Loading...
HomeMy WebLinkAboutBill Howe Plumbing Inc; 2026-02-09; PWM26-4023FACDocusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 9th February CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT SENIOR CENTER SEWER MAINLINE EPOXY LINING PWM26-4023FAC This contract is made on the ______ day of----------~ 2026 ("Contract"), by the City of Carlsbad, California, a municipal corporation ("City") and Bill Howe Plumbing, Inc., a California corporation, whose principal place of business is 9210 Sky Park Court, San Diego, California 92123 ("Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, as contained in the Standard Specifications for Public Works Construction "Greenbook," latest edition and including all errata; Part 1 General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by Daniel Smith (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. PREVAILING WAGE RATES. Any construction, alteration, demolition, repair, installation, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Contract constitute "public works" under California Labor Code Section 1720 et seq., and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773 and 1773.1 of the California Labor Code. Consistent with the requirement of Section 1773.2 of the California Labor code, a current copy of applicable wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Contract. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which requires keeping accurate payroll records, verifying and Senior Center Sewer Mainline Epoxy Lining Page 1 City Attorney Approved 6/5/24 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 PWM26-4023FAC certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Labor Code Section 1776. DIR REGISTRATION. California Labor Code Section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Contract to be currently registered with the California Department of Industrial Relations ('DIR'), as specified in Labor Code Section 1725.5. Labor Code Section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Contract, Contractor must furnish the City with the subcontractor or subconsultant's current DIR registration number. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATION. Contractor's vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. CALIFORNIA AIR RESOURCES BOARD (CARB) IN-USE OFF-ROAD DIESEL FUELED FLEETS REGULATION. Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. More information about the requirements and Contractor's required certification is provided in Exhibit D. CONSTRUCTION MANAGEMENT SOFTWARE. Procore Project Management and Collaboration System. This project may utilize the Owner's Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non- productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training/ tutorials {as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added . There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps. apple .com/us/a pp/procore-construction-management/id37 4930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFls, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. Senior Center Sewer Mainline Epoxy Lining Page 2 City Attorney Approved 6/5/24 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 PWM26-4023FAC FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this Contract and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq ., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five (5) years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: Tina E.G. Howe REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC} latest quarterly listings report. Commercial General Liability Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Property damage insurance in an amount of not less than ........ $2,000,000 Automobile Liability Insurance in the amount of $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that 30 days written notice shall be given to the City prior to such cancellation. Senior Center Sewer Mainline Epoxy Lining Page 3 City Attorney Approved 6/5/24 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 PWM26-4023FAC The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. INDEMNITY. Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. THIRD PARTY RIGHTS. Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. JURISDICTION AND VENUE. This Agreement shall be interpreted in accordance with the laws of the State of California. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Contract is San Diego County, California . Start Work: Contractor agrees to start within thirty {30) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within sixty {60) working days after receipt of Notice to Proceed. Senior Center Sewer Mainline Epoxy Lining Page 4 City Attorney Approved 6/5/24 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 CONTRACTOR'S INFORMATION. Bill Howe Plumbing, Inc. (name of Contractor) 488413 (Contractor's license number) C36 3/31/2026 (license class. and exp. date) 1000018192 6/30/2028 (DIR registration number and exp. date) PWM26-4023FAC 9210 Sky Park Ct. (street address) San Diego, CA 92123 (city/state/zip) 619-807-9999 (telephone no.) mark.ames@mailbillhowe.com (e-mail address) AUTHORITY. The individuals executing this Contract and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Contract. [signatures on following page] Senior Center Sewer Mainline Epoxy Lining Page 5 City Attorney Approved 6/5/24 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 CONTRACTOR BILL HOWE PLUMBING, INC., a California corporation By: (sign here) Tina E.G. Howe, Vice President (print name, title) By : ;;; (sign here) Jessica Groat, Chief Financial Officer (print name, title) PWM26-4023FAC CITY OF CARLSBAD, a municipal corporation of the State of California By: Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager ATTEST: SHERRY FREISINGER, City Clerk By: Deputy / Assistant City Clerk If required by City, proper notarial acknowledgment of execution by Contractor must be attached. ~ corporation, Contract must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: __ fi_i~_(1--+b_tA,_S ____ _ Assistant City Attorney Senior Center Sewer Mainline Epoxy Lining Page 6 City Attorney Approved 6/5/24 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 PWM26-4023FAC EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code}. If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Type of Work Business Name and Address DIR Registration No. License No., %of to be & Expiration Date Classification Total Subcontracted & Expiration Contract Date ~Of-.Je -----.,,.-- Total% Subcontracted : _" ___ D_· __ _ The Contractor must perform no less than 50% of the work with its own forces. Senior Center Sewer Mainline Epoxy Lining Page 7 City Attorney Approved 6/5/24 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 PWM26-4023FAC EXHIBIT B SENIOR CENTER SEWER MAINLINE EPOXY LINING Contractor to provide all tools, equipment, labor, and materials to complete epoxy lining of the sewer main at the Carlsbad Senior Center, 799 Pine Avenue, Carlsbad, California 92008. The scope of work and process are to be in accordance with Contractor's proposal dated January 8, 2026, and attached to this agreement as Exhibit E. The site layout of the underground sewer line is shown in Exhibit F and confirmed accurate by video inspection. Project process is to be as follows: • Work to be done outside of the Senior Center operational hours of 7:30 a.m. -5 p.m. each day of the week. • Epoxy lining to begin at clean out adjacent the grease interceptor, at West entrance • Lining to continue through main hallway, using additional cleanouts in building as needed. • Final point of lining to be at pit excavated outside East entrance for transition and offset repair. All work to be performed in a professional manner, maintaining public safety and site security at all times. JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Preparation and lining of 225 feet of sewer main $62,810 2 LS 1 Excavation and repair of offset at East entrance $10,162 3 LS 1 Labor and material bond $1,500 TOTAL* $74,472 *Includes taxes, fees, expenses and all other costs. Senior Center Sewer Mainline Epoxy Lining Page 8 City Attorney Approved 6/5/24 C 9 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 ,\Jotwithstanding any contrary provision in the bond, the contract for which the bond is issued, or any other document which may be incorporated by or into the bond or contract, the obligation of the Surety with respect to any warranty shall in no event exceed a period of twenty-four (24) months from the date of delivery and installation. ISSUED IN ONE ORIGINAL COUNTERPART PAYMENT BOND ONLY EXHIBIT I) LABOR AND MATERIALS BOND BOND NO. 024288841 WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to (hereinafter designated as the "Principal"), a Contract for: SENIOR CENTER -CIPP PIPELINE REHABILITATION in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, BILL HOWE PLUMBING as Principal, (hereinafter designated as the "Contractor"),and The Ohio Casualty Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of SEVENTY-FOUR THOUSAND, FOUR HUNDRED AND SEVENTY TWO DOLLARS($74,472.