Loading...
HomeMy WebLinkAboutElite Glass and Windows Inc; 2017-07-25; PWM18-04GSPWM18-04GS CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT FIRE STATION NO.1 WINDOW REPLACEMENT This agreement is made on the Qs-J:b day of_-,,,.:...µ."""""=.F------' 2017, by the City of Carlsbad, California, a municipal corporation, (hereinafter '), and Elite Glass & Windows, Inc., a California corporation whose principal place of business raday Ave, Suite G, Carlsbad, CA 92008 (hereinafter called "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, 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: Michael O'Brien (City Project Manager) WAGE RATES. 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 Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777 .5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer'' for the purposes of section 4107 and 4107. 5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. FIRE STATION NO. 1 WINDOW REPLACEMENT Page 1 of6 City Attorney Approved 9/27/16 PWM18-04GS 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 agreement 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 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: ~ti'//4'.,,. 0~6 k' ./'i Print Name: ' t t'./Vf11e, '71/•I /2:C-'\I 11//J UN~-5, 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 of Injuries including accidental death, to any one person in an amount not less than ........ $1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $1,000,000 Property damage insurance in an amount of not less than ........ $1,000,000 Automobile Liability Insurance in the amount of $1,000,000 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 thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. FIRE STATION NO. 1 WINDOW REPLACEMENT Page 2 of6 City Attorney Approved 9/27/16 PWM18-04GS INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from 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. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement 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 four (4) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. Ill Ill Ill Ill Ill Ill Ill ELITE GLASS & WINDOWS, INC., a California corporation (name of Contractor) 858897 (Contractor's license number) C17 -Glazing 5/31/19 (license class. and exp. date) 1000020999 (DIR registration number) 6/30/18 (DIR registration exp. date) FIRE STATION NO. 1 WINDOW REPLACEMENT Page 3 of6 2205 Faraday Ave, Suite G (street address) Carlsbad, CA 92008 (city/state/zip) 760-431-1499 (telephone no.) 760-437-1439 (fax no.) elitegw@sbcglobal.net (e-mail address) City Attorney Approved 9/27 /16 PWM18-04GS AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR ELITE GLASS & WINDOWS, INC., a California corporation By: /;/ /,/ C2 /~/ ,/4~ -V-1~ CITY OF CARLSBAD, a municipal corporation of the State of California By: (sign here) Elaine Lukey / c Works Director /,,/ --i ',,,.1 ~ as authorized by the City Manager //ft."' /l//1, e1Y 01.,,,v 2 ~!.hes· c~tJ111er' /:2 ------(p-r-in.,_t -na"--m--"e'-1""""tit'-le_) _____ · yl(}<;; ~/{ f' By: '7~te,e) 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 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: CELIA A. BREWER, City Attorney BY: ~ ' Deputy City Attorney FIRE STATION NO. 1 WINDOW REPLACEMENT Page 4 of6 City Attorney Approved 9/27/16 CALIFORNIA ALL-PURPOSE 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 Californj§i ... \ o, I _ County of ','"11"" · iet1; On f "'6 .. 