+ G i 4:. i Fr-event i an Svst ems d i vi c, 3. cm ~ wh i c- I-r n4 C my. r - d - t7
4BC f i ke" service wherebv, once sttr+are a. rpac; ayp +y.a"+ -fed rr.i+.f r
e>:c.I.ttr=,ive GRAF--CCl&tT sirzltiti~n., t.)--t~, Cnrrcc-1 .=I n t ;I wslj 11 m- IF.
the kreated area +:ree +ram ga+f-- --
"'kere i s aktach(xl a .Fi nanci a1 ha1 7ni-F cz. h (sei.
Signature
(NO'TARXAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED. )
(CORPORATE SEAL) *
e
,/ -' .* -
JAMES LLOYD
Certified Public Accountnnt
17050 Chntsworth Street, S. 253
Grnnnda Hills, CA 91344
a
__-
(tila) 3m-3251
Shareholders
Hi Pressure Systems, Inc.
The accompanying balance sheets of Hi Pressure Systems, Inc. and
of Graffiti Prevention Systems-Los Angeles, a division of Hi Pressux
Systems, Inc., as of March 31, 1989 and the related statements of
earnings and retained earnings for the nine months then ended hnve
been compiled by me.
A compilation is limited to presenting in the form of financial
statements information that is the representntion of manngement.
I have not audited or reviewed the accompanying financial statement!
nnd, accordingly, do not express an opinion or any other form of
assurance on them.
Because these financial statements were prepared for internal use
by management, they do not include n statement of changes in
finuncial position and footnote disclosures required for a fair
and complete presentation.
e
Respectfully submitted,
i jLLLV 2+
1 James Lloyd L/ Granadn Hills
Mny 31, 1989 Certified Public Accountant
m
.- /
r‘ ..
Hi Pressure Systems, Inc.
Balance Sheet
March 31, 1989 0
ASSETS
Current assets Cash s 10,Ol
Accounts receivable 5102,611
Less allowance for doubtful accounts 1,724 100,8E
Inventory 3,87
Total current assets 114,75
--------
-_--__--
Property and equipment Equipment 256,991
Less accumulnted depreciation 169,277 87,73 --------
Other assets
Loan to Topnotcher Enterprises, Inc. 30,205
Refundable deposits 8,049 38 , 25 -------- --------
Totnl nssets E3 240.74 -------- ------I- o
LIABILITIES AND EQUITY
Current liabilities Accounta payable L 35,8:
Accrued payroll and other expenses 21,5€
Payroll and other taxes payable 14,2L Loan payable to bank 12,QC
Estimated current portion of long-term debt 46,3?
Total current linbilities 130,OC
--------
Long-term debt
Notes payable to stockholdera L 42,836 Other vehicle and equipment contracts 95,463
Total long-term debt 138,299
--------
Less eatimuted current portion 46,350 91 # 96 --------
Stockholders’ equity Common stock 2,000
12,778 Pnid-in capital Retnined earnings 4,013 18,7( - - - - - - - -
-------.
Total liabilities and equity E3 240.71 ------- ------- 0
The accompanying accountant’s compilation report is an integral par
of this statement.
>* -
c* .r,
+ Hi Pressure Systems. Inc.
Statement, of Enrnings and Retained Earnings
For the nine months ended Mnrch 31, 1989 e
Revenue
Service contracts ti 413,694
Graffiti prevention services 244, a79
Interest income 4a _-___----
Total revenue rj 658,G
Direct expenses
Direct labor 200,447
Other labor expenses 39,754
Equipment operation and maintenance 101,232
Other direct expenses 105,262 ---------
Total direct expenses 446 , 65 ---_----
Gross profit 211,2c
General and administrative expenses 171,8€
Earnings before tax provision 40,04
Provision for income taxes 3,OC
Net earnings 37,OL
Net deficit, July 1, 1988 (33,O:
Retained earnings, March 31, 1989 0 4.61
--------
--------
--------
-------- --------
The accompanying accountant’s compilation report is an integral
part of this statement 0
1
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar character to that include in the proposed Contract which the Bidder has successfully performed and giv references, with telephone numbers, which will enable the City to judge th Bidder’s responsibility, experience and skill. An attachment can be used, i
notarized/sealed.
e
e
0
.,
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
State of California )
County of ins A*~~crs 1
e
) ss.
