HomeMy WebLinkAboutTate Access Flooring; 1986-07-31; 3006-7F* Recording Requested By a
1.200 Elm Avenue
:arlsbad, CA 92008
eturn To:
3 628 City Clerk *
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other PeI
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of access flooring at the Carlsbad Safety
Service Center, on which Tate Access Floors was the Contract
was completed.
CITY OF CARLSBAD
md
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the C
Council of said City on 4- d7 , 1987, accepted
above described work as ,&ompleted and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoing
Executed on A &$-, 1987 at Carlsbad, California
true and correct.
I CITY OF CARLSBAD
du&tdw-
ALETHA L. RAUTENKRANZ
City Clerk
87 065714
fx? FEa -5 AN 8: 313
*- __
.y
VERA I-. L~LEJ 1- d COUMTY RE~ORDER
m 0
1200 ELM AVENUE T
CARLSBAD, CALIFORNIA 92008 (6
Office of the City Clerk
Qitg af Marlshall
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
I Notice of Completion - Engineering
Elevatorsat Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contractor
. a 0
Vera L. Lyle
County Recorder
January 30, 1987
Page 2
r ’
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Culsbad Safety and Service Center
Pacific Glass Contractor
Notice of Completion - Engineering
Aluminum Canopies at Carlsbad Safety and Service
Center; Construction Specialties Contractor
Notice of Completion - Engineering
Drywall at Carlsbad Safety and Service
Center; E.F. Brady Co. Contractor
Notice of Completion - Engineering
Roofing at Carlsbad Safety and Service Center
Hess Roofing Contractor
Notice of Completion - Engineering
Sheet Metal at Carlsbad Safety and Service
Center; California Sheet Metal Contractor
Notice of Completion - Engineering
Insulation at the Carlsbad Safety and Service
Center; Dittemore Brothers Contractor
Notice of Completion - Engineering
Ceiling Doors at Carlsbad Safety and Service
Center; Southern California Overhead Doors Contract
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
0 0
Vera L. Lyle
County Recorder
January 30, 1987
Page 3
r -.
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Floorink at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward & Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
y%XLY eputy City Clerk
Encs.
I) Recprding Requested By and turn To: City Clerk e
a 1200 Elm Avenue
Carlsbad, CA 92008 NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Per
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of access flooring at the Carlsbad Safety
Service Center, on which Tate Access Floors was the Contract was completed.
CITY OF CARLSBAD
PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the 1987, accepted
above described work as w2--, ornplete and ordered that a Notic
Council of said City on
Completion be filed.
I declare under penalty of perjury that the foregoir
Executed on 6 Gf-, 1987 at Carlsbad, Californi
true and correct.
I CITY OF CARLSBAD
&- ALETHA L. RAUTENKRANZ
City Clerk
Jennings Insurance Associates, Inc.
17 E. Franklin Street
Baltimore, Maryland 2 1202
16742 Burke Lane
Huntington Beach, CA 92647
COMPREHENSIVE FORU
30 JPRP 262293 PROOUCTS/COMPLETED OPEXATIONS
INDEPENDENT CONTRACTORS
BROAD FORM PROPERR DAMAGE
PERSONAL INJURY
30 ABRP 26231W
ALL OWNED AUTOS (g&y{R&&N)
NON-OWNED AUTOS
GARAGE LIABILITY
WORKERS' CQ?APEN$A718N
30WBP 262 27W
1200 Elm Avenue
Carlsbad, CA 92008- 1989
Q m
RE: Workers Compensation policy a waiver of subrogation in
favor of the City of Carlsbad is hereby granted. ,
It is agreed that any insurance maintained by the City.
shall apply in excess of, and not contributory with,
insurance provided by these policies,
RE: Workers Compensation policy a waiver of subrogation in
favor of rhe City of Carlsbad is hereby granted.
It is agreed that any insurance maintained by the City
shall apply in excess of, and not contributory with,
insurance provided by these policies.
7p
e 0 e ! .-&
h* I
L\
E 41 c
z Tate Access Floors - Bidder's Name
CITY OF CARLSBAD
SAN DIEGO COUNTY
CALIFORNIA
CONTRACT DOCUMENTS
FOR
PtBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006-7F
FCH: ACCESS FLOORING
For infonation relative to this project contact:
KOLL CONSTRUCTION COMPANY
7330 Engineer Road
San Diego, CA,, 92111
Steve Matoney, Project Manqer
(619) 292-5550
L
. b
2, 1 0 0 .8, .A
- I tern e
PROPOSAL 1
.-L
% TABLE OF CONTENTS
P
DESIGNATION OF SUBCONTRACTORS
CONTRAU 4
LABOR AND MATERIALS BOND 8
PERFORMANCE BOND 10
GENERAL PROVISIONS 12
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS 19
CERTIFICATE OF COMPLIANCE
L
*
1.
5 \ 0 0 as
MI
*I
- A y rate
!< 0 p;ccessAoors
16742 Burke Lane
Huntington e ch Cal ml (714) 848-4 %id iY'1986
Koll Construction Company 2237 Faraday Avenue Suite lOlC Carlsbad, CA 92008
Attention: Mr. Steve Mahoney
Reference: Carlsbad Public Safety and Service Center
ACCESS FLOOR PROPOSAL
We are pleased to provide our following proposal coverinc the installation of access floor systems in accordance with
Architect's Plans and Specifications and as hereafter descril with material manufactured by Tate Access Floors, Inc., of Jessup? Maryland.
One of the two access floor systems is to be installed i a new Dispatch Center of maximum inside dimensions of 32'-0" long x 32'-0" wide, or 1,024 material square feet; the adjoi access floor system will be installed in a new Radio/Compute Equipment Room measuring a maximum 24'-Ott wide, or 288 mater square feet; both systems are predicated on a finished floor height of 12" as measured from slab to top of panel.