'tU1 2J \"\ before me, --~ ___ 4 __ f'-,--_/J:_J1_kM __ f_~_~_·._, ___ _ ate r r • f flere lnse.rt N')me angitle of the officer personally appeared __ l ~ ___ '11 __ tl(l"' __ P_~_t_~--~_P __ vt_v __ r_-_OM __ ,_f_s-__ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ~/are subsc~ibed to the within instrument and acknowledged to me that l)e/~e/they executed the same in hii,?h¢/their authorized capacity(ies), and that by h(s/her/their signaturets) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correc n mes • _ Signatur Place Notary Sea/ Above ---------------oPnONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _____________ Document Date: _______ _ Number of Pages: ___ Signer(s) Other Than Named Above: ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ___________ _ D Corporate Officer -Title(s): ______ _ D Corporate Officer -Title(s): ______ _ D Partner -D Limited D General D Partner -D Limited D General D Individual D Attorney in Fact D Individual D Attorney in Fact D Trustee D Guardian or Conservator D Trustee D Guardian or Conservator D Other: ______________ _ D Other: _____________ _ Signer Is Representing: _________ _ Signer Is Representing: ________ _ •~ ©2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 PWM18-04GS EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor 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 sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor 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 Portion of Project to Business Name and Address DIR Registration License No., %of be Subcontracted No. Classification & Total Expiration Date Contract NON~ Total % Subcontracted: .... tJ_/ ..... A_,_ ___ _ The Contractor must perform no less than fifty percent (50%) of the work with its own forces. FIRE STATION NO. 1 WINDOW REPLACEMENT Page 5 of6 City Attorney Approved 9/27/16 PWM18-04GS EXHIBIT B Contractor will replace eleven (11) existing metal frame windows with new, white vinyl, retrofit, Title 24 Compliant: 3DMaxEnergy (SunCoatMaxlow E3 with Argon Gas), 1/8" over 3/16" double pane, Milgard Styleline windows at Fire Station No. 1 located at 1275 Carlsbad Village Dr. in Carlsbad. Replacement windows final measurements will be confirmed for all eleven (11) windows by contractor prior to placing order with Milgard manufacture. All windows will be installed according to American Architectural Starndars (for windows over existing frames) including by not limited to: removing all pre-existing obstructions (i.e. sash components), sealing pre-esting fastner holes, applying primary 10mm (3/8 in) sealant to mounting surfaces of existing frames (leaving existing weep holes unsealed), installing necessary blocking ensuring plulmbing/squaring and leveling, using corrosion resistant crews spaced 12-16" a part, and applying of secondary sealant to ouside edge of new retro window (leaving necessary weep space). All sealant shall conform to AAA 800 (ASTM E2112) standards. All labor, materials and required installation equipment will be provided by contractor. Existing windows with obscure glass will be replaced with comperable P516 obscure glass. Installation and manufactures warranty is ten (10) years from date of installation. Removal and reinstallation of existing interior privacy blinds will be provided by contractor. Installation will occur during business hours and will be scheduled witih the Project Manager in advance. All labor will be performed at prevailing wages. Work includes disposal/recycle of existing materials, clean- up and delivery of new windows. JOB QUOTATION