Loading...
HomeMy WebLinkAboutPacific Treatment Environmental; 2001-10-22;Carlsbad Municipal Water District rmm? PLIRL Ic \f\W!KS PRO.IEC.-~ Project Manager: Jim Ball REQUEST FOR BID This is not an order. Date Issued: AUGUST 16, 2001 (760) 438-2722 ext 7135 Request For Bid No.: 01-01 Mail or Deliver to: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 CLOSING DATE: AllaST -41 3fII-Il. Bid shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, CA 92008 until 4:00 p.m. on the date of Bid closing. Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink. Envelope MUST include Request For Bid No. 01-01. DESCRIPTION Labor, materials and equipment to remove caustic soda liquids from the lower Maerkle scrubber unit, with vacuum truck. Wash scrubber balls. Remove scrubber balls/set aside. Pressure wash scrubber tank. Remove wash water with vacuum truck. Properly transport and dispose of caustic soda and wash waters. Provide all proper documentation. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Jim Ball Phone No. 760-438-2722 ext 7135 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 L), 2 L), 3 L), 4 L), 5 L). SUBJECT TO ACCEPTANCE WlTHIN (90) DAYS Name and Address of Contractor Name City/State/Zip EL CAJON, CA 92020 Telephone PACIFIC TREATMENT ENVIRONMENTAL Address 619-441-1818 Fax 1452 N JOHNSON AVE 619-441-2535 -l- Revised: 5/l O/O0 *.,, ‘. .I . Name and Title of Person Authorized to sign contracts. 1 "..".. ,a.' Name VP OPERATIONS Title 8-31-01 Date JOB QUOTATION ITEM lb.. .UNIT QTY DESCRIPTION TOTAL PkiCE 1 1 1 CLEAN TANK & WASTE DISPOSAL SRC' $8,938 Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the Carlsbad Municipal Water District. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The District reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The District reserves the right to conduct a pre-award inquiry to determine the contractor’s ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the District as to the Contractor’s ability to perform the contract shall be conclusive. SUBMITTED BY: ~NTAL Company/Business Name LARRY MOORE, VP OPERATIONS Printed Name and Title 8-31-01 Date 710444 \/ Contractor’s Li nse Number A HAZ Classification(s) - - 3 I7 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 330438783 OR (Individuals) Social Security #: -2- Revised: 5/l 0100 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word “NONE.” PORilON OF WORK 1 I TO BE SUBCONTRACTED SUBCONTRACTOR* MBE License No., Item Description of % of Total Classification No. Work Contract Business Name and Address & Expiration Date Yes No 1 DISPOSAL 60% US FILTER, VERNON CA CAD097030993 X -3- Revised: 5/l O/O0 . : . ,. .s CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT (Less than $25,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. Guarantee: I guarantee all labor and materials furnished and agree to corn lete work in accordance with directions and subject to inspection approval and acceptance by: JEfSE VANDERSTAAY (project manager) Wage Rates: The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as’determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. False Claims Contract hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation, Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: /” c JESSE VANDERSTAAY -4- Revised: 5/l O/O0 Commercial General Liability, Automobile Liability and Workers’ Compensation Insurance: The successful contractor shall provide to the Carlsbad Municipal Water District, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the District prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best’s Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than . . . . . . ..$500.000 Subject to the same limit for each person on account of one accident in an amount not less than . . . . . . .