Ey,\?cs-i-T. &~~rn , being first duly sworn, deposes and says that he or s
is PYE3lbEkE of &+FG I~;&EVC~IC~\W~X~ the party making the foregoi. bid that the bid is not made in the interest of, or on behalf of, any undisclosc
person, partnership, company, association, organization, or corporation; th( the bid is genuine and not collusive or sham; that the bidder has not direct or indirectly induced or solicited any other bidder to put in a false or sh, bid, and has not directly or indirectly colluded, conspired, connived, or agrec with any bidder or anyone else to put in a sham bid, or that anyone shall refra from bidding; that the bidder has not in any manner, directly or indirectl! sought by agreement, communication, or conference with anyone to fix the bi price, or of that of any other bidder, or to fix any overhead, profit, or cos element of the bid price, or of that of any other bidder, or to secure ar advantage against the public body awarding the contract of anyone interested i the proposed contract; that all statements contained in the bid are true; anc further, that the bidder has not, directly or indirectly, submitted his or hc bid price or any breakdown thereof, or the contents thereof, or divulgc information or data relative thereto, or paid, and will not pay, any fee to an corporation, partnership, company association, organization, bid depository, o to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true and correct an that this affidavit was executed on I& day of A~GUST, rqg%
*-
e
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED)
(CORPORATE SEAL)
a
-1
CONTRACT - PUBLIC WORKS, 625,000 UD TO 650,000
, 192!?? by ar This Contract is made this pS day of b between the City of Carlsbad, California, a mthicipal corporation, (hereaft, call ed "City") , and Graffiti Prevention Systems
, whose principal place of
e
business is 8726 Woodley Avenue Sepulveda Ca 91343
(hereinafter call ed "Contractor").
City and Contractor agree as follows:
DescriDtion of Work. Contract documents for Graffiti Control, Contract No. U/M - 27 (hereinafter called "project").
2. Provisions of Labor and Materials. Contractor shall provide all labor
materials, tools, equipment and personnel to perform the work specifie by the Contract documents.
Contract Documents. The Contract documents consist of this Contract; tt Bid Documents, including the Notice to Bidders, Instructions to Bidders and Contractors' Proposals; the Plans and Specifications, the Specia Provisions, and all proper amendments and changes made thereto i accordance with this Contract or the Plans and Specifications, and th bonds for the project; all of which are incorporated herein by thi reference.
The Contractor, the Contractor's sub-contractors, and materials supplier shall provide and install the work as indicated, specified and implied b the Contract documents. Any items of work not indicated or specified, bu which are essential to the completion of the work, shall be provided a the Contractor's expense to fulfill the intent of said documents. In a1
instances throughout the life of the Contract, the City will be th interpreter of the intent of the Contract documents, and the City' decision relative to said intent will be final and binding. failure o the Contractor to apprise her/hi s subcontractors will not re1 ieve her/hi of the responsibility of compliance,
Payment. As full compensation for Contractor's performance of work unde this Contract, City shall make payment to the Contractor per Section 9
3 of the current edition of the Standard Specifications for Public Work< Construction. The closure date for each monthly invoice will be the 30tl
of each month.
Invoices from the Contractor shall be submitted according to the requirec City format to the office of the Utilities and Maintenance Director, 207'
Las Palmas Drive, Carlsbad, California 92009-1519, no later than the 5tl day of each month. Payments will be delayed if invoices are received afte the 5th of each month. The final retention amount shall not be releasec until the expiration of thirty-five (35) days following the recording o the Notice of Completion pursuant to California Civil Code Section 3184
1. Contractor shall perform all work specified in tt
3.
0
4.
a
*L
I
Contractor has made an independer investigation of the job site, the soil conditions at the job site, ar all other conditions that might affect the progress of the work, and .,
aware of those conditions. The Contract price includes payment for a1 work that may be done by Contractor, whether anticipated or not, in orde
to overcome underground conditions. Any information that may have bee furnished to Contractor by City about underground conditions or other ja conditions is for Contractor's convenience only, and City does not warran
that the conditions are as thus indicated. Contractor is satisfied wit a1 1 job conditions, incl uding underground conditions and has not re1 i e on information furnished by City.
6. Contractor ResDonsible for Unforeseen Conditions, Contractor shall b
responsible for all loss or damage arising out of the nature of the wor or from the action of the elements or from any unforeseen difficultie which may arise or be encountered in the prosecution of the work until it acceptance by the City. Contractor shall also be responsible for expense incurred in the suspension or discontinuance of the work. However Contractor shall not be responsible for reasonable delays in the completio of the work caused by acts of God, stormy weather, extra work or matter which the specifications expressly stipulate will be borne by City.
Chanse Orders. City may, without affecting the validity of this Contract order changes, modifications, deletions and extra work by issuance o written change orders. Contractor shall make no change in the work withoul the issuance of a written change order and Contractor shall not be entitle( to compensation for any extra work performed unless the City has issuet a written change order designating in advance the amount of additiona; compensation to be paid for the work. If a change order deletes any work, the contract price shall be reduced by the unit price, lump sum price or: if the amount cannot be determined from the Contract, by a fair an( reasonable amount. If the parties are unable to agree on that amount 01 reduction, the work shall nevertheless proceed and the amount shall bt determined by litigation. The only person authorized to order changes 01 extra work is the Utilities and Maintenance Director. The written chang(
order must be executed by the City Manager if it is for $15,000.00 or les: or approved by the City Council and executed by the Mayor if the amount of the change order exceeds $15,000.00.