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Page ±& Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 This labor and materials bond may be approved as to form by the City Attorney for the City in counterpart, 2026 SIGNED AND SEALED, this 29th day of _____ --"-J-'-'a-'-'-n"'"ua=ry....__ ___ _,, z&2:-5:- B _i_ll_H_o_w_e_P_l_um_b_in~g_, l_n_c_. ___ (SEAL) The Ohio Casualty Insurance Company (SEAL) {Principal) (Surety) By: _~,..,....k~------------By:----------- 7 (Signature) ales, (Signature) -in-Fact {SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY-ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM : CINDIE K. McMAHON City Attorney By : Assistant City Attorney Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 No. 5133-4 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY, That, pursuant lo the Insurance Code of the State of California, The Ohio Casualty Ioaurance Company of New Hampshire, organized under the laws ofN~ Hampshire, subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Plate Glu■, Liability, Worken' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Automobile and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIF1CA TE is expressly conditioned upon the holder hereof now and hereafter being In fall compliance with all, and not In \Jlolation of any, of the applicable laws and law.fa/ requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. NOTICE: IN WITNESS WHEREOF, effective as of the J!/h day of March. 20 I 3, I have hereunto set my hand and caused my official seal to be o:jfixed this 1 tJ" day of March. 2013. By Dave Jones /nnuam:• CommialOMr Ye~~~ Valerio J. Sarfaty for Nettie Hoge Chit/lhfJlllY Qu.alification with the Secretary of St.ate must be nccomplhihed as required by tho California Corporatiora Code promptly alter luwmce ofthil Certificate of Authority. Failure to do so will be a violation oflnsurance Code section 701 and will be grounds for revoking this Certificale of Authority pum,ant to the covenants made in the application th=for and the conditions contained herein. Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 ~Liber1): \P Mutual. SURETY POWER OF ATTORNEY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Certificate No: 8213122 -972008 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and by authority herein set forth, does hereby name, consUtute and appoint, Andrea Paris, Jonathan Cagner, Julia B. Bales, Kenneth A. Coate, Kevin Gigler, Stephanie D. Fisher all of the city of Riverside state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed theretothis 12th dayof February .~ Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company I By, 11.flJ f____ :i~ "-=-~ Nathan J. Zangerle, Assistant Secretary -~ i ,v State of PENNSYLVANIA ss -~ ::::i County of MONTGOMERY c E ~rn . 2~ ~ ~ On this 12th day of February , 2025 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance r.l a.> ~ ro Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes ~@ ;gJ ..:'.: therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ~@ ~~ ~ _ -c IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. <( ~ ~-~ ~8 ..Q ~ Commonwealth of Pennsylvania -Notary Seal ';:::: Q)-0 Teresa Paslella, Notary Public ,I--... /) ~ ·ro +-< Q) Montgomery Counly (I/, ~ . _ , t + .1 / ._ E g ro My commission expires March 28, 2029 By: -,~'-------'/U,l(.,,U.,µ-~-------------1,g a., Q)-_'.: .,.~,,,.__ ... ,~~" r. Commission number 1126044 i'eresaPasieiia, Notary Public <( 0 __ •,,,;, :._ .. ..:iy \,o"'r. o/ Member, Pennsylvania Association or Notanes Olen °':qFIY ~v o O roID ._v Ol~ N t ~ This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual ~ a;> ~ -~-Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: &_ ~ ._ _!!:! ARTICLE IV -OFFICERS: Section 12. Power of Attorney. 