Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Sancon Technologies Inc; 2018-10-19; PWM19-606UTIL
RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2019-0081060 111111111111 lllll 11111111111111111111111111111111111111111111111111111 Mar 06, 2019 03:52 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES $0 00 (S82 Atkins $0 00) PAGES 1 Space above this line for Recorder's use. PARCEL NO: NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Feb. 4, 2019. 6. The name of the contractor for such work or improvement is Sa neon Technologies, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: PWM19-606UTIL, Rehabilitate One Section of Sewer Main and Two Manholes. 8. The location of said property is Carlsbad Boulevard and Mountain View Drive in the City of Carlsbad. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on 'rYJ «./r,/41, ':;i. , 2o_d_, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on _.,.rd~/ ..... .:5"-__ _,, 20_!1, at Carlsbad, California. Q:\Public Works\PW Common\CAPITAL-ACTIVEIPWM19-606UTIL Rehab One Section of Sewer Main and Two Manholes\NOC-PWM19-606UTILdoc CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Sancon Technologies, Inc. has completed the contract work required for PWM19-606UTIL, Rehabilitate One Section of Sewer Main and Two Manholes. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS VALUE Rehabilitation of one section of sewer main and $28,406 two manholes CERTIFICATION OF COMPLETION OF IMPROVEMENTS s;z;~ Babaq Taj, Engineering Manager CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad and Carlsbad Municipal Water District is hereby directed to commence maintaining the above described improvements. { /!11J;, )('° Scott Chadwic!O: City Manager Date APPROVED AS TO FORM: CELIA BREWER, City Attorney Q \Public WorkslPW Common\CAPITAL-ACTIVEIPWM19-606UTIL Rehab One Section of Sewer Main and Two Manholes\API (Public Works) -PWM19-606UTIL doc PWM 19-606UTI L CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES This agreement is made on the l~ day of oc,h ~ , 2018, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Sancon Technologies, Inc., a California corporation whose principal place of business is 5841 Engineer Drive, Huntington Beach, CA 92649 (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: Jesse Castaneda (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. REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES Page 1 of 8 City Attorney Approved 9/27/16 PWM 19-606UTI L 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 o bco rac from participating in contract bidding. Signature: 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. REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES Page 2 of 8 City Attorney Approved 9/27/16 PWM 19-606UTI L 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 fourteen (14) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within ten (10) working days after commencement of work. CONTRACTOR'S INFORMATION. Ill Ill Ill Ill Ill Ill Ill Sancon Technologies, Inc. (name of Contractor) 774055 (Contractor's license number) A-General Engineering, C31-Construction Zone Traffic Control, C10--Electrical, B- General Building Contractor 1/31/20 (license class. and exp. date) 1000008879 (DIR registration number) 6/30/19 (DIR registration exp. date) REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES Page 3 of 8 5841 Engineer Drive (street address) Huntington Beach, CA 92649 (city/state/zip) 714-231-3630 or 714-891-2323 (telephone no.) 714-891-2524 (fax no.) chuck@sancon.com (e-mail address) City Attorney Approved 9/27/16 PWM 19-606UTIL 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 SANCON TECHNOLOGIES, INC., :~·o:.on (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California th~~~1Mr~S--PY.o,;Ju,vl.- (print name/title) ~~ l)y~ -vic-c. "PYes,Jv-i-+-/${,cr-~ (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. lf_§ 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 svAQgJ ~ .l eputy CityAttorne REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES Page4 of 8 City Attorney Approved 9/27/16 PWM19-606UTI L 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-cont'l-actor 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 l\.l{)N p_ I " Total% Subcontracted: ......... %..