8. Immiqration Reform and Control Act. Contractor shall comply with th~ requirements of the "Immigration Reform and Control Act of 1986" (8 USC
Sec. 1101 - 1525).
9. Prevailins Waqe. Pursuant to the California Labor Code, the Director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, Section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the Office of the Carlsbad City Clerk, and is incorporated
by reference herein. Pursuant to the California Labor Code, Section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site.
5. IndeDendent Invest iqat ion.
e
7.
0
@
-0
r
10. Indemnity. co-ntractor shall assume the defense of, pay all expenses c defense, and indemnify and hold harmless the City, and its officers ar employees, from all claims, loss, damage, injury and liability of eve1 kind, nature and description, directly or indirectly arising from or .
connection with the performance of the contract or work; or from al failure or alleged failure of Contractor to comply with any applicable la\ rules or regulations including those relating to safety and health; excer for loss or damage which was caused solely by the active negligence of tt City; and from any and all claims, loss, damage, injury and liabilit) howsoever the same may be caused, resulting directly or indirectly frc the nature of the work covered by the Contract, unless the loss or damac was caused solely by the active negligence of the City. The expenses c defense include all costs and expenses, including attorney's fees fo 1 itigation, arbitration, or other dispute resolution method.
11. Insurance. Without limiting Contractor's indemnification, it is agree that Contractor shall maintain in force at all times during the performanc of this agreement a policy or policies of liability insurance at leas $1,000,000 combined single limit covering its operations, includin! coverage for contractual 1 iabi 1 ity and insurance covering the 1 i abil i ti set forth herein.
Contractor's liability insurance policies shall contain the followin! cl auses :
A. "The City is added as an additional insured as respects operations of the named insured performed under contract with the City."
"It is agreed that any insurance maintained by the City shall applq in excess of and not contribute with, insurance provided by this pol icy."
All insurance policies required by this paragraph shall contain the foll owing cl auses:
A. "This insurance shall not be cancelled, limited or non-renewed until after thirty days written notice has been given to the City."
B. "The insurer waives any rights of subrogation it has or may have, against the City or any of its officers or employees."
Certificates of insurance evidencing the coverages required by the cl ~US~S set forth above shall be filed with the Utilities and Maintenance Director
prior to the effective date of this Contract.
12. Workers' Compensation. Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and description brought by any person employed or used by
Contractor to perform any work under this Contract regardless of responsibility for negligence.
e
6. e
*
CORPORATE ACKNOWLEDGMENT
ct4.&.i I,?~wZ P4 &ia i T/#
the undersigned Notary Public, personally appeared
County of /cd S /3W G EL C S
I .4 5f!+16?.LEy fh &&&/?.E/ 1
- personally known to me
to be the person/(e;jwho executed the within instrument as
or on behalf of the corporatio Jlc- E fp, EX) O*<jzl :
named, and acknowledged to me that the corporation executed
7 proved to me on the basis of satisfactory evidence
ATTENTION NOTARY Although the information requested below IS OPTIONAL it could prevent fraudulent attachment of this certificate to another documer
THIS CERTIFICATE Title or Type of Document c i rw Ifla c 7- d l/m - R 7
MUST BE AmACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT
Numberof Pages 2 7 Date of Document
7120 122
c If A, 5 ;crnJ 5 fl Srn i p4
the undersigned Notary Public, personally appeared
County of X0 s FIfi Grfk. 65-
E J.,NE5Sr & - G,?KRE7fF-
C personalty known to me
Y proved to me on the basis of satisfactory evidence
to be the persondwho executed the within instrument as
or on behalf of the corporatic
named, and acknowledged to me that the corporation executec
PA E J I nc;y 7-
Notary's Signature
ct,4r:ni.r blM -A THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT
c Number of Pages a 1 Date of Document
I.< /-- 'q ?ER?s?E-e ,JJ ,A-
7120 122 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave * P 0 Box 7184 - &no< -
1
13. Proof of Insurance. Contractor shall submit to the Utilities an Maintenance Director certification of the policies mentioned in Paragrapt- 10 and 11 or proof of workers' compensation self-insurance prior to tt start of any work pursuant to this Contract.
14. Claims and Lawsuits. Contractor shall comply with the Government Tor Claims Act (California Government Code Section 900 et seq.) prior to fil ir any lawsuit for breach of this Contract or any claim or cause of actic for money or damages.
