HomeMy WebLinkAboutSouthern Contracting Company; 2003-01-13; STS02-07STREET LIGHT ON BRANTA AVENUE
CONTRACT NO. PWM03-OISTS
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager HEIDI HEISTERMAN Date Issued: Julv 31,2002
(760) 434-2937 Request For Bid No.: STS02-07
Mail To: CLOSING DATE: Auqust 23,2002
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad. California 92008-7314
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:OO p.m. on the day of Bid closing.
Award will be made to the lowest responsive, Please use typewriter or black ink.
responsible contractor based on total price.
Envelope MUST include Request For Bid
NO. STS02-07.
PWM03-01STS
DESCRIPTION
Labor, materials and equipment to install 100 watt HPSV street liqht at location specified on Brants
Avenue per City specifications.
There will be a pre-bid meeting on Thursday, August 8 at 1O:OO a.m. The pre-bid meeting will be held at the
City Yard at 405 Oak Avenue. Bidders should visit the project sites at their leisure prior to submission of their
bid. Contractors may receive additional information by contacting:
Project Manager: HEIDI HEISTERMAN
Phone No. (760) 434-2937
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 WITHIN (90) DAYS
Name and Address of Contractor (760) 744-6475 Southern Contracting Company Fax
Name
P.0. Box 445
Address
San M~COS, CA 92079-0445
CitylStatelZip
(760) 744-0760
Telephone
Revised 5/10/00 H:\word\contracts\STSOZ-O7= BRANTA Street Light Installation - 1 -
Name
Vice President
Title
08/23/02 Craig A. Earley Date
JOB QUOTATION
ITEM . PRICE PRICE NO.
TOTAL UNIT DESCRIPTION QTY UNIT
1 ?#/3iw fpl. [t Install 100 Watt HPSV cobra head street 1 Lump I I Sum 1 I light complete in place. I
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 City of Carlsbad. Award will be made by the Purchasing
Officer to the lowest, responsive, responsible contractor. The City 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 City 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 City as to
the Contractor’s ability to perform the contract shall be conclusive.
SUBMITTED BY:
222252
Contractor’s License Number
A,C10
Classification(s)
CRaig A. Farley, Vice President 12/31/02
Printed Name and Title Expiration Date
08/23/02
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 95-2277179
OR
(Individuals) Social Security #:
H:\word\contracts\STS02-07= BRANTA Street Light Installation - 2 - Revised 5/10/00
DESIGNATION OF SUBCONTRACTORS
Set forth below is the full name and location of the place of business of each sub-contractor whom
the contractor proposes to subcontract portions of the work in excess of one-half of one percent of
the total bid, and the portion of the work which will be done by each sub-contractor for each
subcontract.
NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the
work to be performed under the contract in excess of one-half of one percent of the bid, the
contractor shall be deemed to have agreed to perform such portion, and that the contractor
shall not be permitted to sublet or subcontract that portion of the work, except in cases of
the public emergency or necessity, and then only after a finding, reduced in writing as a
public record of the Awarding Authority, setting forth the facts constituting the emergency or
necessity in accordance with the provisions of the Subletting and Subcontracting Fair
Practices Act (Section 4100 et seq. of the California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK I TOBE
SUBCONTRACTOR* I MBE
Total % Subcontracted:
Indicate Minority Business Enterprise (MBE) of subcontractor
H:\word\contracts\STS02-07= BRANTA Street Light Installation - 3 - Revlsed 5/10/00
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor, including paying the general prevailing rate of wages for each craft or type of worker
needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with directions
and subject to inspection approval and acceptance by: Public Works Supervisor, Greg Woods
(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 in 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 City 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
pro*AsiGns include false claims made with deliberate ignorance of the false inforimtion 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 City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding.
Signature:
H:\word\contracts\STS02-07= BRANTA Street Light Installation - 4 - Revised 5/10/00
Commercial General Liability, Automobile Liability and Workers’ Compensation Insurance:
The successful contractor shall provide to the City of Carlsbad, 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 City
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
Property damage insurance in an amount of not less than ........ $100,000
Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for
“any auto” and cannot be limited in any manner.
The above policies shall have non-cancellation clause providing that thirty (30) days written notice
shall be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as additional insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, 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. The expenses of defense
include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute
resolution method.
