Loading...
HomeMy WebLinkAboutMontgomery Watson Americas Inc; 2000-11-16;AGREEMENT FOR PREPARATION OF A PRELIMINARY DESIGN REPORT TO INCORPORATE THE PROPOSED CARLSBAD WATER RECLAMATION FACILITY FLOWS IN THE ENCINA WASTEWATER AUTHORITY’S PRIMARY EFFLUENT FLOW EQUALIZATION FACILITIES THIS AGREEMENT is made and entered into as of the ]&fh day of 1 2Om , 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, hereinafter referred to as “District” and MONTGOMERY WATSON AMERICAS, INC., a California Corporation, hereinafter referred to as “Contractor.” District requires the services of an engineering services contractor to provide the necessary engineering required for preparation of a Preliminary Design Report to incorporate the proposed Carlsbad Water Reclamation Facility flows in the Encina Wastewater Authority’s Primary Effluent Flow Equalization Facilities; and Contractor possesses the necessary skills and qualifications to provide the services required by District; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, District and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS Refer to Exhibit “A”, attached hereto and made a part hereof. 2. DISTRICT OBLIGATIONS The District shall provide background reports and other available information requested to prepare the Preliminary Design Report. 1 Rev. 4/27/00 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the District and be completed within sixty (60) calendar days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the Public Works Director. The Public Works Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by District inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be on a time and material basis not to exceed $24,700. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The District reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the District. Incremental payments, if applicable, should be made as outlined in attached Exhibit “A.” 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) year from date thereof. The contract may be extended by the Executive Manager for one (1) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the District’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. Rev. 4127100 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within five (5) days of completion and approval of the Public Works Director, the Contractor shall deliver to the District the following items: 8. 0 Fifteen (15) copies of the completed Preliminary Design Report. CHANGES IN WORK If in the course of the contract, changes seen merited by the Contractor or the District, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the District may request a change in contract. Such changes shall be processed by the District in the following manner: A letter outlining the required changes shall be forwarded to the District by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the District and approved by the District according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. Rev. 4/27/00 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the 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 of making of this agreement. For breach or violation of this warranty, the District shall 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 such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. ANTI-DISCRIMINATION AND ANTI-HARASSMENT CLAUSE The Contractor shall comply with all applicable state and federal laws and regulations prohibiting discrimination and harassment. 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the Executive Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the District and all work in progress to the Public Works Director. The Public Works Director shall make a determination of fact based upon the documents delivered to District of the percentage of work which the Contractor has performed which is usable and of worth to the District in having the contract completed. Rev. 4/27/00 Based upon that finding as reported to the Executive Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the District, the Contractor shall assemble the work product and put same in order for filing and closing and deliver said product to District. In the event of termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The Executive Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor 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. The Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Codes 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 information. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an 5 Rev. 4/27/00 administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the Board of Directors to disqualify the Contractor from the selection process. (initial) (initial) 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. (initial) * initial) 13. JURISDICTION 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. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and not as an employee of the District Contractor shall be under control of the District only as to the result to be accomplished, but shall consult with the District as provided for in request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the District for any purposes whatsoever. Rev. 4/27/00 The Contractor is an independent Contractor of the District. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The District shall not make any federal or state tax withholding on behalf of the Contractor or its employees or subcontractors. The District shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the District and the City of Carlsbad within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the District and the City of Carlsbad may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the District and the City of Carlsbad from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The District will provide copies of the approved plans to any other agencies. 7 Rev. 4/27/00 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the District, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the District, however, District’s unauthorized use of such documents shall be at its sole risk. Contractor shall have the right to make one (1) copy of the plans for its records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in District and hereby agrees to relinquish all claims to such copyrights in favor of District. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the “District” and the “City” and their officers, officials, employees and volunteers from any and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the District. Rev. 4/27/00 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible the District 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 or indirectly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the District. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the District. 21. PROHIBITED INTEREST No official of the District who is authorized in such capacity on behalf of the District to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the District who is authorized in such capacity and on behalf of the District to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. Rev. 4/27/00 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the District, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The District has determined, using the guidelines of the Political Reform Act and the District’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 10 Rev. 4/27/00 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract 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 work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier B authorized to m do business in the State of California. The insurance carrier is required to have a current Best’s Key Rating of not less that “A-Y and shall meet the District’s policy for insurance as stated in Resolution No. 772. A. Coveraaes and Limits Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the General Counsel or Executive Manager. 1. Comprehensive 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 aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the District). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 11 Rev. 4/27/00 3. Worker’s Compensation and Employer’s Liability. Worker’s Compensation limits as required by the Labor Code of the State of California and Employer’s Liability limits of $1 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor’s profession with limits of not less than $1 ,OOO,OOO per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The District and the City of Carlsbad shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the District before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the District sent by certified mail. If the Contractor fails to maintain any of the insurance coverages required herein, then the District will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on 