15. Maintenance of Records. Contractor shall maintain and make available z no cost to the City, upon request, records in accordance with Sections 17; and 1812 of Part 7, Chapter 1, Article 2, of the California Labor Cod€ If the Contractor does not maintain the records at Contractor's princip; place of business as specified above, Contractor shall so inform tt Uti1 ities and Maintenance Director by certified letter accompanying tt return of this Contract. Contractor shall notify the Utilities ar Majstenance Director by certified mail of any change of address of su( records.
16. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencii with Section 1720 of the California Labor Code are incorporated herein I
reference.
17. Provisions Rewired by Law 3eemed Inserted. Each and every provision ( law and clause required by law to be inserted in this Contract shall I
deemed to be inserted herein and included herein, and if, through mistal or otherwise, any such provision is not inserted, or is not correct inserted, then upon application of either party the Contract sha forthwith by physically amended to make such insertion or correction.
18. Additional Provisions. Any additional provisions of this agreement a. set forth in the "General Provisions" or "Special Provisions" attach( hereto and made a part hereof.
0
0
AP 0 D AS TO FORM: L62%
City Attorney /2.6.&
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) e (CORPORATE SEAL)
UNITED AGENCIES, INC. Robert M. Cutshall (818)681-2344
P.O. Box 7139 Pasadena, CA 91109-7139 COMPANIES AFFORDING COVERAGE
' COMPANY LETTER A - FIREMAN'S FUND INSURANCE COMPANIE
SUBCODE
_I - - - -- - - - - COMPANY LETTER B - FREMONT INDEMNITY - - ___ -
__ - HI PRESSURE SYSTEMS, INC., AND COMPANY LETTER c
)_I I_
GRAFFITI PREVENTION SYSTEMS
P.O. BOX 3308
Granada Hills, CA 91344 COMPANY
j LETTER D -
POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TH
---r------ -IX1III ___I-_
ALL LIMITS IN THOUSAN VE \POLICY EXPIRATION
v) DATE (MMIDDNY)
-I -- --- ^I-_- I __ - -^ - I I-I^-_-- -I__- __I
II
GENERAL LIABILITY GENERAL AGGREGATE
COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGATE -- 7/29/89 7/29/90 PERSONAL 8 ADVERTISING INJURY
_-I - _x
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
OCCUR.275MXX 8037 92 34 OWNERS a CONTRACTOR'S PROT
- ~ -_ __ - AUTOMOBILE LIABILITY COMBINED
SINGLE $ 1,000 LIMIT
8 ALL OWNED AUTOS 275MXA 8006 54 07 7/29/89 7/29/90 ;;;oJDukl; L
-I I
SCHEDULED AUTOS
HIRED AUTOS
INJURY L (Per accident)
PROPERW DAMAGE 2 ' - ---_ - - II ___
_Ix____ _____x____I_I_ . ____ __I1 ____.^__
EXCESS LIABILITY
1 OTHER THAN UMBRELLA FORM -- -^-I .__^__-I_ d --I---____I _____
WORKER'S COMPENSATION
WP89 055155-14
EMPLOYERS' LIABILITY $ (DISEASE-E - - - - - - - -I I- . - - . - -- - I ____ - - _II -
- -I I -I - _I - _I
DESCRIPTION OF OPERATlONS/LOCATlONSNEtPICLES/RESTRICTIONS/SPECIAL ITEMS
Graffiti Removal and Control
Contract No. U/M-27
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL %)6B
MAIL x DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAN
CITY OF CARLSBAD
-
Hi Pressure Systems, Inc., and Graffiti Prevention Systeri
PRODUCER
hi ted Agencies, Inc. (Robert M. Cutshall )
275MXX 8027 92 34
EFFECTIVE DATE
12- 04-89
SPECIRED ININTEREST ENDORSEMENT
INSURED POLICY NUMUER Hi Pressure Systems, Inc., and Graffiti Prevention Sys., 275 MXX 8037 92 34
’ PROtIUCtR LfCCCTIVC OAT*
c United Agencies, In. (Robert M. Cutshall) 12-04-89
CORPORATE ACKNOWLEDGMENT
Countyof A.U /">N&ELE_~; c&f A 1 s 7- I& c A$! Jmr 7lf
the undersigned Notary Public, personally appeared
12 ,%Pz,'E> J fi. LR.kCfL57-7-
-
I personally known to me
qproved to me on the basis of satisfactory evidence
to be the person(dwho executed the within instrument as
fld 8s .' Mg 6~'~ or on behalf of the corporatio
THIS CERTIFICATE
MUST BE ATACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT
Title or Type of Document
Signer(s) Other Than Named Above
zL%?z?as- x
7120 122 NATIONAL NOTARY ASSOCIATION * 8226 Remmet Ave - P 0 Box 7184 - Canog<
-. %+
1(
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY
"I am aware of the provisions of Section 3700 of the California Labor Code whic requires every employer to be insured against liability for workers' compensatio or to undertake self-insurance in accordance with the provisions of that Code and I will comply with such provisions before commencing the performance of th
work of this Contract."