___· ___ _ The Contractor must perform no less than fifty percent {50%) of the work with its own forces. REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES Page 5 of8 City Attorney Approved 9/27/16 PWM19-606UTIL EXHIBIT B REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES Location Map Attached -Carlsbad Boulevard & Mountain View Drive. Rehabilitate Sewer Main Between Manhole ID's: 9B-61 and 9B-63 and Both Manholes Manholes will be rehabilitated per City of Carlsbad Engineering Standard Specifications. JOB QUOTATION ITEM UNIT QTY DESCRIPTION NO. 1 EA 2 Rehabilitate sewer manholes, #9B-61 & #9B-63 Rehabilitate 283' section of 8-inch VCP sewer main with 2 Job 1 CIPP liner between manholes 9B-61 & 9B-63 3 Job 1 Sewer line bypass pumping 4 EA 1 Bond, 1 % of total bid Provide traffic control, bypass of mainline flows, pipe 5 Job cleaning (including removal of 2 clay shards Provide pre-video of pipeline just prior to lining to 6 Job confirm and document immediate acceptability for lining 7 Job Install Sancen CIPP liner at 4.5 mm thickness Provide robotic reconnection of (1) active HC within 8 Job lined pipe Provide final video inspection using PACP code system to confirm successful CIPP liner installation & lateral re- 9 Job instatement 10 Job Perform manhole rehabilitation using Quadex Epoxy • City will shut off water services during work and notify residents • City to confirm 8-inch host pipe diameter & check fence behind motel • City confirmed storm drain pipe is sufficient size to pull bypass line through • City to provide water for the work & easement access for the Contractor TOTAL* *Includes taxes, fees, expenses and all other costs. PRICE $6,684.00 $19,522.00 $2,200.00 284.06 $28,690.06 REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES Page 6 of 8 City Attorney Approved 9/27/16 75 150 Carlsbad Bl / Mountain View Dr Sewer Lining BID# BT18379 MH 9B-63 to MH 9B-61 , PWM19-606UTIL EXHIBITC LABOR AND MATERIALS BOND #1069444 WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Sancon Technologies, Inc. (hereinafter designated as the "Principal"), a Contract to: REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES 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. Sanco.n Tec_hn8Ioo.ie.s,_ lnc.y as Principal, (hereinafter designated as the "Contractor"), and HANOVER INSURAN E"COMPAN _______________ as Surety, are held firmly bound unto the City of Carlsbad in the sum of twenty-eight thousand six hundred ninety dollars and six cents ($28,690.06), 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 truli1 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. REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES Page 7 of 8 City Attorney Approved 9/27/16 PWM 19-606UTI L 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. Executed by CONTRACTOR this ____ _ dayof __________ ,20 __ . CONTRACTOR: SANCON TECHNOLOGIES, INC. ( name of Contractor) By: ao (sign here) (!;hLtv~ 'vtt--tr5M ~ (print name here) 1'rcs i ck.n-4---~V'~ ""kllii.-.d~it:S J (title a organization of signatory) By: Executed by SL.IRETY this __ 1_o_T_H ___ day of SEPT., 2018 SURETY: HANOVER INSURANCE OMPANY (name of Surety) 5 HUTTON CENTRE DRIVE, #1060 (address of Surety) ,20 __ . 5 HUTTm-J CENTRE DRIVE, SANTA ANA, CA 92707 (telephone number of Surety) 714-415-3808 Michael R. Langan (printed name of Attorney-in-Fact) "-(attach corporate resolution showing current power of Vidc. Pr=~i du~, I CU&\¥':/ {)y-~ attorney) l-(o/int name here) Xl-Y~'T'"-Y 'I. Vice.-1>r"-c::.~, ~-?4>'\tP"\-i:«-h.-.ol ~ieSJJ .... c.-. (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City At By: REHABILITATE ONE SECTION OF SEWER MAIN AND TWO MANHOLES Page 8 of 8 City Attorney Approved 9/27/16 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 Orange ) on September 27, 2018 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons and Gary Drew 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 hisJhoF/their authorized capacity(ies), and that by t:tisthoF/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. WITNESS my hand and official seal. (Seal) ACKNOWLEDGIIENT I A noay pimlicorolberollcer COfllpe.til1g 1tis cew1licalB Wllies my 1he idently of 1he indivklual who sis,18d 1he document to lltich tis Qlflifitale is allached. and not 1he 1nllhUness. acc:uacy, or cll18ldOC:Ument before me. personalyappaaalKI MidiiEI R. Langan ) NEVINE F, AYAD, NOTARY PUBLIC ftnSert nane and 1ile of the offi:er) who proved 1D me an the basis d s I kdDr~ evidence 1D be111e paraon(tl} tllhoae name(st islallJ MJbsai>ed fo lie wilhin inslnanellt and a::lu:.: ale rJgect ID me llal hBt • ti ; J!J'PCIPd lie same in hid:&MMir .aulllmizedc:apacly(iN). and lhat ~hisl&D-.Jignau8't) OR 1he insfR.lllentlhe pascn(,r). or the en11y..-behaWofwhich the parsan(i)adad, aeallled 111einslrumenl I certify under ~lY OF PERJURY under lie laws dlle Stallle dCalibriia lhat 1he fmegaing paraga:aph ts true and a:nect. • THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Michael R. Langan Of Michael Rushing Langan of Pasadena, CA each individually, if there be more ttlan one named, as its true and lawful attorney(s)-in-fact to sign, .execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 -Massachusetts Bay Insurance Company; Adopted September 7, 2001 -Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 23rd day of August, 2018. John C. Roche, EVP andPresident THE COMMONWEAL TH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. The Hanover Insur.a nee Co-n1pany Ma:Ss.Achusetl.s Baiy Insuranc.e Cornpany Citizens Insurance Company of Ame-ric~ #--/4 krt-«.~--.;.-v<.A JarnesH. Ka"''ieclci, Vice President On th'; 23rd day of August, 2018 before me came the above named Vice Presidents ofThe Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Coroorations. I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 10th day of Sept 2018 CERTIFIED COPY A~RDe CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDD/YYYY) 09/10/2018 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 NAME7"' Pamela De Guzman Porns &Associates Insurance Brokers Fi:JgN:0 Extl: (BOO} 578-8802 I rti Nol: (818) 449-9321 CA License #0814733 E-MAIL PDeguzman@PomsAssoc.com ADDRESS: 5700 Canoga Ave. #400 INSURER(S) AFFORDING COVERAGE NAIC# VVoodland Hills CA 91367 INSURERA: Admiral Insurance 24856 INSURED INSURERB: Ohio Casualty Insurance Company 24066 Sancon Technologies, Inc. INSURERC: State Compensation Insurance Fund 35076 5841 Engineer Drive INSURERD: INSURERE: Huntington Beach CA 92649 INSURERF: COVERAGES CERTIFICATE NUMBER: 18-19 MASTER COi 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. ·r;; TYPE OF INSURANCE INSD wvn POLICY NUMBER nJLICY EFF ,;~~c\'6JM'v1 LIMITS /M M/DDIYYYYl X COMMERCIAL GENERAL UABIUTY EACH OCCURRENCE $ 1,000,000 -D CLAIMS-MADE [81 OCCUR UMM,,.'->CC ] 0 """ I CCU PREMISES (Ea occurrence\ $ 100,000 --MED EXP (Any one person) s 10,000 A y FEIECC2281002 07/03/2018 10/01/2019 PERSONAL &ADV INJURY s 1,000,000 - GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s 2,000,000 ~ POLICY [81 jrg: □ LOC PRODUCTS -COMP/OP AGG s 2,000,000 OTHER: $ AUTOMOBILE LIABILITY fE~~~t~~1SINGLE LIMIT $ 1,000,000 -X ANY AUTO BODILY INJURY (Per person) $ -OWNED -SCHEDULED B AUTOS ONLY AUTOS BAA1956177090 07/01/2018 07/01/2019 BODILY INJURY (Per accident) $ ~ HIRED ~ NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ UMBRELLA LIAB ~OCCUR EACH OCCURRENCE $ 5,000,000 -A X EXCESSLIAB CLAIMS-MADE FEIEXS2281102 07/03/2018 10/01/2019 AGGREGATE $ 5,000,000 ✓ OED I I RETENTION $ $ WORKERS COMPENSATION XI ~ifruTE I I OTH- AND EMPLOYERS' LIABILITY ER YIN s 1,000,000 C ANY PROPRIETOR/PARTNER/EXECUTIVE □ NIA 9018172-18 07/1312018 07/13/2019 E.L EACH ACCIDENT 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 EL. DISEASE· POLICY LIMIT Commercial Pollution Each Occurrence $1,000,000 A FEIECC2281002 07103/2018 10101/2019 Aggregate $2,000,000 / DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Rehabilitate One Section of Sewer Main and Two Manholes The City of Carlsbad. its officials, employees, and volunteers are Included as Additional insured hereunder as respects to Liability arising out of activities performed by or on behalf of the Named Insured. Said Insurance is Primary Non-Contributory. Endorsements per attached. Cancellation Provisions is also enclosed. 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 ACCORDANCE WITH THE POLICY PROVISIONS. 