12 Rev. 4/27/00 existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the District to obtain and maintain such insurance and the District may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or the receive written notice on behalf of the District and on behalf of the Contractor in connection with the foregoing are as follows: For District: Title Name Address For Contractor: Name Address Engineer License Number: CA 040228 28. BUSINESS LICENSE Public Works Director Llovd Hubbs 1635 Faraday Avenue Carlsbad, CA 92008 Roger Stephenson Montaomerv Watson 301 North Lake Avenue, Suite 600 Pasadena, CA 91101 Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in 13 Rev. 4/27/00 h writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this /b?/ay of /3&k ,20 @. CONTRACTOR: MONTGOMERY WATSON AMERICAS, INC., CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad (sign here) By: P&t, Executive Manager or designee (print name and title) ATTEST: By: (sign here) - By: Janice Breitenfeld, Deputy City Clerk (print name/title) Architect/License Number (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 that officer(s) signing to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) APPROVED AS TO FORM CMWD No. 14 Rev. 4/27/00 On I I,> Date ’ 000, before me, personally appeared ’ V , Name(s) of Signer(s) ?$personally known to me 17 proved to me on the basis of satisfactory evidence to be the perso@) whose name# subscribed to the within acknowledged to me tha@/ebeMq executed the same in &$/kehwreir authorized capacity&$ and that by (@MHb& signaturtion the instrument the persod or the entity upon behalf of which the person& acted, executed the instrument. Place Notary Seal Above WITNESS my hand and official seal. &AL--- h-l-~ Signature’of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title(s): q Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator q Other: Signer Is Representing: Top of thumb here 0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth. CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-600-876-6627 CERTIFICATE OF AUTHORITY At the City of Pasadena, State of California, David A. Taggart, does hereby state: That he comes at this time on behalf and in the name of Montgomery Watson Americas, Inc., a California corporation (“the Company”), as its Senior Vice President and Secretary, to certify that: FIRST: David S. Harrison is employed with the Company in the capacity of Vice President; and SECOND: Pursuant to a resolution duly adopted by the Board of Directors of the Company at a meeting duly held on March 27, 1999, which resolution has not been repealed, and remains in full force and effect at this date, David S. Harrison can sign client engineering contracts, proposals and amendments up to $500,000.00. IN WITNESS WHEREOF, the undersigned has executed this Certificate of Authority on this 1st day of November 2000. EXHIBIT “A” ENCINA WASTEWATER AUTHORITY PRIMARY EFFLUENT FLOW EQUALIZATION FACILITIES - PHASE 1 SCOPE OF WORK FOR ENGINEERING SERVICES FOR INCORPORATION OF CARLSBAD WRF PUMP STATIONS This scope of work provides for the preliminary design of Carlsbad Water Recycling Facility (WRF) pumping systems that might be associated with EWA’s secondary effluent equalization facility. The pumping systems to be evaluated and developed are for the WRF tertiary filter (TF) and membrane system (MS) feeds. Modifications to the equalization basin to accommodate the proposed WRF finished water pump station (FWPS) and use of the equalization basin for finished water storage will also be addressed. This scope of work is intended to be added to the scope for the secondary effluent equalization facilities preliminary design that is in progress. It is assumed that the TF and MS pumping systems will be accommodated as part of the secondary effluent pump station to be provided for the flow equalization system. The FWPS will be a separate facility located adjacent to the planned equalization basins and the preliminary design of that pump station will be by others. Connection of the FWPS to the equalization basin will be made via a pipeline of appropriate diameter. Task 1. WRF lnfluent Pumping Systems Capacitv Design Criteria Review the WRF Preliminary Design Report and prepare table of design criteria. Determine the required flow capacities. Initial and ultimate numbers of pumps, and dynamic and static head requirements for the TF and MS system feed pumps based