0
CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986
"I am aware of the requirements of the "Immigration Reform and Control Act o 1986" (8 USC Sec. 1101 - 1525) and have complied with these requirements including but not limited to verifying the eligibility for employment of a1 agents, employees, sub-contractors and consultants that are included in thi Contract. 'I
G&Afgri-i '?qEdeaTto~ SvsT%hs Contractor
CONTRACTOR'S CERTIFICATION OF COMPLIANCE
OF AFFIRMATIVE ACTION PROGRAM
Ip btY)gtOh) o*
0
1 hereby certify that G4~t~vI-i. ; ?~FJEIL)I tad SYSTGr)* ~ H, ?q+ssv,qri QYSTQJn (Legal Name of Contractor) in performing under the Purchase Order awarded by the City of Carlsbad, wil comply with the County of $an Diego Affirmative Action Program adopted by th Board of Supervisors, including all current amendments.
d-3 // ycjj /& - -1 , -
Date : Title
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED. )
(CORPORATE SEAL)
e
Executed in Four (4) Bond No. 3SM 754 896 0 -
Premium w/Performance
1
ONLY FOR CONTRACTS OF $25.000 UP TO $50,000
LABOR AND MATERIALS BOND
e
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, t:
Resolution No. 89-411
Graffiti Prevention Systems (hereinafter designated a the "Principal"), a Contract for Graffiti Control, Contract No. U/M - 27, in tt City of Carlsbad, in strict conformity with the drawings and specifications, ar other Contract documents now on file in the Office of the City Clerk of the Cit of Carlsbad and all of which are incorporated herein by this reference.
WHEREAS, said Principal has executed or is about to execute said Contract an the terms thereof require the furnishing of a bond with said Contract, providin that if said Principal or any of his/her or its sub-contractors shall fail t pay for any materials, provisions, provender or other supplies or teams used in upon for or about the performance of the work agreed to be done, or for any wor or labor done thereon of any kind, the Surety on this bond will pay the same t
the extent hereinafter set forth.
Principal, (hereinafter designated as the "Contractor", and _AMERICAN as Surety, are held firmly bound unto the of Carlsbad in the sum of Twenty Three Thousand, nine hundred f1ftY and 00 0
Dollars ($23,950.00 ), said sum being fift. percent (50%) of the estimated amount payable by the City of Carlsbad under thc terms of the Contract, for which payment well and truly to be made we bin1 ourselves, our heirs, executors and administrators, successors, or assigns jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her sub contractors fail to pay for any materials, provisions, provender or othe? supplies, or teams used in, upon, for or about the performance of the worl contracted to be done, or for any other work or labor thereon of any kind, o
for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, not to exceed thi sum specified in the bond, and, also, in case suit is brought upon the bond, i reasonable attorney's fee, to be fixed by the court, as required by thc provisions of Section 3248 of the California Civil Code.
This bond shall insure to benefit of any and all persons, companies anc corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the California Civil Code (commencing with Section 3082).
, adopted Nnvpmhpr 31. 1989 , has awarded to
NOW, THEREFORE, WE, Graffiti Prevention Systems ,a
Fit MOTORISTS INSURANCE COMPANY
____________-_-------------- 0
@
- __ - __-
STAF OF C~LIFOS!~-, ) ss. r-
C~uiuT_r oFtos bgeles ) GZI: I
On this 2zy of 19 -1 k2fGre lW Tmv M. Tvler
perscnal ly acFezreE William J. Shupper
prsc,-.ally kncwn to rr.2 (or proved to rre cn the hc;s 02 saclsfac~aq ey.T:der.cs) kz
t!e Ferson whcse nme is subscrked to this rnsznrent as t?e P.ttoLyey-in-?zcz cf
mm mm IX3XUWE COMPANY, and ac:xnowle&ed to me that he (she) s-&scri
the nze of said cmpmy thereto as Surety, z?Ci his (her) oivm nm.e as AtzcL~-e>7-i:-
/ /
< i
CAT. NO. "00737
TO 1945 CA (8-84)
(Corporation) a TICOR TITLE INSURANCE 1 =* STATE OF CALIFORNIA,,
COUNTYOF ' LOs Angeles -
On , December 5, 1989 before me, the undersigned, a Notary Public in and for
said State, personally appeared Ernest R- Garrett
personally known to me or proved to me on the basis
of satisfactory evidence to be the person who executed y
M, Garrett x President, and ,Shirlev
-I personally known to me or
2 proved to me on the basis of satisfactory evidence to be
the person who executed the within instrument as the
that executed the within instrument and acknowledged to me that such corporation executed the within instru-
ment pursuant to its by-laws or a resolution of its
board of directors.