Jurisdiction:
The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of
H:\word\contracts\STS02-07= BRANTA Street Light Installation - 5 - Revised 511 O/OO
any disputes between the parties arising out of this agreement is San Diego County, California
Start Work: I agree to start within 5 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 20 working days after receipt of Notice to
Proceed or upon receipt of materials as mutually agreed.
CONTRACTOR: CITY OF CARLSBAD a municipal SOUTHERN CONTRACTING COMPANY corporation of the State of California
By:
Assistant City Manager
TIMOTHY i? MCBRIDE, PRESIDENT la00 (?PRLs6b UILLA& B&U~
(print name and title) (address) e&Rcft0eAo CA qeg
By: qbo/ 4 su. - 2s.a 0
(sigh here) (telebhone no.) *Lr
(print name an'd title) I/ .
559 N. TWIN OAKS VALLEY RD-
(address)
SAN MARCOS, CA 92069 ATTEST:
(cityistatelzip) ..
(760) 744-0760 ,,- Li,$WZ. ' j,,:L[~&/&?4 'pf),lfi ! f-j; //&
\LORRAINE M. WWD /
(telephone no.) City Clerk (760) 744-6475 I- I343 (fax no.)
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. Otherwise, the corporation must attach a resolution certified by the
secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
H:\word\contracts\STS02-07= BRANTA Street Light Installation - 6 - Revised 5/10/00
LIC. NO. 222252
P.O. Box 445 San Marcos, CA 92079-0445 Tel. 760-744-0760 FAX 760-744-6475
WEB SITE: www.southerncontracting.com -
DECEMBER 3 1,2002 Email: SccSM@aoI.com
MR.KEVIN DAVIS
CITY OF CARLSBAD
PURCHASING DEPARTMENT
1635 FARADAY AVENUE
CARLSBAD CA 92008
RE: STREET LIGHT ON BRANTA AVENUE, PWM03-01STS
PER OUR CONVERSATION OF TODAY, MS. SHELIE EARLEY IS THE SECRETARY/TREASURER
OF THE CORPORATION.
CONTACT MY OFFICE IF YOU HAVE ANY QUESTIONS OR DESIRE FURTHER INFORMATION.
WNK YOU,
,-
CTING COMPANY
State of California 1 1 ss.
to be the person(s) whose name(s) isiare
subscribed to the within instrument and
acknowledged to me that heisheithey executed
the same in hisiheritheir authorized
capacity(ies), and that by hisiheritheir
signature(s) on the instrument the person(s). or
the entity upon behalf of whlch the person(s)
acted, executed the instrument.
WITNESS my hand and official seal.
ur IIUIW-IL
Though the mformabon below is not requlred by law. It may prove valuable to persons relymg on the document and could prevenl
fraudulent removal and reattachment of thls form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
Individual
Corporate Officer - Title(s):
Partner - Limited General
Attorney-in-Fact
Trustee
Guardian or Conservator
Other: "
Signer Is Representing:
State of California } ss. 3 4 8 h
P personally known to me
evidence
proved to me on the basis of satisfactory
to be the person(s) whose name(s) isiare
subscribed to the within instrument and
acknowledged to me that heisheithey executed
the same in hlsiheritheir authorlzed
capacity(les), and that by hislheritheir
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
WITNESS my hand and official seal.
OPTlONAL
Though the Information below IS not required by law, ft 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: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
Individual
Corporate Officer - Title(s):
Partner - ~ ' Limited ' General
Trustee
Guardian or Conservator
Other:
I Attorney-in-Fact
Signer Is Representing:
PO. Box 445 San Marcos, CA 92079-0445 Tel. 760-744-0760 FAX 760-744-6475
WEB SITE: www.southerncontracting.com
LIC. NO. 222252
Email: SccSM@aoI.com
JANUARY 6,2003
MR.KEVIN DAVIS
CITY OF CARLSBAD
PURCHASING DEPARTMENT
1635 FARADAY AVENUE
CARLSBAD CA 92008
RE: STREET LIGHT ON BRANTA AVENUE, PWM03-01STS.
CARLSBAD CA
SCC 92383.
PLEASE BE ADVISED THAT THE PRICE TO COMPLETE THE WORK AS DESCRIBED
$8,131.00 WILL BE HONORED THROUGH JANUARY 31,2003.
IN REQUEST FOR BID NUMBER STS02-07 DATED AUGUST 23,2002, IN THE AMOUNT OF
CONTACT MY OFFICE IF YOU HAVE ANY QUESTIONS OR DESIRE FURTHER INFORMATION.
THANK YOU,
TRACTING COMPANY
- STEVE FISHER
License Detail
California Home
Page 1 of 2
Monday, December 09,2002
Contractor License # 222252
DISCLAIMER
A license status check provides information taken from the CSLB license data base.
Before relying on this information, you should be aware of the following limitations:
CSLB is prohibited by law from disclosing complaints until they are referred for
Per B&P 7071.17, only construction related civil judgments known to the CSLB
Arbitrations are not listed unless the contractor fails to comply with the terms of
Due to workload, there may be relevant information that has not yet been entered
legal action.
are disclosed.
the arbitration.
I onto the Board's license data base.
Extract Date: 12/09/2002
* * * Business Information * * *
SOUTHERN CONTRACTING COMPANY
P 0 BOX 445
SAN MARCOS, CA 92069
Business Phone Number: (760) 744-0760
Entity: Corporation
Issue Date: 12/05/1963 Expire Date: 12/31/2002
* * * License Status * * *
This license is current and active. All information below should be reviewed.
* * * Classifications * * *
llcl o I~ELECTRICAL II
* * * Bonding Information * * *
CONTRACTOR'S BOND: This license filed Contractor's Bond number 138408 in the
amount of $7,500 with the bonding company
-. AMERICAN . CONTRACTORS INDEMNITY COMPANY.
Effective Date: 07/01/2002
12/9/2002
License Detail Page 2 of 2
BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO)
RICHARD WAYNE MC BRIDE certified that he/she owns 10 percent or more of the
voting stock/equity of the corporation. A bond of qualifying individual is not required.
Effective Date: 09/23/1987
* * * Workers Compensation Information * * *
This license has workers compensation insurance with the
ULlCO CASUALTY COMPANY
Policy Number: WCS11187400 Effective Date: 10/01/2002 Expire Date: 10/01/2003
Wor&Co.mpms&ion .History
Personnel listed on this license (current or disassociated) are listed on other
licenses.
Personnel List Other Licenses
License Number Request ~~~ Contractort-Name Request ~ Personnel"Na-me-Re.quest ~~
Salesperson Request ~- Salesperson Name Request
0 2002 State of California. Gray Davis, Governor. Cgndjtions of Use Privacy Po&y
12/9/2002
SPECIAL PROVISIONS
Contract No. STS02-07
for
Installation of Branta Avenue Street Light
I. COMPENSATION
A. Compensation for biddable items shall be in accordance with the prices submitted
on the Bidder's Proposal as submitted by the Contractor and approved by the City
Manager upon award of the bid.
II. DUTIES OF THE CONTRACTOR
A. Contractor will install street light and all appurtenances necessary for the proper
function of the light. Contractor will coordinate with SDG&E for service point
connection including submission of as-built for energizing.
B. Contractor must obtain a right-of-way permit prior to beginning work. Fees
associated with this permit will be waived for this job.
C. Contractor is responsible for protecting the underground facilities, including but not
limited to traffic signal detection loops, at each work site. This includes notification
of Underground Service Alert and coordination for markouts and joint meets when
necessary.
D. Contractor shall make an independent investigation of the jobsites, the soil
conditions at the jobsites, and all other conditions that might affect the progress of
the work, and is aware of those conditions. The bid prices included payment for
all work that may be done by Contractor, whether anticipated or not, in order to
overcome underground conditions. Any information that may have been furnished
to Contractor by City about underground conditions or other job conditions is for
Contractor's convenience only, and City does not warrant that the conditions are
as thus indicated. Contractor is satisfied with all job conditions, including
underground conditions, and has not relied on information furnished by City.
E. Contractor is responsible for preparation, submission, and editing of traffic control
plans until said plans meet all the requirements of the Traffic Engineer and are
signed with his approval. Notice to Proceed will not be issued until a signed, traffic
control plan has been issued.