The access floor will consist of our Tate 824 CRS comput grade all steel panels. Surface covering for panels in the- Dispatch Center will be factory-laminated Geneva 3 carpet. Panels in the Equipment Room will be surfaced with 1/8" thic high pressure laminate (HPL). The access flooring supported by our Tate MOD 915 bolted stringer system including all req field and perimeter pedestal assemblies and 4'-0'' galvanized steel stringers designed for mechanical faFtening.
Accessories to be furnished include the. following:
An allowance csf twenty-one (21) four-way-diagonal seismi
bracing assemblies.
An allowance of 20 square yards of rolled Tate Geneva 3
carpet for installation by others.
One (1) each double-suction and claw-type panel lifting device.
1.
2.
3.
4. Spare material as follows:
a. Five (5) HPL-surfaced panels
b. Five (5) carpeted panels.
A Tate lndustnes Company
. L
.I -)r 0 0
1.
RE: CARLSBAD PUBLIC SAFETY & SERVICE CENTER
c. Five (5) pedestal assemblies.
d.
- 07 9 ' ATTN: MR. STEVE MAHONEY 3/18/86
PAGE (2)
Five (5) stringers with factory-applied gaskets.
Your cost for the above access floor installation as de-
Terms of payment are standard
scribed is $14,693.00 net including all required material,
labor, freight and sales tax. net 30 days from completion.
Delivery:
Please allow approximately 7-8 weeks lead time for materi requisition and scheduling after our receipt of your purchase authorization.
Option:
$18.00 net each.
Exlcusions:
1.
If vinyl-trimmed cable cutouts are required, please add
This proposal assumes that, prior to our commencement, ( work, the Owner will arrange to have the subfloor thoroughly cleaned, damp mopped and sealed against dust. with a "clear seal" type liquid sealant.
Additionally, while we will leave our installation in a firstclass condition, any subsequent cleaning of the access floor surface or underfloor areas must be the responsibility of the Owner. final cleaning of the access floor components and sub- floor areas by a janitorial service, immediately prior to equipment move-in, is recommended practice.
Protection of the finished access floor is properly the responsibility of the Owner. \
Although our Tate access floor systemstwill be electric continuous, any connection of our floor systems ta a ground must be the responsibility of others.
2.
In any case, a thorough
3.
4.
Thank you for this opportunity to provide our proposal. 1 hope that we may be permitted totwork with you on this prole1
Tate ccess F oor Inc.
Dn So. I& Ca Regional Manager
DH/emg
L 0 e
>I L ,
Page
DESIGNATION. OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the foIlowing list€ Contractors in making up his/her bid and that the subcontractors listed dl’ used for the work for hich they hid, subject to the apprwal of the City Engineer, ad in accordance with applicable pravisions of the specification. No changes may be made in these subcontractors except upon the prior appruv
the City Engineer or the City of Carlsbad. requird for each subcontractor. Additional pages can be attahed, if
required:
The following infonation is
*-- Work Company Npme ~
Labor Contractor Computer Flo,or Service & Sales - Pamor
--
-- --- 4 -- ----
L a - -- u_ u-
- --.ILII..yIy- --
- P___yl_ _.u --
u_- _Y-- -
-0 P-L-A-I- _uLc r--LU-L-.I---UL -
--- I - --- - ryL-.--.-LyUp--
- -- - - -- 1__ ---
-- AI ---
A_ --
I1 - -u--u- fl -
-_ Signature
\ 0 0 .*
(r 7
3 PaQ
91
CONTRACT
THIS AGREEMENT, made and entered into this,#/& day of
by and between the City of Carlsbad, California, a municip (hereinafter called 'Tityl'), ard
(hereinafter called llContractortl .)
City ard Contractor agree as follows:
Tate Access Flooring
1. Description of Work. Contractor shall perform all work specified in contract documents for:
Access Flooring
( hereinafter cal led Itpr oj ect 'I)
Provisicps of Labor and Materials. Contractor shall provide all labc
materials, tools, equlpflent and personnel to perfom the wrk specifi
the contract documents.
2.
3. Contract Documents, The contract documents consist of this contract; contractors proposal; the plans ad specifications and all proper amendments ad charges made thereto in accordance with this contract plans and specifications; and the bods for the project; all of which incorporated herein by this reference.
Payment. As full cmpensatbn for Contractors performance of work un
this contract, Civ shall make payment to Contractor in accordance w:
Section 9 of the 1979 edition of "Standard Specifications for Public
. Construction, herein modified. Contract mount FOurteen thousand sf
4.
$ 14,693.00
Payment of undisputed contract mounts shall be contingent upon Conti
furnishing City with a release of all claims against City ard Constrr Manqer arising by virtue of this contract as it relates to those ant
Extra canpensation equal to 50 percent of the net savings may be paic Contractor for cost reduction changes in the plans or specifications pursuant to a proposal by Contractor. The net savirqs shall he dete
by City. No payment shall be made unless the charge is approved by
city.
5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil corditions under the jobsite, all other corditions that might affect the progress of the wrk, and aware of those corditions.
work that may be done by Contractor in order to overccme unanticipat
9 underground corditions. Any infomation that may have been furnishe
Contractor by City about underground corditions or other job cordit!
for Contractor's eorwenience only, ad City does not warrant that ti
corditions are as thus indicated. Contractor is satisfied will all
corditions, including underground corditions and has not relied on infomation furnished by City.
The contract price includes payment for
$3 a 0
&
.7
Pagf
Contractor's liability insurance policies shall contain the following clauses :
A. "The City ad the Construction Manager shall be added as an additic
insured as respects operations of the naned insured performed mdei
contract with the City."
