Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Aesthetics Inc; 2026-01-29; PSALCA-25001CA
PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 1 AGREEMENT FOR PUBLIC ARTWORK DESIGN, FABRICATION AND DELIVERY FOR BARRIO TRAFFIC CIRCLE PUBLIC ART PROJECT, A COMPONENT OF THE BARRIO TRAFFIC CALMING PROJECT, CAPITAL IMPROVEMENT PROGRAM (CIP) PROJECT NO. 4015 AESTHETICS, INC. THIS AGREEMENT is made and entered into as of the day of , 2025, (the “Effective Date”) by and between the City of Carlsbad, California, a municipal corporation ("City"), and Aesthetics, Inc., a California corporation, ("Contractor") (collectively, the “Parties”). RECITALS A. City desires to commission, and therefore requires the professional services of, an artist experienced in public art to design, fabricate, and deliver permanent, site-specific artwork for the Barrio Traffic Circle Public Art Project, a component of the Barrio Traffic Calming Project, Capital Improvement Program (CIP) Project No. 4015, located at the intersection of Pine Avenue and Harding Street in Carlsbad, California, which artwork will be installed by a City-retained public-works contractor. B. Contractor is qualified to design, fabricate, and deliver the artwork and to provide on-site installation support (without performing installation labor). C. City will separately procure and contract for installation with a licensed contractor under a public works contract; Contractor will coordinate with City and its licensed installation contractor during artwork installation. D. Contractor submitted a proposal and has affirmed its willingness and ability to perform the Services described herein. 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") defined in Exhibit A, which Exhibit is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE Contractor shall perform the Services with the degree of care and skill ordinarily exercised by reputable public art professionals practicing in metropolitan Southern California, using reasonable diligence and best professional judgment, and shall provide materials, finishes, and workmanship suitable for long-term outdoor coastal exposure and compliant with applicable codes and standards. 3. TERM The term of this Agreement is two (2) years from the Effective Date. The City Manager may extend the Agreement for up to two (2) additional terms of up to one (1) year each (or parts Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 January29th 2026, PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 2 thereof) by written amendment stating the effective date and length of the extension. Any extension is conditioned on satisfactory performance, the City’s continuing need, and appropriation of funds by the City Council. 4. COMPENSATION AND PAYMENT The total compensation for the Services shall not exceed ninety-nine thousand five hundred dollars ($99,500) (the “NTE”), inclusive of all Contractor costs for design, fabrication, delivery, insurance, and installation-support services. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit A. The City’s obligation to make payments under this Agreement is contingent upon the annual appropriation of funds by the City Council. If funds are not appropriated, City may terminate this Agreement without liability for the unappropriated portion upon written notice. 5. STATUS OF CONTRACTOR Contractor will perform the Services as an independent contractor and in pursuit of Contractor’s independent calling, not as a City employee, agent, joint venturer, or partner. City will control only the result to be accomplished; the means and methods of performance are within Contractor’s control. All persons engaged by Contractor (including subcontractors and their personnel) are not City employees for any purpose and remain under Contractor’s exclusive direction and supervision. Contractor has no authority to bind the City unless expressly authorized in writing. The payment made to Contractor under this Agreement constitutes the full and complete compensation to which Contractor is entitled. City will not make federal or state tax withholdings on behalf of Contractor or its agents, employees, or subcontractors, and will not pay workers’ compensation insurance, unemployment contributions, Social Security, overtime, or other payroll-related obligations on their behalf. Contractor shall be solely responsible for all such obligations and shall indemnify and reimburse City within thirty (30) days for any tax, retirement contribution, Social Security, overtime, unemployment, or workers’ compensation payment City is required to make on account of Contractor’s performance hereunder. At City’s election, City may offset any such amounts against sums otherwise due to Contractor. 6. 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 Services unless specifically noted to the contrary in the subcontract and approved in writing by City. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 3 7. COPYRIGHT ACQUISITION AND WAIVER OF MORAL RIGHTS 7.1 Definitions. The Parties agree to the following definitions: 7.1.1 “Artwork” means the original visual work of art created by Contractor for the Barrio Traffic Circle Public Art Project, a component of the Barrio Traffic Calming Project, Capital Improvement Program (CIP) Project No. 4015 pursuant to this Agreement, and to be located at the future Barrio Traffic Circle site at the intersection of Pine Avenue and Harding Street in the City of Carlsbad, California, and as further described in Exhibit “A.” 7.1.2 “Copyright” means the rights granted in the Artwork as defined and set forth in the U.S. Copyright Act of 1976, 17 U.S.C. §101 et seq., as amended, to authors of original works of authorship fixed in a tangible medium of expression, including but not limited to a “work of visual art” as defined in section 17 U.S.C. §101. 7.1.3 “VARA” means the Visual Artists Rights Act of 1990, (17 U.S.C. §106A, et seq. and 113(d)), as amended, which confers upon authors of works of visual art several types of attribution and integrity rights, including but not limited to the right to prevent any intentional distortion, mutilation, or other modifications to his/her/their visual artwork, and to prevent the destruction of a work of visual art of recognized stature. 7.1.4 “CAPA” means the California Art Preservation Act of 1979 (Cal. Civil Code §987 et seq.), as amended, which confers certain rights (not pre-empted by VARA) to artists, of works of fine art (original paintings, sculptures, drawings or original works of art in glass, of recognized artistic quality), including but not limited to the right to prohibit the intentional physical defacement, mutilation, alteration, or destruction of a work of fine art by any person or entity who possesses or owns the fine art. 7.1.5 “Moral Rights” means any rights of Contractor in the Artwork that include the rights under VARA or CAPA or any similar rights under any body of state, federal, or international law relating to Contractor’s rights in the integrity of the Artwork or right of attribution relating to the Artwork. 7.2 Copyright Acquisition. Contractor hereby irrevocably sells, assigns, transfers, and conveys to City, and City hereby accepts, all of Contractor’s right, title, and interest in and to all: (i) copyrights in the Artwork, whether registered or unregistered, arising under any applicable law of any jurisdiction throughout the world or any treaty or other international convention; (ii) all rights of any kind whatsoever of Contractor accruing under any copyright registration or application for copyright registration for the Artwork and all issuances, extensions, and renewals thereof; (iii) all licenses and similar contractual rights or permissions, whether exclusive or nonexclusive, related to the Artwork; (iv) all future royalties, fees, income, payments, and other proceeds for the Artwork; (v) all rights to claims and causes of action with respect to any of the foregoing, including all rights to and claims for damages, restitution, and injunctive and other legal and equitable relief for future infringement, misappropriation, violation, breach, or default; and (vi) all other rights, privileges, and protections of any kind whatsoever of Contractor for the Artwork accruing under any of the foregoing provided by any applicable law, treaty, or other Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 4 international convention throughout the world. Contractor hereby authorizes the Register of Copyrights in the United States Copyright Office to record and register this copyright assignment upon request by City. Contractor shall take such steps and actions and provide such cooperation and assistance to City and its successors, assigns, and legal representatives, including the execution and delivery of any affidavits, declarations, oaths, exhibits, assignments, powers of attorney, or other documents, as may be necessary to effect, evidence, or perfect the assignment of the copyright in the Artwork to City. 7.3 Title. Upon Final Acceptance, City will own title to and control the Artwork, including all fabricated elements delivered and installed under this Agreement. 7.4 Waiver of Statutory Moral Rights. Contractor acknowledges and understands that if the Artwork proceeds to fabrication, the Artwork may be subject to destruction, distortion, mutilation, or other modification by City or its officials, officers, employees, agents, or representatives. Additionally, City may remove the Artwork, or a portion of the Artwork, for any reason or no reason at all. Contractor irrevocably waives any and all Moral Rights in the Artwork, including but not limited to any rights of Contractor under VARA or CAPA, which waiver shall include but not be limited to: 1. The right to prevent any destruction, distortion, mutilation, removal, or other modification of any kind of the Artwork, for any purpose or use of any kind, and whether or not the distortion, mutilation, removal, or modification is intentional or prejudicial to the Contractor’s honor or reputation, and whether or not the Artwork is one of recognized stature. 2. The right to prevent the use of Contractor’s name as the author of the Artwork in the event of a distortion, mutilation, or other modification of the Artwork which would be prejudicial to Contractor’s honor or reputation. 3. The right to claim authorship of the Artwork and to prevent the use of Contractor’s name as the author of any work of visual art which Contractor did not create. This waiver includes a waiver of any claim that the destruction, modification, or removal of the Artwork constitutes a “taking” (inverse condemnation) of property under state or federal law. Contractor, and Contractor’s agents, heirs, successors and assigns further agree not to attempt to defeat this waiver by cooperating, encouraging or assisting any organization which seeks to bring an action under VARA or CAPA. Artist Collaboration Upon Removal or Major Alteration - If City determines that the Artwork may require substantial alteration, relocation, or removal, City will make a reasonable good-faith effort to notify Contractor in advance and confer regarding potential options, including the possibility of Contractor performing conservation work or acquiring the Artwork. City agrees to remain reasonably open to such discussions; however, nothing in this section grants Contractor any right or entitlement to perform such work or to purchase, receive, or reclaim the Artwork. All final decisions regarding alteration, relocation, disposition, or sale of the Artwork are reserved Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 5 to the City in its sole discretion. 