on capacity range needs, inlet pressure requirements and equipment elevations provided by the City of Carlsbad as spatial coordinates, flow and pressure at each point of connection to the WRF. This information will be used to establish overall capacity and head requirements as a function of pump station location and configuration. Finished water (FW) storage volumes will also be provided by the City of Carlsbad including requirements for fill and withdrawal. Task 2. Develop and Evaluate Alternatives for Secondarv Effluent EQ Pumping Develop and evaluate two alternatives that incorporate TF and MS feed pumps with the proposed new secondary effluent equalization (SE) pump stations (PS). The pump station alternatives are: 1) combined SE/TF/MS pump station with a common structure for all pumps, and; 2) separate SE and TF/MS pump stations located on the EWA plant site. Alternative 2 is included for evaluation because initial indications are that a single, combined pump station (Alternative 1) might be subject to significant site constraints. An assessment will be made regarding noise attenuation requirements and recommendations will be made. Each alternative will be evaluated on the basis of concept-level capital costs and non-cost factors. It is assumed that the MS feed pumps and associated site piping will not accommodate return flows for energy recovery applications. A draft technical memorandum with preliminary recommendation will be prepared for presentation and discussion. Five copies of the draft memorandum will be delivered. Task 3. Develop SEFVV Storage Concept Summarize the requirements for SE/FW storage to include volumes, level variations, and requirements for fill and withdrawal. Prepare draft technical memorandum for presentation and discussion. Five copies of the draft memorandum will be delivered. Task 4. EQ Preliminarv Design Revision Preliminary drawings for the ongoing equalization basin project will be modified to accommodate the selected pump station alternative and SE/FW storage concept following the receipt of comments. The preliminary design drawings and information to be updated will include: a Preliminary process flow diagrams and process control descriptions 0 Preliminary site plan 0 Preliminary mechanical plans and sections 0 Assessment of power distribution, energy requirements and standby power needs 0 Preliminary hydraulic profile 0 Review of utilities and access requirements 0 Summary of permit and code requirements Task 5. Cost Estimate and Schedule Develop preliminary design level construction cost estimates for the proposed pumping facilities and SE/FW storage provisions in conjunction with the equalization basin facilities. Task 6. EQ Prellmlnarv Desian ReDort Revision Incorporate the technical memoranda for the WRF pumping facilities and reclaimed water storage provisions into the Preliminary Design Report (PDR) which will present a summary of project objectives and general descriptions of the treatment processes, system operating concepts and redundancy and reliability provisions. The document will include general plant schematics and listing of design, redundancy, and reliability criteria and will be a compilation of, technical memoranda and will incorporate EWA and Carlsbad comments into the same. Five copies of the draft report and fifteen copies of the final report will be submitted. Alternatively, the technical memoranda and information developed herein can be presented as an addendum to the PDR. Task 7. Prolect Communications and QA/QC Attend two meetings with EWA and Carlsbad staff to present and discuss concepts, and to present the draft technical memoranda. Prepare and maintain additional project correspondence, implement QNQC procedures. h - 7i i I- - - 4 !I 18 E I :i Ia 1: i; 7 : : E : 2 L 13 ~~ Irn . .z y- , I ik H i i iw :* i I Ic is D i I in i* NN GB MONTGOMERY WATSON J November 1,200O Steve Didier City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Regarding: Contract for Pump Station Predesign Dear Steve: Please find the following enclosed: l Executed signature page (3 copies) with notarization l Business license l Certification of signature authority I’ve also enclosed a copy of the original agreement that we signed, and state that the signatures executed on November 1,200O are for the previously executed document only. Further, whereas the table of estimated level of effort and fees attached to the previously executed document was incomplete, a complete version that defines how the total contract amount was developed is enclosed as well. Please call me at 626-568-6274 if questions arise. Sincerely, c4--h%&. LhJ@- L Roger V. Stephenson, P.E. cc: Jeff Mohr 301 North Lake Avenue Suite 600 Pasadena, California 91101 Tel: 626 796 9141 Fax: 626 568 610 1 Serving the World’s Environmental Needs CERTIFICATE OF AUTHORITY At the City of Pasadena, State of California, David A. Taggart, does hereby state: That he comes at this time on behalf and in the name of Montgomery Watson Americas, Inc., a California corporation (“the Company”), as its Senior Vice President and Secretary, to certify that: FIRST: David S. Harrison is employed with the Company in the capacity of Vice President; and SECOND: Pursuant to a resolution duly adopted by the Board of Directors of the Company at a meeting duly held on March 27, 1999, which resolution has not been repealed, and remains in full force and effect at this date, David S. Harrison can sign client engineering contracts, proposals and amendments up to $500,000.00. IN WITNESS WHEREOF, the undersigned has executed this Certificate of Authority on this 1st day of November 2000. Senior Vice President i.:.:.:.: . . . . . . . . . . . . PRODUCER AON RISK SERVICES, INC. OF SOUTHERN CALIFORNIA INSURANCE SERVICES 707 WILSHIRE BLVD., SUITE 6000 LOS ANGELES, CA 90017 y NATIONAL UNION FIRE INSURANCE AM BEST: MONTGOMERY WATSON AMERICAS, INC. POST OFFICE BOX 7669 PASADENA, CALIFORNIA 91109-7009 THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN RED1 TYPEOFINSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DDA’Y) A GENERAL LIABILITY - X COMMERCIAL GENERAL LIABILITY . . . . . ::. . ...:. CLAIMS MADE Q OCCUR 2 OWNER’S 8. CONTRACTOR’S PROT GL 457 0620 l ($1 00,000. SIR) a13u2000 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY R ANY AUTO EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY THE PROPRIETOW PARTNERS/EXECUTIVE OFFICERS ARE: OTHER ED BY PAID CLAIMS. POLICY EXPIRATIO DATE (MMIDDIYY) LIMITS PROPERTY DAMAGE $ AUTO ONLY EA ACCIDENT $ EACH ACCIDENT $ AGGREGATE $ EACHOCCURRENCE S AGGREGATE $ EL EACH ACCIDENT $ EL DISEASE - POLICY LIMIT $ EL DISEASE - EA EMPLOYEE $ DESCRIPTION OF OPERATlONS/LOCATlONS/VEHlCLES/SPEClAL ITEMS Who is an insured (Section II) is amended to include as an insured the person or organization shown below and in the schedule, but only with respect to liability arising out of “your work” for that insured by or for you. Job No. 1046026. Re: Engineering Design Services for a Report on Conditions of Sewer Pipelines, CMWD Project No. 96-402. CARLSBAD MWD, ITS OFFICERS, OFFICIALS, EMPLOYEES & VOLUNTEERS 5950 El Camino Real Carlsbad, CA 92008-8893 Attn: Mr. William E. Plummer, District Engineer SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL-x0 MAIL 45** ~ DAYS WRllTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, m-xxx >cxxacx~~X~~ --x AUTHORIZED REPRESEN 6.872 PRODUCER AON RISK SERVICES, INC. OF SOUTHERN CALIFORNIA INSURANCE SERVICES 707 WILSHIRE BLVD., SUITE 6000 LOS ANGELES, CA 90017 MONTGOMERY WATSON AMERICAS, INC. POST OFFICE BOX 7009 PASADENA, CALIFORNIA 91109-7009 HARTFORD CASUALTY INS. CO. COMPANY D THIS IS TO CERTIFY THAT 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 01 EXCLUSIONS AND CONDITIONS C TYPE OF INSURANCE CLAIMS MADE AUTOMOBILE LIABILITY A i ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS x NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO DESCRIPTION OF OPERATIONS/LOCATIONS YAY PERTAIN, Tl-iE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIO DATE (MMIDDIYY) DATE (MMIDDNY) LIMITS GENERAL AGGREGATE S PRODUCTS - COMPIOP AGG $ PERSONAL 8 ADV INJURY $ EACHOCCURRENCE S FIRE DAMAGE (Any one hre) $ MED EXP (Any one person) $ 72UEN GK7240 (AOS) 72UEN GK7241 (TEXAS) 72MCP 302674 (MASS) iICLES/SPECIAL ITEMS 8/31/2000 8/31/2001 8/31/2000 8/31/2001 8/31/2000 8/31/2001 BODILY INJURY (Per accident) $ I PROPERTY DAMAGE $ I AUTO ONLY - EA ACCIDENT $ EL EACH ACCIDENT $ EL DISEASE-POLICY LIMIT $ EL DISEASE - EA EMPLOYEE $ Certificate holder is named additional insured as required by written contract for liability coverage, but only to the extent that the holder qualifies as an “insured” under the WHO IS AN INSURED provision of the LIABILITY COVERAGE section. Job No. 1046028. Re: Engineering Design Services for a Report on Conditions of Sewer Pipelines, CMWD Project No. 98-402. CARLSBAD MWD, ITS