ITEM UNIT QTY DESCRIPTION PRICE NO. 1 LS 11 Eleven windows replaced with white vinyl retrofit $8,750 replacement windows, with 3/16 noise reduction upgrade TOTAL* $8,750 *Includes taxes, fees, expenses and all other costs. FIRE STATION NO. 1 WINDOW REPLACEMENT Page 6 of 6 City Attorney Approved 9/27/16 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 7/12/2017 THIS CERTIFJCATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 ~:~~CT CSIS Insurance Services ---ll=AX CSIS Insurance Services ri:18.Nio, Ext): ( 888) 501-27_47 1 (AIC, No): (805) 446-4881 ittJ~s!l: certificates@csisonline.com 3315 Old Conejo Road INSURER(S) AFFORDING COVERAGE i NAIC# I Thousand Oaks CA 91320 INSURER A :Preferred Contractors Insurance : 12497 ---- ------------·---·----·---------·--··-·-···· . r INSURED INSURER B :Falls Lake Fire & Casualty Company i ----------------------- Elite Glass & Windows Inc INSURERC: ------------------------I 2205 Faraday Avenue Suite G INSURERD: ---------: INSURERE: --------- Carlsbad CA 92008 INSURER F: : COVERAGES CERTIFICATE NUMBER:Master as of 3/1/17 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 ------------------~~!>~i~:: :,:a;~i~ 1,;g~Jri~ i ---- LTR TYPE OF INSURANCE POLICY NUMBER LIMITS X COMMERCIAL GENERAL LIABILITY ! I I EACH OCCURRENCE j $ 1,000,000 ! I I DAMAGE TO RENTED _____ 50,000 A : CLAIMS-MADE ;X OCCUR I , i>_R-!;MISES (Ea occurrence) 1$ I SII0514B200533 9/1/2016 9/1/2017 MED EXP (Any one person) $ 5,000 ' i 1,000,000 PERSONAL & ADV INJURY '$ -----t GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE ; $ 2,000,000 ----~ PRO-:--------------- X POLICY ' ! JECT I 1 LOC PRODUCTS -COMP/OP AGG : $ 2,000,000 ! r---------t OTHER: Property damage-single limit '$ 1,000,000 AUTOMOBILE LIABILITY ' COMBINED SINGLE LIMIT $ (Ea accident) __ ANY AUTO BODILY INJURY (Per person) $ ' ALL OWNED i 1 SCHEDULED AUTOS I AUTOS BODILY INJURY (Per accident) $ I I NON-OWNED I I · PROPERTY DAMAGE ,$ HIRED AUTOS AUTOS , ( Per accide_nl) -----I I '$ I i UMBRELLA LIAB ' I OCCUR I I I EACH OCCURRENCE .$ i EXCESS LIAB : [ CLAIMS-MADE ! I t--- I AGGREGATE '$ DED I ! RETENTION $ 1---- $ i WORKERS COMPENSATION : : X : ~1f~TUTE I OTH- ! AND EMPLOYERS' LIABILITY i ER Y/N 1 : ANY PROPRIETOR/PARTNER/EXECUTIVE I IN/A I EL EACH ACCIDENT ' $ 1,000,000 ' OFFICER/MEMBER EXCLUDED? -~ L DISEASE -EA EMPLOYEJ $ B (Mandatory in NH) I j FLA004293-00 3/1/2017 3/1/2018 1,000,000 ! ~~i1~rt-¥r~~ 'g'~'6PERATIONS below I I I I ----I ' I E. L DISEASE -POLICY LIMIT I $ 1. 000. 000 ' I ! I I ' i i ! I i I I I I DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) City of Carlsbad, its officials, employees and volunteers are HEREBY NAMED ADDITIONAL INSURED WITH RESPECT TO THE ABOVE NAMED INSURED'S POLICY ONLY. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Carlsbad THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Janean Hawney ACCORDANCE WITH THE POLICY PROVISIONS. Associate Contract Administrator 1635 Faraday Ave AUTHORIZED REPRESENTATIVE Carlsbad, CA 92008 ~W!LU_a_ -=z_r>-12-<-~ Tamara Epping/TE © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) INS025 (201401) The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-OWNERS. LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person{s) or Organization{s); Location{s) of covered operations; Additional lnsured{s) Address: Certificate Holder -As Required by Written Contract All Projects and Locations -Commercial Work Only (If no entry appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) 