0 °r S ~ Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the =a~ ~ i:j' President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety ~ ~ g? fii any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall -o r.J 0 l::: have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such § (I) z i:l instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the := ~ provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ~ ~ ARTICLE XIII -Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary lo act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Cc:np1ny, Uberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a fu!!, trua and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies b~is 29th day of January , ~- ~4~ By:~..._~-~~~~-----------Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Mulli Co 02/24 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside } on ___ J_A_N_2_9_2_0_2_6 __ before me, ____ M_a_ri_ah_G_is_e_lle_B_a_r_el_a;_, N_o_t_ary-<....-P_u_b_lic ___ _ Date Here Insert Name and Title of the Officer personally appeared ____________ J_u_lia_B_._B_a_l_e_s ______________ _ Name{s) of Signer{s) who proved to me on the basis of satisfactory evidence to be the person~s} whose name(s)-is/are-subscribed to the within instrument and acknowledged to me that he/she/they executed the same in -his/her/thetf authorized capacity(ies), and that by-his/her/.tl=teif. signature(-5) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sigoatuce ~ ~ure of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: _____________________ Numberof Pages: ___ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ ©2019 National Notary Association Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 PWM26-4023FAC EXHIBIT D In-Use Off-Road Diesel-Fueled Fleet Regulation Requirements CARB implemented amendments to the In-Use Off-Road Diesel Fueled Fleets Regulations that apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. More information about the requirements can be found at https://ww2.arb.ca.gov/our-work/programs/use-road-diesel-fueled-fleets-regulation Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. The City is a "Public Works Awarding Body," as that term is defined under Title 13 California Code of Regulations Section 2449(c}(46). Accordingly, the Contractor must submit, with their pre-award contract documents, valid Certificates of Reported Compliance (CRC) for the Contractor's fleet, and for the fleets of any listed subcontractors (including any applicable leased equipment or vehicles). Failure to provide a valid CRC, will limit the city's ability to proceed with awarding this Contract. Contractor has an on-going obligation for term of this Agreement to provide copies of Contractor's, as well as all listed subcontractors, most recent CRC issued by CARB. Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor's and subcontractors' fleet including, without limitation, CRC, fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep or maintain pursuant to the Regulation upon two (2) calendar days' notice from the City. Senior Center Sewer Mainline Epoxy Lining Page 11 City Attorney Approved 6/5/24 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 PWM26-4023FAC EXHIBIT D {CONT.) IN-USE OFF-ROAD DIESEL-FUELED FLEET REGULATION CERTIFICATION Contractor hereby acknowledges that they have reviewed the CAR B's policies, rules and regulations and are familiar with the requirements of In-Use Off-Road Diesel-Fueled Fleet Regulation. Contractor hereby certifies, subject to the penalty of perjury, that the option checked below relating to the Contractor's fleet, and/or that of their subcontractor(s) ("Fleet") is true and correct: V The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of ~.