$500,000 Property damage insurance in an amount of not less than., . . . . ..$lOO.OOO Automobile Liability Insurance in the amount of $?OO,OOO combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the District prior to such cancellation. The policies shall name the Carlsbad Municipal Water District as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City and the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City or the District. The expenses of defense include all costs and expenses including attorneys’ fees for * litigation, arbitration, or other dispute resolution method. -5- Revised: 5/1 O/00 I”. L . . . Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: I agree to start within 7 working days after receipt of Notice to Proceed. Completion: I agree to complete work within Proceed. lo working days after receipt of Notice to CONTRACTOR: Ph-czr;rr,ei -iz2Jsa~~--~ (name of Contractor) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad (telephone no.) (address) Al-TEST: /’ . (city/state/zip) (telephone no.) (fax no.) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) Depud iCity Attorney -6- Revised: 5/l O/O0 August 31,200l Pacific Treatment Environmental Services, Inc. 1452 North Johnson Avenue, El Cajon, CA 92020 (619) 441-l 818 Fax (619) 441-2535 Sent Via Fax: 760-431-I 601 Mr. Jim Ball Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 Dear Mr. Ball: Pacific Treatment Environmental Services, Inc. (PTES) is please to submit the following quotation for the following scope of work and estimate you requested for the cleaning and disposal of the contents of your scrubber. This quote has been amended to adjust for prevailing wage requirements as per your Request for Bid issued August 16,200l. Scope of Work On a day that is convenient for you, PTES will dispatch a driver with a 5000g-tanker truck and a 3-man crew at 7 a.m. Our first task will be to pump out the liquids from the scrubber into the vacuum truck. Following confined space entry procedures per OSHA, our men will enter the tank and wash the scrubber balls, remove them, and set them aside until the next step is completed. They will use the pressure washer for the final cleanout of the tank and these liquids will be removed via the vacuum truck and transported to a PTES- approved TSDF for treatment. Labor and Transportation Pricina Estimate Three field technicians, approx. 8 hours each, $52.00/hr each, portal-to-portal $1,248.00 One tanker truck driver, portal-to-portal, approx. 14 hrs, $60/hr $ 840.00 One stainless steel tanker truck, portal-to-portal, approx. 14 hrs, $20/hr $ 280.00 Equipment and Supolies Confined space entry equipment (tripod rescue, blower, 5-man breathing air system, gas monitor, compressor) $ 725.00 Personal protective equipment (PVC suits, nitrile gloves, holeman respirator) $ 90.00 Pressure washer $ 200.00 Disoosal (documentation. Drofiles. manifests included) Approx. 2100 gallons caustic solution and rinsewater for treatment, $2.40/gallon $5,040.00 Truck washout at TSDF (required) $ 350.00 Temporary 2% fuel surcharge $ 165.00 Total Estimate: $8,938.00 Once our proposal meets with your approval, I will reserve the personnel and equipment to do the work. PTES appreciates the opportunity to work with you, if you require any additional information regarding this project, please call me at (619) 441-1818 x313. Kim Shannon Environmental Services Program Manager Pacific Treatment Environmental Services, Inc State of California I . n !P-QO j ss. County of personally appeared Name(s) of S!gner(s) Bpersonally known to me 0 proved to me on the basis of satisfactory evidence PATRICIA A. BOSTARO Place Notary Seal Above to be the person@ whose name& is/- subscribed to the within instrument and acknowledged to me that he/e4&4ey executed the same in his/he&b& authorized capacity(*, and that by his/w signature(q3 on the instrument the person&@, or the entity upon behalf of which the person(&) acted, executed the instrument. SS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, if 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 Docum Title or Type of Document: filw Document Date: r;f 34ml! ciAfufGw~sb4d ages: b Signer(s) Other Than Named Above: <amkB&er Capacity(ies) Clai Signer’s Name: U Individual . @ Corporate Officer - Title(s): m L Partner - 0 Limited Z General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator U Other: . . Signer Is Representing: 3ikgifT f&+hkt &w. &6&c- 0 1999 National Notary Assmat~on - 9350 De Soto Ave.. P.0 Box 2402 - Chatsworth. CA 91313-2402 - ww.natlonalnotary.org Prod No. 5907 Reorder Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On personally appeared nd Title of Officer (e.g.. “Janeboe, Notary Publlc”)l f -------, Name(s) of Signer(s) xi personally known to me 0 proved to me on the basis of satisfactory evidence PATRICIA A. BOSTARD CMt?nissi~ # 1269449 Notary Fublii - Califofnt Place Notary Seal Above to be the person@ whose name(&) is- subscribed to the within instrument and acknowledged to me that +e/she/t&ey executed the same in Ms/her/&& authorized capacity@es$, and that by &islherl#m& signaturew on the instrument the person&), or the entity upon behalf of which the person&) acted, executed the instrument. WITNESS mv hand and official seal. , q&&#& &gcrcLL Signature of Notary Public 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 Attache Title or Type of Document: Document Date: Number of Pages: b Signer(s) Other Than Named Above: Lacvrwm 44 l4tnve Capacity(ies) Clai Signer’s Name: [7 Individual B Corporate Officer - Title(s): 0 Partner - U Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator I Other: Signer Is Representing k L 0 1999 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 *Chatsworth, CA 91313.2402 - www.nat~onalnotaryorg Prod No. 5907 Reorder: Cali Toil-Free 1-800-876-6827 ACORtS, CERTIFICATE OF LIABILITY INSURANCE DATE (MWDWYY) 09/27/2001 PRODUCER (714)508-1450 FAX (714)508-1455 THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION Carrett/Mosier Insurance Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 17291 Irvine Blvd., Suite 104 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tustin, CA 92780 INSURERS AFFORDING COVERAGE lNSURED PH: 619-441-1818 FX: 619-401-1905 1 INSURER A: Zurich American Insurance Company INSURER B: American Guarantee 8 Liability Ins. Co. Paci fit Treatment Environmental Services, Inc INSURER C: Steadfast Insurance Company - 1452 N. Johnson Ave. INSURER D: El Fajon, CA 92020 INSURER E: L#-a\,cr)amrm THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREiN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS y I TYPE OF INSURANCE I POLICY NUMBER I ‘OLICY EFFECTIVE DATE (MM/DD/YY) CL&~ EXsPlFl$N LIMITS GENERAL LIABIUN ~L0377300100 12/01/2000 12/01/2001 EACH OCCURRENCE $ 1,000,000 - COMMERCIAL GENERAL LIABILITY is .TR A - B - - C - A - C GENERAL AGGREGATE $ 2,000,000 GEN’L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 1,000,000 POLICY PRO- JECT LOC AUTOMOBILE LIABILITY BAP377300400 12/01/2000 12/01/2001 - COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 ALL OWNED AUTOS HYSICAL DAMAGE BODILY INJURY SCHEDULED AUTOS 1,000 DED COMP / ACV (Per person) s 1,000 DED COLL / ACV BODILY INJURY RLRS/TRCTRS PHYS DMG (Per accident) $ 2,000 DED COMP / ACV PROPERTY DAMAGE 2,000 DED COLL / ACV (Per accident) $ GARAGE LIABIUTY ANY AUTO AUTO ONLY. EA ACCIDENT $ I EXCESS LIABILITY 5u0377301000 