WITNESS my and and official seal.
E the within instrument as the - t
W
0
- Secretary of the Corporation .i
(This area for official notarial sed)
P Signature ,/CT9/1 LL/ Bd CY$ Lq
i _, ' -_
I.
I
In the event any Contractor above named executed this bond as an individual, i is agreed the death of any such Contractor shall not exonerate the Surety Frc its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor an Surety above named, on the 5th day of December
m
, 1989 .
F
r
,/" (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION FOR EACH SIGNER MUST BE ATTACHED.)
(CORPORATE SEAL) AMERICAN MOTORISTS INSURANCE COMPANY
r
1
0
e
My commission expires: August 12,1991
FM8365 7-88 1M
Power of Attorney-Term
*..... \
Rose K. Rayner, Not:
PRINTED It
WL 88IL
‘paleis UpJay JU~JX~ ayi OJ pue J~uu~W aqi U! ldasxa AuedUo3 aqi pU!q 01 h!JOlpf Aayi pue ‘u!aJaqi paureu Alleq3ads sSu!yeuapun pue spuoq aqi 01 u!aJayi paureu asoq~ jo sue aqi sl!ul!l A~UJOUV JO J
hsa- ‘u!epW ‘a aa1
\.”ll,,
5 ‘F;7\..
&i ... (,. .***‘
6b ’- p :c. 1 ” 40 AeP S!YJ uo Auec
rnivpy 0 .-
msul SJS!JOJO~ U~~!J~UJV ay~ 40 leas aieJodJo3 aqi pax!ge pue au&A~ paqpsqns oiunasy aAey I ‘~O~~IHM AN~
4uedUo3 a3UeJnSUl SJS!JOIO)Y UE3!JaWV ayJJ0 hElaJ3aS PUP jUap!SaJd El3h JO!UaS pD3a AaUJOUV JO JaMOd paLj3euP ayi 40 UO!ln3aXa ayi JO aP?p ayl UC a?dM AlaNiXdsaJ heJaJ3aS PUP $Uap!SaJd a3!A JO!UaS t
40 JaMod aqi paln3axa OYM q8noiInyw -J *j pue 111 badwax *s -I p!es ayi ieqi Ayua3 Jayunj op I pue laiequa3 s!yi
uo ua#a pue a3loj Ilnj u! s! pue joa~aql aiep aq a3u1s ~3affa pue axo] 11nJ u! uaaq sey awes aqi ~eqi pue Ado3 P~JJO~ - +W+~~3C.3HHt3~~~~**~~~~*~~~~~* “X? OJ)LB3 I -sat
JO axaddnys or m-g-c-cT&l ja4~eYaquo bL ‘ti aaqmala- U AaUJOav 40 JaMOd pq3eue al# JEYJ 4!Wa3 AqaJay Op ‘Auedwo3 a3ueinsul S$S!JOJOw Ue3!& alp JO h?@J3aS ‘U!elDJ
NO11
Executed in Four (4)
ONLY FOR CONTRACTS OF $25,000 0
P E R F 0 RMAN C E
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Resol uti on No. 89-411 , adopted Nov.
Graffiti Prevention Systems the "Principal"), a Contract for Graffiti City of Carlsbad, in strict conformity with specifications, and other Contract documents City Clerk of the City of Carlsbad all of reference.
WHEREAS, said Principal has executed or is the terms thereof require the furnishing of of said Contract;
Graffiti Prevent Principal, (hereinafter designated as the
firmly bound unto the City of Carlsbad, in
mal to one hundred percent (100%) Contract, to be paid to the said City or its and assigns; for which payment, well and our heirs, executors and administrators, severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH thit his/her or its heirs, executors, administrators, in all things stand to and abide by, and covenants, conditions and agreements in the thereof made as therein provided on his/hl.r
.. NOW, THEREFORE, WE, ion
INSURANCE COMPANY
/inn ___,______,_-_,-,,,,,-,-,__~_-_---Dolla~s 0
Bona NO. 331~ 1-14 OYU VI
Premium $958.00 (1 yea1
1
UP TO $~o,ooo
BO N D
Carlsbad, State of California, t 21, 1989 , has awarded 1 , (hereinafter designated l Control, Contract No. U/M - 27, in tt the contract, the drawings ai now on file in the Office of tt which are incorporated herein by th.