7.5 License Back to Contractor (Self-Promotion). Without limiting the foregoing, City grants Contractor a non-exclusive, royalty-free license to photograph and reproduce images of the Artwork solely for portfolio, educational, and non-commercial self-promotion, provided such use does not suggest City endorsement. 7.6 Artwork Contributors & Waivers/Consents. Contractor will obtain executed VARA/CAPA waivers from all Artwork contributors (including any artists, designers, fabricators, photographers, and any other creatives) using City’s form in Exhibit C. All executed waivers will be delivered to City prior to Final Acceptance. 7.7 Attribution / De-Attribution. City will use its best effort to identify Contractor as the designer of the Artwork. Following substantial alteration, Contractor may request removal of plaques or other attribution identifying Contractor as the designer of the Artwork, and City will honor such request within reason. 7.8 Unselected Concepts. Unselected design concepts remain Contractor’s intellectual property; however, Contractor grants City a non-exclusive, royalty-free license to reproduce such materials for internal review, public meetings, archival purposes, and to comply with the City’s records retention policy as well as the California Public Records Act. 8. INDEMNIFICATION 8.1 Contractor Performance. 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, damages, losses and expenses including attorneys fees arising out of the performance of the Services described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein, Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the cost to defend, shall not exceed the Contractor’s proportionate percentage of fault. 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 this Agreement. 8.2 Intellectual Property. Contractor will indemnify, defend (with counsel approved by the City), and hold harmless City and its officers, elected and appointed officials, employees and Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 6 volunteers from and against any and all third-party claims, as well as related losses, liabilities, judgments, awards, settlements, damages, expenses and costs (including reasonable attorney’s fees and related court costs and expenses) incurred or suffered by City which directly relate to or directly arise out of an alleged or actual violation or infringement of any third-party intellectual property rights from City’s authorized use of the Artwork derived from the Services. 9. 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 Contractor’s 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 must 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 (NAIC) latest quarterly listings report. 9.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the City’s Risk Manager 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 Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 9.1.1 Commercial General Liability (CGL) Insurance. 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. 9.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 9.1.3 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. 9.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the Services. 9.2 Fine Arts/Transit/Installation Floater. Limits adequate to cover the Artwork through delivery and assembly of the Artwork; City as loss payee “as its interest may appear.” 9.3 Installer Coverages. The City’s separate installation contract will require public works Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 7 insurance (including builder’s risk or installation floater naming City and, where applicable, Contractor as loss payee and additional insured (“AI”) for the onsite installation period). 9.4 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 9.4.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 9.4.2 All insurance other than Professional Liability shall be written on an occurrence basis. Professional Liability may be claims-made and shall be maintained for five (5) years after completion of the Services. 9.4.3 If Contractor maintains higher limits than the minimums shown above, City requires and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage will be available to City. 9.4.4 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. 9.4.5 Coverage afforded to City as additional insured shall be primary and non- contributory with any insurance or self-insurance maintained by City. 9.4.6 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. 9.5 Waiver of Subrogation. Contractor’s insurers shall waive rights of subrogation against City for CGL, Automobile, and Workers’ Compensation. 9.6 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 9.7 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. 9.8 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 8 10. 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. 11. 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 Services, data, documents, proceedings, and activities related to the Agreement for a period of four (4) years from the date of final payment under this Agreement. 12. WARRANTIES 12.1 Warranty of Title & Non-Infringement. Contractor represents and warrants that it is the sole and absolute owner, or has obtained all ownership rights, of the Artwork created under this Agreement and has legal authority to grant all the rights set forth in this Agreement, including but not limited to, title and copyright. The Artwork will be free of liens, claims, security interests, and will not infringe any intellectual property right under applicable law. 12.2 Design & Fabrication Warranty. Contractor represents and warrants that the Artwork, as designed and fabricated, will (1) conform to the shop-fabrication drawings and specifications as further described in Section 5.4 “Design Documents & Submittals” of Exhibit A; (2) be suitable and safe for its intended use; (3) meet customary industry standards for Artwork fabrication of its type; (4) be free of defects in material, design, and workmanship; (5) comply with all applicable laws, ordinances, regulations, and safety requirements; and (6) be suitable for long-term outdoor coastal exposure, including but not limited to, direct sunlight, temperature fluctuations, precipitation, wind, and moisture. This warranty shall remain in effect for one (1) year from Final Acceptance, and in no event will the duration of this warranty be shorter than any available pass-through manufacturer or fabricator warranties applicable to the materials, finishes, or coatings used in the Artwork. This warranty does not apply to damage or deterioration resulting from neglect, lack of reasonable cleaning or maintenance consistent with the approved Maintenance & Conservation Plan, misuse, vandalism, or abuse. Manufacturer warranties shall be assigned to City to the extent permitted and will not reduce Contractor’s obligations hereunder. Contractor shall assign to City all manufacturer and fabricator warranties to the fullest extent permitted, and such pass-through warranties shall run directly to the City without reducing Contractor’s warranty obligations. 12.3 Materials Warranty. Contractor represents and warrants materials for the Artwork are of good quality, free from defects, and suitable for their intended purpose. Coatings/finishes will conform to manufacturer specifications. This warranty shall remain in effect for one (1) year from Final Acceptance, and in no event will the duration of this warranty be shorter than any available pass-through manufacturer or fabricator warranties applicable to the materials, finishes, or coatings used in the Artwork. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 9 This warranty does not apply to damage or deterioration resulting from neglect, lack of reasonable cleaning or maintenance consistent with the approved Maintenance & Conservation Plan, misuse, vandalism, or abuse. Manufacturer warranties shall be assigned to City to the extent permitted and will not reduce Contractor’s obligations hereunder. Contractor shall assign to City all manufacturer and fabricator warranties to the fullest extent permitted, and such pass-through warranties shall run directly to the City without reducing Contractor’s warranty obligations. 12.4 Services Warranty. Contractor represents and warrants that each of its employees, subcontractors, and agents assigned to perform any Services under this Agreement will have the skills, training, background, and experience commensurate with his or her level of performance or responsibility, to perform in a competent and professional manner. 12.5 Maintenance Warranty. Contractor represents and warrants that reasonable maintenance shall not exceed the procedures set forth in the approved Maintenance & Conservation Plan. 12.6 Originality. Contractor represents and warrants that the Artwork design is original, has not been previously fabricated or sold, and will not be replicated or offered for sale elsewhere except for studies/maquettes reasonably necessary to create the Artwork. 12.7 Exclusions. The warranties in this Section 12 do not cover (1) normal wear and tear or aging; (2) vandalism, misuse, or abuse; and (3) lack of maintenance contrary to the Maintenance & Conservation Plan. 12.8 Notice & Cure. City shall give Contractor written notice of any warranty breach. Contractor shall, at no additional cost to City, promptly correct nonconforming Services within a commercially reasonable time after notice. If Contractor fails to cure, City may correct or complete the Services and Contractor shall reimburse City’s reasonable costs, without limiting other remedies. These warranty remedies are not exclusive and in no way affect or alter any other remedies available under this Agreement, at law, or in equity. 12.9 Remedies. Contractor will indemnify, defend, and hold harmless City from losses or damages arising from a breach of these warranties (in addition to and without limiting the Agreement’s indemnification obligations). 12.10 No Waiver by Approvals. City’s review/approval of submittals or acceptance of deliverables does not waive or diminish these warranties. 13. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 10 For City: For Contractor: Name Title Dept Craddock Stropes Cultural Arts Manager Library & Cultural Arts Name Title Address Annette S. Ridenour-Hill/Aesthetics Inc. Chief Executive Officer / President 2148 Broadway CITY OF CARLSBAD San Diego, CA 92102 Address 1775 Dove Lane Phone 619-683-7500 Carlsbad, CA 92011 Email ridenour@aesthetics.net Phone Email 442-339-2726 craddock.stropes@carlsbaca.gov 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. 14. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ 15. 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 whose services are required by this Agreement. 16. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS 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. 