Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Performance Plumbing and Mechanical Inc dba PPM Contracting; 2020-04-08; PWM20-1065TRAN
CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT CONCRETE REPLACEMENT AT VARIOUS LOCATIONS PWM20-1065TRAN This agreement is made on the ~4_ day of ___ _,_-'-+-........_..__ ____ , 2020, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "Ci "), and Performance Plumbing and Mechanical Inc. dba PPM Contracting, a California corporation whose principal place of business is 3740 Oceanic Way #307, Oceanside, CA 92056 (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: Matt Paxson (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 generaliy 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. Concrete Replacement at Various Locations Page 1 of 11 City Attorney Approved 1/25/2019 PWM20-1065TRAN 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 su ontract r fro participating in contract bidding. Signature: L Print Name: 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. Concrete Replacement at Various Locations Page 2 of 11 City Attorney Approved 1/25/2019 PWM20-1065TRAN 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 fifteen (15) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within forty-five (45) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. /II /II Ill Ill /II /II /II Performance Plumbing and Mechanical Inc. dba PPM Contracting (name of Contractor) 866856 (Contractor's license number) A, B & C36 11/30/2021 {license class. and exp. date) 1000001137 (DIR registration number) 6/30/2020 (DIR registration exp. date) Concrete Replacement at Various Locations Page 3 of 11 3740 Oceanic Way #307 (street address) Oceanside, CA 92056 (city/state/zip) 760-754-2848 (telephone no.) 760-754-2848 (fax no.) greg@performanceplumbingsd.com (e-mail address) City Attorney Approved 1/25/2019 PWM20-1065TRAN 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 PERFORMANCE PLUMBING AND MECHANICAL INC. dba PPM CONTRACTING, a California corporation By ~4("'-- (signh~ ' Gm--~ s·. f;1--1lD(< l&t=:>/!JC/vr (print name/title) (sign here) G,u:;u P,1-S'-'/j41Lo(( L ~EC/( CftjR lf (print name/tiM) CITY OF CARLSBAD, a municipal corporation of the State of California Paz Go Works, If required by City, proper notarial acknowledgment of execution by Contractor must be attached . .!LE 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, Cit Attorney ' , J BY: ...a;t:::;A.,U.,,,'-"-------""',ct----- Concrete Replacement at Various Locations Page 4 of 11 City Attorney Approved 1/25/2019 PWM20-1065TRAN 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 1NON ~ Total% Subcontracted: ---~-=-_ _,_/_. The Contractor must perform no less than fifty percent (50%) of the work with its own forces. Concrete Replacement at Various Locations Page 5 of 11 City Attorney Approved 1/25/2019 PWM20-1065TRAN EXHIBIT B CONCRETE REPLACEMENT AT VARIOUS LOCATIONS Contractor will remove and replace concrete at various locations in the City of Carlsbad as listed in Exhibit D. Work includes sidewalk panel replacement and curb and gutter replacement per the Contractor's proposal dated January 23, 2020. Contractor will demolish and recycle old concrete sections per existing site mark outs and as indicated in Exhibit D. After removing the existing concrete, the contractor will prepare subgrade by leveling existing base and compacting base. Contractor will install additional base as needed. Contractor will install two (2) #4 rebar dowels (minimum 12" galvanized) at each storm drain location (epoxied, with minimum 3" into storm drain box). Contractor will replace the section of removed concrete with new concrete (broom finish) to flush out/same elevation to the nearest control joint(s) to eliminate tripping hazard. Once concrete is finished, Contractor will return