F. Contractor is responsible for providing, placing, and removing all necessary traffic
control devices in accordance with the approved traffic control plan for this area. If
adequate traffic control is not in place, Contractor must stop all work and vacate
the right-of-way until traffic control is satisfactory to the Public Works Director or
designee. In cases where specific devices are required but not readily available to
the Contractor, they may be borrowed from the City when available. The
Contractor shall provide and install barricades, delineator warning devices, and
construction signs in accordance with the latest edition and revision of the State of
California, Department of Transportation Traffic Manual, Manual of Traffic
Controls for Construction and Maintenance Work Zones. During adverse weather
or unusual traffic or working conditions, additional traffic control devices shall be
placed as directed by the Public Works Director. All traffic signs and devices shall
H:\word\contracts\STS02-07= BRANTA Street Light Installation - 7 - Revlsed 5i10100
conform to the current State of California, Department of Transportation, Manual
of Warninq Siqns, Liqhts, and Devices for Use in Performance of Work upon
Hiqhways, unless otherwise approved by the Public Works Director.
G. All work performed by the Contractor will be in accordance with all applicable
standard specifications. Non-conforming work shall be removed and replaced by
the Contractor upon written notification by the Public Works Director. Any costs
associated with the removal and replacement of non-conforming work shall be
borne by the Contractor.
H. Contractor shall provide all labor, materials, tools, equipment, and personnel to
perform the work specified herein.
Ill. DRUG &ALCOHOL FREE WORKPLACE
A. The City of Carlsbad is committed to maintaining a work environment free from
the effects of drugs and alcohol consistent with the directives of the Drug Free
Workplace Act. As a condition of this contract, the Contractor and the
Contractor’s employees shall assist in meeting the requirements of this policy as
set forth in the “City of Carlsbad Drug and Alcohol Use Policy” incorporated by
reference herein.
B. Contractor agrees that the Contractor and the Contractor’s employees, while
performing service for the City, on City property, or while using City equipment will
not be in possession of, use, or be under the influence of drugs or alcohol.
C. The Contractor has the duty to inform all employees or agents of the Contractor
that are performing service for the City, on City property, or using City equipment,
prohibition of drug or alcohol possession, use or impairment from same while
performing such service for the City.
D. The City has the right to terminate this contract and any other contract the
Contractor has with the City if the Contractor or Contractor’s employees are
determined by the Public Works Director or designee to have breached the
provisions of this section as interpreted and enforced pursuant to the provision of
the “City of Carlsbad Drug and Alcohol Use Policy” incorporated by reference
herein.
II. EQUIPMENT
A. The machinery and equipment used by the Contractor in the furtherance of this
contract shall be modern, clean, and maintained in proper working condition at all
times consistent with current standards of the industry and subject to the approval
of the Public Works Director
B. As requested by the Public Works Director, the Contractor shall supply the City
with a list of the equipment being used in the furtherance of this contract including
its make, model, date of manufacture and any other pertinent information.
C. All equipment shall be available for inspection by the City upon 24 hour notification
to the Contractor.
H:\word\contracts\STS02-07= BRANTA Street Light Installation - 8 - Revlsed 5110100
Ill. TRAFFIC CONTROL
A. The Contractor will be required to submit traffic control plans to be approved by
the Traffic Engineer prior to issuance of the Notice to Proceed. Preparation of
these plans shall be the sole responsibility of the Contractor. Public Works staff
will assist only with interdepartmental coordination. All drawings and revisions will
be the responsibility of the Contractor.
B. All traffic control devices shall be in accordance with the latest edition of the
“Manual of Traffic Control Devices for Construction and Maintenance Work
Zones” as published by the State of California, Department of Transportation
(Caltrans). The Contractor will be responsible for providing, placing, and removing
all temporary traffic control devices.
C. All equipment shall be available for inspection by the City upon 24 hour notification
to the Contractor.
D. Work hours for this projected will be limited due to the proximity to school sites.
IV. STATUS OF THE CONTRACTOR
A. The Contractor shall perform the services provided for herein in the Contractor’s
own way as an independent contractor and pursuit of Contract’s independent
calling, and not as an employee of the City. Contractor shall be under control of
the City only as to the result to be accomplished but shall consult with the City as
provided for in this contract.
B. The Contractor is an independent contractor with the City. The payment made to
Contractor pursuant to the contract shall be the full and complete compensation to
which Contractor is entitled pursuant to the contract. The City shall not be
required to pay any worker’s compensation insurance on behalf of the Contractor.