17. DISCRIMINATION, HARASSMENT, AND RETALIATION PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination, harassment, and retaliation. 18. PUBLIC RECORDS Contractor understands documents and information submitted to City may be public records Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 11 under the California Public Records Act. City will disclose such records as required by law. Contractor shall clearly mark bona fide trade secrets; City will use reasonable efforts consistent with law, but makes no representation that such materials are exempt from disclosure. 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 proposed resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded 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 AND SUSPENSION 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 under the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party 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 total compensation due and 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 Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 12 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 attorneys 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. JURISDICTION AND VENUE This Agreement shall be interpreted in accordance with the laws of the State of California without regard to, or application of choice of law principles. 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. NO ATTORNEYS FEES AND COSTS Except for Contractor’s indemnification obligations, if there is any litigation, mediation, arbitration or other dispute resolution proceedings arising out of this Agreement, each Party shall pay its own attorney and other professional fees, costs and expenses. 25. LIQUIDATED DAMAGES FOR DELAY IN DELIVERY The Parties agree time is of the essence for delivery and assembly of the Artwork to the City’s designated location pursuant to Section 6.4 “Delivery” of Exhibit A. The Parties agree that City’s actual damages from late delivery/assembly would be impracticable or extremely difficult to fix; therefore, Contractor shall pay City $250.00 per calendar day for each day delivery/assembly extends beyond the City’s designated delivery/assembly date. The Parties intend that liquidated damages constitute fair and reasonable compensation, and not a penalty. Liquidated Damages for delay shall be capped at 5% of the NTE and constitute City’s sole remedy for delivery/assembly delay (without limiting City’s remedies for non-delay breaches). Liquidated Damages do not apply to delays caused by City, City’s Installer (if applicable), utility companies, permitting authorities, or Force Majeure. For purposes of this Section, “late delivery” means failure to deliver and assemble the Artwork within the thirty (30)-day notice period provided by City, except where the delivery date is changed due to a City-caused delay. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 13 26. [RESERVED] 27. SUCCESSORS AND ASSIGNS This Agreement binds and benefits the Parties and their lawful successors. Contractor shall not assign this Agreement, in whole or in part, without City’s prior written consent. Notwithstanding the foregoing, Contractor may assign this Agreement by operation of law in connection with a merger, consolidation, or sale of substantially all assets or equity, provided: (i) Contractor gives City at least thirty (30) days’ prior written notice, (ii) the assignee is duly qualified to perform the Services and assumes all obligations in writing, and (iii) City may reasonably withhold consent if the assignment would materially impair performance or security. Any other attempted assignment is void. Subcontracting is not an assignment, but Contractor remains fully responsible for its subcontractors. 28. 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. 29. SURVIVAL Regardless of the circumstances of termination or expiration of this Agreement, or portion thereof, the provisions of Section 4 “Compensation and Payment,” Section 7 “Copyright Acquisition and Waiver of Moral Rights,” Section 8 “Indemnification,” Section 11 “Accounting Records,” Section 12 “Warranties,” Section 19 “Dispute Resolution,” Section 22 “Claims and Lawsuits,” Section 23 “Jurisdiction and Venue,” Section 24 “No Attorneys Fees and Costs,” and Section 30 “Cumulative Remedies” will survive the termination or expiration and continue according to their terms. 30. CUMULATIVE REMEDIES All rights and remedies provided in this Agreement are cumulative and not exclusive, and the exercise by either Party of any right or remedy does not preclude the exercise of any other rights or remedies that may now or subsequently be available at law, in equity, by statute, or otherwise. 31. FORCE MAJEURE Neither Party is liable for delay or failure to perform to the extent caused by events beyond its reasonable control and without its fault or negligence, including acts of God, extreme weather, labor unrest (excluding Contractor’s own labor), embargoes, acts or delays of governmental authorities, utility delays, strikes by common carriers, or similar events (“Force Majeure”). The affected Party shall give prompt written notice and reasonably mitigate impacts. Liquidated damages do not accrue during a Force Majeure period. Any affected milestone shall be equitably adjusted by written directive. 32. 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. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 14 33. 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. This Agreement may be executed in counterparts. 34. SEVERABILITY If any term or provision of this Agreement is invalid, illegal, or unenforceable, such invalidity, illegality, or unenforceability will not affect any other term or provision of this Agreement or invalidate or render unenforceable such term or provision. Upon determination that any term or provision is invalid, illegal, or unenforceable, the Parties will negotiate in good faith to modify this Agreement to give effect to the original intent of the Parties to the greatest extent possible. [signatures on following page] Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 15 IN WITNESS WHEREOF, the Parties have executed this Agreement on the date first written above. CONTRACTOR CITY OF CARLSBAD, a municipal AESTHETICS, Inc., a California corporation corporation of the State of California By: By: (sign here) SHEILA COBIAN, Assistant City Manager as Authorized by the City Manager Annette S. Ridenour-Hill, CEO / President Aesthetics Inc. (print name/title) ATTEST: By: For SHERRY FREISINGER, City Clerk (sign here) By: Deputy City Clerk If required by City, proper notarial acknowledgment 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: CINDIE K. McMAHON, City Attorney By: Assistant City Attorney Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 16 EXHIBIT A Services: Detailed Scope, Deliverables & Submittals; Payment Schedule (Barrio Traffic Circle Public Art Project, a component of the Barrio Traffic Calming Project, Capital Improvement Program (CIP) Project No. 4015) 1. PROJECT CONTEXT Carlsbad’s Barrio is the city’s first residential neighborhood, dating back to the early 1900s, with a cohesive, multi-generational community and a connected, walkable street grid. Consistent with the Village & Barrio Master Plan, the City is implementing traffic-calming improvements in the Barrio neighborhood. Public art will be incorporated at the Pine Avenue & Harding Street traffic circle to reflect the neighborhood’s identity, heritage, and history. 2. CONTACTS (PROJECT TEAM) Contractor • Annette Ridenour-Hill, 619-683-7500, ridenour@aesthetics.net • Carolyn Floyd, 619-683-7502, carolynf@aesthetics.net • Mario Torero, 858-774-1286, mariotoreoart@gmail.com • Sarah Bella Mondragón, 858-261-4005, sarahbellamondragon@gmail.com City • Cultural Arts Manager Craddock Stropes, 442-339-2026, craddock.stropes@carlsbadca.gov • Cultural Arts Program Manager Krystal Roa, 442-339-5611, Krystal.Roa@carlsbadca.gov • Cultural Arts main line, 442-339-2090 3. PROJECT ARTIST Contractor designates Mario Torero as the lead artist. Any substitution requires the City’s prior written approval. 4. PUBLIC WORKS STATUS; PREVAILING WAGE This Agreement is not a public works construction contract; Contractor performs no installation labor. The City’s separate installation contract will include all public works requirements (prevailing wage, DIR registration, certified payroll, payment/performance bonds, traffic control, permits/inspections). 5. PUBLIC ARTWORK DESIGN & DELIVERABLES 5.1 Artwork Design. Contractor will provide a minimum of three (3) artwork design concepts through an iterative process that incorporates community input, input from city staff, and recommendations from the City’ (“Design Concepts”). After review and approval, the Arts Commission will recommend one of these Design Concepts to the City Council for approval (“Final Design”). If the City Council rejects the Final Design, Contractor may present a second final design within 45 days (“Replacement Design”). City will notify Contractor of the City Council's decision on the Replacement Design. If the Replacement Design is rejected, the Agreement will Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 17 terminate, no further work will be performed, Contractor will be compensated as stated in Section 11 “Payment Schedule & Terms,” and all materials will be returned to Contractor. Contractor will represent designs through drawings, renderings, video and/or physical models, which will be shared with the public and during the approval process described in this Section. 5.2 Presentations & Community Outreach. Contractor must present a series of Design Concepts to city staff, Arts Commission (up to two meetings), and City Council (up to two meetings) for approval. Contractor will be available to participate in approximately two (2) to five (5) community engagement workshops focused on community dialogue and incorporating community input in the Design Concepts. If a workshop is scheduled in person, Contractor must attend in person or send a representative. All community engagement workshops will be coordinated in advance with City's Cultural Arts Manager or designee and agreed upon by Parties. 5.3 Project Meetings. Contractor will participate in project meetings with City staff upon request to ensure the design of the Artwork complies with all provisions of this Agreement and is compatible with the Barrio Traffic Circle construction plans, specifications and schedule. Meetings may be virtual or in-person and will be scheduled by the City in accordance with the Barrio Traffic Circle project plan. All meetings will be arranged in advance in writing and agreeable by Parties. Meeting Attendance Expectation – Contractor will attend up to eight (8) construction coordination meetings requiring Contractor’s participation. No more than two (2) of these meetings will require Contractor’s in-person attendance; the remainder will be conducted virtually (e.g., by video or teleconference). In-person meetings will be limited to those reasonably necessary to address on-site lighting conditions, design integration, installation interface issues, conflicts in the field, or schedule changes that cannot be effectively resolved remotely. The City will make reasonable efforts to consolidate agenda items to minimize Contractor’s attendance burden. 5.4 Design Documents & Submittals. The Final Design, or if applicable, the Replacement Design, will include construction documents and associated shop/fabrication drawings required for fabrication and installation, which will include all engineering and specifications, including but not limited to, materials and finishes; dimensions and tolerances; all installation interface details (including but not limited to anchorage/footing template, bolt pattern/template, design loads/foundational reactions, required clearances, embedment, handling/lifting points, weights/center of gravity); corrosion protection/coatings with Safety Data Sheet; any lighting details; quality-assurance/quality- control plan and hold points, a California Professional Engineer (PE) stamp where required by law, and any other relevant information for the Artwork, fabrication, and installation. To ensure quality control, Contractor must maintain a photo log and provide quality control evidence at agreed upon hold points. Any tangible elements related to the Artwork, including but not limited to, plaques, interpretive Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 18 signage, viewfinders, and other similar items, will be the responsibility of the Contractor. 5.5 Criteria. Artwork shall: 1. Reflect the Barrio’s identity, history and heritage 2. Be site appropriate and in scale with surroundings 3. Use durable, low-maintenance materials for coastal exposure 4. Not distract drivers, bikers, or pedestrians 5. Not encourage lingering in the circle 6. Maintain sightlines and safety 7. Be “in the round” and intriguing from all angles 8. Incorporate community input 5.6 Safety & Compliance. Contractor will design the Artwork to prioritize public safety and will comply with all applicable laws, regulations, and standards, including federal, state, and local laws, as well as regulations of public agencies overseeing the site or artwork. 5.7 Headshot & Biography. Contractor agrees to provide a high-resolution image of self (headshot preferred) and written biography (up to 300 words). Images and biography shall be delivered to City's Cultural Arts Manager or designee in electronic form immediately upon the Agreement's execution. 5.8 Public Unveiling Attendance. Contractor will be available to participate in any unveiling or opening event activities to be scheduled. City will notify the Contractor in writing at least thirty (30) days in advance. 5.9 Recordings. City reserves the right to audio and/or video record, reproduce, and distribute any workshop or speaking engagement related to this Agreement as virtual programming. City may retain the recording in its files, may replay the recordings for its employees and the public, including the right to post, replay, or broadcast the recordings on City’s YouTube channel, City’s cable channel, City’s Library Facebook Live account, and other similar City internet-based platforms, and may make the recording available for non-circulation use at its library facilities. City will not sell the recording. City will provide a copy of the recording to the Contractor, upon the Contractor’s request. Without limiting or waiving the foregoing, City agrees to make its best effort to identify Contractor as the designer of the artwork in any/all reproductions, videos, publications and/or representations of the artwork. 6. FABRICATION, STORAGE, AND DELIVERY 6.1 Fabrication. Contractor will commence fabrication in alignment with the City’s construction schedule following City Council approval of the Final Design and the City’s issuance of a Notice to Proceed. Contractor will fabricate the Artwork identified in the Final Design, or if applicable, the Replacement Design, in accordance with the engineering and specifications furnished by Contractor under Section 5.4 “Design Documents & Submittals.” Any modifications to the Artwork, including but not limited to the approved aesthetics, scale, safety, maintenance characteristics, and equal-or-better product substitutions require prior written approval. Contractor will apply appropriate finish protection to the Artwork and anti-graffiti coating. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 19 Fabrication will commence no earlier than six (6) months prior to the City’s estimated installation window, as reasonably determined by City’s construction schedule and communicated in writing to Contractor, so as to minimize Contractor’s storage burden and maintain alignment with the construction calendar. 6.2 Storage. Contractor will properly store the fabricated Artwork until City is ready to proceed with installation. Contractor will store the Artwork using appropriate industry standards based on the Artwork’s size, weight, shape, fragility, and material composition. If Contractor stores the Artwork outdoors, the Artwork must be covered and protected from the elements. 6.3 Transportation & Handling. Contractor will prepare the Artwork for transportation using customary industry standards for the transportation of fine works of art and will account for the Artwork’s size, weight, shape, fragility, and material composition. Contractor will use trained art handlers to carefully unload, unpack, and move the Artwork to the City’s designated location. Contractor will supervise the packing, crating, transportation, unloading, unpacking, and movement of the Artwork to the City’s designated location during delivery. 6.4 Delivery. Artwork will be delivered on the City’s designated date and location, which date and location will be provided to Contractor in writing at least thirty (30) days in advance. Delivery will occur during normal City operating hours and will include any applicable shipping documentation (e.g., bill of lading/manifests). Contractor will coordinate delivery arrival time with authorized City staff to ensure City’s right to inspect the Artwork. Contractor is responsible for ensuring the Artwork is fully assembled and ready for installation either at the time of delivery or when the Artwork is ready for installation. The Contractor will communicate to City in writing in advance whether Contractor will deliver the Artwork assembled or disassembled. If Contractor delivers the Artwork disassembled, City will provide Contractor with an Artwork assembly deadline to comply with any applicable installation deadlines. Contractor (or Contractor’s art handler) shall be solely responsible for unloading the Artwork from the delivery vehicle. The City is not required to provide labor, equipment, or assistance for unloading. Any City assistance that may be provided will be at the City’s sole discretion and does not shift responsibility or risk onto the City. Delivery Coordination. The City understands that delivery needs may vary depending on the final design. The Parties understands that all costs associated with crating, shipment, and off-loading, including any equipment needed due to the selected design, are subject to the Agreement’s NTE. The City will remain in communication with the Contractor to help coordinate logistics, but Contractor remains responsible for off-loading the Artwork unless the City approves a different approach in writing and in its sole discretion. Risk of loss remains with Contractor until the Artwork has been unloaded, inspected by City pursuant to Section 9.5 “Inspection,” and accepted in writing. Delivery is complete upon tender, assembly, and completion of City’s inspection(s) of the Artwork pursuant to Section 9.5 “Inspection.” Delivery does not include Final Acceptance. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 20 City will provide Contractor with at least thirty (30) days’ written notice of the required delivery date. If City changes the delivery date after issuing such notice due to a City-caused delay, City shall be responsible for reasonable temporary storage costs until the revised delivery date. If Contractor fabricates the Artwork earlier than necessary based on the tentative construction schedule provided by City, Contractor shall be responsible for all associated storage costs. 6.5 Inspection. City will have the right to inspect the Artwork (1) upon delivery, and (2) after Artwork assembly if Artwork is not delivered fully assembled and ready for installation. Authorized City staff will inspect the Artwork and document any damage with photographs. Staff will inform Contractor, in writing, of any damage. Contractor must repair any such documented damage to the Artwork within ten (10) business days or as otherwise approved by the City in writing. All repairs must be conducted by an art repair professional to ensure the Artwork is restored to its original state and intended design. 6.6 Risk of Loss & Damage. Contractor is liable for any loss or damage to the Artwork during storage, transportation/handling, delivery, and until the Artwork is fully assembled. Contractor is responsible for securing adequate insurance coverage and limits. 6.7 Costs. For clarity, all costs associated with storage, transportation, delivery, assembly, and repairs are included as part of the compensation set forth in this Agreement. 7. MAINTENANCE & CONSERVATION PLAN Contractor shall prepare and deliver a comprehensive Maintenance and Conservation Plan (the “Plan”) for the Artwork. The Plan will include, but not be limited to, the following: • Materials list and finishes (e.g., manufacturers, product data, color codes) • Cleaning methods and frequencies, compatible products, and prohibited products • Coating systems: prep, application, cure, and touch-up procedures; anti-graffiti notes • Inspection intervals and conditions to observe (e.g., corrosion, coating failure, fastener integrity) • Touch-up kit inventory (products, color codes, quantities, shelf life) and storage instructions • Safety Data Sheets (SDS) for coatings and chemicals used • Contact information for key suppliers/fabricators for future reference • Include an estimated annual maintenance cost for the Artwork The Plan shall be provided in written format and may include diagrams, product specifications, or other supporting documentation as needed. Contractor acknowledges that the City may rely upon the Plan to maintain the Artwork, and therefore the Plan must be clear, thorough, and suitable for use by non-specialist staff as well as professional conservators. 8. COORDINATION WITH INSTALLER (SEPARATE CITY CONTRACT) 8.1 Installation. Contractor acknowledges City will engage a licensed construction contractor (the “Installer”) under a public works contract to perform all Artwork installation labor, rigging, anchorage, traffic control, and secure any required permits/inspections. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 21 8.2 Installation Support. Contractor agrees to fully cooperate with the Installer as reasonably necessary to ensure successful installation of the Artwork. Contractor will attend installation meetings, provide timely direction and support as needed, and will coordinate activities with City and Installer. Contractor will provide on-site attendance during installation by the Installer to: • Advise on handling/orientation/alignment of the Artwork • Verify anchorage interface and fit • Observe finish protection • Perform minor Artwork touch-ups after installation • Review punch list and recommend acceptance 8.3 No Control of Means/Methods. Contractor shall not direct the Installer’s means and methods, nor supervise installation labor. 