~ported Compliance have been attached hereto. D The Fleet is exempt from the Regulation under Section 2449.l(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. □ Contractor and/or their subcontractor is unable to procure R99 or RlOO renewable diesel fuel as defined in the Regulation pursuant to Section 2449.l(f)(3). Contractor shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i.e., third party correspondence or vendor bids). □ The Fleet is exempt from the requirements of the Regulation pursuant to Section 2449(i)(4) because this Project has been deemed an "emergency", as that term is defined in Section 2449(c)(18). Contractor shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to Section 2449(i)(4). D The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name of Contractor: Bill Howe Plumbing, Inc. Name: Tina E. G. Howe Title: Vice President Date: Senior Center Sewer Mainline Epoxy Lining Page 12 City Attorney Approved 6/5/24 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 1/UV/"-U, IU, IVT"'\llfl Receipt -CTC-VIS ~ ~ I I ; \ ,, CLEAN CALIFORNIA /\IR RESOURCES 0O/\RD TRUCK CHECK Receipt of Payment Bill Howe Plumbing, Inc. Entity ID: El01802 9210 Sky Park Ct Invoice ID: CARB1000000000375196 San Diego, CA, 92123 Payment Date: 6/23/2025 USA Payment Method: VISA-5358 Receipt Date: 6/23/2025 1HTKHPVK3MH153373 San Diego -12564H3 2024 Compliance Fee $30.00 1HTK.HPVK3MH153373 San Diego -12564H3 2025 Compliance Fee $31.18 Total Certificate Fees: $61.18 Payment Service Fee: $1.83 Total Charged: $63.01 hllps://cleantruckcheck.arb.ca.gov/Fleet/Receipt/4673816 1/1 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 • BILL HOWE --•• ~ --··-• ---· --·- PLUMB I f\l G Bill TO CITY Of CARLSBAD-payment works 1635 Faraday Avenue Carlsbad, CA 92008 USA JOB ADDRESS SENIOR CENTER 799 Pine Ave Carlsbad, CA 92008 USA EXHIBIT E ESTIMATE DETAILS LINING ESTIMATE -Pull In Place -REVISED V.2: NOTE: PREVAILING WAGE JOB NOTE: AFTER HOURS JOB NOTE: HIGH TEMP EPOXY NOTE: 2 MJ\N CREW PWM26-4023FAC l:lill Howe Plumbing. Inc. 1.800.Bill.Howe 9210 Sky Park Court San Diego. CA 92123 contact@•billhowe.com license ii '188413 Check Remittance Address: ~STIMATE 1065797104 Project: 1038972330 Bill Howe Plumbing Inc PO BOX 92328 Las Vegas. NV 89193-2328 Bill Howe Plumbing has been installing CIPP pipelining for over 20 years, and has the most experienced, certified lining technicians in the western United States. Scope of Work/ Solutlo11: Using the BIil Howe Plumbing CIPP pipeline rehabilitation process. BHP will descale and flush pipelines identified below. and provide. build and install structural CIPP (Cured In Place Pipe) in the following locations and areas below. Any pipelines not specifically INCLUDE:D in the below description are EXCLUDED from this Scope Of Work. BHP will line UP TO 225 linear feet of 4" underground cast iron sewer main from the grease interceptor in the front of the building, terminating downstream at the transition to plastic pipe in the courtyard on the NE side using the Pull-In-Place method. The project will take up to 12 DAYS to complete. Estimate Includes: -Sewer Main- 1) Clean. de-scale and flush up to 225 linear feet of 4" underground cast iron sewer main starting at the c!eanout by the grease interceptor and terminating downstream at the transition to plastic pipe. 2) Provide and install up to 225 linear feet of 4" structural epoxy liner to create a new, seamless pipe within the existing cast iron sewer main. 3) Brush coat up to (2) layers of non structural epo.><y on all connection fittings along the sewer main line. 4) Perform final video inspection of CIPP liner installation for quality assurance. Estimate #1065797104 Page 1 of 4 Senior Center Sewer Mainline Epoxy Lining Page 13 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 EXHIBIT E (cont.) 10 DAYS Job Cost: $62,810.00 -Offset Rcpair- 1) Demo concrete in courtyard of SE side of the building and excavate up to 5 feet to expose 6" AllS offset pipe. 2) Cut out offset section of ABS pipe and repair with new sch edule 40 ABS. ·Haul away spoils 3) lay gravel base under repair section ~) Water test for leaks PWM26-4023FAC 5) Backfill and compact native soil, pour rough concrete patch to grade. ·Finish repairs excluded including paint. tile. flooring. carpet 2 DAYS Job Cost: $10,162.00 BHP will use the 'start and stop' approved Gapping Method at branch line connection fittinr,s. The liner installation will cause your property to be without water or facilities for up to a 5 hour period. Please note after the liner is cured in place for the next 5 hours it is not recommended to use any UN MIXED hot water, for a total of 10 hours (dishwashers. washing machines). By installing our lining process to your pipelines. BHP will be creating a new. seamless. structural epoxy pipe inside your failing piping system. We will require access points to install