Loading...
HomeMy WebLinkAbout2001-11-06; City Council; 16415; Community Services Brochure. . p 2 J G f 8 CITY OF CARLSBAD -AGENDA BILL AB# jb,‘--j/S TITLE: AWARD OF AGREEMENT FOR PRINTING THE MTG. 11 /S/O1 CARLSBAD COMMUNITY SERVICES BROCHURE i DEPT. PCH RECOMMENDED ACTION: Staff recommends Council adopt Resolution No. @m 7 -33 1, accepting the bid of VIP Printing and authorizing the execution of an agreement to print the Carlsbad Community Services Brochure. ITEM EXPLANATION: The Carlsbad Community Services Brochure is a primary tool to disseminate information to the public. The brochure contains information on available classes and activities, including activities intended for Seniors and preschool children. In addition, information is provided on the City Library and Library activities, Arts news and the Municipal Report. The brochure is published three times a year with approximately 42,000 copies per issue. In accordance with Section 3.28.120 of the Municipal Code, Notice to Bidders was published and Requests for Bid were sent to thirteen vendors. Five bids were opened on October 18, 2001. The cost for per issue of 42,000 brochures before sales taxes is listed below: VENDOR PRICE VIP Printing $20,160.00 Golden State Graphics 25,300.OO A& L Litho 27,848.OO Precision Litho 32,230.OO Synergy Printing Services Non responsive The lowest, responsible bidder submitting a responsive bid is VIP Printing. FISCAL IMPACT: Costs to produce the brochure three times annually will be approximately $65,000. Funds are available in the printing accounts of the Community Services, Library, Arts, Seniors and City Manager budgets for their respective share to produce the brochure. EXHIBITS: 1. Resolution No.- / -3 3 / 2. Agreement 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 2001-331 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING A BID AND AUTHORIZING THE EXECUTION OF AN AGREEMENT FOR PRINTING SERVICES / WHEREAS, the City of Car&ad requires a vendor to print the Carlsbad Community Services Brochure; and WHEREAS, Section 3.28.120 of the Carlsbad Municipal Code provides that materials and services costing over thirty thousand dollars must be obtained through formal bidding procedures; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the bid of VIP Printing is hereby accepted and the City Council approves the Agreement for Printing the Carlsbad Community Services Brochureat a cost of $130,032 for a two (2) year period beginning November 15, 2001 through November 14, 2003 which may be renewed by the City Manager for one (3) additional one (1) year periods, with revised prices to be set by mutual agreement at each renewal. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad held on the 6th day of NOVEMBER , 2001, by the following vote, to wit: AYES: Council Members Lewis, Kulchin, Finnila, Nygaard, Hall NOES: None ABSENT: None ATTEST: _ / KAREN R. KUNDTZ, Assistant City Clerk AGREEMENT FOR PRINTING THE CARLSBAD COMMUNITY SERVICES BROCHURE VIP PRINTING THIS AGREEMENT is made and entered into as of the /qT& day of n b L/G/21 BE& 2001, by and between the CITY OF CARLSBAD, a municipal corporation, (“City”), and VIP Printing, a corporation, (“Contractor”). RECITALS A. City requires the professional services of a Contractor that is experienced in printing brochures. B. Contractor has the necessary experience in providing professional services and advice related to printing brochures. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a bid to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the “Services”) that are defined in attached Exhibit “A”, which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor’s profession practicing in the Metropolitan Southern California Area and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for three (3) additional one (1) year periods or parts thereof in an amount not to exceed the amount agreed upon by both parties. Extensions will be based upon a satisfactory review of Contractor’s performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be one hundred and thirty thousand and thirty two dollars ($130,032) for six issues 1 City Attorney Approved Version #05.22.01 at $20,160 per issue plus sales tax. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City resewes the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit “A”. Incremental payments, if applicable, should be made as outlined in attached Exhibit “A”. In addition, due to special circumstances and changes required during complex printing jobs, the City may request additional services on individual issues. If additional services are required the contractor will supply a written quote to the Recreation Director prior to initiating the services. Total cost of additional services shall not exceed $10,000. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractors own way as an independent contractor and in pursuit of Contractors independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which City may be required to make on behalf of Contractor or any. agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor’s subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor’s work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 2 City Attorney Approved Version #05.22.01 9. INDEMNIFICATION Except as to the sole negligence or willful misconduct of City, Contractor will defend, indemnify and hold City, its officers, agents and employees, harmless from any and all loss, damage, claims, demands, liabifity, expense or cost, including attorney’s fees, which arises out of, or is in any way connected with the performance of, the Services by Contractor or any of Contractors employees, agents or subcontractors, notwithstanding that City may have benefited from their services. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self- administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of the Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractors agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best’s Key Rating of not less than “A-:I/“. 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor’s indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractors sole expense. 10.1 .I Commercial General Liabilitv Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractors work foi City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers’ Compensation and Employer’s Liability. Workers’ Compensation limits as required by the California Labor Code and Employer’s Liability limits of $1,000,000 per accident for bodily injury. Workers’ Compensation and 3 City Attorney Approved Version #05.22.01 Employers Liability insurance will not be required if Contractor has no employees and provides, to City’s satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1 ,OOO,OOO per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 Liability. The City will be named as an additional insured on General 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City’s execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, 4 City Attorney Approved Version #05.22.01 and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: For Contractor: Title Dave Millikan Department Recreation Supervisor City of Carlsbad Address 1635 Faraday Ave Carlsbad CA 92008 Phone No. (760) 602- 2691 Name William Countreman Title Vice-President Address 4247 Ponderosa Avenue Suite A San Diego, CA 92123 Phone No. (858) 279-6464 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor’s duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City’s Conflict of Interest Code is required of Contractor or any of Contractor’s employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor’s affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor’s agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor’s agents, employees, 5 City Attorney Approved Version #05.22.01 subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor’s services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be fotwarded to the City Manager. The City Manager will consider the facts ,and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor’s failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor.. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City Attorney Approved Version #05.22.01 Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. City Attorney Approved Version #05.22.01 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR (sign here) William Countreman/Vice-President (print name/title) /’ ATTEST: _____- ~--~~~~--- :;-( L (sign here) Richard Gordon/President (print name/title) If required by City, proper notarial acknowledgme%t of execution by contractor must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. **Group B. Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer 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: City Attorney Approved Version #05.22.01 . EXHIBIT “A“ City of Carlsbad REQUEST FOR BID - REVISED BID NO. 3 DUE DATE: October 18,ZOOl II:00 A.M. FOR: PRINTING THE CARLSBAD COMMUNITY SERVICES BROCHURE The City of Carlsbad is requesting bids for printing the Carlsbad Community Services Brochure for the period from approximately November 1, 2001 through October 31, 2003 with three one- year renewal options. A sample of a previous brochure is enclosed. SPECIFICATIONS: l . Quantity: 42,000 Flat size: 11” x 17”. folded and stapled with 2 up saddle stitch Finished size: 6W-GT’l” $%/$jOy? Paper stock - cover: 70# Endeavor book gloss white - no substitutions Paper stock - inside: 50# Husky recycled offset smooth white - no substitutions Ink: Cover 4/2, Inside pages 2/Z Art: Supplied on disk in Pagemaker 6.5 for Mat Proofs: Cover - color proof, Text - contact proof. Brochures shall be printed three (3) times a year in May, August and December. Dates will be provided by the brochure coordinator Bundled brochures are to be delivered on pallets to two locations, the Carlsbad Post Office and Postal Annex in La Costa, on dates scheduled by the Recreation Department. The number of brochures to be delivered to these sites will be provided by the Recreation Department. The remainder of brochures to be delivered to the Harding Community Center, 3096 Harding Street in Carlsbad. The contractor shall furnish the City with a production schedule. The schedule will assure that each brochure issue is distributed to the Carlsbad Post Office, Annex and Harding Community Center on the date specified by the City. At a minimum, the schedule will include reasonable deadline dates for submittal of computer disks by the City, final approval of proofs and any other information required to assure completion of brochure Dy due date. In the event that brochures for a particular issue are not delivered to the Post Office on the agreed upon date, the Contractor shall reduce the fee normally charged by $100 for each day the brochure is late. Successful bidder must be able to meet with brochure coordinator in Carlsbad within 4 hours of notification. PRICE PER ISSUE (before sales tax) 8 4 y 56 page brochure (includes cover) Please provide prices for brochures of 52 and 60 pages including covers. % $20, G-0 P@ i- IcS&<.. Cp i(>,,r@ I 52 page brochure I-9 %&cl4 60 page brochure Award of bid will be based on price for the 56 page brochure only. 1635 Faraday Avenue - Carlsbad, CA 92008-7314 - (760) 602-2460 - FAX (760) 602-8556 TERM Will successful bidder agree to hold unit prices firm through the initial contract period? (approximately November I,2001 through October 31,2003) Yes OPTION TO RENEW The City may desire to exercise an option to renew the Contract for three (3) additional one (1) year period. The City proposes that such renewal be contingent on a mutual agreement between the City and the successful bidder herein, such agreement to be confirmed sixty (60) days prior to the termination of the contract period. Either the City or the bidder may at that time decline to confirm the ienewa! of the Contract, for any rsason wnataver, and such declination wou!d mnder the renewal option null and void. Would the bidder accept an option to renew, subject to the above stated conditions? Yes A No We will expect the successful bidder to sign an agreement, A sample agreement is attached for your information only. Do not siqn the aqreement. Direct any questions regarding this proposal to Jim Sartorio at (760) 6022467 READ THE GENERAL PROVISIONS CAREFULLY,THEY ARE A PART OF YOUR BID. Firm !I 1 P jQl.hd&~- GUARANTEE OF GOOD FAITH REQUIRED None (FAILURE TO SUBMIT GUARANTEE OF GOOD FAITH WILL VOID THE BID. SEE PARAGRAPH 3, GENERAL PROVISIONS.) phw 4z DATE SGtdATURE Address Q.$ VIP PRjNTING , creatr’n P an i’mf resston 4247 Ponderosa Ave., Suite A, San Oiego, CA 92123 phone (858) 279-6464 l fox (858) 573-0857 l e-mail vip-print@worldnet.att.net Specifications and information for the Community Services & Recreation Guide for VIP Printing: 1. All files to be given to us in a Mat format on disk in Pagemaker 6.5 are fine. All files to be placed in position ready for film output. 