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 work' for the additional insured(s) at the location(s) designated above. Except as set forth above, all of the terms, conditions, and exclusions of this policy apply and remain in effect. Policy No.: SII05148200533 Date Time: 09/01/2016 12:01 a.m. SIS-TC-0101 (07/13) United Specialty Insurance Company 3250 Grey Hawk Ct, Ste. Z Carlsbad, CA 92010 By: jli,,·L~~ Authorizedpresentative END 24 99 10 07 1 of 1 ACORD• CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIOOJYYYY] ~ 07/1412017 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 CONTRA.CT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORT ANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADOtTIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policles may require an endotHment. A statement on this certificate does not confer riahts to the certificate holder in lieu of sueh endorsementfs). ~ODIJCEFt Cot.lT~CT TERI TAFFIE !IAY!i. ...... -···-··-·-StateFarm PAUL VARELIA !'Z'.9~ .. ~. 619-670--8686 'FAX 619-670--8502 I II.JC.Nol: A. l661 AVOCADO BLVD i~'Au:, TERl@PAULVARELIA. COM ---·-·· LA MESA, CA 91941 lffSI.IRl:~!!J.. Af'FORDING COVERAGE . i ..~AIC.• lt.lSUIU!R A, State Farm_M~3.I_J\~omobfle ,ln~ur~nc:e_.c~r,p~ny r 25178 --·- INSURED l!'S\!RH.B: I ~---DAVIES.KENNETH tAN OBA ELITE GLASS & WINDOWS INSURERC: I -···--··----' 2205 FAA.ADAY AVE STE G INSUMRO: 1 --... CARLSBAD, CA 92008-7210 !NSURERE: -· INSUFtERF ! COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY TiiAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISS1JEO TO Tl-IE INSURED NAMED ABOVE FOR THE POLICY PERIOD rNDICATED. NOTWTHSlANOING ANY REQUIREMENT. TERM OR CONDITION Of Alff CONTRACT OR OTHER DOCUMENT WTH RESPECT TO IM-IICH THIS CEfHIFJCATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS, EXCLUSIONS ANO CONDmONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED SY PAID CLAIMS. ·~1:r ·· ·· --TYPE oF tHsullAHce ;~!!!-JSJ!~!ti POUcvNu11aER I POlJcv'EtiF · i ,FvEXP ~-------u-MITI!--------1 COMMERCIAL GENERAL UAlnUl"'I' ~ CI.AIMS-MAOE O OCCUR .. ······---------- ·------------ OEl<l AGGREGATE Lit.Irr APPLIES PER = POI.ICY -7 ~:S: [-J LOC I · OTHt:R I A~TOhlOBlt.E UABIUTY A :~ :;;:e~TO i: SCHEOUlED . Al!TOS CN'l.V AUTOS , HIRED NON-ov.NEO AUTOS o.~ Y AUTOS ONL V _j UMBRELLAUAB 1---1 OCCUR EXCESS UAB I CLAIM~E >-! __ O_l:_O -i RETENTlON J WO"l(ER$ COUPt:NSA l10N : AND EMPLOURS" UABIUT't' y / N I ANY PflCl'RIETORA"ARTNERIOI.ECUTI\/E D , C,,'"FICERJMEMIJER EXClUOOO"'I ; (l,h11da1ory In NHI It ve•. <l<llClfl>8 ur<l4lr I DESCRIPTION OF Of'EAAllOHS ti.~w I i CERTIFICATE HOLDER THE CITY OF CARLSBA.O 1635 FARADAY AVE CARLSBAD, CA 92008 ACORD 25 (2016103) I 119 2241-A05·55G I 269 4790-813-55F 429 6217-E11.S5 NIA MED EXP (Nit one """5001 $ PERSONAL&. AD. V I.N. J.URV ·t·'-... ~E~E~A!,_AG~QA."f.E J_ -------< PROOOCTII • COMP/OP AGG S s 07/05(2017 • 01/05/2018 )i~~J,~flNGU LII.IIT $ 02l23/2017 i 08.123/2017 BOOlLYlNJURY(Perpe<IO'II $ 1,09_0,Q{!Q ___ - I 9001LY lNJURV (Penccidant1 1 1.000,000 05.111/2017 1110512017 .·riRci.PE.RiY DAMJ.GE ----------1 l.!P!!!.~,.,_n _____ ,_1_.o_o_o_,o_o_o __ _ CANCELLATION I EACH OCCURRE NC_E: ,1,.GGREGATI: j I ~:mn; I I ~R,,_ --···-·-----< I E L E.AC!i AC-CtOENT S --· -------<-----·--·-- E L DISEASE • EA EMf'lOYEE S E l OtSE'A..'iE • POLICV LIMIT S SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLEO BEFORE THE EXPIRATION DATE THEREOF, NOTICE WR.l ee DELIVERED IN ACCORDANCE WITH TifS POLICY PROVISIONS. @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD