Loading...
HomeMy WebLinkAboutRCB Enterprise Inc; 2025-07-15; PWM25-3629TRANPWM25-3629TRAN R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page 1 City Attorney Approved 6/5/24 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD This contract is made on the ______________ day of _________________________, 2025 (“Contract”), by the City of Carlsbad, California, a municipal corporation ("City") and RCB Enterprise, Inc., a California corporation dba Gridlock Sign & Safety Solutions whose principal place of business is 13959 Hickory Street, Poway, California 92064 ("Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, as contained in the Standard Specifications for Public Works Construction “Greenbook,” latest edition and including all errata; Part 1 General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor’s proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Dimtry Johnson (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. PREVAILING WAGE RATES. Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Contract constitute “public works” under California Labor Code Section 1720 et seq., and are subject to state prevailing wage laws. 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 the Sections 1770, 1773 and 1773.1 of the California Labor Code. Consistent with the requirement of Section 1773.2 of the California Labor code, a current copy of applicable wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Contract. Contractor and any subcontractors shall comply with Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B 15th July PWM25-3629TRAN R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page 2 City Attorney Approved 6/5/24 Section 1776 of the California Labor Code, which requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Labor Code Section 1776. DIR REGISTRATION. California Labor Code Section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Contract to be currently registered with the California Department of Industrial Relations (‘DIR’), as specified in Labor Code Section 1725.5. Labor Code Section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Contract, Contractor must furnish the City with the subcontractor or subconsultant's current DIR registration number. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATION. Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. CALIFORNIA AIR RESOURCES BOARD (CARB) IN-USE OFF-ROAD DIESEL FUELED FLEETS REGULATION. Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. More information about the requirements and Contractor’s required certification is provided in Exhibit D. CONSTRUCTION MANAGEMENT SOFTWARE. Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non- productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B PWM25-3629TRAN productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this Contract and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32 .025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject 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 (5) years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contra tor or subcontractor participating in contract bidding. Signature: Print Name: Rebecca Buchholz REQUIRED 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 California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAie) latest quarterly listings report. Commercial General Liability Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Property damage insurance in an amount of not less than ........ $2,000,000 Automobile Liability Insurance in the amount of $2,000,000 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. R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page 3 City Attorney Approved 6/5/24 PWM25-3629TRAN R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page 4 City Attorney Approved 6/5/24 The above policies shall have non-cancellation clauses providing that 30 days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY. Workers’ Compensation limits as required by the California Labor Code. Workers’ Compensation will not be required if Contractor has no employees and provides, to City’s satisfaction, a declaration stating this. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. INDEMNITY. Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against 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. THIRD PARTY RIGHTS. Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. JURISDICTION AND VENUE. This Agreement shall be interpreted in accordance with the laws of the State of California. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Contract is San Diego County, California. Start Work: Contractor agrees to start within ten (10) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within thirty (30) working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. RCB Enterprise, Inc. dba Gridlock Sign & Safety Solutions 13959 Hickory Street (name of Contractor) 1069303 (street address) Poway, CA 92064 (Contractor’s license number) D42 - 09/30/2024 (city/state/zip) 619-933-2367 (license class. and exp. date) 1000730682 - 12/31/2024 (telephone no.) cory@gridlocksafety.com (DIR registration number/exp. date) (e-mail address) Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B PWM25-3629TRAN AUTHORITY. The individuals executing this Contract 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 Contract. CDrffRACTOR ·RCB H H tRPRlSE, INC, a California corporation dba Gr:dlock Sign & Safety Solutions r; ~ru (sign here) Rebecca Buchholz, President (print name, title) Cory Buchholz, Secretary & CFO (print name, title) CITY OF CARLSBAD, a municipal corporation of the State of California By: PAZ GOMEZ, Deputy City Manager, Public Works, as authorized by the City Manager ATTEST: SHERRY FREISINGER, City Clerk By: Assistant City Clerk If required by City, proper notarial acknowledgment of execution by Contractor must be attached. ~ corporation, Contract must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, 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: CINDIE K. McMAHON, City Attorney BY: ___ ti_·l-\-\_¼_,_fJ_l/\,_S __ _ Assistant City Attorney R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page S City Attorney Approved 6/5/24 Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B PWM25-3629TRAN EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor for any portion of the Project 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 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." SUBCONTRACTORS Type of Work Business Name and Address DIR Registration No. License No., %of to be & Expiration Date Classification Total Subcontracted & Expiration Contract Date /Vo/\J,_ Total% Subcontracted: __ ...,f25 ___ _ The Contractor must perform no less than 50% of the work with its own forces. R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page 6 City Attorney Approved 6/5/24 PWM25-3629TRAN R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page 7 City Attorney Approved 6/5/24 EXHIBIT B The Contractor shall provide all material, equipment and labor required to replace the 35 mast arm/intersection signs (R73) listed herein located on Palomar Airport Rd. and Rancho Santa Fe Rd. (at various crossstreets) in the City of Carlsbad, as identified in Exhibit ‘E’ and ‘F’ with new, contractor provided signs. Contractor will return all street signs to complete working condition. The Contractor will return all old sign material to the City of Carlsbad. Once each sign is replaced contractor shall install a city provided date of install sticker and provide the city an electronic file of the new signs. All work is associated with asset management task # 1034. All required traffic control will be provided by the Contractor in accordance with the latest edition of the California Manual on Uniform Traffic Control Devices (CAMUTCD). All sign reflectivity will match the most recent CalTrans standards for the signs being replaced. All work shall be performed in accordance with the City of Carlsbad’s Engineering Standards, the 2021 Standard Specifications for Public Works Construction (Greenbook), and 2018 Caltrans Standard Plans and Caltrans Specifications. R73 Intersection Signs Replace - Palomar Airport Rd and Rancho Sante Fe Rd Replace qty 36 R73-X signs on Palomar Airport Rd, Rancho SF Rd (WO 1034) JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 EA 36 REMOVE OLD SIGN AND INSTALL NEW R73-2 MAST ARM SIGN $27,000 2 EA 36 36"x36" ALUMINUM SIGN R73-2 BLK/WHT DIAMOND GRADE W/PREMIUM UV OVERLAY $5,760 TOTAL* $32,760 *Includes taxes, fees, expenses and all other costs. Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B Bond #999415955 PWM25-3629TRAN EXHIBITC LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to RCB Enterprises, Inc. dba Gridlock Sign & Safety Solutions (hereinafter designated as the "Principal"), a Contract for: R73 INTERSECTION SIGNS REPLACE -PALOMAR AIRPORT RD. AND RANCHO SANTA FE RD. in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, RCB Enterprises, Inc. dba Gridlock Sign & Safety Solutions, as Principal, (hereinafter designated as the "Contractor"), and The Ohio Casualty Insurance Company , as Surety, are held firmly bound unto the City of Carlsbad in the sum of thirty one thousand eight hundred fifty dollars ($31,850), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, 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 Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Pages City Attorney Approved 6/5/24 Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B PWM25-3629TRAN This labor and materials bond may be approved as to form by the City Attorney for the City in counterpa .... and the counterparts shall all constitute a single, original instrument. 2025 SIGNED AND SEALED, this 20th day of __ J_cu_n_ce __________ , l00tX RCB Enterprise Inc. dba Gridlock Sign & Safety Solutions _____________ (SEAL) The Ohio Casualty Insurance Company (SEAL) By: __ ~~""--:r '--:::-:£=~=.=::'3i=ft',c_=. __ &ofl-'1 i IAlHllrJL LI V:t'cc--.flh5'ZOcY7 (Name/Title) (Surety) By:~~ 7 (Signature) Todd A. Stein, Attorney-in-Fact (Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney By: ___ ti_i~_G~()-llt,_S ____ _ Assistant City Attorney R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page 9 City Attorney Approved 6/5/24 Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B ~Liberl): \P Mutual. POWER OF ATTORNEY SURETY The Ohio Casualty Insurance Company Principal: RCB Enterprise Inc. dba Gridlock Sign & Safety Solutions Agency Name: Brunswick Insurance Agency Inc. ) Thirty-two Thousand Seven Hundred Sixty Dollars And Zero Cents Bond Number: 999415955 -----------Obligee: City of Carlsbad Bond Amount: ($32,760.00 Contract Amount: ($32,760.00 ) Thirty-two Thousand Seven Hundred Sixty Dollars And Zero Cents KNOW ALL PERSONS BY THESE PRESENTS: that The Ohio Casualty Insurance Company, a corporation duly organized under the laws of the State of New Hampshire (herein collectively called the 'Company'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint Todd A. Stein in the city and state of Cleveland, OH, each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Company in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of the Company has been affixed thereto this 20th day of June, 2025. The Ohio Casualty Insurance Company • By 1'1.fiJ L-ctiE ~ ,_ _ _, Nathan J. Zangerle, Assistant Secretary -~ 8 ~ -~ :!::!° ~ STATE OF PENNSYLVANIA ss .£ "5 ~ ::, COUNTY OF MONTGOMERY § E 1....C> ~ ~ ~ On this 20th day of June, 2025, before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of The Ohio Casualty Insurance Company ~ a, ~ iii and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as duly authorized !§ ~ 2~~= I 1~ ~ _ -o IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. O<C u, ~-~ ~o .Q ~ ~----------~ -;:::: Q) -0'-Commonwealth of Pennsylvania -Notary Seal A----.._ g QJ ·- Teresa Pastella, Nota,y Public By: r/j,, : ,. . 1 // -I-,1 / ~O EQJ o2 Montgome,yCounty pu.,a..,J ~ _ :-~ My~~~~f~~~~:~~~~~~s!i2029 Teresa Pastella, Notary Public 3 ° CJ) UJ Member, Pennsylvama Assoc1at1on of Notanes O ~ roGJ ~ ~~Q) a,N t'-~~ E .£ This Power of Attorney is made and executed pursuant to and by authority of the following By-law and Authorizations of The Ohio Casualty Insurance Company, which is now in full force f1. ~ ~ 2 and effect reading as follows: 0 ~ ~~ ~~ -o >, ARTICLE IV-OFFICERS: Section 12. Power of Attorney. c: CD ~ g Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the ~ 'iii _;:: ~ President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety g ~ ~ ~ any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall .o ~ ~ have full power to bind the Corporation by their signature and executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any o ~ power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by LL the officer or officers granting such power or authority. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature or electronic signatures of any assistant secretary of the Company or facsimile or mechanically reproduced or electronic seal of the Company, wherever appearing upon a certified copy of any power of attorney or bond issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, of The Ohio Casualty Insurance Company do hereby certify that this power of attorney executed by said Company is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Company this ~ day of _Jun_e _____ , 2025 //-~ By:~~/-'(5:"~-,-,---,,---,--,-,-..,....,,.-.,--------Renee C. Llewellyn, Assistant Secretary eBonding_POA Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B Bond #999415955 INDMDUAL OR PARTNERSHIP ACKNOWLEDGEMENT STATE OF _______________ _ COUNTY OF _______ ~ ss On the _________ day of ___________ _, 20 __ , before me, a Notary Public within and for said county, personally appeared, to me known to be the person (s) described in and who executed the foregoing instrument, as Principal (s), and acknowledged to me that they executed the same as their free act and deed. Notary Public._· ___________ _ County, ______________ _ (Notarial Seal) My commission expires _________ _ CORPORATE ACKNOWLEDGEMENT STATE OF ______________ _ COUNTY OF _______ ~ ss On the __________ day of ___________ , 20 ___ , before me, personally appeared, ___________________________ _ to me known, who being by me duly sworn, did depose and say, that he resides in ______ _ and that he is the ____________ of the ______ _ the corporation described in, and which executed the foregoing instrument: that he knows the seal of said corporation; that the seal affixed to 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. Notary Public. ___________ _ County, ______________ _ (Notarial Seal) My commission expires _________ _ ACKNOWLEDGEMENT OF CORPORATE SURETY STATE OF __ O_h_io ___________ _ COUNTY OF _C_u~ya_h_o-ga ______ ~} ss On the 20th day of June 20~, before me, appeared, Todd A. Stein to me personally known, who being by me duly sworn, did say that he is the aforesaid officer or attorney·in·fact of the surety compa ny; that the seal affixed to the foregoing instrument is the corporate seal of the surety company, and that said instrument was signed and sealed in behalf of the surety company by the aforesaid officer, by authority of its board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of the surety company. Notary Public_J_e_nn_i_fe_r_O_rz_e_l ______ _ County, Cuyahoga (Notarial Seal) My commission expires December 2, 2029 Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B No. 4423-0 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority TIIlS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Lexington National Insurance Corporation of Florida, organized under the laws of Florida, subject to its Articles of Incorporation or other fandamental organizational documents, is herel,y authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Surety and Liability as such classes are now or may hereqfter be defined in the Insurance Laws of the State of California. TIIlS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in fall compliance with all, and not in violation of any, of the applicable laws and lawfa] requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereqfter be changed or amended NOTICE: IN WTINESS WHEREOF, effective as of the 301" day of December, 2019, I have hereunto set my hand and caused my official seal to be <effixed this 301" day of December, 2019. By Rfoardo Lara ]rlSl,fTtUIU C<Jmmi.sskmer ru1~ for Catalina Hayes-Bautista Insurance Chief iMputy Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation oflllsurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B ~Libertx \P Mutual. SURETY The Ohio Casualty Insurance Company FINANCIAL STATEMENT-DECEMBER 31, 2023 Cash and Bank Deposits *Bonds -U.S Government *Other Bonds *Stocks Real Estate Assets $205,269,499.00 $9,800,297,880.00 $2,624,053,574.00 $580,310,204.00 $0.00 Agents' Balances or Uncollected Premiums __ $2,470,513,419.00 Accrued Interest and Rents Other Admitted Assets $117,249,509.00 $6,440,345,225.00 Total Admitted Asset ____ $22,238,039,310.00 Liabilities Unearned Premiums . $4,119,585,324.00 Reserve for Claims and Claims Expense ..... $11,539,414,910.00 Funds Held Under Reinsurance Treaties $0.00 Reserve for Dividends to Policyholders Additional