The Contractor agrees to indemnify the City for any tax, unemployment
compensation, retirement contribution, social security, payment of wages or
worker’s compensation payment which the City may be required to make on
behalf of Contractor or any employees of the Contractor for work done under this
contract.
C. The Contractor shall be aware of the requirements of the Immigration Reform and
Control Act of 1986 (8 U.S.C. Sec. 11 01-1525) 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.
H:\word\contracts\STSO2-07= BRANTA Street Light Installation - 9 . Revlsed 5110100
LOCATION MAP
NOT TO SCALE
LEGEND:
1234 - STREET ADDRESS
STREETLIGHT * LOCATION - INSTALLATION
BRANTA AVENUE STREET LIGHT INSTALLATION LOCATION I
!RAW BY: SCOTI EVANS, CARLSBAD ENGINEERING DEPPT. 6/26/02 C: \JRAfflC\~NSON\BRANlA AMNUE.DM;
Client#: 1748 I -,., CERTIFICATE
SOUTHECON
OF LIABILITY INSURANCE DATE (MM1DDNY)
12/09/02
PRODUCER
.’ cln Burnham Insurance Svcs.
THIS CERTIFICATE IS ISSUED AS A MAmER Of INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, MEND OR ALTER THE COVERAGE AFFORDED BY THE POUClES BELOW. ,IC 0099753 I750 E St, #2400
c.”- n1”- r-& cl?4n4
619 231-1UlU
INSURED , INSURER p.: St. Paul Fire ,and Marine Ins, Co. 0:
- -” - ” - ””
Southern Contracting Company r~~~~~~~ 6: Interstate Fire & Casualty co.
P. 0. Box 445
-. -.-” -
”” ___ ”””
Jill1 UlUyU, kM JL IU I
. ”. “1- i INSURERS AFFORDING COVERAGE I
___~ :OVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSLIRED NAMED ABOVE FORTHE POLICY PERIO@ INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHEA DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES GESCRIEED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
“- poucy NUMBER ___ - ”’ ~ - TYPE OF INSURANCE LIMITS
A 1 CE>ERnLLlABlUTY KK6100122 10101/02 EACHOCCUSRENCE ~1,000,000 r ’ x COP MERCIAL GENERAL LIAB ILllY FIRE GAMAGE (Any orle fir4 $1 00,~Oo - - ~ ~. .-
, YMS MADE
OCCUR ~
MED EXP (Any onm pa~on) S5,OOO
X XCUICont. Liab. PERSONA? L ADV INJURY %I ,~~~,ooo __ X 2,500Ded BllPD GENERAL AGOREGATE S2,000,000
‘GEN’LAGGREGATELIMITAPPLIESPER; -. PRODUCTS -COMPmPAGG S2,~~0,~~~
LOC
“
’ KK6100122 10101/02 10101103 1 (Ea ~ccI~;) - ,ooo,ooo COMBINED SINGLE LIMIT
ALL OWNED AUTOS
SCHEDULED AUTOS (Pet pman)
HIRED AUTOS
NON-OWNEO AUTOS
”
BOGILY INJURY 6
“
RGDILY INJURY I
.%
PROPERTY DAMAQE lPsr accldenl) L’ ~ GApnGE LlABlUTY &UT0 ONLY-- EA ACCIDCNT,- S
~ ”
AKY AUTO OTHEH THAN AUTO ONLY: AGG C
~ EXCESS LIABILITY UM01605353 10/01/02 10101/03 EACH OCCURfiENCE s10,000,000
OCCUR 1’ CLAIMS WADE ASGREGATE alo,ooo,oao __ -
$
DEDUCTIQLE
.-
- IS “ 1 X 1 RETENTION $5000 I 1 $
WORKERS COMPENSATlON AND WC STATU- EMPLOYERS’ LIABILITY I .. e ACCIOENT 3”
”
.. I F L, DISEASE -EA EMPLOYEE S.
E.L DISEASE -POLICY LIMIT %
OTHER
I
IESCRlPTlON OFOPERATlONYLOCATIONWEHlCLESlEXCLUSlONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
?e: Street Light on Branta Ave. SCC W2383. Cert Holder is Named Addl lnsd
GL) per attached CG 2010 11/65 and (AL) as respects captioned operations
~f the Named Insd. Per Project Aggregate included.