8.4 Site Access & Safety. While providing installation support, Contractor personnel shall comply with City and Installer site-safety requirements including PPE, access protocols, and traffic/pedestrian control per the Installer’s plan. 9. FINAL ACCEPTANCE & CLOSEOUT 9.1 Final Acceptance. “Final Acceptance” means the City’s written notice of final acceptance, issued only after all of the following have occurred: (a) the Artwork has been delivered, assembled, and inspected; (b) all necessary repairs have been completed pursuant to Section 6.5 “Inspection”; (c) Contractor has fulfilled its obligations pursuant to Section 8.2 “Installation Support”, including minor touch-ups to the Artwork, to the City’s satisfaction; (d) Artwork installation is complete; and (e) the City has received and accepted all closeout deliverables pursuant to Section 9.2 “Closeout.” City’s Final Acceptance of the Artwork and closeout deliverables does not limit Contractor’s obligations pursuant to this Agreement (or any breach thereof), including but not limited to Contractor’s warranty and indemnification obligations. 9.2 Closeout. Within 10 business days after installation, Contractor will furnish the Maintenance and Conservation Plan, quality control photo log as described in Section 5.4 “Design Documents & Submittals,” all manufacturer warranties transferable to the City under the applicable warranty terms, and executed VARA/CAPA waivers/consents required under Section 7.6 “Artwork Contributors & Waivers/Consents.” 10. CITY’S COMMITMENTS 1. Provide site background information upon request. 2. Organize/coordinate community outreach and engagement. 3. Include Contractor in relevant project and construction meetings and provide construction updates. 4. Budget: Design, fabrication, storage, transportation, delivery/handling, assembly, installation support, and required Artwork repairs/touch-ups are limited to the Agreement NTE of $99,500. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 22 5. Communicate key schedule dates and milestones. Schedule changes can be authorized by and with written notification to City’s Cultural Arts Manager or designee. 6. Provide pad/foundation, anchorage, lighting/power, permits/inspections, and traffic control through the Artwork Installer under the City’s separate public works contract. 7. Lighting Coordination: City will use reasonable best efforts to facilitate coordination between Contractor and the City’s lighting designer and/or installer regarding the Artwork’s lighting concept, including forwarding Contractor’s recommendations about artistic intent and visibility for their consideration. City’s goal is that, consistent with applicable codes, operational needs, and budget, the lighting of the sculpture will appropriately illuminate and visually support the Artwork. Notwithstanding the foregoing, all final decisions regarding the design, level, and operation of lighting shall be made by the City in its sole discretion, subject to City requirements, standards, and constraints. 11. PAYMENT SCHEDULE & TERMS Payment Schedule Activity Required First Payment First Payment — $24,875 Trigger: Payable net 30 after (i) full execution of this Agreement, (ii) City’s receipt of required insurance certificates/endorsements, business license, W-9, and (iii) Contractor’s invoice. Note: Subject to retention per § 11.1. Second Payment Second Payment — $24,875 Trigger: Payable only upon Contractor’s presentation of the Final Design, or if necessary, Replacement Design, to the City Council. Note: If the City Council does not approve the Final Design or Replacement Design, as applicable, the Agreement terminates and no Third or Fourth Payment shall be due. Related activities (not separate payment triggers): • Participate in community engagement per City schedule and direction. • Present initial Design Concepts to the City staff Project Team and Arts Commission (up to two public meetings). • Present the Final Design to the Arts Commission. • Present to City Council for approval of the Final Design or Replacement Design, whichever is applicable. Third Payment Third Payment — $39,800 Trigger: Payable only after all of the following occur: 1. City Council approval of the Final Design or, if applicable, approval of a Replacement Design; and 2. Contractor submits all construction documents and associated shop/fabrication drawings for the approved design pursuant to § 5.4. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 23 Fourth Payment Fourth Payment — $9,950 Trigger: Payable only after all of the following occur: 1. Contractor delivers and assembles the fabricated Artwork to the City-designated location; City completes inspection(s); Contractor completes required repairs; Contractor performs installation support pursuant to § 8.2 and completes Artwork touch-ups. 2. City provides written confirmation of Final Acceptance pursuant to § 9.1. 3. Contractor submits all required Closeout documentation pursuant to § 9.2. 11.1 Payment Retention. City may withhold up to 10% retention from each eligible progress payment, released at Final Acceptance. 11.2 Exclusions. Contractor is responsible for business license fees, travel and accommodation expenses, insurance, and applicable taxes. 11.3 Invoicing & Payment. All invoices submitted to City shall be sufficiently detailed to include related activities for review and approval by City’s Cultural Arts Manager or designee. 11.4 Condition of Final Payment. Final payment/retention release is contingent upon City’s receipt of executed VARA/CAPA waivers from Contractor and all Artwork contributors (Exhibit C), required releases from subcontractors/suppliers, and all closeout deliverables identified. Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA City Attorney Approved Version 10/24/2025 Page 24 EXHIBIT B Art Site Maps & Background Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 R/W R/W R/WR/W HARDING ST PI N E A V E SEE DETAIL D SERVICE POINT NO. P22132 8' 6' PPSL #7 1 SL #9 1 SL #8 3 818 17 20 7 ' 3' 44 TOTAL 6 (TYP.) 5 6 TOTAL 7 10 ' 9 19 NO. 5 PULL BOX 5' STREET LIGHT SCHEDULE TYPE OF WORK: NEW (N), UPGRADE (U), RELOCATE (R) SL# STREET NAME LOCATION REFERENCE CORNER TYPE OF WORK POLE TYPE REMARKS 7 HARDING ST PINE AVE WEST CORNER -EXISTING STREET LIGHT POLE PROTECT IN PLACE. 8 HARDING ST PINE AVE EAST CORNER MIN 9,600 LUMENS AMERON, 8' MAST ARM (N) NEW STREET LIGHT POLE. 9 HARDING ST PINE AVE SOUTH CORNER MIN 9,600 LUMENS AMERON, 8' MAST ARM (N) NEW STREET LIGHT POLE. N 0'20'40' SCALE 1" = 20' GENERAL NOTES: SEE SHEET 36 FOR GENERAL NOTES DETAIL D SCALE: 1" = 5' WORK TO BE DONE: THE IMPROVEMENTS CONSIST OF THE FOLLOWING WORK TO BE DONE ACCORDING TO THESE PLANS THE SPECIFICATIONS AND STANDARD DRAWINGS OF THE CITY OF CARLSBAD. STANDARD DRAWINGS: DESCRIPTION CALIFORNIA DEPARTMENT OF TRANSPORTATION U.S. CUSTOMARY STANDARD PLANS, 2024 EDITION LIGHTING AND ELECTRICAL NOTES 1 FURNISH AND INSTALL NEW AMERON 2B2-24 STREET LIGHT POLE WITH LUMINAIRE AND LUMINAIRE MAST ARM PER CITY OF CARLSBAD ENGINEERING STANDARDS. LUMINAIRE SHALL BE GE EVOLVE LED ROADWAY LIGHTING - MODEL ERL1-0-10-C5-A-GRAY-LY WITH LIGHT SHIELD, LIGHT SHIELD MODEL ELSHS-ERL1-GRAY, OR APPROVED EQUAL. SEE STREET LIGHT SCHEDULE FOR DETAILS. 3 FURNISH AND INSTALL 2-2" SCHEDULE 80 PVC CONDUITS. ONE CONDUIT SHALL HAVE 2#10 (STREET LIGHTING) AND 1#8 (GROUND). SECOND CONDUIT SHALL HAVE 2#6 (CIRCLE LIGHTING) AND 1#8 (GROUND). 4 FURNISH AND INSTALL FX LUMINAIRE QZ LED UP LIGHT - MODEL QZ-ZD-1LED-WI, OR APPROVED EQUAL. SEE CONCRETE FOUNDATION DETAIL ON THIS SHEET. 5 FURNISH AND INSTALL TARGETTI KEPLERO MINI HIGH EFFICACY LED FIXTURE, MODEL KPLM-41-HE-MF-L2-27-ROUND TRIM RING/FLUSH MOUNT SLEEVE OR APPROVED EQUAL IN WELL DRAINED AREA NOT SUBJECT TO STANDING WATER. INSTALLATION PER MANUFACTURER SPECIFICATIONS. CONTRACTOR SHALL INCLUDE ALL PARTS AND ACCESSORIES REQUIRED BY THE MANUFACTURER. SEE ENCASEMENT DETAIL ON THIS SHEET. 6 FURNISH AND INSTALL 1 1/2" SCHEDULE 40 PVC CONDUIT WITH 2#10 (CIRCLE LIGHTING) AND 1#8 (GROUND). SPECIAL NOTE: CONTRACTOR MUST NOTIFY THE BELOW LISTED AGENCY AT LEAST TWO (2) WORKING DAYS PRIOR TO THE COMMENCEMENT OF EXCAVATION: UNDERGROUND SERVICE ALERT (USA) 1-800-422-4133 7 FURNISH AND INSTALL 2-2" SCHEDULE 80 PVC CONDUIT WITH 2#10 (CIRCLE LIGHTING) AND 1#8 (GROUND). 8 FURNISH AND INSTALL FX LUMINAIRE TRANSFORMER OR APPROVED EQUAL ON POLE. TRANSFORMER SHALL BE PLACED IN OUTDOOR RATED NEMA LOCK BOX. TRANSFORMER SHALL FACE AWAY FROM CENTER OF TRAFFIC CIRCLE 10 FT ABOVE GRADE. 9 ACCENT WALL PER LANDSCAPE PLANS. 17 FURNISH AND INSTALL 120/240V TYPE III-BF SERVICE EQUIPMENT ENCLOSURE PER CALTRANS ES-2E AND SDG&E REQUIREMENTS. INCLUDE PLUG-IN TYPE BREAKER. ADDRESS: 899 PINE AVENUE. 100A CB (MAIN) 30A CB (STREET LIGHTING-UNMETERED) 20A CB (CIRCLE LIGHTING-METERED) 30A CB (IRRIGATION-METERED) 18 FURNISH AND INSTALL 3"C WITH PULL ROPE FROM SERVICE METER TO WITHIN 7.5' OF SERVICE POINT. CONTRACTOR TO COORDINATE WITH SDG&E FOR JOINT MEETING IN FIELD PRIOR TO INSTALLATION. 19 FURNISH AND INSTALL 2-2" SCHEDULE 80 PVC CONDUIT WITH PULL TAPE. SEE DETAIL FOR FOUNDATION. 20 FURNISH AND INSTALL 2" SCHEDULE 80 PVC CONDUIT WITH 2#10 (STREET LIGHTING) AND 1#8 (GROUND). 21 CAP CONDUIT END WITH WATERTIGHT CAP FOR FUTURE USE. CAP SHALL BE SUITABLE FOR OUTDOOR CONDITIONS. CONDUIT IN CONCRETE FOUNDATION DETAIL N.T.S CONDUIT OPENING FOR FUTURE ATTACHMENT FOUNDATION PER IMPROVEMENT PLAN GROUNDING ROD PER SAN DIEGO REGIONAL STANDARD DRAWING E-02 CONCRETE FOUNDATION DETAIL N.T.S FIXTURE PER PLAN: FX LUMINAIRE QZ LED UP LIGHT OR APPROVED EQUAL FOUNDATION CONCRETE SHALL BE CLASS 560-C-3250 13 " 2" FG POST MOUNT GROUND STAKE PER MANUFACTURER REQUIREMENTS LEAVE 18" MIN. WIRE LOOP COILED BELOW FIXTURE 1 1/2" SCHEDULE 40 PVC PIPE 6" FG FOUNDATION CONCRETE SHALL BE CLASS 560-C-3250 4"4" PVC INSTALLATION PIPE PEA GRAVEL 10 . 5 " 8" 11 . 5 " FIXTURE PER PLAN: TARGETTI KEPLERO MINI HIGH EFFICACY LED FIXTURE OR APPROVED EQUAL CONCRETE ENCASEMENT DETAIL N.T.S STANDARD SPECIFICATIONS: DESCRIPTION STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREENBOOK), 2018 EDITION CALIFORNIA MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES REVISION 9, 2014 EDITION CALIFORNIA DEPARTMENT OF TRANSPORTATION U.S. CUSTOMARY STANDARD SPECS. 2024 EDITION 21 49 Docusign Envelope ID: AC4358D0-0589-4FEA-9530-8D1620D3C80D 11/10/2025 Page 25 Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 R2'R2' PA PA PA PA PA PAPA PA PAPA 8 3 7 6 7 2 7 7 4 5 2 PA PA PA 9 11 10 1 CONCRETE PAD PER CIVIL PLANS. COLOR: 'SAN DIEGO BUFF' FINISH: LIGHT BROOM 7 PAPA CODE DESCRIPTION DETAIL 18" HIGH POURED IN PLACE CONCRETE ACCENT WALL. COLOR: NATURAL GRAY. FINISH: SMOOTH TROWEL. WALL TO BE LOCATION FOR FUTURE ARTIST TILES. 1/LC-2.0 4"-8" MORTARED COPPER CANYON FRACTURED STONE. AVAILABLE THROUGH SOUTHWEST BOULDER AND STONE OR APPROVED EQUAL. (619)591-2366. MORTAR IS SPECIFIED IN THE DETAIL. 