B: "It is agreed that any insurance maintained by the City shall appl! excess of an not contribute with, insurance prwided by this polic!
All insurance policies required by this paragraph shall contain the following clause:
A. "This insurance shall not be cancelled, limited or non-renewed mt after thirty days written notice has been given to the City.'
Certificates of insurance evidencing the cwerqes required by the cla
set forth abwe shall be filed with the City prior to the effective da
this agr eenent .
11. Workers Compensation. Contractor shall canply with the requirements o
Section 3700 of the California Labor Code. Contractor shall also assu
the defense and indemnify and savehanless the City ad Construction
Manager and -its officers and employees fran all claims, loss, damage, infury a& liaility of every kind, nature and description brought by person employed or used by Contractor to perform any work under this contact regardless of responsfbility for negligence.
Proof of Insurance.
Construction Manqer, certification of the policies mentioned in Parq
10 and 11 or proof of workers' canpensation self insurance prior to tt start of any work pursuant to this contract. Certificates of insuranc
shall prwide that the insurance will not be cancelled cntil the expi1 of at least thirty (30) days after written notice of such cancellatior been given to the City.
Arbitration. Any controversy or claim in any amount up to $100,000 ai
-elating to this contract or the breach thereof may, at the
option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association ai judgment upon the award rendered by the arbitrator(s) may be entered : California court having jurisdiction thereof.
arbitrabor(s) shall be supported by law ad substantial evidence as provided by the California Code of
12. Contractor shall submit to the City through the
13.
The award of the
Civil Procedure, Section 1296.
'I 14. Maintenance of Records. Contractor shall maintain ad make avafiable
the City, upon request, records in accordance with Sections 1776 and
of Part 7, Chapter 1, Article 2 of the California Ldor Code. If the
Contractor does not maintain the records at Contractor's principal pl business as specified &me, Contractor shall so Infonn the City by certified letter accanpanying the return of this contract. Contract0
shall notify the City by certified mail of any charge of address of s records.
.. 0 0 c* a , >.
I & ,*
+ pagc
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREGS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 8510 adopted ApriJ 22, 1986 , has award1
-Access F~OQL -_ - , hereinafter desigi as the "Principal", a contract for:
1
Access Flooring
in the City of Carlsbad, irr strict cd~mi~ qith ttii &zi€cgs and specifications ad other contract documents now on file in the Office of th
City Clerk of the City of Carlsbad all of which are incorporated herein by
ref e rence .
WHERWS, said Principal has executed or is about to execute said contract a
the terms thereof require the fwnishfng of a bond with said contract, prw
that if said Principal or any of hisfher or its subcontractors shall fail t
for any materials, prwisions, provender or other supplies or teans used in upon for or about the performance of the work agreed to be done, or for any or labor done thereon of any kind, the Surety on this bord will pay the sam
the extent hereinafter set forth.
as Principal, hereinafter designated as the "Contractor", ad Hartford Fire Insurance Company as Surety, are held and firmly boui City of Carlsbad, in the sum
Seven thousandthre&undred.forty six 50/EQ--------- Dollars ($ 7'346.50 ~ said sun being equal to 50 percent750%) of the estimated mount of the contract, to be paid to the said City or its certain attorney, its successo ad assigns; for nhkh payment, well ad truly to be made, we bind ourselve our heirs, executors ad administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if person or hidher
subcontractors fail to pay for any materials, prwisions, prwender or othe
supplies, OF teans used in, upn, for, or about the perfonnance of the wrk contracted to be done, or for any other work or labor thereon of any kind, for amounts due under the Unemployment Insurance Code with respect to such or labor, that the Surety or Sureties will pay for the same, in an mount r
exceeding the sun specified in the bord, ad also, in case suit is brought the bond, a reasonale attorney's fee, to be fixed by the court, as requirc
the prwisions of Section 4202 of the Goverrment Code of the State of
C a1 i fo rn ia .
Tate Access Floors NON, THEREFORE, WE, -
L_r -'
i 0 0 8' < ~ '.
't -. <.
+ Page
This bond shall insure to the benefit of any ad all persons, canpanfes and corporations entitled to file claims under Section 1192.1 of the Code of Civ
Procedure scp as to gfve a right of action to them or their assigns in any SL brought upon this bod, as required by the prcrvisions of Section 4205 of the Goverrment Code of the State of California.
In the event that any Contractor abwe naned executed this bod as an irdividual, it is agreed that the death of any such Contractor shall not exonerate the Surety fran its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractoi Surety abwe nand on the 23rd day of June 1986 3 ---, -_-
-- -1-
4---
Tate Access Floors, Inc.
(Notarize or Corporate Seal for Each Signer)
ctor of Finance
-
Surety William Drew Cushmm
Attorney- in- f act
4,
4 e 0
.'C
, Pagt
PERFORMANCE.BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. SO Xiopted April 22, - 1986 -' has award4
Tate Access Floors -' hereinafter desigr as the ttprincipaa
Access Flooring
in the City of Carlsbad, fn strict conformity with the drawings ad specificatlons and other contract documents now on file in the Office of th
City Clerk of the City of Carlsbad all of +ich are incorporated herein by i ref e rence .