Statutory Reserve_ Reserve for Commissions, Taxes ... _$524,079.00 $0.00 and Other Liabilities $1,067,720,142.00 Total ___________ $16,727,244,455.00 Special Surplus Funds $83,803,503.00 Capital Stock .. $8,848,635.00 Paid in Surplus ....... $2,066,113,364.00 Unassigned Surplus .. ..... . $3,352,029,353.00 Surplus to Policyholders .. $5,510,794,855.00 Total Liabilities and Surplus ___ $22,238,039,310.00 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from The Ohio Casualty Insurance Company's financial statement filed with the New Hampshire Department of Insurance. I, TIM MIKOLAJEWSKI , Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2023, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 8th day of March, 2024. Timothy A. Mikolajewski, Assistant Secretary LMS-20833e 03/24 PWM25-3629TRAN R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page 10 City Attorney Approved 6/5/24 EXHIBIT D In-Use Off-Road Diesel-Fueled Fleet Regulation Requirements CARB implemented amendments to the In-Use Off-Road Diesel Fueled Fleets Regulations that apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. More information about the requirements can be found at https://ww2.arb.ca.gov/our-work/programs/use-road-diesel-fueled-fleets-regulation Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. The City is a “Public Works Awarding Body,” as that term is defined under Title 13 California Code of Regulations Section 2449(c)(46). Accordingly, the Contractor must submit, with their pre-award contract documents, valid Certificates of Reported Compliance (CRC) for the Contractor’s fleet, and for the fleets of any listed subcontractors (including any applicable leased equipment or vehicles). Failure to provide a valid CRC, will limit the city’s ability to proceed with awarding this Contract. Contractor has an on-going obligation for term of this Agreement to provide copies of Contractor’s, as well as all listed subcontractors, most recent CRC issued by CARB. Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor’s and subcontractors’ fleet including, without limitation, CRC, fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep or maintain pursuant to the Regulation upon two (2) calendar days’ notice from the City. Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B PWM25-3629TRAN EXHIBIT D (CONT.) IN-USE OFF-ROAD DIESEL-FUELED FLEET REGULATION CERTIFICATION Contractor hereby acknowledges that they have reviewed the CAR B's policies, rules and regulations and are familiar with the requirements of In-Use Off-Road Diesel-Fueled Fleet Regulation. Contractor hereby certifies, subject to the penalty of perjury, that the option checked below relating to the Contractor's fleet, and/or that of their subcontractor(s) ("Fleet'') is true and correct: D The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. D The Fleet is exempt from the Regulation under Section 2449.1(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. D Contractor and/or their subcontractor is unable to procure R99 or RlOO renewable diesel fuel as defined in the Regulation pursuant to Section 2449.1(f)(3). Contractor shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i .e., third party correspondence or vendor bids). D The Fleet is exempt from the requirements of the Regulation pursuant to Section 2449(i)(4) because this Project has been deemed an "emergency", as that term is defined in Section 2449{c)(18). Contractor shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to Section 2449{i)(4). \ / A The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name: Rebecca Bucholz Title: President Date: R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RAN CHO SANTE FE RD Page 11 City Attorney Approved 6/5/24 R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page 12 City Attorney Approved 6/5/24 EXHIBIT ‘E’ – Map of Area for Cartegraph Work Order 1034 Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B 0 Estimated vs Actual Costs 0 Labor 0 Equipment 0 Materials 0 Other ~ Attached Files ffi 0 0 PROJECTED Tasks 36 0 PLANNED Tasks c:in 1 i1as r.. • ._-..,1\ by lh\.sa,.~F•~• ... 0 2 0 IN PROGRESS 0 COMPLETED Tasks Tasks 0 E1c.,.,,_..,,. .,_Nori. ,, . 0 0 CANCELED Tasks .