about to execute said Contract at
B bond for the faithful performanc
S stems 9' "C@ORIE , as Surety, are held ai tle sum OfFortv Seven t housand. ni
(b47.go0.00 1, sa of the estimated- amount of tl certain attorney, its successoi truly to be made, we bind ourselve: successors or assigns, jointly ai
if the above bounded Contractoi successors or assigns, sha' w.11 and truly keep and perform tl said Contract and any alteratit or their part, to be kept ai performed at the time and in the manner therein specified, and in all respec
enforcing such obligation, all to be taxed as rendered.
costs and included in any judgemei
personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed lil fi the within instrument as the --- M. Garrett x President, and -v
-I personally known to me or
< proved to me on the basis of satisfactory evidence to be
the person who executed the within instrument as the
Secretary of the Corporation
that executed the within instrument and acknowledged
to me that such corporation executed the within instru- ment pursuant to its by-laws or a resolution of its board of directors.
WITNESS my Hand and official seal.
lil
E.
k
I i
i Signature ,/+ '77 fit il / 8/ ,&. )7
i
' '
(This area for official notarial seal)
I
In the event that any Contractor abov
it is agreed that the death of any s from its obligations under this bon
IN WITNESS WHEREOF, this instrument has be Surety above named on the 5th day of
a
x xecuted by the Contractor a
3
4
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION FOR EACH SIGNER MUS? BE ATTACHED.) c
( COR PO RAT E S EA L } ‘1 I
0
I
a
~
0 SPECIAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall Standard SDecifications for Pub1 ic
designated SSPWC, as issued by the Soutiern
1
consist of the latest edition of tt Works Construction, hereinafte Chapters of the American Publi
work as shown on the project plans and Expeditious commencement and completion
3. PEFINITIONS AND INTENT
A. Util ities and Maintenance Directo.:
The title shall mean the Utilities approved representative. e B. Directions:
Where the words "directed", similar import are used, it shall designation or selection of the Util intended unless stated otherwise. similar import shall be understood complete the work as required and Maintenance Director" unless stateid
C. Equals and Approvals:
Where the words "equal ", "approved of similar import are used, it followed by the expression "in Maintenance Director" unless 0th
as specified in the specifications of work is of prime importance.
and Maintenance Director or hi
"designated", "selected" or words of be understood that the direction, ities and Maintenance Director is The word "required" and words of to mean "as required to properlj as approved by the Utilities and otherwise.
equal", "equivalent" and such words stall be understood such words are the opinion of the Utilities and wise stated. Where the words
Director. borne by the Contractor. Any cost caused by reason
7. GUARANTEE
All work shall be guaranteed for one and any faulty work or materials
f this nonconforming work shall i
(1) year after the work is complete discovered during the guarantee peric
shall be repaired or replaced by the
8. MANUFACTU RFR'S INSTRUCTIONS
Where installation of work is required manufacturer's directions, the Contractor
necessary copies of such instruction,
,ontractor.
in accordance with the produc shall obtain and distribute tb including two (2) copies to tt-
.,
a 10. GITY INSPECTORS
All work shall be under the observaticn the Utilities and Maintenance Director. access to any or all parts of work furnish the Inspector(s) with such the Inspector(s) fully informed regarqing character of materials. Inspection Contractor from any obligation to
of the Inspector(s) designated The Inspector(s) shall have fr (it any time. The Contractor sha information as may be necessary to ke progress and manner of work a of work shall not relieve t fulfill this Contract.
11. PROVISIONS REQUIRED BY LAW DEEMED
Each and every provision of law and in this Contract shall be deemed to shall be read and enforced as thougb through mistake or otherwise, any such not correctly inserted, then upon Contract shall forthwith be physically correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, the Contractor’s shall provide and install the work as the Contract documents. Any items of 0
INSERTED
clause required by law to be insert be inserted herein and the Contra it were included herein, and i provision is not inserted, or lpplication of either party, th amended to make such insertion
subcontractors and materials suppl iei indicated, specified and implied I ork not indicated or specified, bt
Contractor’s own expense, shall have apparatus, equipment or process tested physical, chemical or other characteristics, or efficiency, by a testing laboratory substitute offered is not deemed to specified, then the Contractor shal‘ material, apparatus, equipment or substitution of proposals shall be made 0
the proposed substitute, mater! a1 as to its quality and strength, it and its durability, finish as selected by the City. If th be equal to that so indicated o furnish, erect, or install th pro:ess indicated or specified. SUC prior to beginning of construction
-3
if Possible, but in no case less instal 1 at ion. 0
14. RECORDS
than ten (10) days prior to actu
Contractor is responsible for al'
8. A Right-of-way Permit will be Contractor as soon as the Contractor Contractor for the project. included within the contract costs be made. When amlvins for the areas of work are reauired, ir Traffic control plans shall conform of California, Department of Traffic Control for Construction Submittal of traffic control plans of two (2) weeks prior to startiig 0
other required licenses and fee:
required to be obtained by tf is notified of selection as tf Coripensation for the permit shall t and no additional compensation wil Dermit. traffic control Dlans for th addition to other requirements to the latest edition of the Stat Trans,portation Traffic Manual, Manual a and Maintenance Work Zones to the Traffic Engineer a minimu initial work on this project i
A. The Contractor shall take all necessary precautions for the safety 01
of Federal, State and Municipal 0 safety laws and building codes
of the SSPWC. Contractor shall include appropriate items of proposal. No
19. UTI1 ITIES
A. Utilities for the purpose of these
as including, but not limited to lines, and appurtenances of "Public Public Utilities Act of the Sta".e solely for their own use or for
cost of surveying service with. separate payment will be made.