WHEREAS, said Principal has executed or is about to execute said contract a
the terns thereof require the fmnishing of a bond for the faithful perform
of said contract;
NOU, THEREFORE, WE, Tate Access Floors -
as Principal, hereinafter designated as the "Contractor", ard Hartford Fire Insurance Company
as Surety, are held and firmly bound Lnto the City'of Cgrlsbad, in the sun
Fourteen thousand Six hundred ninety three OO/lOO-- Dollars ($14,6 93.00 said sun being equal to 100 percent (10046) of the esthated mount of the contract, to be paid to the said City or its certain attorney, its successr, ard assigns; for nhich payment, well and truly to be made, we bind ourselve
our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the &we bounden Contractc his/her or its heirs, executors, administrators, successors or assigns, sha all thiqs stard to ard abide by, ad well ad truly keep ad perform the
cwenants, conditions, and agreements in the said contrxt ard any alteratir thereof made as therein prwided on his/her or their part, to be kept ard
performed at the time ad in the manner therein specified, and in all res*
according to their true intent and meaning, ad shall indemnify and save harmless the City of Carlsbad, its officers ad agents, as therein stipulat then this obligation shall becane null and void; otherwise it shall renain
full force ad virtue.
And said Surety, for value received, he@y stipulates and agrees that no
change, extension of the, alteration or addition to the terms of the contr
or to the work to be perfonned thereunder or the specifications accanpanyin sane shall affect its oblllgatbns on this bond, ad it does hereby waive no
of any charge, extension of time, alterations or addition to the terms of t contractor or to the wrk or to the specifications.
t e e '.
> '+
, ( Pagf
In the event that any Contractor abwe naned executed this bod as an
irdividwl, it is agreed that the death of any such Contractor shall not
exonerate the Surety fran its obligations under this bod.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contr to1 ?6 Surety &we nand on the 22rd day of June L_ -' 19 --
_i-
Tate Access Floors, Inc.
(Notarize or Corporate Seal for Each Signer)
Andrew D. SWanston, Director of Financ
-
-
Surety William Drew cu~hman Attorney- in- fact
1,
.*
5 0- 0 -7
+ ,* L ,'
HARTFORD FIRE INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a cor-
poration duly organized under the laws of the State of Connecticut, and having its principal office in the City Gf Hartford,
County of Hartford, State of Connecticut, does hereby make, constitute and appoint
DON K. UWMOTO, JULIA H. CLARK, FRANK RODDEY, VICTORIA M. LEAHEY,
KATJEEEN NEVINS, WILLIAM DREW CUSE" and PATRICIA F. KENT, of WASHINGTON, De C.
its true and lawful Attorney(s)-in-Fact, with full power and authority to each of said Attorney(s)-in-Fact, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies: guaranteeing the performance of insurance contracts where surety bonds are.accepted by states and municipalities, and ee!cz;zguaranteeing bonds and undertakings required or permitted in ail actions or proceedings or by law allowed,
------_-
! ------- -______ /----c ------______ /--- /-" ----.____ /-- /---
/-I /--
//-- and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof.
This power of attorney is granted by and under authority of the following provisions:
(1) BY-Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March, 1971.
ARTICLE IV
SECTION 8. The President or any Vice-president. acting with any Secretary or Assistant Secretary, shall have power and authority to appoint. for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. one or more Resident Vice- Presidents, Resident Assistant Secretaries and Attorneys-in-Fact and at any time to remove any such Resident Vice-president. Resident Assistant Secretary or Attorney-in-Fact, and revoke the power and authority given to him. SEC~ION 11. Attorneys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them. to execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings and other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested by one other of such Officers.
duly called and held on the 11th day of June, 1976: (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD FIRE INSURANCE COMPANY
RESOLVED: Robert N. H. Sener Assistant Vice-president and Thomas F. Delaney, Assistant Vice-president. shall each have as long as he holds such office the same power as any V'ice-President under Sections 6.7 and 8 of Article IV of the By-Laws of the Company.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 6th day
of August, 1976.
RESOLVED that whereas Robert N. H. Sener Assistant Vice-president and Thomas F. Delaney. Assistant Vice-president, acting with any Secretary or Assistant Secretah each have the power and'authority as long as he holds such office, to appoint by a power of attorney. for purposes Only of executing and attesting bonds and undertakings and other'writings obligatory in the nature thereof. one or more Resident Vice-presidents. Assistant Secretaries and Attorney-in-Fact:
NOW. therefore, thesignaturesofsuch Officersand thesea1of:heCompanymay beaffixed toany such power ofattorneyortoanycertlficate relating thereto by facsimile. and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached.
In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its
Assistant Vice-?:esident, and its ccrpora?e seal t~ be heretc Mixer'. duly a?!&& by its Secretary, this 1st day of April.
1983. Attest: HARTFORD FIRE INSURANCE COMPANY FA.; JL-2
Mary Scharf, Secrerary
Robert N. H. Sener
Assisrant VicePresideot
STATE ww OF CONNECTICUT, 1 ss.
I ss.
COUNTY OF HARTFORD,
On this 1st day of April, A.D. 1983, before me personally came Robert N. H. Sener, to me known, who being by me duly sworn, did depose and sa that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice- President of the HARTFOgD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument: that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order.
STAT€ OF CONNECTICUT,
COUNTY OF HARTFORD, CERTIFICATE
I, the undersigned, Assistant Secretary of the HARTFORD FIRE INSURANCE COMPANY, a Cmnecticut Corpora- tion, DO HEREBY CERTIFY thzt the foregoing and attached POWER OF ATTORNEY remains in hll force and has not been revoked; and furthermore, that Article IV. Sections 8 and 11, of the By-Laws of the Company, and the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force.
-m+ Q .$*?$
Gloria Marotas, Norary Public My Commission Expires March 31. 1988 -0 ,e+.- NE&$ '
Signed and sealed at the City of Hartford. Dated the 23rd day of June 19 86
David A Johnson
Assistant Secretzry
Form S-3507-3 (HF) Printed in USA. Pdpnp
T a 0
e
$5 , Pagt
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of
Standard Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Pt
Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the GeneraL and Special Provisions attached
theretn.