\ ,·-·----~"•'·~ / .... Slftt'IS SanGIS, B~eau of tand Management, Esn, HERE, Garmm, NGA, USGS, NPS Actions O· R73 INTERSECTION SIGNS REPLACE - PALOMAR AIRPORT RD AND RANCHO SANTE FE RD Page 13 City Attorney Approved 6/5/24 EXHIBIT ‘F’ – List of Assets for Cartegraph Work Order 1034 Docusign Envelope ID: B7E5D7C6-A8F1-4343-9F9C-A56E2183C76B Asset ID SIGNTYPE SIGNSTYLE SIGNTEXT FACING CAMUTCDDESCRIPTION STREETNAME Task ID Activi!}'. WO SGN1037 REG R73·5 Lane Control Arrows w LANE CONTROL ARROWS PALOMAR AIRPORT RO 62264 STREETS · SIGN REPLACEMENT 1034 SGN3791 REG R73·2 Lane Control Arrows NE LANE CONTROL ARROWS PALOMAR AIRPORT RO 62257 STREETS · SIGN REPLACEMENT 1034 SGN3873 REG R73·2 Lane Control Arrows NE LANE CONTROL ARROWS PALOMAR AIRPORT RO 62258 STREETS · SIGN REPLACEMENT 1034 SGN4036 REG R61·1 Lane Control Arrows N LANE CONROL ARROWS AVENIOA ENCINAS 62260 STREETS · SIGN REPLACEMENT 1034 SGN4043 REG R73·3 Lane Control Arrows w LANE CONTROL ARROWS PALOMAR AIRPORT RO 62259 STREETS · SIGN REPLACEMENT 1034 SGN4055 REG R73·3 Lane Control Arrows SW LANE CONTROL ARROWS PALOMAR AIRPORT RO 62262 STREETS · SIGN REPLACEMENT 1034 SGN4060 REG R73·3 Lane Control Arrows NW LANE CONTROL ARROWS PALOMAR AIRPORT RO 62261 STREETS · SIGN REPLACEMENT 1034 SGN3913 REG R73·6 Lane Control Arrows w LANE CONTROL ARROWS PALOMAR AIRPORT RO 62263 STREETS · SIGN REPLACEMENT 1034 SGN4152 REG R73·2 Lane Control Arrows w LANE CONTROL ARROWS PALOMAR AIRPORT RO 62268 STREETS · SIGN REPLACEMENT 1034 SGN4158 REG R73·2 Lane Control Arrows E LANE CONTROL ARROWS PALOMAR AIRPORT RO 62283 STREETS · SIGN REPLACEMENT 1034 SGN4201 REG R73·6 Lane Control Arrows E LANE CONTROL ARROWS PALOMAR AIRPORT RO 62284 STREETS · SIGN REPLACEMENT 1034 SGN4207 REG R73·6 Lane Control Arrows w LANE CONTROL ARROWS PALOMAR AIRPORT RO 62286 STREETS · SIGN REPLACEMENT 1034 SGN4247 REG R73·5 Lane Control Arrows w LANE CONTROL ARROWS PALOMAR AIRPORT RO 62267 STREETS · SIGN REPLACEMENT 1034 SGN4253 REG R73·5 Lane Control Arrows E LANE CONTROL ARROWS PALOMAR AIRPORT RO 62288 STREETS · SIGN REPLACEMENT 1034 SGN4295 REG R73·2 Lane Control Arrows SE LANE CONTROL ARROWS EL CAMINO REAL 62255 STREETS · SIGN REPLACEMENT 1034 SGN4297 REG Rl0-7 DO NOT BLOCK INTERSECTION w DO NOT BLOCK INTERSECTION EL CAMINO REAL 62573 STREETS · SIGN REPLACEMENT 1034 SGN4298 REG R73·6 Lane Control Arrows w LANE CONTROL ARROWS EL CAMINO REAL 62266 STREETS · SIGN REPLACEMENT 1034 SGN4333 REG R73·5 LANE CONTROL ARROWS N LANE CONTROL ARROWS EL CAMINO REAL 62235 STREETS · SIGN REPLACEMENT 1034 SGN4334 REG Rl0-7 DO NOT BLOCK INTERSECTION N DO NOT BLOCK INTERSECTION EL CAMINO REAL 62574 STREETS · SIGN REPLACEMENT 1034 SGN6097 REG R3·4 No U·Turn Symbol SE NO U TURN CALLE BARCELONA 62278 STREETS · SIGN REPLACEMENT 1034 SGN6104 REG R73·2 Lane Control Arrows SW LANE CONTROL ARROWS RANCHO SANTA FE RD 62277 STREETS · SIGN REPLACEMENT 1034 SGN6113 REG R3·4 No U·Turn Symbol NW NO U TURN CALLE BARCELONA 62280 STREETS · SIGN REPLACEMENT 1034 SGN6117 REG R73·2 Lane Control Arrows NE LANE CONTROL ARROWS RANCHO SANTA FE RD 62279 STREETS · SIGN REPLACEMENT 1034 SGN16504 REG R73·6 Lane Control Arrows N LANE CONTROL ARROWS MELROSE DR 62285 STREETS · SIGN REPLACEMENT 1034 SGNl 7783 REG R73·2 Lane Control Arrows SW LANE CONTROL ARROWS RANCHO SANTA FE RD 62282 STREETS · SIGN REPLACEMENT 1034 SGN17800 REG R73·2 Lane Control Arrows NE LANE CONTROL ARROWS RANCHO SANTA FE RD 62273 STREETS · SIGN REPLACEMENT 1034 SGN17801 REG R73·2 Lane Control Arrows SW LANE CONTROL ARROWS RANCHO SANTA FE RD 62275 STREETS · SIGN REPLACEMENT 1034 SGN17802 REG R3·4 No U·Turn Symbol E NO U TURN CAMINO JUN IPERO 62276 STREETS · SIGN REPLACEMENT 1034 SGN17803 REG R3·4 No U· Turn Symbol NW NO U TURN CAMINO JUN IPERO 62274 STREETS · SIGN REPLACEMENT 1034 SGN18286 REG R73·5 Lane Control Arrows E LANE CONTROL ARROWS SAN ELIJO RD 622n STREETS · SIGN REPLACEMENT 1034 SGN18287 REG R73·5 Lane Control Arrows N LANE CONTROL ARROWS RANCHO SANTA FE RD 62269 STREETS · SIGN REPLACEMENT 1034 SGN18288 REG R73·2 Lane Control Arrows SE LANE CONTROL ARROWS RANCHO SANTA FE RD 62271 STREETS · SIGN REPLACEMENT 1034 SGN18864 REG R73·3 Lane Control Arrows w LANE CONTROL ARROWS SAN ELIJO RD 62270 STREETS · SIGN REPLACEMENT 1034 SGN19222 REG R73·2 Lane Control Arrows s LANE CONTROL ARROWS RANCHO SANTA FE RD 62281 STREETS · SIGN REPLACEMENT 1034 SGN20317 REG R73·6 LANE CONTROL ARROWS s LANE CONTROL ARROWS MELROSE DR 62287 STREETS · SIGN