L 1
City of Carlsbad DATE THEREOF, THE ISSUING INSURER WlLLn*m MRIL30- DAYSWRIllEN
1635 Faraday Ave. NOTICETOTHE CEWlFlCPTP HOLDERN@AEDTOTHE LEFT. 6MmRmXm
Carlsbad, CA 92008
ACORD 25-S (7/97) 1 of 2 #M5670 SBB 0 ACORD CORPORATION 1988
IMPORTANT
If tha 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, certaln policles 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 cenlficate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
POLICY NUMBER: KK6100122 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED OWNERS, LESSEES or
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following;
COMMERCIAL GENERAL UABILlTY COVERAGE PART
SCHEDULE
Name of Person or Organization:
City of Carlsbad
1635 Faraday Ave .
Carlsbad, CA 92005
(If no entry appears above, information required to complete this epdorsement will be shown in the Declarations
as applicable 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 work“ for that insured by or for you.
de: Street Light on aranta Aye. SCC #92363. Cert Holder is Named Add1
Insd (GL) -
CG 20 10 11 85
12/09/02 09: 53 FAX 6192369134 JOHN BURYHAM _INS. SERV
-- - - ..
...
.. in speci-fic -ittea contract with you. .... . .. .-
.. r- I :*. . ,- ._ ..... *.
.. ._. ; .. .. ... .. . .:, .. ..
.- -
...... - .. - ..
.. . _' .. . '. -. ....
-. ..
12,'09/02 09~53 FAX 6192369131 JOHK BURKHhEl IKS SERV . ". - -- "" M005/005
,all cavered bodlly injuv, picperry damage and.
p:sn.ises damage that happens in a policy yGar;
and
ea11 covered rnedital.sxbenses that result from
1. ' - :
' all events whicH ., happen in. a polity year. '
. .. *+i 'We'(\. apply-this limit separately to the
comblned rota1 of all covered bodily injury, -
result from: .
*each of your premises; and
.the remainder of your business that isn't
conducred on, or-in connaction with, any of
your prQjects or-premises. .
' propegy damage and medical expense5 that
, reach dt your projects: ,.
I.
. We'll cansider all of your'prerqises thar .. .
.-
I rshare a common boundary; or , ,
mare divided only by a street, roadway;.water- '
way, or railr.aad right-qf-ay; .\. ..
, to be one prmnises when applying this limit.
How.ever, this limit doesn't,Cpply to covered '
bodily injury and property damage that results . . from your products and completed work.
. Ins;ead, tha Producis and completed work tatal
limit applies. We explain that limit and what
we mean by your products and your completad .
work In tha Products znd completed work-total I
limit section. 2- '
Po/ic/ ye$ means.th0 policy period shown in
the Introduction when the policy peri.od ir.ona. . .
-year or less. But when the policy parid-d is' .
longer than on8 yaw, It means each, consecutivs
annual period, and the rernainlng period-if any,
that tha poky is in effact, starting with the , -I
date tha pblicy-begins. I.
' I . . Ycur projeds, rnians any work site an whlch .I
\".
, - . - . . . .
.-
your work is not yet camplsted. . Wa axplain when *&e consider y~ur work to be completed in
the meaning of your completed work In th?
Products and completed work total limit
section. ,. ._ .
Ycur pram's means any premises. ithar
than your prolects, that you .. ownc rint or lease. --
" x. ..
YCyr PTCdUCiS mean'any cfche Socda ar produczs.thar, are or wara-manufactured, a old,
handlad. distributed or disposed of by- .
.you;
.others using your name; or -.
many person or organization whcse business ar .
assacs yoVve acquired
.*
..
\
Your products Include: . , .
kafl containsrs, equipment, materials or pans
provided with or for your products;
many warranty provided with or for your products;
' .any statement made, or which ShOuid haye .
been made, abaut the durab\lity, fitness, hand]-
-1ng. maintanance, oparation, perf.ormance, qual- :
it\i,;safety or use of your products; and .;
mall warnings, lhshicdons or directions
provided. or which should hava been provided, . , wlth ar for your products..
However, we won't consider the follawing to be .
Goods or producis that am id11 in your phys-
" [tal possession or on premises you cwn, rent,
lease or borrow;
*Real property, Containers that are vehicles.
*Propeq rented or leasadto others. . -Property you haven't said, but which you allow .
others- to us-a. For exampls, a vending machine.
YcUr completed WOT~ means your work That ' -
. Is compIet.8d at the earliest cf the +dlowing times, Inclrjding work that may need servlce, -. rpairitenanca, correction, repqir or-replacement; : . . 'but whlch is.othirwisa complata:
0Wan all ot the work, called for in ywr
contract ha3 been completed.. .
cWhen all of the work to be done'at the work
$ita has been cornpiemd, if your contract calls
for work at more than an6 Site.
' vmen'~at part of the work at the waek 5ita has
been put to: its lntandeduse byany person or ,
organization, other than another ContraePOr ' ,
subcontractor working on :ha same prolect
.I
YO& WodUCtsi- , -.
-. .. I ., . " .. -
..
,. .,
DEC-09-2002 09:11 - SOUTHERN CONTRFlCT I NG Am CERTIFICATE OF LIABILITY INSURANCE P. 01/02
DATE (VMIDONY)
10101 102
PRODUCER I THIS CERTIFICATE IS ISSUED AS A MATER OF INFORMATION
SuliivanCurtlsMonroe
2100 Main Street, Suite 350
le. CA 92614
ONLY AND CONFERS NO -RIGHTS UPON ME CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXEND OR ALTER THE COVERAGE AFFORDED ey THE POLICIES BELOW.
"I -- - --- . .
. dnse #0721187 INSURERS AFFORDING COVERAGE
~- . - . . . . _. INSURED L INSURERA: Ulico Casualty Company . . . . " " .
(1 ii
Southern Contracting Company 1 INSURE9 E.
P.O. Box 445 lNSURER- ---
San Marcos, CA 92079-0445
. . .. ___ . .
. .. " . . ." "" 1 - . .-
FER D: - .-
I INSURER E:
." . ."
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER100 INDICATEO. 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 AN0 CONDITIONS OF S2Cb
POLICIES AGGREGAE LIMITS SnOwN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY NUMBER TR DATE(MMIDDIYY] 1 PATE IMWOWY) 1 INSR 1 TYPE OF INSUAANCE
.. , _. . POLICY EFeCi'lVe POLICY EXPlRAllON " .. .. -
LIMlTS
GENERAL LlAQlLlTY I ! ! EACH MCURSNCE -. , 5
1
'COMMERClALGENEAALilAQlLlTY !FIRE DAMAGE WY or8 Itre) ~ S. -.
. . - . " , , .
CLAIMS MADE OCCUR ME0 EXP . Ce\llv ono por;on). ,, ; B
~
PERSONAL & ADV !!JURY
QENEFLIL AGGREQATE
-.
. .." - ~
GEh'LAGGREGATELIMrTAPPLlESPER:
. ." . - ."
" _. , .. - i AUTOMOBIE UAQIUTT
ANY AUTO
ALL OWNED AUTOS
i SCHEDULED AUTOS
I HIRED AUTGS
NGN-OWNED AUTOS
". ~ j
COMBINEDFINGLE LIMIT (€e accident)
"" -&-.. "L
BODILY INJUFIV (Per?ennn)
SOOILY INJURY I (Per accidanl) !S
'5
.- _. _.+_ -
_. "" .
PROPERTY DAMAG~ (Por accidorl) s
OTHER I J
2e: Street Light on Branta Ave. SCC#92383
Clty of Carlsbad DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL 30 OAG WRIVEN
1635 Faraday Ave. NOnCETOTHE CERnFlCAE HOLDERNAUEDTOTHELEFT. BUTFAILURE TUDOSOSH~L
Carlsbad, CA 92000 lMPOSENOOBLI~ATIONORLIABiLIPIOFANYKlNDUPONTH6INSUREA.lTSAGENTSOA
#M4336 MNG 0 ACORO CORPORATION 198
DEC-03-2002 03:11 SOUTHERN CONTRACT I NG P. 02/02
IMPORTANT
If the cenlflcate holder is an ADDITIONAL INSURED, the policy(ie3) must be endorsed. A statement
on this certiflcate does not confer rights to the certificate holder in lieu of such endorsernent(s).
If SUBROGATION IS WAIVED, subject to the terms and conditlans of the policy, cenain 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 Cefllficate 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
affirmalively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORO W-S(7/97)2 of 2 #M433 6
TOTAL P. G12