The Construction Plans consist of 15 sheet(s1.
utilized for this project are the San Diego Area-Regional Standard
Drawings, hereinafter designated SDRS, as issued by the San Diego Coun Department of Transportation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent standard drawiqs
enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof.
The standard drawings
2. WRK TO BE DONE
The work to be done shall consist of fcrnishing all labor, equipment a materials and perfomiq all operations necessary to canplete the proj
work as shown on the project plans ad as specified in the specificatl
3. DEFINITIONS AND INTENT
A. Architect:
The word "Engineer" shall mean the architect or his apprwed represent at ive D
E. Construction Manager:
The word "Construction Mandger" shall mean Koll Construction Canpi
C. Reference to Drawings:
Where words 'r~I~wn", "indicated", "detailed", "noted", "scheduled' words of similar import are used, it shall be understood that refc
is made to the plans accanpanyfng these provisions unless stated
otherwise .
D, Directions:
(, Where words lldirectedll, designated", "selected" or words of simil
import are used, it shall be understood that the direction, desig or selection of the Construction Manager is intended mless state
otherwise, The wrd "required" ad words of similar import shall understood to mean "as required to properly canplete the work as
required ard as approved by the Construction Manager" unless stat
otherwise.
0 e . ,> . Pagt
E) Equals and Approvals:
Where the words ltequal", "apprwed equal", "equivalent" ad such W( of sfmilar import are used, it shall be understood such words are
followed by the expression "in the opinion of the Architect" unles
otherwise stated .
"acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import 0% the
Architect is interded.
Mere the words "approveded", "apprwal" ,
F) Perfon ad Prwide:
The word Itperfom" shall be understood to mean that the Contractor her/his expense, shall perform all operations, labor, tools and equipment, and fcrther, including the furnishing and installing of materials that are indicated, specified, or required to mean that Contractor, at her/hfs expense, shall fcrnish and install the work
canplete in place and ready to use, including fcrnishing of necess
labor, materials, tools equipment and transportation.
4. CODES AND STANDARDS
Stadard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at th time of receiving bids. It shall be understood that the manufacturers producers of materials so required either have such specifications available for reference or are fully familiar with their requirements pertainiq to their product or material.
5. CONSTRUCTION SCHEDULE
The Contractor shall provide Consruction Manager with a Construction
Schedule indicating work activities ard lergth of time required for ea
activity. The Contractor shall review with the Construction Manager monthly the Construction Schedule to insure canpletion of the hole or
part of the work.
The Contractor shall begin work after being duly notified by an issuan
a "Notice to Proceed" and shall diligently prosecute the work to cunpl
in connection with the construction schedule as approved by the
Construction Manqer. If the canpletion date is not met, the Contract(
will be assessed the sun of $ per day for each day beyord th canpletion date as liquidated damages for the delay. Any progress pay
made after the specified canpletion date shall not constitute a waiver
this paragrqh or of any damages.
6. NONCONFORMING WORK
The Contractor shall rmove and replace any work not conforming to the
plans or specifications upon written order by the Construction Manager Any cost caused by reason of this nonconforming work shall be borne by Contractor.
0 0
.t . pag
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notic
Completion" ad any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the product
manufacturer's directions, the Contractor shall obtain ad distribute
necessary copies of such instructions, including two copies to the
Construction Manager.
9. INTERNAL COMBUSTION ENGINES
All internal canbustion ergines used in the construction shall be qui
with mufflers in good repair hen in use on the project with special attention to Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
1
All work shall be under the observation of a City Construction Inspect
Inspectors shall have free access to any or all parts of work at any t Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner work ad character of materials. Inspection of work shall not relieve Contractor fran*any obligation to fulfill this contract.
PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inser
in this contract shall be deemed to be inserted herein and the contra
shall be read and enforced as tbugh it were included herein, and if,
through mistake or otherwise, any such pravision is not inserted , or i
correctly inserted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion or
corr at io n .
11.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers shall
prwide ad install the wrk.-iPs indicated, specified ad implied by tf
contract documents. Any items of work not indicated or specified, but
which are essential to the canpletion of the wrk, shall be provided < Contractor's expense to fulfill thelfntent of saM documents. In all
instances throughout the life of the contract, the City will be the
interpreter of the intent of the contract documents and the City's dec
relative to said intent will be final and binding. Failure of the
Contractor to apprise her/his subcontractors and materials suppliers (
this condition of the contract will not relieve her/him of the responsibility of canpliance.
0 0
rt
t Pagc
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the draw
and specifications and based upon the items indicated or specified. TI Contractor may offer a substitution for any material, apparatus, equip1 or process indicated or specified by patent or proprietary nanes or by names of manufacturer hich she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall includl proof of the State Fire Marshal's approval (if required), all necessar information, specifications and data. If required, the Contractor, at
her/his own expense, shall have the proposed shstitute, material, apparahs, equipment or process tested as to its quality and strength,
physical, chemical or other characteristics, and its durability, finis efficiency, by a testing laborabry as selected by the City. If the substitute offered is not deened to be equal to that so indicated or specified, then the Contractor shall flrnish, erect, or install the
material, apparatus, equipment or process indicated or specified. Suc substitution of proposals shall be made prior to beginning of construc
if possible, but in no case less than ten (IO) days prior to actual installation. Substitution shall also include a statement of credit t issued.
14. RECORD DRAWNGS
The Contractor shall pravide and keep up to date a canplete "as-built'
record set of plans, which shall be corrected daily and show every chz
fran the original drawings and specifications and the exact "as-built"
locations, sizes and kinds of equipment, underground pipiq, valves, z
all other work not visible at surface grade. Prints for this purpose be obtained fran the Architect at cost. This set of drawings shall be on the job ad shal.1 be used only as a record set. Upon ccmpletion of
work, and prior to release of retention, the Contractor shall transpoz "as-built" information on to a set of reproducible sepias. Drawings 5
be drafted in a professional. manner and shall locate by dimension and
elevation all conceded work, ad changes in manufacturer information,
"As-builts" for the sitework (bid package number 1) shall Se prepared
the eqineer of record.