12/01/2000 1 x OCCUR q CLAIMSMADE DEDUCTIBLE $ RETENTtON S $ WORKERS COMPENSATION AND wc377300500 / 01/01/2001 01/01/2002 WC mu TORY LlMms OTH ER- EMPLOYERS’ LIABIUN E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 %vessional Liab PEC 377299800 12/01/2000 12/01/2001 $S,OOO,OOO Each Loss T ‘011 ution/Envi ronment $5,000,000 Total All Losses FLAIMS MADE FORM Deductible: $50,000 I >ESCRIPTION OF OPERATlONS’LOCATlONS/VEHlCLESIEXCLUSlONS ADDED BY ENDORSEN lEN1 ity of Carlsbad is added as Additional Insured pel l/SPECIAL PROVISI r( :G20100397 al 31 perations performed by Pacific Treatment Environmental Services, Inc., under General Liability Cl overage. Ftached with respects to ongoing *lO Day Notice of Cancellation in the Event of Non-Payment of Premium. 1 CERTIFICATE HOLDER ADDlTtONAL INSURED; INSURER LETTER: CANCELLATION 1 City of Carl sbad Attn: Purchasing Dept. 1635 Faraday Ave. Carlsbad, CA 92008-7314 ACORD 25-S (X97) FjJ)(: (760)602-8556 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WlLL -%%6% MAIL ___ DAYS WRllTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEn; 30* --mKmKmm-xx IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. POLICYNUMBER: GLO 3773001-00 COMMERCIAL GENERAL LIABILITY CG 20 10 03 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: .: :;; ,... .,. .:. ,. ,, :,: . ...: .,,..... ,. .:/ ii ‘l’ .i,. : . . . ‘. : j.:;: AS REQUIRED BY THOSE ENT,ITIk&WITH WHOM THE N&B? INSURED EXECUTES A WRITTEN CONTRACT. ..: :: ., . ,: : ;:.: ..: . . . . . . .‘. . . . . 1 ., :. .,:,. . :, : .: ,:: ,.: I.: : >. ..,’ :; j .:. ., -: : :: .c. .:;: : :.,j .,: ..,. :.:,. :.. : :’ :., :;.; : ,.. ;,.,: .y.., .j,:,:;j,.: :::: : ,.,, :, : .’ .’ ,,.. .: .,.y>: ::; :, :.; ..:, .:.. :, ‘...‘... .,.. ‘. ., ,. >‘:’ :.:, i . ..’ ::.,:;:.. :;,::j:., i,’ :‘j;i’:; :jjj:::.j:,i :... ‘. :. :‘:’ : ,, ,,.: > . : :: : ,. ‘. : ‘. :: ..:., ?( ,:.,...: . . ::, :.,,,,.,. ,:::.:.: :,.:.:,::.::.i :. :: :’ ‘. :: :,,::: .“:ji ‘, . . . . . . . j,tj: ,i ,:’ ..,. ,,:,:: : ;‘.i ,: j>,;::.::,.’ ,. : ,:’ : ,. ., : :, ,. ‘i F’: :,,:’ j, :. I, :. ,. : .: ‘. : .. . . . : ..: .? :: : : ,: : . .‘,’ :. : : :’ j : j ::, j, : ,:.,.. . .: : ,, ..,: ..:: : :. : .‘.. ., .., :., :,:: .:,y;:,;:;r;’ .‘. ,:,j:.‘-I:j,” .:.. i.;. ., ,. j . .., ‘. ,’ . . ..::. :.. .., . .’ :..,‘~:i,~,~.‘..::,~ .. ,; ,j,j::.: i ‘::::.:.:’ ,. .: :. . :. : .;.. j, :.;:y:/, ‘:,,‘,.: .:., : ,:.:pp ..y:,, ,. :.,:.,. 1: ,, :..., .::j: .,.. ::.“:.::iz, ,,. :..: .’ “: :: ” :. .!! : ., : : : :’ : ,: ,. :..,, . : ;, .j,j::,.:: ‘: :. i. j. ,..< :; . . . . ..‘.( .;,,:j ::;;.:;.,i : :y:,. .,.. ,.. ,>j ,,:.. ‘., ,:,s,:,: ..‘.. :: .:. j, . .j: .: : ,: : ; ::.,: j, : ..’ ” I:.‘: ; :, :, ,, .: ,. ,:.. .: .., . : . . . . . . ,, :.:.: .,.\ : :::::,,:,: : ,: ::.; ,,;,: ;,: ::i.: .: . . :,,: ,j’ ,..-.. ,.. j, ,;,: ‘.. ,:I:.:. ~~‘.~‘-:.‘i:‘,.::::::,::.::‘:‘,,’ . . ‘. .; .:; : :. ‘. . . . .‘::‘. .:‘:. ,,:. :,:I. .:,rs:.‘:.: : ijy,:I;: :I’, :;. : .: ,: . . :. :,: I ,:.,.: :’ ,.,;, :. :.,: L,:::” ,, .:: i::\,j... :: ,.,c : >. . ..!j.;::,: ,... ‘. :;, ‘i’,,..’ j ::,.:,, ‘::: . : : ., >: : :,. I,. ,:. : .,, :j : :‘.. :::.i:‘- .:: : . . . . . :: :‘, : ..‘,.‘: .,. :.;.,.,:, I’. j :.:,.. : .: : ., ., ,, .> ,..., : . . . . . . . . ,, ,:,:,. .,. : ,.. :.. 3 :. :: :7... : : .‘..’ .:. :.. ‘:y :; .: . . ..j ” :: .:,, ,. .:’ ..: .., :,,: : .: . :.. .: ,’ . ., :,; :... :’ .., :.,. : j ., ::: .:: .::: .: ..,.: .:. . ,. ..,..., ,:,:;. ,: :.:..’ .: .,:...:,:.:: ,...: ‘..‘: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as appli- cable to this endorsement.) Who Is An Insured (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 ongoing operations performed for that insured. CG 20 10 03 97 Copyright, Insurance Services Office, Inc., 1996 - Page 1 of 1 Cl INSURED COPY