perimeter grade to original levels. Curb and gutter work will include AC patch back to 6"-12" out from new curb & gutter. Work to include Contractor providing an average of 15 minutes of root removal service and will provide and install class II base (compacted) for each location. Excessive root removal beyond 15 minutes (average time) will be provided by the City. Contractor will provide Traffic Control Plans to the City of Carlsbad for all locations and will receive approval of the Traffic Engineer prior to initiating work. Contractor will coordinate underground dig-alert services and will proceed with work only after dig-alert services are completed. All work will meet the City of Carlsbad Engineering Standards (or Regional Standards where not defined), and Sections 201 and 303, in the "The Greenbook" 2018 edition. 1 LS 1 2 LS 1 JOB QUOTATION Replace concrete sidewalk and curb/gutters at various locations. Labor and Materials Bond TOTAL* *Includes taxes, fees, expenses and all other costs. $56,797.25 $1,700.00 $58,497.25 Concrete Replacement at Various Locations Page 6 of 11 City Attorney Approved 1/25/2019 EXHIBITC LABOR AND MATERIALS BOND PWM20-1065TRAN Bond No.: 2300414 Premium: $570.00 l .•• nium will'. , adjus::J based on final contrn~t pri..::e WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Performance Plumbing and Mechanical Inc. dba PPM Contracting, (hereinafter designated as the "Principal"), a Contract for: PPR CONCRETE REPLACEMENT 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, PPM Contracting, as Principal, (hereinafter designated as the "Contractor"), and North American Specialty Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of fifty-eight thousand four hundred ninety-seven dollars and twenty- five cents ($58,497.25), 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. Concrete Replacement at Various Locations Page 7 of 11 City Attorney Approved 1/25/2019 PWM20-1065TRAN 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. SIGNED AND SEALED, this __ I_0_th _____ day of ___ M_a_r_ch _________ , 2020 Performance Plumbing and Mechanical, Inc. dba PPM Contracting (SEAL) By~ (Snature) ~ ~w;/&sJ~ (Print t7ame & Title) North American Specialty Insurance Company(SEAL) (Surety) By: --U-~ ~~--(~ture) Anne Wright, Attorney-in-Fact (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By £e.X ~ A~tant City Attorney Concrete Replacement at Various Locations Page 8 of 11 City Attorney Approved 1/25/2019 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 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 San Diego } On March 10, 2020 before me, Dana L. Michaelis -----Da-te~----Insert Name of Notary exactly as it appears on the official seal , Notary Public, personally appeared _A_n_n_e_W_r_..iQ .... h_t ___________________________ _ Name(s) of Signer(s) Place Notary Seal Above 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/their authorized capacity(ies), and that by his/her/their signature(s) 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 correct. OPTIONAL ----------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another 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: _____________ _ D Individual D Corporate Officer -Title(s): ---------□ Partner D Limited D General lt'.I Attorney in Fact D Trustee D Guardian or Conservator D Other: ______ _ Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: _____________ _ D Individual D Corporate Officer -Title(s): ________ _ D Partner D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: ______ _ Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here SWISS RE CORPORA TE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, each does hereby make, constitute and appoint: CYNDI BEILMAN, ANNE WRIGHT, AND DANA MICHAELIS JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of surety ship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By __ ~~-------Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By~~~~~,---,,<"---.