15. PERMITS
The general construction, electrical and plumbing permits will be issi
the City of Carlsbad at no charge to the Contractor.
responsible for all other required licenses and fees.
The Contractor
.. e 0
*'
Fag
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase
decrease the quantities of work to be performed mder a scheduled mit
price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the -Construction Manqer will direct th Contractor to proceed with the said work as so modified. If an increa
the quantity of work so ordered should result in a delay to the work, Contractor will be given an eqdvalent extension of time.
SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take $1 necessary precautions for the safety of employees on the work and shall canply with all applicable provisions Federal, State and knicipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the prenises wi
the work is being performed. He/she shall erect ad properly maintain
all times, as required by the corditions and progress of the wrk, all necessary safeguards for the protection of workers and phlic and shal post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling
materials.
17.
- 18. SURVEYING
Column control lines, offset outside the perimeter of the building, an
vertical control (benchmark) will be furnished by others. Contractors
shall perfom their own engineering (survey staking) including elevatil
as requtred.
Survey staking for the sitework (bid package number 1) shall be prwid
the City. Rough grde stakes at 50'-0" centers minimum to or toe-of-s as required, surface and Lnderground improvements at 25'-0" to 5O1-0" centers including critical points with offsets, and blue tops for buil
ad facility pads.
CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions
in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows:
Agency - Abbreviation
American Society for Testing Materials ASM
U.S. Governnent Fed. Spec. National Board of Fire Underwriters M3Fu American Institute of Steel Construction AISC
Ame ric a n St and ard s As so ci at io n Underwriters Laboratories , Inc. UL Oepartment of Commerce Standards cs American Concrete Institute Aff
19.
,
ASA
i
9 e e
IC page
20. STORAGE
Space for storage and temporary buildings will be allocated by the Construction Manager as job corditions penit.
shall be constructed of fire resistant materials.
be approved by the Construction Manager prior to installation.
Temporary offices or s
Material and layout
2 1. TEST1N.G AND. INSPECTION
Testing and inspection shall be as reqdred by the Specifications. Th
Contractor shall be required to cooperate fully with the inspecting ag during inspections at a fabricating plant and/or on the jobsite and sh prwide ladders, platfons, scaffolds ador safe accessibility to the
for such inspections ador tests.
22. .SCAFFOLDING AND HOISTING
The price shall include all costs for the following:
a. Scaffolding and shoring required for the Contractor's work.
b. Hoisting required for the Contractor's work.
23. CLEAN.UP
The Contractor shall keep the premises free at all times fron all wast materials, packaging materials ad other rubbish accumulated in connec
with the execution of the work by collecting and depositing said mater ard rubbish in locations or containers as designated by the Constructi Manager.
24. TEMPORARY FACILITIES
Temporary toilet facilities and drinking water for the use of all trad
will be pr w ided .
25. FORCE REPORTS
Force reports indicating trade and personnel per trade shall be submit to the Construction Manqer daily. A brief description of work perfoa
s hall be included.
26. ELECTRICAL POWER
Electrical power will be prwided in the building for the use of the Contractor for special lighting and operation of small tools only. Po
will be single phase at 208 volts or 240, and 120 volts. It is the Contxtor's responsibility to prwide extension cords and/or wiring fr
central distribution points. Power will not be prwided for high volt or heavy amperage type equipment such as welding machines and any spec
power requiranents shall be prwided and paid for by the Contractor.
L
'L 0 0
I .'
L pag
27. BACKFILL AND COWACTION
Backfill and conpaction of trenches shall be in conformance with the 1
edition of "Standard Specifications for Public Works Construction".
Backfill material shall be appwed by the soils engineer. Contractor
shall pay all costs for retestiq required as the result of density te
faLlures due to improper canpaction.
excavations shall not be undertaken until required tests and inspctio
have been canpleted, "as-builtl' location notes have been verified, and authority to start the backfill has been granted by the inspector ad superintendent.
Backfilling of trenches and
I
i e e ..
',
I
.g
(r pag
SPECIAL INSURANCE INSTRUCTIONS. FOR CONTRACTORS
Contractor shall procure ad maintain for the duration of the contract insu
against claims for injuries to persons or damages to property vhich may ari
from or in connection with the performance of the work herarnder by the
Contractor, his agents, representatives, employees, or subcontractors.
insurance is on a "clahs made" basis, cwerage shall be maintained for a p
of three years from the date of cmpletion of the work.
insurance shall be included in Contractor's bid. The insurance conpany or
canpanies shall meet the reqdrenents of City Council Resolution No. 8108.
A. Minimum Scope of Insurance
If
The cost of such
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed. 1/73) cwerirg
Comprehensive General Liability; ad Insurance Services Office form
number GL 0404 cweriq Broad Form Comprehensive General. Liability;
2. Insurance Services Office fom number CA 0001 (Ed. 1/78) cwerirq
Automobile Liability, code 1 "any auto"; and
Workers' Compensation as reqdred by the Labor Code of the State 01
California and Employer's Liability insurance.
3.
B. Minimum Cimits of Insurance
Contractor shall maintain limits no less than:
1. comprehensive General Liability: $1,000,000 canbined single limit
occurrence for bodily injury and property damage. If the policy he
aggregate limit a separate aggregate in the mounts specified shal
established for the risks for nhich the C€ty or its agents, office1
employees are additional insured.