the CIPP liner at Interior & Exterior locations. WE WILL REQUIRE ACCESS TO PROPER1 Y TO TEST 1\LL FIX'I URES /IS NEEDED BEFORE AND AF rrn LINING INS1'ALLA1 ION. Pipeline rehabilitation includes pre-installation video inspection. cleaning and descaling, flushing decaling debris and installation CIPP lining. Includes post installation video inspection for quality control. with digital video copy provided to customer via digital links. NOl E: FLUSHING TOILETS OR RUNNING WATER DURING CIPP lit ING PROCESS CA CAUSE LINER TO FAIL WHICH WILL REQUIRE TRADITIONAL PIP LINE REPLAC MEN1' Ml:1HODS (EXCAVATION) TOR TURN PIPING TO NORMAL SERVICE AT ADDll IONAL COST. NOTE: If the scope of wor cannot be successfully completed. based upon existing conditions of the pipeline or other work impediments. BHP will stop the lining installation process for epoxy lining and leave the drain line in its existing condition. This estimate excludes any conventional or excavation/re-pipinr, methods needed to repair the waste lines. if needed. If needed. a cost and formal Change Order for conventional excavation will be submitted. A credit will be given against the Change Order if pipeline cannot be rehabilitated using the CIPP method. Unless explicitly noted in Scope of Work (SOW) or Additional Inclusions. these items below are EXCLUOE:D: Lininr, of trap arms or P-Traps. Landscape repair or replacement Excavations, shoring or dcwaterinr,. Traditional plumbing pipe or fitting replacement. or reconfiguration not specifically listed in SOW or Inclusions . Plumbing vents. vent manifolds or cross-vents. Installation of/creation of additional access points. Re-pour of concrete or .asphalt patching. Paintinr,, tile, cabinet/millwork. carpet or other floor or wall finishes. Demolition outside of scope. Lead and asbestos testing and abatement. Access panels. Removal and inst allation of plumbing fixtures. Replacement of r>-Traps or overflow fittin1:s. Engineering/drawings. Containments. drywall removal or replacement. NOl'E: Pricing based on single mobilization and assumes completion of the Work throughout a consecutive work schedule and consecutive operations. Demobilization and Remobilization to job.site due to a break in the schedule caused by others will be at an additional cost. BHP will require and •·•pricing is based on··· unrestricted access to units, pipelines and •.vork Estimate #1065797104 Page 2 of 4 Senior Center Sewer Mainline Epoxy Lining Page 14 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 PWM26-4023FAC EXHIBIT E (cont.) areas. Customer to provide a parking spot for 2_ • box truck immediate!;• adjacent to ,vork areas, a 120V electrical outlet and access to hose bibb water supply. Warranty: 20 year warranty against all root intrusion. lining failure or leaks along the area of pipe ti at is epoxy lined in Scope of Work. Warranty is transferable for a nominal foe. /\II work will be performed in a workmanlike manner and comply with manufacturer's specifications and industry standards. Excludes lining of existing pi pin not installed to CUPC or UPC Code. Excludes backups caused by FOG (fats. oil or grease) soft blockages or foreign objects. Warranty excludes final connection joint to city saddle. NOTE: /\lthougl highly uncommon, if the line fails o breaks during the jetting or descaling process and cannot be solved with CIPP lining. or problems that jcttinr, or descaling might expose on a failing system. traditional pipeline repairs arc excluded. If this occurs the cu.stomer wil I be notified and an estimate will be provided. Sewer Main: $62,810.00 Offset Repair: Sl0.162.00 Bond Insurance: sl. 00.00 Job Cost Total: $74,'172.00 Payment due upon completion Note: If they have a M/\C computer you may need to download the app below -the MP4 converter in order to download and watch the sewer camera inspection https;//apps.apple.com/us/app/frec-mp4-convertcr/id693/f43591 ?mt=12 SERVICE Structural Lining DESCRIPTIO Structural Lininr,: Structural Lininll CUSTOME AUTHORIZATIO NOTICE OF RIGH1 ro C/\NCEL Notice of cancellation QTY PRICE TOTAL 1.00 $74.472.00 $74,472.00 SUB-TOTAL TAX TOTAL EST. FINANCING $74.1172.00 $0.00 $74,~72.00 $1,117.08 You. the buyer, have the right to cancel this contract within three business days. You may cancel by emailing. mailing, faxing or delivering written notice to the contractor at the contractor's place of business by midnight of the third business day after you received a signed and dated copy of the contract that Includes this notice. Include your name. your address, and the date you received the signed copy of the contract and this notice. ff you cancel. the contractor must return to you anythinu you paid within 10 days of receiving the notice of cancellation. For your part, you must make available to the contr-actor at your residence. in substantially as good condition as you received it, any goods delivered to you under this contract or sale. Or. you may. if you wish, comply with the contractor's instructions on hovv' to return the goods at the contractor's expense and risk. If you make the goods available to the contractor and the contractor docs not pick them up within 20 days of the date of your notice of cancellation. you may keep them without any further obligation. If you fail to make the goods available to the contractor. or if you agree to return the goods to the Estimate #1065797104 Page 3 of 4 Senior Center Sewer Mainline Epoxy Lining Page 15 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 PWM26-4023FAC EXHIBIT E (cont.) contractor and fail to do so. then you remain liable for the performance of all obligations under the contract. WAIVER OF RIGHT TO CANCEL Having initiated a contract in connection with emergency repairs or services for the immediate protection of persons or real and personal property with Bill Howe Plumbing. Inc. I hereby state the followine emergency situation exists requiring immediate attention: Pursuant to section 1689.13 of the California Civil Code. I acknowledge and hereby waive all rights to cancel the sale in thr~ days. Date Estimate #1065797104 Page 4 of 4 Senior Center Sewer Mainline Epoxy Lining Page 16 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 u <l'. LL M N 0 ,;;t '-0 N ~ s a... LI. !:::: a:i :c X w NOTES 1. Grease ir.tereeplor 2. End-of-line deanout. starring point of epoxy liner 3. Known break in line 4. Excavailon point for access. offset repair at cast iror,'PVC transition end of epoxy biling SENIOR CENTER SEWER MAINLJNE EPOXY LINING CARLSBAD SENIOR CENTER 799PINEAVE CARLSBAD, CA 92008 r--M Q) bl) ro CL bl) C C :::; > X 0 C. LJ.J Q) C c ro ~ ..__ Q) ~ Q) V1 ..__ Q) ...., C Q) u ..__ .Q C Q) V1 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 BILLHOW-04 SAYANULLA1 ACORDe CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 1/21/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S}, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies} must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License # 0757776 ~=I~CT Sandra Bao HUB International Insurance Services Inc. !l'8,N:o, Ext): (442) 244-6932 I Wc, No):(951) 231-2572 1525 Faraday Avenue Suite 150 xtd'i!~ss: cal.cpu@hubinternational.com Carlsbad, CA 92008 INSURER(Sl AFFORDING COVERAGE NAIC# INSURER A: Sierra Specialty Insurance Company 19208 INSURED INSURER B : Travelers Property Casualty Company of America 25674 Bill Howe Plumbing, Inc. INSURER c: Vantage Risk Specialty Insurance Company 16275 9210 Sky Park Ct. #200 INSURER D: Hartford Fire Insurance Company 19682 San Diego, CA 92123 INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER ,:~M%~ ,:3M%~ LIMITS LTR INSD WVD A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 1 CLAIMS-MADE 00 OCCUR X FGL 1100045801 10/1/2025 10/1/2026 DAMAGE TO RENTED PREMISES /Ea nrrurrencel $ 50,000 X Outside Defenselimit ~ MED EXP (Anv one oersonl $ Excluded PERSONAL & ADV INJURY ~ $ 1,000,000 2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ ~ POLICY 00 rr&-r D LOG PRODUCTS -COMP/OP AGG $ 2,000,000 OTHER: Ded: $50,000 AGGR PER PROJ $ 5,000,000 B ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 /Ea ar.r.irtent\ X ANY AUTO 81 0-B7598828-25-26-G 10/1/2025 10/1/2026 BODILY INJURY /Per oersonl $ -OWNED SCHEDULED ~ AUTOS ONLY -AUTOS BODILY INJURY /Per accident) $ HIRED ~8fo'§i%1~ 1P~?