-4-""f"..L.-.L==~-~~~ Michael A. Ito, & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this _l 8_day of JANUARY , 20__!!_. State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this_!!_ day of JANUARY 20__!!_, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President ofNorth American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. '----· {'' \ -"\ . \ , M. Kenny, Notary Public "-\ I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 10th day of March , 20 20 //P-6~~ Jeffrey Goldberg, Vice President & Assistant Secretary of Washington lntemat1onal Insurance Company & North American Specialty Insurance Company 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 California ) County of sao D1Pgo ) On O '3 \ ~ --d O d0 before me, _:_,J__,__,·, ('--"o'-'-)-"-e......,,Z=-!. ""'-'A/4=+,.___,_..._._~>,L.L.!:.,__,_,'4-'-:.......=.--'-'-"~- Date 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/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. fl NICOLE ZAYERZ _ Notary Public -California I Orang• County Commi,sion, 2183642 My Comm. Expire, Mar 16, 2021 Place Notary Seal Above I certify under PENAL TY OF PERJURY under the laws of the State of C · · that the foregoing paragraph is true an rrect. Sis~ Signature of Notary Public ---------------OPTIONAL--------------- 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 (l _ ~ Title or Type of Document: Cd-"'/ o£Cy: I!. b c-c/ {Y),V\ u r ~ b I, c:. Document Date: --=J'--'-/__,, 3'---'l~UJ_·'---· ----~---------Number of Pages: _.,_/-'-J ___ _ Signer(s) Other Than Named Above: A 11 ne (,J r, 1 hJ--~~--~u---~---------------- Capacity(ies) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ____________ _ IJ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact [l Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator LJ Other: _____________ _ □ Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ ©2016 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 tir~ ' '1:1~ .),: . ;, •· ,:;JN ·1 ~~, .,,,_ ,. . •• II 3529 Hasting Dr TC-1 3352 Appian Rd TC-2 2378 Outlook Ct TC-1 5301 Forecastle Ct TC-1 2316 Longfellow TC-1 2342 Keats Pl TC-1 College Blvd TC-2 El Camino Real and Jacksoar TC-5 El Camino Real and Jacksoar TC-5 Faraday TC-5 2275 Hillyer TC-1 2275 Hillyer TC-1 Lionshead TC-4 Lionshead TC-4 6649 Curlew Terrace TC-1 Mimosa Dr TC-1 7224 Columbine Dr TC-1 7224 Columbine Dr TC-1 1839 Lotus Ct TC-3 EXHIBITD CONCRETE LOCATIONS AddltlOMI Storm Sldewalkt ,Cum ,,Det,,1,. ~i Drain s,,,_. and AsseC# Feet Gutter ' Linear Feet 1'x5' slab 7A-29 5 between box and grass Near light pole 6C-99 20 South side 30 box. North side 238-23 25 near "No Outlet" sian Near Jackspar 238-36 25 Dr. End of Cul-de-238-82 30 sac North side 24A-30 between El 108 Camino Real and Sunny Creek Northwest 18D-12 50 corner 1 of 2 Northwest 18D-9 25 corner 2 of 2 Southbound 22D-9 50 50' South of Cannon 1 of 2 23A-17 25 2 of2 23A-15 15 Eastbound 328-25 25 2000'Westof Business Park Dr Westbound 328-27 25 2000'Westof Business Park Dr Near 458-25 9 mailboxes South end of 48D-4 55 Cul-De-Sac 1 of 2 48D-11 82 2 of 2 48D-12 55 At Corner of 48D-19 60 10 Manzanita St. Concete Replacement at Various Locations Page 9 of 11 PWM20-1065TRAN Traffic , CoatT~)" Conttol } /ii1 C. ~ $95.00 $137.50 $165 $455.00 $95.00 $530.00 $95.00 $457.50 $95.00 $457.50 $95.00 $530.00 $165.00 $600.00 $875.00 $1,600.00 $875.00 $1 ,237.50 $875.00 $1 ,600.00 $95.00 $457.50 $95.00 $312.50 $655.00 $1 ,017.50 $655.00 $1,017.50 $95.00 $225.50 $95.00 $892.50 $95.00 $1 ,284.00 $95.00 $982.50 $345.00 $1 ,215.00 PWM20-1065TRAN SnetandE,cpec;ted. Additional " Stonn Sidewalk Curb Traffic .CostT_,, Tnil/lc Cot,tJol Details ' D,-ln Square and Control Asset# Feet Gutter 1"Cost :~:.