2. Automobile Liability: $1,000,000 canbined single limit per accidei
bodily in;fury and property damage.
3. Worker's Compensation and Employer's Liability: Worker's Compensa
limits as required by the Labor Code of the State of California an
Employers' Liability limits of $1,000,000 per accident.
C . Deductibles and Self-Insurance Retentions
Any deductibles or self-insured retentions must be declared to and app
by the City. the insurer shall re
or eliminate such deductibles or self-insured retentions as respects t
City, its officials and employees; or the Contractor shall procure a b
guaranteeing payment of losses ad related investigation, claim
administration ad defense expenses.
At the option of the City, either:
.. A e * *& .
~ ' .f
Pagt L
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following pr ov i si0 ns :
1. General Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteers are to be cav( as insured as respects: licbility arising out of activities performed by or on behalf of the Contractor; products and canplc operations of the Contractor; permises owned, leased or used by Contractor; or automobiles owned, leased hired or borrowed by t
Contractor. The cwerage shall contain no special limitations
the scope of protection afforded to the City, its officials, employees or volunteers.
The Contractor's insurance cwerage shaL1 be primary insurance respects the City, its officials, employees and volunteers. An insurance or self-insurance maintained by the City, its officia
employees or volunteers shall be excess of Contractor's insurar ad shall not contribute with it.
Any failure to ccmply with reporting provisions of the policies
shall not affect caverage pruvided to the City, its officials,
employees or volunteers.
Coverage shall state that Contractor's insurance shall apply separately to each isured against dmn claim is made or sdt i
brought, except with respect to the limits of the insurer's
b,
c.
d.
1 iabili ty .
2. Workers' Compensation ad Employers' Liability Coverages
The insurer shall agree to waive all rights of subrogation against City, its officials, employees ad volunteers for losses arising fi work performed by Contractor for the City.
3. All Coverages
Each insurance policy required by this clause shall be endorsed to
that caverage shall not be suspnded, voided, cancelled, reduced i coverage or in limits except after thirty (30) days prior written I by certified mail, return receipt requested, has been given to the city.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Bests' rating of no les
A:XI unless otherwise autbrized by City Council Resolution No, 8108.
'6 ,* 0 0
I ' ,\r
e Pagc
0. Other Insurance P\rovisions
The policies are to contain, or be endorsed to contain, the following
pr ov i si0 ns :
1. General Liability ad Automobile Liability Coverages:
a. The City, its officials, employees and volunteers are to be cov as insured as respects: lidility arising out of activities performed by or on behalf of the Contractor; products and conpl
operations of the Contractor; permises owned, leased or used bq Contractor; or automobiles owned, leased hired or borrowed by t Contractor. The coverage shall contain no special limitations
the scope of protection afforded to the City, its officials, employees or vollnteers.
The Contractor's insurance cwerage shall be primary insurance respects the City, its officials, employees ard volunteers. Ar insurance or self-insurance maintained by the City, its officii employees or volunteers shall be excess of Contractor's insurar and shall not contribute with it.
Any failure to canply with reporting pravisions of the policie shall- not affect caverage provided to the City, its officials, employees or volunteers .
Coverage shall state that Contractor's insurance shall apply separately to each isured against whom claim is made or suit i brought, except with respect to the limits of the insurer's
b.
c.
d.
liability.
2. Workers' Compensation and Employers' Liability Coverages
The insurer shaR1 agree to waive all rights of subrogation against
City, its officials, employees and volunteers for losses arising F
work perfoned by Contractor for the City.
3. All Coverages
Each insurance policy required by this clause shall be endorsed to
that coverage shall not be suspended, voided, cancelled, reduced i
coverage or in limits except after thirty (30) days prior written
by certified mail, return receipt requested, has been given to the city . I
E, Acceptability of Insurers
Insurance is to be placed with insurers with a Bests' ratiq of no les
A:XI unless otherwise authorized by City Council Resolution No. 8108.
'e L 0- e 0 .* , . rY
b
pag
CERTIFICATION OF COMPLIANCE
I hereby certify that - Legal Name of Contractor
in performing mder the contract awarded by the City of Carlsbad, will cmp with the County of San Diego Affirmative Action Progran adopted by the Boar Supervisors, including all current amendments.
-- July 21, 1986
Date
SOUTHERN CALIFORNIA REGIONAL MANGE (NOTAfUZE OR CORWRATE SEAL)
Title
(Notorial acknowledgement of execution by all principals must be attached),
0 0 Tate
Access Floors
16742 Burke Lane
Huntington Beach, California 92647
(714) 848-4744
CE\qEo
JUL23 @b
K*LL CONST. - c
ee
July 22, 1986
Koll Company
2237 Faraday Avenue Carlsbad, CA 92008
Attention: Steve Mahoney
Reference: City of Carlsbad
440-771
Dear Mr. Mahoney:
Enclosed are four copies of the executed contract for the City of Carlsbad, the Labor and material Bond and the certi- ficate of insurance from our installers.
As stated in our letter of June 30th, Tate will be responsible only for loss or damage directly arising out of performance of our work and not from the action of the elements or from any unforeseen difficulties as stated in article 6.
In article 9, indemnity; the hold harmless clause should
If you have any questions, please call.
be limited to cover only Tate's negligence.
Sincerely,
e Access Floors, Inc. Fp* Carol Controller E. Bayer +
CEB/emg
A Tate Industries Company
J- ias\rraaca ~smciater, Ine.