REPLACEMENT 1034 SGN20691 REG R73·3 LANE CONTROL ARROWS E LANE CONTROL ARROWS PALOMAR AIRPORT RD 62256 STREETS · SIGN REPLACEMENT 1034 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDNYYY) ~ 04/02/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER C l"f: • B k I A . t CONTACT Hayden Grayson a I orma ro erage nsurance ssocIa es NAME: lljgNJ:o c ... ,. (619)283-9999 I FAX 1851 San Diego Ave., Suite 120 IA/C Nol: (619)282-5484 E-MAIL HGRAYSON@UINSUREIT.COM San Diego, CA 92110 ADDRESS: License #: 0B86513 INSURERISl AFFORDING COVERAGE NAIC# INSURER A: Admiral Insurance Comoanv INSURED RCB ENTERPRISE INC INSURERB: lnfinitv Select Insurance Comoanv 20260K DBA GRIDLOCK SIGN & SAFETY SOLUTIONS INSURERC: Acceotance Casualtv Insurance Comoanv PO Box 890516 INSURERD: State Comoensation Insurance Fund 35076 Temecula, CA 92589 INSURERE: StarStone National Insurance Comoanv INSURERF: COVERAGES CERTIFICATE NUMBER: 00013051-848969 REVISION NUMBER: 6 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR r:SM&~ r:SM&~ LTR TYPE OF INSURANCE '"'"" lwvn POLICY NUMBER LIMITS A e-X COMMERCIAL GENERAL LIABILITY y y CA000052535-02 04/01/2025 04/01/2026 EACH OCCURRENCE $ 1.000.000 D CLAIMS-MADE □ OCCUR DAMAGE TO RENTED $ 300 000 PREMISES /Ea occurrence I ~ MED EXP (Any one person) $ 5000 PERSONAL & ADV INJURY ~ $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2.000.000 ~ □PRO-DLoc PRODUCTS • COMP/OP AGG $ 2,000,000 POLICY JECT OTHER: $ B AUTOMOBILE LIABILITY -y y 50009465901 05/28/2024 05/28/2025 fi:~~~~~~llNGLE LIMIT $ 1.000.000 e-X ANY AUTO BODILY INJURY (Per person) $ -OWNED SCHEDULED BODILY INJURY (Per accident) $ -AUTOS ONLY -AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ ~ AUTOS ONLY ~ AUTOS ONLY !Per accidentl $ C UMBRELLA LIAB ~ OCCUR y y EMM0002184 01 04/01/2025 04/01/2026 EACH OCCURRENCE $ 3,000,000 ~ X EXCESSLIAB CLAIMS-MADE AGGREGATE $ 3,000,000 DED I I RETENTION $ $ D WORKERS COMPENSATION y 9303821-24 08/17/2024 08/17/2025 XI ~ffTUTE I I OTH- AND EMPLOYERS" LIABILITY ER Y/N 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE □ N/A E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE -EA EMPLOYEE $ 1,000,000 g~it~rtfr~~ O~OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 E Excess Liability y y 71200Y251ALI 04/01/2025 04/01/2026 Each Occurrence 2,000,000 DESCRIPTION OF OPERA TIO NS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The City of Carlsbad has been added as an Additional Insured. A waiver of subrogation has been added by endorsement as respects to General Liability, Auto Liability, and Workers Compensation Insurance. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE The City of Carlsbad/CMWD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN c/o EXIGIS Insurance Compliance Services ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box947 Murrieta, CA 92564 AUTHOR:JZED REP ESE¼TIVE;t D . r~,, . /7. y .... I (HCG) © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Printed by HCG on 04/02/2025 at 09:31AM CALIFORNIA BROKERAGE INS ASSOC 1851 san Diego Ave Ste 120 San Diego, CA 92110-2100 MB 01 000105 92205 H 2 A City of Car1sbad/CMW0 P.O. Box 947 Murrieta, CA 92564 11 I I• 11' 1111111111111111 •I 111,11•1111111111' I' 1•111111111111' I •1 I -----·---- This sheet is for mailing purposes only -- KEMPER·Auto COMM~RCIAL Customer Service: (800) 122;3391 Kemper Auto Commercial 11700 Great Oaks Way, Suite 450 Alpharetta, GA 30022 Underwritten by: Infinity Select Insurance Company Claims Service: (800) 353-6737 WAIVER OF SUBROGATION ICopyTo Polley I_D ~umbe~ Expiration Date .. -- 50009465901 05/28/2026 12:01 a.m. City of Carlsbad/CMWD Named Insured P.O. Box 947 Murrieta, CA 92564 RCB ENTERPRISE INC This endorsement is attached to and forms a part of the listed policy. No changes will be effective prior to the time changes are requested. In return for your premium payment shown below, we agree that our rights of subrogation or rights of recovery under the policy will not apply against the following person or organization: City of Carlsbad/CMWD (name of person or organization) Additional premium in the amount of $250.00 will be retained by us regardless of any early termination of this endorsement or the policy. All other policy provisions remain unchanged. ADDL INSURED COPY 50461SWF01 AMEND DATE: 05/28/2025 ENDORSEMENT : 5-1