~&:~d~NAMAGE $ ~ AUTOS ONLY - $ C UMBRELLA LIAB ~ OCCUR EACH OCCURRENCE $ 3,000,000 ~ P03XC0000067471 10/1/2025 10/1/2026 3,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION $ $ B WORKERS COMPENSATION XI ~ffTUTE I I OTH- AND EMPLOYERS' LIABILITY ER Y/N X UB-B7620077-25-26-G 10/1/2025 10/1/2026 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE [Y] E.L. EACH ACCIDENT $ ~FICER/MEMBER EXCLUDED? N/A 1,000,000 ( andatory in NH) E.L. DISEASE -EA EMPLOYEE $ ~~;t~ftf[~~ ~~~PERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 D Crime 72BDDJC1337 10/1/2023 10/1/2026 Fidelity/Crime 500,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is rer$ired?i Insurer: Tokio Marine Specialty Insurance Company, Term: 10/01/25-10/01/26, Coverage: Excess Liability $5m/ 5m $5m, Policy #PUB882580-005, $3m Lead with Vantage Risk Specialty Insurance Company, Policy #P03XC0000067471 Term: 10/01/25-10/01/26. Excess Liability policy follows form of the underlying General, Auto and Employers Liability coverages, per policy terms, conditions and exclusions. Revised 1/21/2026: This certificate rescinds and supersedes any and all prior certificates issued on behalf of the Named Insured. SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Carlsbad/CMWD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS Insurance Compliance Services P.O. Box947 Murrieta, CA 92564 AUTHORIZED REPRESENTATIVE I ~~ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 AGENCY CUSTOMER ID: BILLHOW-04 SAYANULLA1 ------------------- LO C #: 1 --------~ ACORD" ~ ADDITIONAL REMARKS SCHEDULE AGENCY License # 0757776 HUB International Insurance Services Inc. POLICY NUMBER SEE PAGE 1 CARRIER I NAICCODE SEE PAGE 1 SEEP 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: NAMED INSURED Bill Howe Plumbinl~ Inc. 9210 Sky Park Ct. 00 San Diego, CA 92123 EFFECTIVE DATE: SEE PAGE 1 RE: Operations of the Named Insured during the current policy term. Page 1 of 1 City of Carlsbad/CMWD is Additional Insured with regard to the General Liability policy, when required by written contract, per the attached endorsement forms CG2010 12/19 & CG2037 12/19. Waiver of Subrogation applies to the Workers Compensation policy, when required by written contract, per the attached endorsement form WC990376A. Should the policies be cancelled before the expiration date, Hub International Insurance Services Inc. (Hub}, independent of any rights which may be afforded within the policies to the certificate holder named below, will provide to such certificate holder notice of such cancellation within thirty (30) days of the cancellation date, except in the event the cancellation is due to non-payment of premium, in which case Hub will provide to such certificate holder notice of such cancellation within ten (10) days of the cancellation date. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 POLICY NUMBER: FGL1100045801 Policy Period: 10/1/2025 TO 10/1/2026 COMMERCIAL GENERAL LIABILITY CG 20 10 1219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations As required by written contract All locations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20101219 © Insurance Services Office, Inc., 2018 Page 1 of 2 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 C. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20101219 © Insurance Services Office, Inc., 2018 Page 2 of 2 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 Policy No.: FGL1100045801 COMMERCIAL GENERAL LIABILITY Policy Period: 10/1/2025 TO 10/1/2026 CG 20 37 1219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As required by written contract ~II locations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to B. include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limit of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 371219 © Insurance Services Office, Inc., 2018 Page 1 of 1 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 ..... TRAVELERSJ , ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76 ( A)-001 POLICY NUMBER: UB-B7620077-25-26-G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for this endorsement shall be 2. oo % of the California workers' compensation pre- mium. Person or Organization ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. Schedule Job Description This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Insured Insurance Company DATE OF ISSUE: 10-07-25 Policy No. Endorsement No. Premium Countersigned by ____________ _ ST ASSIGN: Page 1 of 1 Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472 1.. CALIFORNIA ' DEPARTMENT OF INSURANCE Docusign Envelope ID: F2CD340F-4C8F-459B-B64A-037423514472