?7 B, praaklh Strcet
BPlthru, ?4sr)71& 21202
t6T42 Burke Lane
Buntington Beach, CA 32697
COMPREHENSIVE FORM 30 CLRP 26228E
TIEMISESIOPERATIONS
30 3pRP 26229E ?900~CTS/COMPL,ETED OPESATIONS
IYDEPENOENT CONTSACTORS
BROAO FORM PROPERlY DAMAGE
PERSONAL INJURY
ALL OWNED AUTOS (PRIV PASS ) u3 BsKe 2623IW
NOM-OWNED AUTOS
GARAGE LlABlLlTY
30aapr282 2m
Carlrbrtd, c11 9208&19989
??-
-...
.. ... . .
f3~z ~rkers ~oorpeIucatioo policy a waiver 4 subqatian in
fm a€ the City of Carllpbad is hereby gxantrsd. .
IS fs agreed that any insurance maintained by tb City . . :
&a11 apply fn excess of, and not contributorJ with,
insurance provided by these policies.
. . ... . .
*I -.
. . .. . . . .
0 0
STATE P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 JULY 16,
COM PE NSATI 0 N
FUN c) CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
INSURANCE
667136-86 POLICY NUMBER 4-1-87
CERTIFICATE EXPIRES.
TATE ACCESS FLOORS
16742 BURKE LANE
HUNTINGTON BEACH, CA 92647
r
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Califori
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance IS not an insurance policy and does not amend, extend or alter the coverage afforded by
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document \n
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the polic
described herein is subject to all the terms, exclusions and conditions of such policies.
~
4-1-86/4-1-87 -Y[G& .+--e RESIDENT
*ENDORSEMENT NO. 0015 ENTITLED ADDITIONAL INSURED EMPLOYER CITY OF CARLS
ALL OPERATIONS
--
COWPANY EFFECTIVE JULY 16, 1986 IS ATTACHED TO AND FORMS A PART OF THIS
EMPLOYER
r
F. W. HARDY CORP.
DBA: COMPUTER FLOOR SALES & SERVICE COMPANY
3192 FACTORY DRIVE
I POMONA, CA 91768 t -. ". L
SClF 10262 (REV. 8-84)
s a matter of informatio~~iy and confers I
upon the certificate j hold ssuea! This certificate does n L amend, extend 01
This certificate is
the covera~e afforded by tho po,icies listed beiow.
Name and Address of Agency C Letter A American States Ins. I RICHARD A.MILLS INS. AGENCY 0
3151 Psi rway Avenlie M Letter B
Costa Mesa, LA 92626 A Letter C
I Let-ker D Computer Floor Szies % Saruice E KOLL CONST, - C
3192 Factory Drive S Letter E
Pomona &A 31768
Building M, Suite 3 P RECEIVE{
Name and Mailing Address of Insured N Jtfl.22 9%6
This is to certiFy that poiicies of insurance listed below have been is
the insured namcd above for the pol icv period indrcaked. Notwithstandi
requirement, term or condition of any contract or other document with r
to which this certificate may be issoed ~t- may pertain, the insurance a
by the policies described herein is subject to ai! the terms, exclusion
conditions of such poi icies.
co. Type of Policv # Policy Policy Limit
Insurance Effective Expiration Occur __-- 6;EhjEWfiL LIABILITY _____.-______________-------------_--------------
A (X) Comprehensi ~e 01-AM-156201-~ 02/’01/8E, 02!01/8J €3.1.
(X) Premises 8 Ups.
( ) Expr’Co I1 /linber P.D.
(X) Product/Comp op CSL $1,001
(X) Contractual
(X) Broad Form PD
(X) Xnd Contractors
( 1 Persona! Inj. Personat In, AUTOHOBII E Ll&BlLlTy ............................................. - ----
A <x> Any Auto C 1 -B A -0 27 8 30 -4 02 i 0 1 /56 32/0 i / 87 €3 . I . dP e r s o n < 1 Owned Priu P3ss B. I ./Act i dn
t 5 Owned OT Priw P P.D.
C 1 Hired CSL
C > Non-Owned < ) Garage Liab _--- E’X@ES$ iIA=jILIT\f ____________________----------_-----------------
f 1 Unbrelia Form 8.1. 8 P.D.
_--- bd(-JRMER3 C-JMPENS$,TION __________-______--------------------------- w .c m STATUTORY
Ernpfoyers Liab. Each Acside
D i s e a s e /P o 1 D i seaseiEmp
( > O.T. Umbreila
---- OTHER ________________________________________------_------------
Description of Opep3ttons/Locat;ons/Vehicles
Job: City of Carisbad
*exce~t ii? the event of non-payment
CANCELLATION: Shouid any of the above described 001 icie; be can
before the expirat;on date thereof, the issuing company wi I1 efi
to mail 4-30 days written notice to the certificate holder nainer
but failure to nail such notice shal I impose no obliga-
liability of any kind upon the company, its agents or representi
Add! ti ona! Insured: Date Issued: 07/0!
City of iaris~ad
2233 Faraday Avenue #101-C
Name and Address of Certificate Holder
205 Carisbad. CA 92008
CERTFEAE IS ISSUED AS A BATEW OF ~~~~~~a~~~~~ OHLY
3259. Airway Ave f~f-3
Costa ECSB, CaPPfornia 92626
1-&Y-156281-4
EXPLOSION tl COLLAPSF HAZARD
PRODUCTSICOMPLETED OPERATIONS
INDEQEi\lDEMT CONTRACTORS
BROAD FORM PROPERT” DAMAGE
PERSONAL INJURY PERSONAL IlrIJUF
ALL OWNED AiTOS (PRIV PASS )
ALL OWNED AUTOS (~~~~R&~$N)
MON-OWNED AUTOS
GARAGE LIABILITY
VVSOWKZRS’ CBP4PERISATIOM
Job: City of Carlsbad
City of Garlsbad 2237 Faraday Avenue $101-C Carlsbad, CA 92008