specifications shall be considere pipe lines, conduits, transmissic Utilities" (as defined in tt of California) or individual1 the use of their tenants, and stor
.*
Plans, it will be solely the City's date.
In order to minimize delays to tt-e of other parties to relocate construction, the Contractor, Maintenance Director, may be permitted of work affected by the utility. constructed by the Contractor the utility involved unless otherwise Maintenance Director.
0
0.
E. All costs involved in locating, utility lines shall be included ir
L
option to extend the completic
Contractor caused by the fail'ul utilities which interfere with tt upon request to the Uti1 ities ar to temporarily omit the portic The portion thus omitted shall t immediately following the relocation ( directed by the Utilities a1
protecting and supporting of a1 the price bid for various items c work and no additional payment will be made.
various sites.
exi sting uti 1 i ti es . G. It shall be the responsibility of the Contractor to protect a1
Contractor shall obtain a construction construction under this Contract. appropriate water agency for requirerne and meter rental within appropriate itens will be made.
0
e
meter for water utilized during tf
ts and shall include cost of wate
of proposal. No separate paymen
1. GENERAL
The City of Carlsbad is seeking a qualified vendor who will provide a1
2. LIMITS OF GRAFFITI REMOVAL AND CONTROL
Maintenance service shall be the full wall, top, inside wall and stairways. square feet to maintain. It shall be th: for accuracy of all measurements.
0
SERVICE
length of the sea wall; outside wesi There are approximately 70,00( sole responsibility of the vendor
5. GRAFFITI REMOVAL SERVICE
Provide graffiti removal and immediate for all defined surfaces. The graffitli
re-application of protective coating removal method shall not leave
"ghosts", nor harm, deface or mar the 0 p-otected base surface.
. .?
6. SERVICE RF SPONSE TIME
e L
-
CERTPFIEB
WlltfAtYB E. fSTTS
HOLDER. THIS CERTIFICATE DOES N AFFORDED BY THE POLICIES BELO' UNITED AGENCIES
ROBERT M CUTSHALL
350 W COLORADO BL #220
PASADENA CA 91105
OMPANIES AFFORDING COVERAGE
(818) 796-9900 8U&CODE
HI PRESSURE SYSTEMS INC AND
GRAFFITI PREVENTION SYSTEMS
BO BOX 3308
GRANADA HILLS CA 91344
THIS IS TO CERTIFY THAT THE POLICIES OF INSURAN INDICATED, NOTWITHSTANDING ANY REQUIREMENT,
ALL LIMITS IN THOUSAh POLICY EXPIRATION POLICY NUMBER DATE (MMIWIW) TYPE OF HSURANCE
GENERAL UABlLlTY GENERAL AGGREGATE
COMMERCIAL GENERAL LlABlLrrY PRODUCTSCOMPIOPS AGGREGATE
UIMSMADE OCCUR. PERSONAL 8 ADVERTISING INJURY
OWNERS & CONTRACTORS PROT. EACH OCCURROVCE
FIRE DAMAGE (Any one fire)
MEDICAL EXPENSE (Any one person)
COMBINED SINGLE $ LIMIT
INJURY $
(Per person)
INJURY $
AUTOHOB&€ LIABILITY
ALL OWNED AUTOS BODILY
SCHEDULED AUTOS
HIRED AUTOS BODILY
NON-OWNED AUTOS
GARAGE LuBlllTy
EXCESS UABlllTy
OTHER THAN UMBRELLA FORM
D WORKER'S COMPENSATION WF8905515515
EMPLOYER'S LIABILITY (DISEASE-I
ALL OPERATIONS OF THE INSURED
#EXCEPT 10 DAYS FOR NON-PAYMENT
E THEREOF, THE ISSUING COMPANY WILL @W! CITY OF CARLSBAD
PURCHASING DEPT
1200 CARLSBAD VILLAGE DRIVE
CARLSBAD
w