2/LC-2.0 CONCRETE PER CIVIL PLANS. COLOR: NATURAL GRAY. FINISH: BROOM, TO MATCH EXISTING. TRUCK APRON PER CIVIL PLANS. CONCRETE COLOR TO BE DAVIS `SAN DIEGO BUFF` OR EQUAL RAISED CONCRETE CURB PER CIVIL PLANS. CONCRETE COLOR TO BE DAVIS `SAN DIEGO BUFF` OR EQUAL. CROSSWALK STRIPING PER CIVIL PLANS, TYP. CURB RAMP PER CIVIL PLANS, TYP. STRIPING PER CIVIL PLANS, TYP. UPLIGHTING PER ELECTRICAL PLANS, TYP. SAWCUT EX. HARDSCAPE PER CIVIL PLANS, TYP. SIGNAGE PER CIVIL PLANS, TYP. 1 2 3 4 5 6 7 8 9 10 11 REFERENCE NOTES SCHEDULE 1.4 DRAWN BY:LD, CB, CC CHECKED BY:JB/JJ PROJECT NO. 20-102 DATE: 11/10/2025 AIT E A T FO C FILAO NR S DATE RENEWAL DATE SIGNATURE JEF F R E Y T .B ARR N o . 5 2 0 9 12-31-25 LICE N S E D L ANDSCAPE A R C H I T E C T VILLAGE AND BARRIO TRAFFIC CIRCLES 4015 525-6 11/10/2025 LC-1.1 LANDSCAPE CONSTRUCTION PLANS CONSTRUCTION LEGEND PI N E A V E . HARDING STREET PLAN: PINE AVE AND HARDING STREET 5 10 20 1" = 10'-0"SCALE : 0 Docusign Envelope ID: AC4358D0-0589-4FEA-9530-8D1620D3C80D 11/10/2025 Page 26 Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 DRAWN BY:LD, CB, CC CHECKED BY:JB/JJ PROJECT NO. 20-102 DATE: 11/10/2025 AIT E A T FO C FILAO NR S DATE RENEWAL DATE SIGNATURE JEF F R E Y T .B ARR N o . 5 2 0 9 12-31-25 LICE N S E D L ANDSCAPE A R C H I T E C T VILLAGE AND BARRIO TRAFFIC CIRCLES 4015 525-6 11/10/2025 LC-2.0 RETAINING ACCENT WALL SECTION 12" CAST IN PLACE NATURAL GRAY CONCRETE RETAINING WALL TYPE 1A PER SDRSD C-12A SMOOTH FINISH. 1 1/2" CHAMFER ALL EDGES2 REINFORCEMENT PER SDRSD C-12B3 CONCRETE FOOTING AS SHOWN4 2 2" 3 4 3 1 6 18" 6 ADAJCENT PLANTING AREA PER PLAN. FG TO BE 2" BELOW TOP OF WALL 6 COMPACTED SUBGRADE TO 95%7 NOTE: A. CONTRACTOR SHALL FIELD APPLY ANTI GRAFFITI COATING ON ALL EXPOSED SURFACES PER SPECIFICATIONS. B. CONTRACTOR TO COORDINATE WITH ARTIST FOR TILE PLACEMENT. LEGEND: EXITING SEWER PIPE8 8 CLASS A TOPSOIL PER GREENBOOK STANDARDS9 9 WATERPROOFING MEMBRANE AND PROTECTION BOARD, MIRADRAIN 2000 10 TYP. 7 10 NOT USED5 4" FILTER FABRIC WRAPPED PERFORATED PIPE. PERFORATED PIPE TO BE MIN 3" ABOVE TOP OF FOOTING. CONNECT PIPE TO STORM DRAIN (SEE CIVIL PLANS) 11 DRAIN PER CIVIL PLANS (CONNECT TO STORM DRAIN)12 1/2" - 3/4" CRUSHED GRAVEL WRAPPED IN FILTER FABRIC. PROVIDE 3" MIN. LAYER OF GRAVEL AROUND PERFORATED PIPE, TYP. 1313 11 12 12 5' MIN. 14 15 RAISED CONCRETE CURB PER CIVIL PLANS14 ADJACENT MORTARED FRACTURED STONE, SEE DETAIL 2/LC-2.0 15 16" 26" 12" O.C. 3"-2'' 6" 14" 8" 18" 12" 1 1" MAX. 4"-8" FRACTURED STONE PER PLAN. PLACE STONE FLAT SIDE UP. 4 1" MAX. VERTICAL TOLERANCE. SPACE STONE 1" APART. 8" VEHICULAR CONCRETE PER CIVIL PLANS MORTAR PER SPECIFICATIONS. COLOR: DAVIS MC-58 (DARK) OR EQUAL.6" COMPACTED SUBGRADE PER CIVIL PLANS A. ALL SURFACES SHALL SLOPE TO DRAIN AWAY FROM STRUCTURES 1.5% MIN. (SEE CONSTRUCTION NOTES) B. FRACTURED STONE SHALL HAVE 1 4'" MAXIMUM VERTICAL TOLERANCE. C. CONTRACTOR SHALL PROVIDE SAMPLE OF FRACTURED STONE FOR APPROVAL BY OWNER PRIOR INSTALLATION. 5"-8" NOM. CONCRETE CURB PER CIVIL PLANS CLASS II BASE. DEPTH PER CIVIL PLANS MORTARED FRACTURED STONE OVER CONCRETE BASE 1 2 3 4 5 6 LEGEND 1 23 4 5 6 NOTES ADJACENT PAVING PER CIVIL PLANS7 7 2 CONSTRUCTION DETAILS Docusign Envelope ID: AC4358D0-0589-4FEA-9530-8D1620D3C80D 11/10/2025 Page 27 Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 SYMBOL MANUFACTURER/MODEL/DESCRIPTION PSI DETAIL HUNTER ICZ-101-R DRIP CONTROL ZONE KIT. 1" ICV GLOBE VALVE WITH 1" HY100 FILTER SYSTEM. FLOW RANGE: 2 GPM TO 20 GPM. 150 MESH STAINLESS STEEL SCREEN. SDRSD I-33 SDRSD I-35 NETAFIM TLFV-1 AUTOMATIC FLUSH VALVE, WITH INSERT INLET SDRSD I-37 NOT SHOWN NETAFIM 65ARIA075 3/4" MALE PIPE THREAD GUARDIAN AIR/VACUUM RELIEF VENT. INSTALL IN SUBSURFACE SYSTEMS. ON SLOPING TERRAIN TO PREVENT COLLAPSING OF PIPES. UV RESISTANT. MAXIMUM PRESSURE: 150 PSI. CONTRACTOR TO INSTALL AT HIGH POINT, AS NEEDED. SDRSD I-36 GPH IRRIGATION GDFN-R RAIN BIRD STYLE FEMALE THREADS, PURPLE 1/LI-2.0 AREA TO RECEIVE DRIPLINE NETAFIM TLRW-04-12-NP TECHLINE RW LANDSCAPE DRIPLINE WITH PURPLE STRIPE FOR NON-POTABLE WATER APPLICATIONS. 0.4 GPH EMITTERS AT 12" O.C. DRIPLINE LATERALS SPACED AT 12" APART, WITH EMITTERS OFFSET FOR TRIANGULAR PATTERN. DESIGNED FOR RECLAIMED WATER USE ONLY. 20 2/LI-2.0 SYMBOL MANUFACTURER/MODEL/DESCRIPTION DETAIL NELSON 7645 1" BRASS QUICK COUPLER VALVE WITH ACME THREADS FOR SLOW FLOW CONTROL, WITH LOCKING RUBBER COVER AND PURPLE CAP WITH RECLAIMED WATER WARNING. PROVIDE TWO KEYS TO OWNER AT PROJECT HANDOFF 3/LI-2.0 SPEARS 2622 LINE SIZE BALL VALVE. LARGE INLET OPENING, AND PREVENTS BACK FLOW OF WATER AND DRAINAGE OF SYSTEMS INTO LOW AREAS. PROVIDE WITH PURPLE HANDLE WHEN USED IN RECYCLED WATER SYSTEM. SDRSD I-10 SDRSD I-33 HUNTER IBV-FS-R 1" 1" BRASS ELECTRIC MASTER VALVE, GLOBE CONFIGURATION, WITH NPT THREADED INLET/OUTLET, FOR COMMERCIAL/MUNICIPAL USE. WITH FILTER SENTRY FACTORY INSTALLED OPTION. WITH RECLAIMED WATER ID PURPLE TAG. SDRSD I-10 ZURN 975XL 1" REDUCED PRESSURE BACKFLOW DEVICE PER CIVIL PLANS CALSENSE CS3000 MODEL: CS3-8-S/CS3-GR-BUNDLE-2 WI-FI ENABLED, FULL-FUNCTIONING CONTROLLER WITH TOUCHSCREEN, 8-STATION FIXED CONTROLLER OR APPROVED EQUAL. REQUIRES 120 VAC, OUTDOOR MODEL WITH STAINLESS STEEL PEDESTAL. -PROVIDE (1) CALSENSE TIPPING RAIN BUCKET MOUNTED TO 2IN POST AT 10FT ABOVE FINISH SURFACE. SDRSD I-17 5/LI-2.0 CALSENSE FM1U 1" ULTRASSONIC FLOW METER FOR USE WITH HYDRAWISE ENABLED CONTROLLER TO MONITOR FLOW AND PROVIDE SYSTEM ALERTS. ALSO FUNCTIONS AS STAND ALONE FLOW TOTALIZER/SUB METER ON ANY RESIDENTIAL OR COMMERCIAL IRRIGATION SYSTEM. SDRSD I-09 WATER METER 3/4"PER CIVIL PLANS IRRIGATION LATERAL LINE: PVC SCHEDULE 40 PURPLE FOR RECYCLED WATER SDRSD I-25 IRRIGATION MAINLINE: PVC SCHEDULE 40 PURPLE FOR RECYCLED WATER SDRSD I-25 5/LI-2.0 PIPE SLEEVE: PVC SCHEDULE 40 PURPLE FOR RECYCLED WATER. SLEEVE TO BE SIZED TO EASILY FIT ALL PIPE AND FITTINGS, 2X PIPE DIAMETER, 2IN MIN. EXTEND 18IN BEYOND HARDSCAPE INTO LANDSCAPE AREA. SDRSD I-25 F I BF4 C F1 M4 Valve Number Valve Flow Valve Size Valve Callout # ##" DRAWN BY:LD, CB, CC CHECKED BY:JB/JJ PROJECT NO. 20-102 DATE: 11/10/2025 AIT E A T FO C FILAO NR S DATE RENEWAL DATE SIGNATURE JEF F R E Y T .B ARR N o . 5 2 0 9 12-31-25 LICE N S E D L ANDSCAPE A R C H I T E C T VILLAGE AND BARRIO TRAFFIC CIRCLES 4015 525-6 11/10/2025 1. THE IRRIGATION SYSTEM DESIGN IS BASED ON AN AVAILABLE POTABLE WATER PRESSURE OF 56 PSI AT CITY SERVICE. CONTRACTOR SHALL VERIFY WATER PRESSURE PRIOR TO CONSTRUCTION AND REPORT ANY DIFFERENCES TO THE CITY OF CARLSBAD. WATER COMPANY: CITY OF CARLSBAD PHONE NUMBER: 760-602-2420 2. THE IRRIGATION SYSTEM IS SHOWN DIAGRAMMATICALLY FOR CLARITY. LOCATE ALL PIPING, VALVES, BACKFLOW PREVENTERS, AND OTHER IRRIGATION EQUIPMENT WITHIN PLANTING AREAS UNLESS NOTED OR DIRECTED OTHERWISE. LOCATE ALL VALVES AND VALVE BOXES SIX INCHES FROM EDGE OF PAVING OR CURB. 3. EXISTING UTILITIES AND FIELD CONDITIONS: PRIOR TO EXCAVATION, LOCATE ALL CABLES, CONDUITS, AND UNDERGROUND UTILITIES.CONTRACTOR SHALL BE RESPONSIBLE FOR AN UNDERGROUND UTILITY SERVICE TO LOCATE AND MARK UTILITIES. CONTRACTOR WILL TAKE PROPER PRECAUTIONS NOT TO DAMAGE OR DISTURB SUCH UNDERGROUND IMPROVEMENTS. NOTIFY THE OWNER IMMEDIATELY IF A CONFLICT EXISTS BETWEEN SUCH OBSTACLES AND THE PROPOSED WORK. PROCEED IN SAME MANNER IF ROCK LAYERS OR ANY OTHER CONDITIONS ENCOUNTERED UNDERGROUND MAKE CHANGES ADVISABLE. 4. ALL PIPING AND WIRING UNDER ROADWAYS AND PAVING AND THROUGH WALLS SHALL BE SLEEVED. 5. USE FOUR WRAPS OF THREE-QUARTER INCH (3/4") TEFLON TAPE FOR ALL THREADED VALVE CONNECTIONS. 6. AUTOMATIC IRRIGATION CONTROLLER IS TO BE SUPPLIED AND INSTALLED BY THE CONTRACTOR. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONNECTION OF FIELD WIRES TO APPROPRIATE TERMINAL STRIPS. 7. ADJUST ALL SPRINKLERS TO AVOID OVERSPRAY ONTO WALLS, WALKS, STREETS, UTILITY BOXES, BUILDINGS AND OTHER IMPROVEMENTS. 8. ALL SPRINKLER HEADS SHALL BE SET PERPENDICULAR TO THE FINISH GRADE OF THE AREA TO BE IRRIGATED UNLESS OTHERWISE DESIGNED ON THE PLANS. 9. CONTRACTOR SHALL INSTALL IN-LINE ANTI-DRAIN VALVES AS WARRANTED BY SITE CONDITIONS TO ALLEVIATE LOW HEAD DRAINAGE. 10. THE CONTRACTOR SHALL NOT WILLFULLY INSTALL THE SPRINKLER SYSTEM AS SHOWN ON THE DRAWINGS WHEN IT IS OBVIOUS IN THE FIELD THAT OBSTRUCTIONS, GRADE DIFFERENCES OR DIFFERENCES IN THE AREA DIMENSIONS. SUCH OBSTRUCTIONS OR DIFFERENCES SHALL BE BROUGHT TO THE ATTENTION OF THE LANDSCAPE ARCHITECT. IN THE EVENT THIS NOTIFICATION IS NOT PERFORMED, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY REVISIONS NECESSARY. 11. THE CONTRACTOR SHALL KEEP AN UP-TO-DATE COMPLETE "AS-BUILT" RECORD SET OF PRINTS WHICH SHALL BE UPDATED DAILY AND SHOW EVERY CHANGE FROM THE ORIGINAL DESIGN. 12. INSTALL IRRIGATION HEADS IN TURF AREAS 2" FROM WALKS AND HARDSCAPE AREAS. 13. ALL CONTROL VALVES SHALL BE MANIFOLDED AND GROUPED IN ONE AREA SHOWN ON PLAN. VALVES SHALL BE SET AT RIGHT ANGLES TO EDGES. INSTALL VALVES BOXES 6" FROM EDGES OF HARDSCAPE AREAS. 14. CONTRACTOR SHALL REMOVE AND DISCARD DAILY, ALL PIPING DISTURBED DURING TRENCHING OPERATION 15. CONTRACTOR SHALL REVIEW IRRIGATION SPECIFICATIONS PRIOR TO BEGINNING WORK. REFER TO TECHNICAL SPECIFICATIONS AND CONSTRUCTION DETAILS FOR INSTALLATION PROCEDURES. 16. CONTRACTOR SHALL PAINT ALL CONCRETE VALVE BOXES WITH THE FOLLOWING LABELS. ALL LETTERS SHALL BE ONE INCH (1") HIGH MINIMUM. LETTERING ON VALVE BOX LIDS SHALL BE PLACED IN THE SAME LOCATION ON EACH VALVE BOX LID, AND ALL LABELING SHALL FACE THE SAME DIRECTION. QUICK COUPLER VALVE BOXES SHALL BE LABELED "QCV", BALL VALVE BOXES "BV", REMOTE CONTROL VALVE "RCV", GATE VALVE "GV", CHECK VALVE "CV", PULL BOX "PB", ETC. 17. ALL BOLTS FOR LOCKING VALVE BOX LIDS SHALL BE STAINLESS STEEL. 18. CONTRACTOR SHALL CONTACT CITY OF CARLSBAD RECYCLED WATER INSPECTOR PRIOR TO ANY TRENCHING OPERATIONS. 19. PROVIDE CONCRETE THRUST BLOCKS ON ALL MAINLINES 2-1/2" AND GREATER, PER DETAIL AND SPECIFICATIONS. THE CITY OF CARLSBAD INSPECTION DEPARTMENT SHALL BE NOTIFIED 48 HOURS (2 WORKING DAYS) PRIOR TO THE START OF CONSTRUCTION. ALL WORK PERFORMED WITHOUT BENEFIT OF INSPECTION SHALL BE SUBJECT TO REJECTION AND REMOVAL. IRRIGATION NOTES SEE SHEET LI-1.0 FOR IRRIGATION LEGEND & NOTES SEE SHEETS LI-1.1 FOR IRRIGATION PLANS SEE SHEETS LI-2.0 FOR IRRIGATION DETAILS IRRIGATION SCHEDULE LI-1.0 IRRIGATION LEGEND AND NOTES NOTE: PROJECT IS IRRIGATED USING POTABLE WATER. WHEN RECYCLED WATER BECOMES AVAILABLE, IRRIGATION PLANS SHALL BE REVIEWED AND APPROVED BY THE CARLSBAD MUNICIPAL WATER DISTRICT AND/OR THE SAN DIEGO COUNTY DEPARTMENT OF ENVIRONMENTAL HEALTH PRIOR TO TRANSFER FROM POTABLE WATER SUPPLY. Docusign Envelope ID: AC4358D0-0589-4FEA-9530-8D1620D3C80D 11/10/2025 Page 28 Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 Generated:2025-11-07 09:39 P.O.C. NUMBER: 01 Water Source Information: FLOW AVAILABLE Water Meter Size:3/4" Flow Available 18.2 GPM PRESSURE AVAILABLE Static Pressure at POC:56 PSI Elevation Change:5.00 ft Service Line Size:1" Length of Service Line:20 ft Pressure Available:52 PSI DESIGN ANALYSIS Maximum Multi-valve Flow: 12 GPM Flow Available at POC:18.2 GPM Residual Flow Available:6.2 GPM Critical Station:C1 Design Pressure:20 PSI Friction Loss:3.15 PSI Fittings Loss:0.31 PSI Elevation Loss:0 PSI Loss through Valve:7.99 PSI Pressure Req. at Critical Station: 31.5 PSI Loss for Fittings:0.19 PSI Loss for Main Line:1.86 PSI Loss for POC to Valve Elevation: 0 PSI Loss for Backflow:11.7 PSI Loss for Master Valve:3 PSI Loss for Water Meter:2.2 PSI Critical Station Pressure at POC: 50.4 PSI Pressure Available:52 PSI Residual Pressure Available: 1.59 PSI CRITICAL ANALYSIS NUMBER MODEL SIZE TYPE GPM DESIGN PSI PSI PSI @ POC PRECIP C1 HUNTER ICZ-101-R 1" AREA FOR DRIPLINE 9.35 20 31.5 50.4 0.96 in/h C2 HUNTER ICZ-101-R 1" AREA FOR DRIPLINE 6.44 20 26.8 45.9 0.96 in/h C3 HUNTER ICZ-101-R 1"AREA FOR DRIPLINE 6.86 20 26.8 45.8 0.96 in/h VALVE SCHEDULE R2'R2' I F I F F I F C BF4 IF F F1 M4 F F I C1 9.351" C1 C2 6.441" C3 6.861" C3 1"1"1" 1" 1" 1" 1" 1" 1" 1" 1" CONTRACTOR TO REPAIR/ REPLACE EXISTING IRRIGATION AS REQUIRED TO PROVIDE 100% COVERAGE ASSOCIATED WITH NEW HARDSCAPE IMPROVEMENTS AS REQUIRED CONTRACTOR TO REPAIR/ REPLACE EXISTING IRRIGATION AS REQUIRED TO PROVIDE 100% COVERAGE ASSOCIATED WITH NEW HARDSCAPE IMPROVEMENTS AS REQUIRED DRAWN BY:LD, CB, CC CHECKED BY:JB/JJ PROJECT NO. 20-102 DATE: 11/10/2025 AIT E A T FO C FILAO NR S DATE RENEWAL DATE SIGNATURE JEF F R E Y T .B ARR N o . 5 2 0 9 12-31-25 LICE N S E D L ANDSCAPE A R C H I T E C T VILLAGE AND BARRIO TRAFFIC CIRCLES 4015 525-6 11/10/2025 LI-1.1 PI N E A V E . HARDING STREET LANDSCAPE IRRIGATION PLANS PLAN: PINE AVE AND HARDING STREET 5 10 20 1" = 10'-0"SCALE : 0 Docusign Envelope ID: AC4358D0-0589-4FEA-9530-8D1620D3C80D 11/10/2025 Page 29 Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 DRAWN BY:LD, CB, CC CHECKED BY:JB/JJ PROJECT NO. 20-102 DATE: 11/10/2025 AIT E A T FO C FILAO NR S DATE RENEWAL DATE SIGNATURE JEF F R E Y T .B ARR N o . 5 2 0 9 12-31-25 LICE N S E D L ANDSCAPE A R C H I T E C T VILLAGE AND BARRIO TRAFFIC CIRCLES 4015 525-6 11/10/2025 LI-2.0 NOTES: STREET SURFACE EXTEND 10' MINIMUM ON EITHER SIDEC EXTEND 10' MINIMUM ON EITHER SIDE TOTAL OF 20' MINIMUM SLEEVE 2X PIPE SIZE POTABLE WATER LINE L CONSTANT PRESSURE RECYCLED WATER LINE RECYCLED WATER & POTABLE MAINLINE CROSSING A. ALL RECYCLED WATER IRRIGATION PIPE AND SLEEVES SHALL BE PURPLE AND LABELED AS SPECIFIED IN: - STANDARD SPECIFICATIONS FOR PRIVATE IRRIGATION SYSTEMS. B. FOLLOW ALL WATER DISTRICT RECYCLED WATER RULES AND REGULATIONS FOR CONSTRUCTION OF RECYCLED WATER MAINS. 3' - 6 " 12 " M I N BE L O W 5 1 2 10"ROUND PURPLE COLOR CONCRETE VALVE BOX & Q.C. STENCILED ON TOP. 4 3 5 7 8 9 6 10 11 12 14 15 13 SCH.80 P.V.C. NIPPLE - - WARNING TAG GROUND COVER SCH.40 P.V.C. TEE SCH.40 PURPLE P.V.C. MAINLINE BRASS ELL COMMON BRICK (3 MIN) ONE CUBIC FOOT PEA GRAVEL EDGE OF WALK/FACE OF CURB, FENCE OR MOW BAND FINISH GRADE. ALLOW 2" DEPTH FOR TOP MULCH STREET ELLS (2) REQUIRED PER QUICK COUPLER. NO MARLEX (BRASS) PURPLE QUICK COUPLER VALVE, WITH ACME THREADS, PER PLANS 4 7 3 9 9 10 8 2 1 811 18" MAX.15 14 2" 13 18 " M I N . 12 6" MIN. 2. ALL P.V.C. FITTINGS SHALL BE SCH. 40 EXCEPT WHERE NOTED. 4.ALL SCH.80 P.V.C. THREADS SHALL BE WRAPPED WITH TEFLON TAPE. 1. QUICK COUPLERS SHALL BE OF THE LOCKING TYPE, PURPLE LOCKING CAP. 3. QUICK COUPLER & VALVE BOX SHALL MEET RECYCLED WATER REQUIREMENTS 5. QUICK COUPLER FOR RECYCLED WATER SHALL BE OF A TYPE APPROVED FOR RECYCLED WATER USE. NOTES: QUICK COUPLER FOR RECYCLED WATER LEGEND: 6. QUICK COUPLER FOR POTABLE WATER SHALL BE LUG TYPE. 7. PROVIDE PURPLE CAP, COVER, AND ACME THREAD MODEL FOR QUICK COUPLERS USED IN RECYCLED WATER SYSTEM. 3 IRRIGATION DETAILSMAINLINE 24" FROM FACE OF SIDEWALK WILL PROVIDE THE NECESSARY 10' VERTICAL CLEARANCE OF 12" MINIMUM IS MANDATORY WHEN CROSSING PATH OF A POTABLE WATER LINE. INSTALLATION OF RECYCLED WATER IRRIGATION 10' MINIMUM TO POTABLE MAINLINE IN STREET HORIZONTAL CLEARANCE FROM POTABLE MAINLINE IN STREET. CURB POTABLE SERVICE LINE NOTE: AP P R O X . 8 " METER BOX WITH BOLT DOWN LID - SIZE TO FIT SIDEWALK RECYCLED WATER IRRIGATION MAINLINE WITH PURPLE SLEEVE 12 " M I N I M U M POTABLE WATER METER POTABLE MAINLINE CROSSING 24" 6 EXHAUST HEADER SUPPLY HEADER. CHECK LONGEST LATERAL AGAINST MAXIMUM LENGTH OF SINGLE LATERAL TABLE. TOTAL THE COMBINED LENGTH OF THESE LATERALS AND COMPARE IT AGAINST THE MAXIMUM LENGTH OF SINGLE LATERAL TABLE. BRANCHING OUT LATERALS JOINING LATERALS AREAS: TRIANGULAR IRREGULAR PVC MAINLINE. DRIPLINE SPACING AS NOTED. CENTER FEED EXAMPLEEND FEED EXAMPLE AUTOMATIC LINE FLUSHING VALVE PLUMBED TO PVC OR POLY LINE, AS NOTED. TYPICAL TECHLINE TUBING LATERALS WITH EMITTER SPACING AS NOTED. TIE DOWN STAKE AT ALL TEES, ELLS, AND AT 5' O.C. AT CLAY, 4' O.C. AT LOAM, OR 3' O.C. AT SAND. DRIP VALVE / FILTER / REGULATOR. 12" POLYETHYLENE OR PVC HEADER. TYPICAL OFFSET 2" FROM HARDSCAPE, 4" FROM PLANTED AREA. TYPICAL START CONNECTION SXSXT TEE W/ TECHLINE MALE ADAPTER. TYPICAL LATERAL PIPE FROM VALVE ASSEMBLY, SIZE PER PLANS. TYPICAL OFFSET 2" FROM HARDSCAPE, 4" FROM PLANTED AREA. WATER SOURCE: DRIP VALVE OR LATERAL FROM VALVE. TYPICAL SUPPLY HEADER. TYPICAL TECHLINE DRIPPER LINE TUBING TO BE BURIED 1" BELOW FINISH GRADE IN LANDSCAPE AREAS. TYPICAL PVC OR POLY SUPPLY OR EXHAUST HEADER TO BE BURRIED MIN 12" BELOW GRADE. AUTOMATIC LINE FLUSH VALVE PLUMBED TO PVC OR POLY. LAYOUT ISLAND IRREGULAR AREAS: ODD CURVES SLOPE FEED LAYOUT 54" MAX. ELEVATION CHANGE MANUAL LINE FLUSHING VALVE. TECHLINE CV LATERAL TUBING. LATERALS PARALLEL TO THE CONTOURS OF THE SLOPE. PVC EXHAUST HEADER. TOE OF SLOPE. TOP OF SLOPE. PVC SUPPLY HEADER. REMOTE CONTROL VALVE ASSEMBLY. BOTTOM 13 OF SLOPE: CONVENTIONAL SPACING PLUS 25% TOP 13 OF SLOPE: CONVENTIONAL SPACING. TECHLINE MAXIMUM LENGTH OF SINGLE LATERAL (FEET) TECHLINE FLOW PER 100 FEET TYPICAL DRIPLINE REQUIREMENTS FOR RECYCLED WATER AIR RELIEF VALVE TO BE LOCATED AT HIGHEST POINT OF SYSTEM AIR RELIEF VALVE DRIP IRRIGATION INDICATOR 2DRIP INDICATOR 1 2 3 4 5 6 7 8 GPH DRIP INDICATOR1 LATERAL PIPE PER PLAN 2 FTP CONNECTION FROM LATERAL 3 4 FLEX TUBING; FLEXSG OR EQUAL 5 FINISH GRADE PER PLAN 6 ADJCENT MULCH IF APPLICABLE 7 MARLEX STREET ELBOW 8 4 SPIRAL BARB ELBOW 6 NOTES: 1. INSTALL PER MANUFACTURER'S RECOMMENDATIONS. 2. CAN BE INSTALLED WITH RIGID PVC SYSTEM, PE TUBING, OR EMITTER LINE. 3. VISUAL: 12" PURPLE POP-UP STEM. STEM RETRACTS WHEN PRESSURE DROPS BELOW 10 PSI. 1 RAIN BUCKET CONFIGURATION LEGEND: 1 RAIN BUCKET PER PLAN 2 GAL. PIPE CAP, SIZE PER POST. 3 DRILL TWO 3/16" HOLES IN PIPE FOR SENSOR BRAXKET. 4 (2) #8-32 MACHINE SCREWS WITH WASHER, LOCK WASHER AND NUT. 5 2" GAL. PIPE 10FT. TALL. 6 12" X 12" CONCRETE BASE 8" MIN. DEPTH. 7 GAL. PIPE ELBOW. 8 FINISHED GRADE. 9 9" ROUND VALVE BOX. 10 SKIT ADAPTER # 8821-4, USE FOR EACH SENSOR. 11 TO CONTROLLER OR VALVE. 12 (4) DRY SPLICE WATERPROOF CONNECTORS. 13 NORMALLY CLOSED WIRE FROM SENSOR. 14 COMMON WIRE FROM SENSOR. 15 GAL. PIPE NIPPLE. 16 GRAVEL. 18"5'12"BLACK WIRE BLACK WIRE RED WIRE WHITE WIRE SKIT 1 2 3 4 5 6 7 8 9 10 16 15 14 13 12 11 9'-6" MIN 4 Docusign Envelope ID: AC4358D0-0589-4FEA-9530-8D1620D3C80D 11/10/2025 Page 30 Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 SYMBOL BOTANICAL NAME COMMON NAME CONT DETAIL TREES EXISTING TREE PROTECT IN PLACE EXISTING SHRUBS AGAVE ATTENUATA FOXTAIL AGAVE 5 GALLON 1/LP-2.0 ALOE STRIATA CORAL ALOE 5 GALLON 1/LP-2.0 SYMBOL BOTANICAL NAME COMMON NAME CONT SPACING DETAIL SHRUB AREAS SESLERIA AUTUMNALIS AUTUMN MOOR GRASS 1 GAL 15" o.c.2/LP-2.0 GROUND COVERS ERIGERON KARVINSKIANUM SANTA BARBARA DAISY 1 GAL 24" o.c.2/LP-2.0 SENECIO VITALIS BLUE CHALK FINGERS 1 GAL 12" o.c.2/LP-2.0 PLANT SCHEDULE 1.4 SDRSD L-02 SDRSD L-02 SDRSD L-02 SDRSD L-02 SDRSD L-02 DRAWN BY:LD, CB, CC CHECKED BY:JB/JJ PROJECT NO. 20-102 DATE: 11/10/2025 AIT E A T FO C FILAO NR S DATE RENEWAL DATE SIGNATURE JEF F R E Y T .B ARR N o . 5 2 0 9 12-31-25 LICE N S E D L ANDSCAPE A R C H I T E C T VILLAGE AND BARRIO TRAFFIC CIRCLES 4015 525-6 11/10/2025 1. CONTRACTOR SHALL REVIEW PLANTING SPECIFICATIONS BEFORE BEGINNING WORK. 2. CONTRACTOR SHALL REVIEW PLANTING INSTALLATION DETAILS PRIOR TO BEGINNING WORK. 3. CONTRACTOR SHALL VISIT SITE AND BECOME FAMILIAR WITH CONDITIONS UNDER WHICH WORK SHALL BE DONE PRIOR TO BIDDING. 4. ALL WORK WILL BE IN ACCORDANCE WITH THE REQUIREMENTS OF THE CITY OF CARLSBAD AND THE TECHNICAL SPECIFICATIONS FOR THE PROJECT. 5. CONTRACTOR SHALL NOTIFY CITY ENGINEER OF ANY DISCREPANCIES IN THE EXISTING CONDITIONS OR WITHIN THE PLANS PRIOR TO BEGINNING WORK. 6. FINISHED GRADES SHALL BE SMOOTHED TO ELIMINATE PUDDLING OR STANDING WATER. CONTRACTOR SHALL MAINTAIN A MINIMUM 2% DRAINAGE AWAY FROM BUILDINGS AND PAVING INTO DRAINAGE STRUCTURES OR TO STREET (SEE ENGINEERS GRADING AND DRAINAGE PLAN). CONTRACTOR SHALL NOTIFY RESIDENT ENGINEER IMMEDIATELY OF ANY CONFLICTS IN MAINTAINING DRAINAGE. 7. CITY ENGINEER SHALL APPROVE ALL FINISH GRADING PRIOR TO PLACEMENT OF ANY PLANT MATERIAL. 8. CONTRACTOR SHALL IMMEDIATELY, UPON THE AWARD OF THE CONTRACT, ORDER, LOCATE AND PURCHASE (OR HAVE HELD) ALL PLANT MATERIAL REQUIRED BY THESE PLANS AND SPECIFICATIONS. 9. CONTRACTOR SHALL NOTIFY CITY ENGINEER FOR OBSERVATION AT THE FOLLOWING TIMES: --MAINLINE - PRIOR TO BACKFILL AND PRESSURE TEST --LATERAL LINES - PRIOR TO BACKFILL --CONTROL WIRES - PRIOR TO BACKFILL --TREE LOCATIONS - PRIOR TO PLANTING --IRRIGATION COVERAGE - PRIOR TO PLANT PLACEMENT --PLANT APPROVAL AND SPOTTING PRIOR TO PLANTING --PRE-MAINTENANCE APPROVAL --POST-MAINTENANCE/FINAL APPROVAL. 10. THE CONTRACTOR SHALL BE HELD RESPONSIBLE FOR ANY REPAIRS MADE NECESSARY THROUGH THE ACTIONS OR NEGLIGENCE OF HIS CREW. 11. SOIL AMENDMENTS SPECIFIED ARE FOR BIDDING PURPOSES ONLY. ACTUAL TYPES AND QUANTITIES WILL BE BASED ON SOIL ANALYSIS PROVIDED BY CONTRACTOR. AFTER ROUGH GRADING, SOIL SAMPLES SHALL BE TAKEN FROM ENOUGH LOCATIONS IN DIFFERENT AREAS OF THE SITE TO REPRESENT AN ADEQUATE CROSS SECTION OF CONDITIONS. TEST SHALL INCLUDE TESTS FOR SOIL FERTILITY, AGRICULTURAL SUITABILITY ORGANIC CONTENT N, P, K; PH; EC; SOIL TEXTURE; AND RECOMMENDATIONS FOR AMENDMENTS, LEACHING, AND MAINTENANCE FERTILIZATION. CONTRACTOR SHALL FURNISH RESIDENT ENGINEER WITH A COPY OF TEST RESULTS AND RECEIVE WRITTEN APPROVAL FOR AMENDMENTS/SOIL PREPARATION PRIOR TO INSTALLATION. BID MIX FOR SHRUB AREAS: SOIL AMENDMENTS BID MIX SHALL BE THE FOLLOWING PER 1000 SQUARE FEET: - 4 CU. YDS. NITROGEN STABILIZED ORGANIC AMENDMENT 'KELLOG NITRO MULCH' - 20 LBS. GRO-POWER PLUS -100 LBS. GYPSUM "SOIL PREP" TO BE MIXED INTO THE TOP 6" OF SOIL THROUGHOUT THE SITE EXCEPT ON SLOPES GREATER THAN 3:1. BID MIX FOR SHRUB BACKFILL: PLANTING AND BACKFILL MIX FOR PLANT PITS AND TABLETS SHALL BE AS FOLLOWS PER CUBIC YARD: - 70% OF NATIVE SOIL -30% NITROGEN STABILIZED ORGANIC AMENDMENT - 16 LBS GRO-POWER PLUS - 2 LBS. FERROUS SULFATE THOROUGHLY BLEND THE ABOVE AT A CENTRAL ON-SITE LOCATION PRIOR TO USE. THE FERROUS SULFATE SHOULD NOT CONTACT PAVING SURFACES AS STAINING WILL RESULT. 12. SHRUB AND GROUNDCOVER MASS QUANTITIES ARE SHOWN ON PLANS. UNDERPLANT ALL TREES WITH THE ADJACENT SHRUB AND/ OR GROUNDCOVER AS INDICATED BY THE PLANS. PLANTS SHALL BE INSTALLED WITH TRIANGULAR SPACING. PLANT GROUNDCOVERS TO WITHIN 12" OF TREE OR SHRUB STEMS. 13. PLANT SYMBOLS TAKE PRECEDENCE OVER PLANT QUANTITIES SPECIFIED. WHERE SHRUB SYMBOLS ARE MASSED, CONTRACTOR SHALL MAINTAIN A CONSISTENT ON CENTER , TRIANGULAR SPACING AS SPECIFIED IN LEGEND. CONTRACTOR SHALL VERIFY PLANT TOTALS FOR BID PURPOSES. 14. ALL ROCKS AND DEBRIS TWO INCH (2") AND LARGER SHALL BE REMOVED FROM PLANTING AREAS AND THEN FROM THE SITE TO A LEGAL SITE OF DISPOSAL. WHERE THE GRASS IS TO BE LOCATED, ALL ROCKS AND DEBRIS ONE INCH (1") AND LARGER SHALL BE REMOVED FROM THE SITE TO A LEGAL SITE OF DISPOSAL. 