OFFICERS, OFFICIALS, EMPLOYEES &VOLUNTEERS 5950 El Camino Real Carlsbad, CA 92008-8893 Attn: Mr. William E. Plummer, District Engineer SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL-0 MAIL 45** ___ DAYS WRIlTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, --xm-aw lCWQWEM-mXX--XlX AUTHORIZED REPRESENT 6.875 Aon Risk Services August 30,200O To: All Certificate Holders Re: Montgomery Watson, Inc. Montgomery Watson Americas, Inc. Montgomery Watson Constructors, Inc. mwired, Inc. Terramatrix Mining Group, A Division of Montgomery Watson Americas, Inc. Dear Sir or Madam: Please find enclosed the insurance certificates for the captioned insured’s casualty coverage renewal, effective August 3 1,200O. When reviewing the enclosed documents, please note the following: l Workers’ Compensation : Certificates issued May 2000 do not expire until May 1,200l l Professional Liability: Coverage under this multi-year program was extended an additional year, to expire 2002. If the enclosed certificates are no longer required, or if there are any changes that we should be made aware of, please notify us by fax at (213) 689-5047. Very truly yours, Aon Risk Services, Inc. of Southern California Insurance Services Aon Risk Services, Inc. of Southern Cahfornia Insurance services 707 Wilshire Blvd., Ste. 6000 . 1.0s Angeles, California ‘)(X)1 7 * tel: (21 .3) 6iO-.i200 - fax: (11 5) 6X9-z’I ISO Aldilitc~: PO AW ji(lyO. Id 111 A i~,~~df~,f. CrA/hI,I 000 54.00711 /J,-(,,?tc .\<, 05 :(I- < ; 1. OCT-19-2000 16:53 AON CONSTRUCTION SERUICES 213 689 9731 P. 04m9 - INSURED: MONTGOMERY WATSON AMERICAS, INC., ET AL POLICYNUMBER: GL 457 0820 COMMERCIAL GENERAL LIABILITY Endarsernent Effective Date: AS PER CONTRACT THIS ENDORSEMENT CHANGES TXXE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organ&&on: Carlsbad (City of) and The District Arm: Mr. William E. Plummer 1635 Faraday Ave Carlsbad, CA 92008-73 14 Rez Re: Professional Smices for Flow Equalization Basin Project #36751 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INNRED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of “your work” for that insured by or for you. Should the above descriied policy be cancelled before the expiration date thereof, the issuing company will mail 30 days written notice (10 days for non-payment) to the certificate holder. CG2010llll5 )MM-A.end (kt’. II/ 76) OCT-19-2000 16:53 AON CONSTRUCT ON SERUICES 213 689 9731 P .05/09 AON RISK SERVICES, INC. OF SOUTHERN CALIFORNIA INSURANCE SERVICES 707 WILSHIRE BLVD., SUITE 6000 LOS ANGELES, CA 00017 CONTACt: MARY BAKER (213) 630-1354 HARTFORD INS. CO. OF THE MIDWEST --- INWAED MONTGOMERY WATSON AMERICAS, INC. POST OrnCE BOX 7009 PASADENA, CALIFORNIA 91109=7009 HARTFORD CASUALTY INS. CO. THIS IS TO CERTIFY THAT THE POUCIES df INSUAANOE LISTED BELOW HAVE BEEN ISSUiD TO THE INSURED NAMED ABOVE Ff3R’THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRAOT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANOE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AU THE TERMS, EXCLUSIONS AND CONDITIONS ( E NPE OF INSURANCE MEROIAL GENERAL LIMILlf CLAIMS MAOE cl oGc4J UWS 6 couTRAcrOF1’S PRO ALL CWUED AUTOS SCHEDULED AuIO9 HIRE0 AUTOS UON-OWUEO AUTOS QARAOE LIAelLfrv ANY ALTO UMBRELLA FORM OMER TMN UMBRELLA FORM WORKLRS COMPENSATION AND eAwl.ov~ LImMY THE mOPRIlnOw PARTUEWEXEWTWE OFFICEAS AAE: OMEll ESCRIPT~ONOFOPRU~TIDNSAI - InYC %tificata holder is nemed additional insured ae mquimd by written contrad fix liability coverage. but only to the a&t that the holder qualifies as an “Insured” rnder the WHO IS AN INSURED provision of the LIABILITY COVERAGE sectlon. Re: Professional Senrkas for Flow Equaliition Basln Project #36751 SUCH POLICIES. LIMITS SHOWN MA’ PoLlcV NUMBEtl 72UEN GK7240 (AOS) 72UEN GK7241 fl=W 72MCP 302674 w-) IAVE BEEN REDI PaLlcvEFFEcnvl OATE (MIMIONY) POLtCY EXPRATI LIMITS GENEFIAL AGGREGATE s ~t’flODUOT3 - COMPtWJ AGO S PERSONAL 6 ADV IUJUAY 5 , EACH owURREuGE s FIRE DAMaGE (Awonr flrel f MEDEXPfM~onb@mson) 6 -. ..l I. .-- --- PROPERTYDAMAGE I s _ AUTO ONLY - EA ACCIDENT s OTHER nyl AUTO ouw: ;;~~~~9~:~~Y~~~:~~~~~*~~ &: ;I”~~~~~~~~~,:~~“~~‘9~~ rg EACH A~IDENT $ AGGREGATE S Emi OCCURRENT t , AGGREGATE 5 -.-.e._.., I , EL EACH ACCIDENT .