2. Please provide a complete (laser print) sample of entire booklet. Finished page size to be 8 X3” x 10 7/8” Image area on body copy to be 7 5/8”x 10 1 lS”.Halfiones should be 80 to 100 line screen on the body copy. The front Cover can be 150 line. 3. VIP will furnish blue lines on all 2 color pages and a match print for the front cover only. The front cover can of course bleed as per the sample issue provided of fall of 2000. 4. We would like to point out that two of your page counts quoted includes %” webs (the 52 page and 60 page). This means that you would have a %” flap between two pages running the length of the book in the gutter. Samples will be provided. 5. As soon as the disk is given to VIP, we will give you our production schedule after reviewing your files. 6. Please note that VIP is subcontracting a portion of the project to VQS Enterprises, Inc. which is a web and bindery company. If you have any questions please contact me at he above phone number CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of County of a XJ U7f F G r3 On &oc/, /: &?a/ before m &k-j /&L&r; p(” / , DATE NAME, TITLE OF OFFICER - E.G., “JANE DOE, NOTARY PUBLIC” personally appeared drbU[A-ir;vr (39 ~O&‘~&-A??&VL~ 4 &fV&!&&? &&%27Q/rJ NAME(S) OF SIGNER(S) 0 personally known to me - OR - @proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)w subscribed to the within instrument and ac- knowledged to me that i)B;(swthey executed the same in t?j&.h+Itheir authorized capacity(ies), and that by DpffJt%Zrltheir 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 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT 0 INDIVIDUAL 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) 0 PARTNER(S) 0 LIMITED q GENERAL 0 ATTORNEY-IN-FACT NUMBER OF PAGES q TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIl-Y(IES) SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION l 8236 Remmet Ave., P.O. Box 7194 l Canoga Park, CA 91309-7184 e+4CO~Ro, CERTIFICATE OF LIABILITY INSURANCE DAlE (MMIOOlYY) 10/26/2001 PRQQUCER (619)275-6191 FAX (619)275-6530 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Coreham-bore & Associates, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE License #OS03692 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 85532 San Diego, CA 92186-5532 MdJRED VIP PRINTING 4247 PONDEROSA AVENUE SAN DIEGO, CA 92123 Hartford Casualty Insurance Co fit 11 1 INSURER E: I I COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDlTlON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE iN.Si.lRANCE AFFORDED BY THE PbLClES DESC&ED HEREIN IS SUi3JECT f0 /kL THE TERMS, EXCLUSIONS AND CONDlilONS bF SUCH POLICIES. AGGREGATE LlMlTS SHOWN MAY HAVE BEEN REDUCED BY PAID CIAIM-S. I ‘“‘I;’ EXPIYTION DA FlMhVO IYYI LIMITS 01/01/2003 EACH OCCURRENCE f 1,000,000 FIRE DAMAGE (Any one fire) S 300.0 POLICY NUMBER 2SBAKU5756 1 ME0 MP (Am one wrcanb 1 S 10.00d PERSONAL & ADV INJURY f 1,000,00~ GEFTL AGGREGATE LIMIT APPLIES PER. POLICY PRO- JECT LDC AUTOMOBILE LLABILITY x ANY AUTO ALL OWNED AUTOS A- SCHEDULED AUTOS HIRED AUTOS - H NON-OWNED AUTOS 01/01/2002 2UECIL6554 I BODILY INJURY P-P-on) I s I I PROPERTY DAMAGE (Per accidentj I S L I 0 cc x Cf Pf “3 AUTO ONLY - EA ACUDENT 5 GARAGE LIABILITY ANY AUTO EXCESS LIABILITY OCCUR cl CLAIMS MADE 0EDucnBLE RElENTION I WORKERS COMPENSATION AND EMPLOYERS LIABILITY OTHER THAN EAACCI S ALIT0 ONLY: AGG S EACHOCCURRENCE IS AGGREGATE IS s I1/01/2002 WC BTATU TORY LlMlT& OTH ER- E.L. EACH ACCIDENT S 100000~ D44962004 D D D B I E.L. DISEASE - EA EMPLOYE S 100000~ E.L. DISEASE -POLICY LIMIT S 1000001 OTHER ;2010 (11/85) attached. & to General Liability per . CLESlEXCLUSlONS AOOED BY ENDORSEhI lded as additional insur IT/SPECIAL PROVISI d with resl grtificate holder is included as additional insured with respect to Business Auto ?r endorsement attached. LO day notice of cancellation for non payment of premium 1 CERTIFICATE HOLDER I ADDITIONAL INSURED; INSURER LElTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE I I I EXPIRATION DATE THEREOF, THE LSSUING COMPANY WILL ENDEAVOR TO MAIL I I The City of Carl sbad Purchasing Dept ___ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. 30 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE MO OBLIGATION OR LIABILITY I I 15635 Farada Awe. I Carlsbad, CA 92008 ACORD 25-S (7197) OF ANY KIND UPON THE COMPANY,ITS AGENTS PR REPRESENTATIVES. 4 OACORD CORPORATION 1988