~·.::}} ,..-:~;-; '•! Linear ; .. Feet ,::~,!:/:~;; 7221 Manzanita St 65 feet from 48D-17 63 $95.00 $1,008.50 TC-1 Lotus Ct Rock Dove St TC-3 East side 488-41 25 $265.00 $627.50 between Blackbird and Hummingbird 1730 Blackbird Cr 1 of 2 488-59 75 $165.00 $1,252.50 TC-2 1731 Blackbird Cr 2 of 2 488-58 35 $95.00 $602.50 TC-1 2557 Marron Rd Entrance to 58-14 25 20 $1 ,245.00 $2,707.50 TC-6 Macys 8057 Paseo Arrayan Near "Not 59C-6 65 $95.00 $1,037.50 TC-1 Through Street" Paseo Almendro Northeast side 59C-38 40 $95.00 $675.00 and Via Romaza of intersection TC-1 Calle Jalisco Corte Tiburon TC-West side 20' 59C-70 65 $95.00 $1 ,037.50 1 North of Camino Coronado 3827 Camino Near 59C-71 76 $95.00 $1,197.00 Coronado TC-1 intersection of Ave la Cima and Northeast 63C-15 25 $165.00 $527.50 Cam Montego TC-2 corner 8153 Paseo Taxco End of cul-de-63D-11 30 $95.00 $530.00 TC-1 sac 3424 Corte Clarita Near hydrant, 63D-13 25 $95.00 $457.50 TC-1 south side near intersection. Palomar Airport Rd Westbound 32D-66 25 $1,245.00 $1 ,607.50 TC-6 1 000' East of Eagle Dr. Melrose Dr and Southeast 32A-5 50 $875.00 $1,600.00 Lionshead Ave TC-5 corner Melrose Dr TC-5 300' North of 32A-9 25 $875.00 $1,237.50 Lionshead West side 3190 Lionshead Ave West of street 32A-61 25 $655.00 $1 ,017.50 TC-4 light 7249 Sanderling Ct End of Cul-De-48D-60 $345.00 $1 ,215.00 TC-1 Sac S204 Paseo Candelero North side 30' 498-5 50 $345.00 $1,070.00 TC-3 East of Zubaron lane 8013 Paseo Just south of 58D-72 45 $165.00 $817.50 Avellano TC-2 Vista Acedera Palomar Point Way 1 000' East of 29D-57 25 $165.00 $527.50 TC-2 College Concete Replacement at Various Locations Page 10 of 11 PWM20-1065TRAN Stnletand&,,.eted Additional ·stonn Sidewalk Curb Traffic ea.trow JtJllllt.:Control Detal1-'' Drain Square,, and Control •" ANet# Feet . ' Gutter Cost i!I' (i;' ' ~ . tf;"i~t~ ' ii "••· ,, . .. Feet 6200 Avenida South entrance 35C-26 40 $655.00 $1,235.00 Encinas TC-4 near street light 6200 Avenida South of main 35C-27 40 $655.00 $1,235.00 Encinas TC-4 entrance near street light Aviara Parkway TC-Southbound 36A-19 40 7 $875.00 $1,840.00 5 50' South of Laurel Tree Ln Aviara Parkway Northbound 50' 36C-14 35 $875.00 $1,382.50 TC-5 South of Plum Tree Rd 1333 Cassins St West side 478-4 70 $95.00 $1 ,110.00 TC-1 Aviara Parkway Northbound 36C-24 60 $875.00 $1,745.00 TC-5 100' South of Cobblestone Ambrosia Ln TC-1 North side at 48A-20 $95.00 $385.00 Blackbird Cr 178 Ambrosia Ln TC-1 South side at 48A-30 $95.00 $530.00 Blackbird 177 7259 Spoonbill Ln Across from 48C-7 25 $95.00 $457.50 TC-1 Avenida Encinas Eastbound 30' 460-1 60 $345.00 $1,215.00 TC-3 East of Carlsbad Blvd Total 1915 37 Total $46,897.50 Plus 10% $4,689.75 P&O Total $51,587.25 Added $5,210.00 Fees Adj. $56,797.25 Total Concete Replacement at Various Locations Page 11 of 11 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 11/26/2019 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 ~2~1~CT Certs Onlv Champion Risk & Insurance Services, L.P. r.~~N,;_ c • .,. 858-369-7900 I FAX 12250 El Camino Real, Ste 375 iAJc Nol: 760-496-2816 San Diego CA 92130 ~~D~~ss: certsonlv@chamoionrisk.net INSURER/SI AFFORDING COVERAGE NAIC# INSURER A : Everest Premier Insurance Co 16045 INSURED PERF002 INSURER B: EVANSTON INS co 35378 Performance Plumbing & INSURER c : American Fire and Casualtv Co 24066 Mechanical, Inc. dba PPM Contracting INSURER D: 37 40 Oceanic Way #307 Oceanside CA 92056 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 514233784 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 ADDL SUBR ,~~hl%~, ,~~hl%Yv%, LTR TYPE OF INSURANCE ,, .. ~~ I o•n•~ POLICY NUMBER LIMITS B X COMMERCIAL GENERAL LIABILITY MKLV5PBC001202 11/1/2019 11/1/2020 EACH OCCURRENCE $1,000,000 ~ ==i CLAIMS-MADE 0 OCCUR ~~~t~iJ9E~~~~encel $300,000 MED EXP (Any one person) $5,000 ~ PERSONAL & ADV INJURY $1,000,000 ~ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 ~ [K]PRO-□LOG PRODUCTS -COMP/OP AGG $2,000,000 POLICY JECT OTHER: $ C AUTOMOBILE LIABILITY BAA57647027 5/2/2019 512/2020 ~E~~~~~d~~llNGLE LIMIT $1,000,000 - ANY AUTO BODILY INJURY (Per person) $ -OWNED X SCHEDULED AUTOS ONLY _ AUTOS BODILY INJURY (Per accident) $ X HIRED X NON-OWNED fp~~~,;'c~Je~~AMAGE $ AUTOS ONLY _ AUTOSONLY $ B UMBRELLA LIAB MOCCUR MKLV5EUL 102060 11/1/2019 11/1/2020 EACH OCCURRENCE $5,000,000 - EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 OED I X I RETENTION $ n_ $ A WORKERS COMPENSATION 7600019673191 11/1/2019 11/1/2020 X I ~~: TUTE I I OTH- AND EMPLOYERS' LIABILITY ER YIN ANYPROPRIETOR/PARTNER/EXECUTIVE ~ N/A E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE -EA EMPLOYEE $1,000,000 / If yes, describe under $1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The City of Carlsbad is included as additional insured with respect to the General Liability policy per the attached endorsement, subject to written contract between the Named Insured and Additional Insured. Work Comp Waiver of Subrogation applies, when required by a written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad/CMWD ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 AUTHORIZED REPRESENTATIVE New York NY 10163-4668 '• ,, /~' .... , I ; © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: MKLV5PBC001202 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 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 ANY PERSON OR ORGANIZATION FOR WHOM THE ALL LOCATIONS NAMED INSURED HAS AGREED TO BY WRITTEN CONTRACT 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) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment 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 in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: MKLV5PBC001202 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 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 ANY PERSON OR ORGANIZATION FOR WHOM THE ALL LOCATIONS NAMED INSURED HAS AGREED TO BY WRITTEN CONTRACT 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) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, pn 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 in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: MKLV5PBC001202 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 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 SCHEDULE Name Of Additional Insured Person(s) Or Oraanization(s): Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION FOR WHOM THE ALL LOCATIONS NAMED INSURED HAS AGREED TO BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 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" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS W AIYER JOB DESCRIPTION BLANKET W AIYER OF SUBROGATION 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: 11/01/2019 Policy No. 7600019673191 Insured: Performance Plumbing & Mechanical, Inc. Insurance Company: Everest Premier Insurance Company Endorsement No. 001 Premium $ INCL. Countersigned By: ___________________________ _ -1998 by the Workers' Compensation Insurance Rating Bureau of California. All rights reserved. From the WCIRB's California Workers' Compensation Insurance Forms Manual -1999. 4 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS W AIYER JOB DESCRIPTION BLANKET WAIVER OF SUBROGATION 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: 11/01/2019 Policy No. 7600019673191 Endorsement No. 001 Insured: Performance Plumbing & Mechanical, Inc. Premium $ INCL. Insurance Company: Everest Premier Insurance Company Countersigned By: ___________________________ _ -1998 by the Workers' Compensation Insurance Rating Bureau of California. All rights reserved. From the WCIRB's California Workers' Compensation Insurance Forms Manual -1999. 4