--- 6 -,EL DISEASE-POLICY LIMIT I C,,,~L EL DlSEA9E. EA EMPLOYEE S Carl&ad (City of) and The District Attn: Mr. William E. Plummer 1635 Faraday Ave Car&bad, CA 92006-7314 . I\cl”lY”l SHOULD ANV OF THE mOVE DESWlBCO PDWIES BE CANCELLED BEFORE THE UPIRATION DATE WEREOF. THE ISSUING A~ZZMYSWRITTENNOR~ETDIWCER NAMED TO l-HE LEFT. OCT-19-2000 16:54 I KIN CONSTRUCTION SERUICES 213 689 9731 P .06/09 PolicyNumber: 72UEN GK7240 (AOS)/72UEN GK7241/72MCP 302674 NAMED PERSON(S) OR ORGANIZA’ITON(S) AS INSURED This endorsement modifks insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVEFtAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective: AS PER CONTRACT IIARTFoRD F1RE INSURANCE COMPANY//HARTFORD INS. CO. 0 THE MIDWEST/HARTFORD CASUAL # R Named Person(s) or Organization(s): ALL ADD’L MSUREDS AS REQUIRED BY CONTRACT, RELATlNCi ONLY TO AUTOMOBILE INSURED: Carlsbad (City of) and The District Attn: Mr. William E. Plummer 1635 Faraday Avt Girlsbad, CA 92008-73 14 . Re: Professional Services for Flow Equaliition Basin hoject #36751 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Each person or organ&ion named above is an “insured” for LIABILITY COVERAGE, but only to the extent that person or organization qualifies as an “insured” under the WHO IS AN INSURED provision of SECTION II - LIABILITY COVERAGE. But this provision will not limit coverage available under the definition of insured contract. Should the above described policy be cancelled be&re the expiration date thereof, the issuing company will mail 30 days written notice (10 days for non-payment) to the certificate holder. Fwmn~99V20187 JhlhiJmd (Rev. I 1106) OCT-19-2000 16:54 I AON CONSTRUCTION SERUICES 213 689 9731 P. 07/09 AON RISK SERVICES, INC. OF SOUTHERN CALIFORNIA INSURANCE SERVICES 707 WILSHIRE BLVD., SUITE 6000 LOS ANGELES, CA 90017 CONTACT: MARY BAKE& (213) 6304364 INSURED ANY LEXINGTON INSURANCE COMPANY/ AM BEST: MONTGOMERY WATSON AMERICAS, INC., POST OFFICE BOX 7909 PASADENA, CALIFORNIA 91109-7009 INDICATED, NOTWITHSTANDING ANV REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAV BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, .“.-.P-- POLICY EYPIRATIO EN’S L CONTRACTOR AUTOYQBILE uABILnv _ AN AUTO _ ALLOwNl?cAuToS SCHEDULED AUTOS _ HIRED AUTOS NON-OWNED AUfOS 1 .-._1- I OANMX! IJAckuTY R ANY AUTO GOMBINEO SINGLE LIMIT I S PROPEtwY DAMAGE S I I AUTO ONLY. EA ACCIDENI OTHER THAFj AUTO ONLY! r EACH ACCIDENT S -. CESS PRO+ESSlONAL LlABlLllY EOO223OON UMERELU FORM OTHER THAN UMBREUJI FORM WORKERS SENSATION AND -.a-, a”-. . ._..” - (Claims Made) 5,ooo.ooo AGGREGATE s 5000.000 1 cllrk.uTswY UIw%ll. I -- 1 EL EAUI ACCIDENT 6 TnE PRcPRIEroR/ PARMERSlExEcUTlVE EL DISEASE - POLICY LIMIT $ .I - OFFICERS ARE: EL DISEASE - EA EMPLOYEE I OBtaBFESSi0NAL Lbu3lLiw EOO22290N 8/31/1998 an1l2002 Eech unii s5.000.000 (Claims Made) Awmgata: S5.W0,000 (Excm 3,000,DDO SIR) I I I 3esawnw OF 0tea~n01151LocwxmwEnlCLEB)(IPEEI*L mzus Re: ProfessIonal Swvioes for Flow Equdizatiin Basin Prujed -751 Carl&ad (City of) and The District Attn: Mr. William E. Plummer 1635 Faraday Ave Carlsbad, CA 92008-7314 E A8OVE DESCRlSED POLlClES SE CANCELLED BEFORE THE UPIRATlON DATE THmOF. THE ISWiN COUPANV WILL OCT-19-2000 16: 51 FlON CONSTRUCTION SERUICES 213 689 9731 P. mm9 Aon Rirk Services Constrr/ction Services Group Facsimile Transmittal Nwmber of pagts: (includiig cover Sheet) Date: 9 October 19,200o To: Mr. William E. Phunmer COMPANY: City of ChrIsbad Direct Line: Fax Number: (760) 602-2720 (760) 602-8562 From: Direct Line: Fax Number: Jackie Rios For: Mary Baker (213) 630-1384 630-1354 (2 13) 689-973 1 689-5047 RE: Montgomery Watson Americns, Inc. Dear Mr. Plummer, Faxing to you copies of Certificates of Insurance issued on behalf of the captioned Insured. The originals will follow under separate cover via regular mail to your amtion. Please do not hesitate to call should you have any questions. Confidentiality Notice: The materials enclosed with this faceimilc tr ansunission are ptivate and confidential and are the property of the sender. The infomation contained in the matexial ie privileged and is intended only for the use of the individual0 or entityties) named above. If you are not the intended recipient, be advised that any unauthorized disclosure, copyin& distribution or taking of any action in reliance ok the contents of this telecopied information is strictly prohibited. If you have received this facsimile lxansmiseion in error, please immediately notify us by telephone to arrange for return of the fomrarded documents to us.” Aon Risk Services, Inc. qf $ourhml Col&mh lir.s~m~nc~ Servbs 707 Wilshire B~ulevun9~ S.&t? 6000 l Las An&es, Callfonricr 90017 l WI: (213) 6309%00 l fi (21.716895047 Maili?tg: PO Bar 54670, Los An@?les, Crdijornia 900.54~0670 Liaenw No. 05.70733 OCT-19-2000 16: 52 AON CONSTRUCTION SERUICES 213 689 9731 P. 03/09 PRODUCER THIS CERTlFlCATE AON RISK SERVICES, INC. OF SOUTHERN CALIFORNIA INSURANCE SERVICES 707 WILSHIRE BLVD., SUITE 6000 LOS ANGELES, CA 90017 IS NO RIGHTS UPON THE CEblTlFlCitk IFICATE DOES NOT AMEND, EXTEND OR *- ‘““?RDEP BY THE POLICIES BELOW. :ORDING COVERAGE _., _,___ vn runt dNSUMNCE AM BEST . _ PITTSBURGH, PA A++, XV -.._ . . . I -. - _ - - . _ ._,..-. COMPANY . CONTACT: MARY BAKER (213) 63~13w MONTGOMERY WATSON AMERICAS, INC. POST OFFICE BOX 7009 PASADENA, CALIFORNM 91109-7009 EXCLUSIONS AND CONDITIONS OF SUCH POLICIh. LIMITS SHOWN MAY HAVE BEEN REbl mu LIAmJlv MMERCIAL GENERAL U GL 457 0820 -(SlOO,OOO. SIR) OWNERS L coNlmcTOR’S PR -&wMoI*E L1MlI.m ANY AUTO _ ALL OWNED AUTOS I SCWEOULEO AUTOS HIRE0 *!JTo$ NON-OWNED AUTOS QAmte LIABILITY ANY AUTO EXCESS LlAaILm UMBRELU FORM OTHER ll-tAN UMBFIEUA FORM woRKERswwENsAnoMUI0 CMCLOYERS LIABNW I I I DSCRIFTION OF OPERATlONWLOCA~ I!emIlcIALms m wd~s. .--..-.., . . . .___ POLICY ExPIIlATIO LIMITS GENERAL AGGREGATE 0l3112001 PRoDUC-fS - COMP(OP AGG . EL EAGH ACCIDENT s __S EL WEAM. POLICY LIMIT EL OISEASE . EA EMPLOYEE S who Is an lneured (Section II) Is amended to indude as an insured the person or ogsnization shown below and in the schedub, but only with respect to Ilability Ming out of “your work” for that insured by or for you. Re: Professional Serviws for Flow Equelizrtion Basin ProJest fir38751 Carlsbad (City 09 and The District Attn: Mr. William E. Plummer 1635 Faraday Ave Carkbad. CA 92008-7314 SWULO ANY OF THE iStiE OESCRIBED POLICIES BE CANCELLED BEPORE THE EXFIRITION DATE THEREOF, THE ISSlRNC COMPINY WILL mK& MAIL OCT-19-2000 16:54 I AON CONSTRUCTION SERUICES 213 689 9731 P. 0w09 QU=WIrt ENDORSEMENT INSURED: Montgomery Watson Americas, Inc. Et al . ENDORSEMENT TO BE EFFECTIVE: AS PER CONTRACT POLICY #: EOO22290N TYPE OF POLICY: EngineersE&O It is understood and agreed that in the event of any material change or cancellation in this Certificate Aon Riik Services, Inc. of Southern California Insurance Services wilI mail 30 days prior written notice to: INSURED: Carlsbad (City of) and The District Ann: Mr. William E. Phmmer 1635 Faraday Ave Carlsbad, CA 92008-73 14 Re: Professional Services for Flow Equalisation Basin Project #3675 1 NOTHING HEREIN CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVER OR EXTEND ANY OF THE TERMS, CONDITIONS OR LIMITATIONS OF THE POLICY TO WHICH THIS ENDORSEMENT IS ATTACHED OTHER THAN AS ABOVE STATED. this /g tk dayof &&zU duv3 Authorized Signature JMM-tCI.end Rev. I I/96) OCT-19-2000 16:51 KIN CONSTRUCTION SERUICES ‘213 689 9731 P .02/09 PRODUCEn R OF INFORMATION AON RISK SERVICES, INC. OF SOUTHERN CALIFORNIA INSURANCE SERVICES 707 WILSHIRE BLVD., SUITE 6000 LOS ANGELES, CA 90017 ERY WATSON AMERICAS, INC FFICE BOX 7009 PABADENA, CALIFORNIA 91199-7009 ./HARTFORD UNDERWRfTERS --. a.../__ I COMPANY 0 .-- -... -.-- .._. ---~ . .._ __ _..- _--- .__._ - ._... -- _-...__ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BElOW HAk BEEN INDICATED, NOTWITHSTANDING ANY REOUIREMENT. TERM OR CONDITION OF ANY CON CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE P EXOLUSIONS AND CONDITIONS OF SUCH POLICl&. LIMITS SHOWN MAY HAVE BEEN RED1 WPI! OF INSUflANCE POLICY NUMBER Pwcv EmCTlvl DATE IMMlDwYVl GUIMS MADE OwEws 6 OoNTRAcToR’S PR l-t- I I AUTWOEILE LIMILITY ANV AUTO ALL OWNED AVlOS _ ?4’%EOULED AUTOS HIRED AUTOS _ NON-OWNED AUTOS aAnAw!uA8lLlTv ANV AUTO ExcEaB LlMlulY uMERELu FORM OTUER THAN UMBRELU FORM WORWIUI CtiWJENBATlON AN0 . EWLOVERS LlAmlTv 72 WEEZ5539 5/01/2000 THE PRoPAlmow PAFmERMXECUfivE (CA L “Ail other States”) OFFICERS ARE; OnlER BEscalmonoFoPaRA-acA TmNwaMaEBmPmAL ITEMS Re: Pr~ial !hvicm for Fkw Equaliition Basin Project836751 > TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 4Cf OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, !?kW!A!~. CLAIMS. .-.-.. . POUCV EXPIRATIO OATS (MMIODNYI LIMITS I GENERALAPP~~~IETE 6 PROWCTS - CQMPIOP AGP 5 .,,_..,- PERSONAL 6 AOV INJURY 6 EKN OCCURRENOE I- FiRE DAM&GE MY one fi~%J S MEtI MP MY am 9aanl I COMEINW SINGLE LIMIT S 5/0112001 EL EACII ACCIDENT 5 __ 1 ,ooo,ooo EL DISEASE - POUCV LIMIT $ EL DISEASE. EA EMPLOYEE S 1635 Faraday Ave Cartsbad, CA 92006-7314 EXPIRATION DATE OAVS WRlllLN NOTICE TO TNE -FlCATE HOLOER NAME0 TO THE LEFT.