15. PRIOR TO BEGINNING THE PLANTING OPERATION, IRRIGATE ALL PLANTING AREAS NORMALLY FOR TWO WEEKS TO GERMINATE WEEDS. APPLY CONTACT ORGANIC HERBICIDE TO WEEDS ONLY PER CITY OF CARLSBAD INTEGRATED PEST MANAGEMENT PLAN. REPEAT PROCESS IF WEEDS PERSIST. 16. PERCOLATION TEST SHALL BE CONDUCTED IN ACCORDANCE WITH THE LANDSCAPE SPECIFICATIONS. 17. PRIOR TO PLANTING, IRRIGATION SYSTEM SHALL BE FULLY OPERATIONAL AND ALL PLANTING AREAS SHALL BE THOROUGHLY WATERED. 18. PLANT MATERIAL MAY BE REJECTED AT ANY TIME BY CITY ENGINEER DUE TO CONDITION, FORM OR DAMAGE BEFORE OR AFTER PLANTING. 19. ALL TREES WITHIN 5' OR LESS OF HARDSCAPE SHALL BE INSTALLED WITH A ROOT BARRIER. ROOT BARRIER SHALL BE INSTALLED PARALLEL TO HARDSCAPE SURFACE OR AS INDICATED ON PLAN. ROOT BARRIER TO BE MANUFACTURED BY "DEEPROOT" OR "BIO-BARRIER" OR EQUIVALENT. 20. PLANTING TABLETS SHALL BE GRO-POWER PLANTING TABLETS 12-8-8 (12 MONTH SLOW RELEASE FORMULATION). 21. 1 GALLON GROUND COVER MATERIALS SHALL BE PLANTED TO WITHIN 12" OF ADJACENT SHRUB STEMS. 22. REFER TO CONSTRUCTION PLANS FOR GRAVEL MULCH EXTENTS. "GRAVEL MULCH" SHALL BE [LIST COLOR AND SIZE] BY DECORATIVE STONE SOLUTIONS. CONTRACTOR TO SUBMIT SAMPLE TO CITY ENGINEER AND LANDSCAPE ARCHITECT FOR APPROVAL PRIOR TO INSTALLATION. 23. ALL PLANTING BEDS WITHOUT GRAVEL MULCH SHALL HAVE 3" (THREE INCH) THICK MULCH LAYER. "MULCH" SHALL BE "CARLSBAD STUMP MIX" BY MB ORGANICS. RATES AS SPECIFIED ON PLANS, FREE OF STICKS, STONES, CLAY OR OTHER FOREIGN MATERIAL. CONTRACTOR SHALL SUBMIT SAMPLE TO CITY ENGINEER FOR APPROVAL PRIOR TO INSTALLATION. 24. ALL PLANTING SHALL BE GUARANTEED THROUGH THE ESTABLISHMENT PERIOD (SEE PLANTING SPECIFICATIONS). ESTABLISHMENT PERIOD SHALL BE 90 DAYS. TREES AND SHRUBS SHALL BE GUARANTEED FOR A PERIOD OF ONE YEAR, BEGINNING FROM THE DATE OF THE FINAL ACCEPTANCE OF THE ESTABLISHMENT PERIOD. 25. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING ALL AREAS IN A WEED AND DEBRIS-FREE CONDITION THROUGHOUT THE ESTABLISHMENT PERIOD. 27. COORDINATE PLACEMENT OF TREES WITH SITE LIGHTING. CANOPY OF TREE AT ULTIMATE SIZE SHALL NOT BE PLACED SO AS TO CONFLICT WITH LIGHTING THROW ALONG WALKWAYS. 28. PLANT MATERIAL SHALL BE GROWN UNDER CLIMATIC CONDITIONS SIMILAR TO THOSE OF THE PROJECT SITE. 29. THE CONTRACTOR SHALL BID THE FOLLOWING PLANT MATERIAL IN ADDITION TO THE QUANTITIES LISTED IN THE PLANT LEGEND OR SHOWN OF THE PLAN: -(2) 15 GAL SHRUBS -(10) 5 GAL SHRUBS -(20) 1 GAL SHRUBS/GROUND COVER 30. THE CONTRACTOR IS TO PROTECT EXISTING TREES AND OTHER VEGETATION INDICATED TO REMAIN IN PLACE AGAINST CUTTING, BREAKING, OR SKINNING OF ROOTS, SKINNING AND BRUISING OF BARK, SMOTHERING OF TREES BY STOCKPILING CONSTRUCTION MATERIALS, OR EXCAVATED MATERIALS WITHIN DRIP LINE. PROVIDE TEMPORARY GUARDS TO PROTECT TREES AND VEGETATION TO REMAIN. IF EXISTING TREE FAILS AND THE CITY OF CARLSBAD FINDS CONTRACTOR DID NOT TAKE NECESSARY PRECAUTIONS, THE TREE SHALL BE REPLACED IN KIND AND SIZE. PLANTING NOTES LP-1.0 PLANTING LEGEND AND NOTES Docusign Envelope ID: AC4358D0-0589-4FEA-9530-8D1620D3C80D 11/10/2025 Page 31 Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 CONTRACTOR TO REPAIR/REPLACE EXISTING PLANTING AS REQUIRED TO MATCH EXISTING ASSOCIATED WITH NEW HARDSCAPE IMPROVEMENTS AS REQUIRED. PROVIDE NEW 1 GALLON GROUNDCOVER, 5 GALLON SHRUBS AND SOD AS REQUIRED. PROVIDE 3" OF NEW MULCH IN ALL DISTURBED PLANTING AREAS. CONTRACTOR TO REPAIR/REPLACE EXISTING PLANTING AS REQUIRED TO MATCH EXISTING ASSOCIATED WITH NEW HARDSCAPE IMPROVEMENTS AS REQUIRED. PROVIDE NEW 1 GALLON GROUNDCOVER, 5 GALLON SHRUBS AND SOD AS REQUIRED. PROVIDE 3" OF NEW MULCH IN ALL DISTURBED PLANTING AREAS. CONTRACTOR TO REPAIR/REPLACE EXISTING PLANTING AS REQUIRED TO MATCH EXISTING ASSOCIATED WITH NEW HARDSCAPE IMPROVEMENTS AS REQUIRED. PROVIDE NEW 1 GALLON GROUNDCOVER, 5 GALLON SHRUBS AND SOD AS REQUIRED. PROVIDE 3" OF NEW MULCH IN ALL DISTURBED PLANTING AREAS. CONTRACTOR TO REPAIR/REPLACE EXISTING PLANTING AS REQUIRED TO MATCH EXISTING ASSOCIATED WITH NEW HARDSCAPE IMPROVEMENTS AS REQUIRED. PROVIDE NEW 1 GALLON GROUNDCOVER, 5 GALLON SHRUBS AND SOD AS REQUIRED. PROVIDE 3" OF NEW MULCH IN ALL DISTURBED PLANTING AREAS. SYMBOL BOTANICAL NAME COMMON NAME CONT DETAIL TREES EXISTING TREE PROTECT IN PLACE EXISTING SHRUBS AGAVE ATTENUATA FOXTAIL AGAVE 5 GALLON 1/LP-2.0 ALOE STRIATA CORAL ALOE 5 GALLON 1/LP-2.0 SYMBOL BOTANICAL NAME COMMON NAME CONT SPACING DETAIL SHRUB AREAS SESLERIA AUTUMNALIS AUTUMN MOOR GRASS 1 GAL 15" o.c.2/LP-2.0 GROUND COVERS ERIGERON KARVINSKIANUM SANTA BARBARA DAISY 1 GAL 24" o.c. 2/LP-2.0 SENECIO VITALIS BLUE CHALK FINGERS 1 GAL 12" o.c. 2/LP-2.0 PLANT SCHEDULE 1.4 SDRSD L-02 SDRSD L-02 SDRSD L-02 SDRSD L-02 SDRSD L-02 DRAWN BY:LD, CB, CC CHECKED BY:JB/JJ PROJECT NO. 20-102 DATE: 11/10/2025 AIT E A T FO C FILAO NR S DATE RENEWAL DATE SIGNATURE JEF F R E Y T .B ARR N o . 5 2 0 9 12-31-25 LICE N S E D L ANDSCAPE A R C H I T E C T VILLAGE AND BARRIO TRAFFIC CIRCLES 4015 525-6 11/10/2025 LP-1.1 LANDSCAPE PLANTING PLANS PI N E A V E . HARDING STREET PLAN: PINE AVE AND HARDING STREET PLANTING SCHEDULE 5 10 20 1" = 10'-0"SCALE : 0 Docusign Envelope ID: AC4358D0-0589-4FEA-9530-8D1620D3C80D 11/10/2025 Page 32 Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 PSALCA-25001CA EXHIBIT C VARA/CAPA Waiver & Consent Form (Artwork Contributor) Artist/Contributor Name: Role: Email: Artwork Description: The original visual work of art created for the City of Carlsbad by Aesthetics, Inc. for the Barrio Traffic Circle Public Art Project, a component of the Barrio Traffic Calming Project, Capital Improvement Program (CIP) Project No. 4015, and to be located at the future Barrio Traffic Circle site at the intersection of Pine Avenue and Harding Street. Description of Artwork Contribution: To the extent the undersigned contributed to the Artwork in any manner (“Contributing Artist”), the Contributing Artist hereby waives, to the fullest extent permitted by law, any and all rights under the Visual Artists Rights Act (17 U.S.C. § 106A) and the California Art Preservation Act (Cal. Civil Code § 987), including but not limited to, the (a) right to prevent any destruction, distortion, mutilation, removal, or other modification of any kind of the Artwork, for any purpose or use of any kind, and whether or not the distortion, mutilation, removal, or modification is intentional or prejudicial to the contributing artist’s honor or reputation, and whether or not the Artwork is one of recognized stature; (b) prevent the use of Contractor’s name as the author of the Artwork; and (c)claim authorship of the Artwork and to prevent the use of Contractor’s name as the author of Artwork which Contractor did not create. This waiver/consent runs with the Artwork and is binding on the undersigned’s heirs and assigns. The Contributing Artist represents and warrants he/she is the owner of the VARA and CAPA rights subject to this waiver, or is the authorized representative of the owner, and has the legal power, right and actual authority to agree to the terms of this waiver and consent form. Signature: Date: Address: Page 33 Docusign Envelope ID: 85EFF6E9-412A-465D-AC26-87A8D60AAD88 Mario Torero Free standing painted metal sculpture made of half inch aluminum. lead artist Mariotoreroart@gmail.com 2801 B St. #102, San Diego CA 92102 12/22/2025 Free standing metal sculpture made of 1/2 inch aluminum.1/2 " thick painted aluminum sculpture Free standing sculpture. 01/29/2026 Webster Insurance Agency, Inc. 8315 La Mesa Blvd. La Mesa, CA 91942 Carlo Cunanan 619 433-3801 619 741-1047 Carlo@websterinsur.com 00016553-251223161646 3 Aesthetics, Inc 2148 Broadway San Diego, CA 92102-1829 Hartford Underwriters Insurance Company 30104 A 72SBABF8MLW 11/17/2025 11/17/2026X X X 2,000,000 1,000,000 10,000 2,000,000 4,000,000 4,000,000 Mercury Casualty Company 38342 B BA040000038770 11/17/2025 11/17/2026 X X X 1,000,000 Hartford Underwriters Insurance Company 30104 A 72SBABF8MLW 11/17/2025 11/17/2026X 2,000,000 2,000,000 Hartford Casualty Insurance Company 29424 C 72WECLM1688 05/22/2025 05/22/2026 X 1,000,000 1,000,000 1,000,000 Lloyd's of London D MPL4367473.25 06/03/2025 06/03/2026Professional Liabili 1,000,000/2,000,000 Hartford Underwriters Insurance Company 30104 A 72SBABF8MLW 11/17/2025 11/17/2026BPP 141,700 CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED PER THE ATTACHED FORMS City of Carlsbad, Library & Cultural Arts Department 1775 Dove Lane Carlsbad, CA 92011 (CSC) Printed by CSC on 01/29/2026 at 12:27PM ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext):E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOSHIREDNON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE 12/23/2025 Webster Insurance Agency, Inc. 8315 La Mesa Blvd. La Mesa, CA 91942 Lauren West 619 433-3801 619 741-1047 Lauren@websterinsur.com 00016553-251223161646 1 Aesthetics, Inc Carolyn Floyd 2148 Broadway San Diego, CA 92102-1829 Hartford Underwriters Insurance Company 30104 A 72SBABF8MLW 11/17/2025 11/17/2026X 2,000,000 1,000,000 10,000 2,000,000 4,000,000 4,000,000 Mercury Casualty Company 38342 B BA040000038770 11/17/2025 11/17/2026 X X X 1,000,000 Hartford Underwriters Insurance Company 30104 A 72SBABF8MLW 11/17/2025 11/17/2026X 2,000,000 2,000,000 Hartford Casualty Insurance Company 29424 C 72WECLM1688 05/22/2025 05/22/2026 X 1,000,000 1,000,000 1,000,000 Lloyd's of London D MPL4367473.25 06/03/2025 06/03/2026Professional Liabili 1,000,000/2,000,000 Hartford Underwriters Insurance Company 30104 A 72SBABF8MLW 11/17/2025 11/17/2026BPP 141,700 CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED PER THE ATTACHED FORMS City of Carlsbad, Library & Cultural Arts Department 1775 Dove Lane Carlsbad, CA 92011 (LMW) Printed by LMW on 12/23/2025 at 04:29PM ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext):E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOSHIREDNON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER: $ COMBINED SINGLE LIMIT $(Ea accident) 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 accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE 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), AUTHORIZEDREPRESENTATIVE 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 onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 1/22/2026 License # 0C32169 (619) 937-0164 41297 Tecture2001 Main Street San Diego, CA 92113 40479 25496 34630 A 1,000,000 X BCS2003300 12/1/2025 12/1/2026 100,000 5,000 1,000,000 2,000,000 2,000,000 1,000,000B RVA1075395-00 12/1/2025 12/1/2026 5,000,000C CSX90860282P-01 12/1/2025 12/1/2026 5,000,000 0 D TEWC636190 12/1/2025 12/1/2026 1,000,000 1,000,000 1,000,000 RE: OPERATIONS OF THE NAMED INSURED AS CERTIFICATE HOLDERS INTEREST MAY APPEAR. THE CITY OF CARLSBAD/CMWD, IT'S OFFICIALS, EMPLOYEES AND VOLUNTEERS, ARE INCLUDED AS ADDITIONAL INSURED WITH REGARDS TO THE GENERAL LIABILITY PER THE ATTACHED FORMS. THE CITY OF CARLSBAD/CMWD, IT'S OFFICIALS, EMPLOYEES AND VOLUNTEERS, 1775 DOVE LANE, CARLSBAD, CA 92011 TECTURE-01 CERTT5 Rancho Mesa Insurance Services, Inc.2355 Northside Drive Suite 200San Diego, CA 92108 Scottsdale Insurance Company Republic - Vanguard Insurance Company StarStone National Ins Company Oak River Insurance Company X X X X X X X X X X