1635 Faraday Avenue AUTHORIZED REPRESENTATIVE I Carlsbad CA 92008 _ c~ I © 1988-2015ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Sancon Technologies, Inc. Endorsement Number: 5 Automatic Additional Insured -Owners, Lessees or Contractors ECC-319-0712 This endorsement, effective 7/3/2018 attaches to and fonns a part of Policy Number FEJ-ECC-22810-02. This endorsement changes the Policy. Please read it carefully. In consideration of an additional premium of $Applied, this endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person(s) or organization(s) whom the Named Insured agrees, in a written contract, to name as an additional insured. However, this status exists only for the project specified in that contract. The person or organization shown in this Schedule is included as an insured, but only with respect to that person's or organization's vicarious liability arising out of your ongoing operations performed for that insured. Sancon Technologies, Inc. Endorsement Number: 30 Additional Insured -Owners, Lessees or Contractors - Completed Operations This endorsement, effective 7/3/2018 attaches to and forms a part of Policy Number FEI-ECC-22810-02. This endorsement changes the Policy. Please read it carefully. In consideration of an additional premium of $Applied, this endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Or O111:anization(s): Operations Any person(s) or organization(s) whom the Named Insured Those project locations where this agrees, in a written contract, to name as an additional insured. endorsement is required by contract. However, this status exists only for the project specified in that contract. Information re<1uired to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 37 0413 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" 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. © ISO Properties, Inc., 2016 CG 20 37 0413 Sancon Technologies, Inc. Endorsement Number: 30 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III -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: I. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © ISO Properties, Inc., 2016 EXS-211-0712 Sancon Technologies, Inc. Endorsement Number: 1 Common Policy Conditions Endorsement This endorsement, effective 7/3/2018 attaches to and forms a part of Policy Number FEI-EXS-22811-02. This endorsement changes the Policy. Please read it carefully. In consideration of the premium charged, and notwithstanding anything contained in this policy to the contrary, it is hereby agreed that all coverage parts included in this policy are subject to the following conditions: A. CANCELLATION The named insured may cancel this policy by mailing to the Company written notice stating when thereafter such cancellation shall become effective. The Company may cancel this policy by mailing to the named insured, at the mailing address specified the Declarations, written notice stating when not less than thirty (30) days thereafter such cancellation shall become effective, except in the event of the named insured's nonpayment of premium, not less than ten (10) days advance notice of cancellation shall be given. The mailing of notice as aforesaid, shall be sufficient proof of either party's intent to cancel. The effective date of cancellation specified in such notice shall terminate this policy period. Delivery of such notice shall be equivalent to mailing. If the named insured cancels, the earned premium shall be computed in accordance with the customary short rate table. If the Company cancels, the earned premium shall be computed pro rata. The Company will tender any return premium subject to retaining a minimum earned premium equal to 25% of the amount specified in the Declarations. Premium adjustment may be made either at the time cancellation is effective or as soon as practicable thereafter, but tender of the unearned premium or return of this policy, shall not be conditions precedent to cancellation hereunder. B. CHANGES No provision of this policy may be amended, waived or otherwise changed, except by endorsement hereto. STATE COMPENS-AT!ON INSURANCE'. FUND HOME OFFICE SAN FRANCISCO ENDORSEMENT AGREEMENT WAIVER OF SUBROGATION BLANKET BASIS EFFECTIVE JULY 13, 2018 AT 12.01 A.M. REP Dl 9018172-18 RENEWAL SC 1-47-88-16 PAGE 1 OF ALL EFFECTIVE DATES ARE AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME AND EXPIRING JULY 13, 2019 AT 12.01 A.M. SANCON TECHNOLOGIES, INC. 5841 ENGINEER DR HUNTINGTON BEACH, CA 92649 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. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER JOB DESCRIPTION BLANKET WAIVER OF SUBROGATION NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: JULY 6, 2018 fi _ _, .d/.L<:~ 1 ~!.~ PRESIDENT AND CEO 2572 SCIF FORM 10217 {REV.7·2014► OLD OP 217