Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Ronald Juncal DBA Studio 2; 2021-07-06; PWLCA-1923
Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 1 of 12 City Attorney Approved 1/22/2020 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 RONALD JUNCAL DBA STUDIO 2 This agreement is made on the ______________ day of _________________________, 2021, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Ronald Juncal DBA Studio 2 whose principal place of business is 3745 Highland Drive, 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: Richard Schultz, City Project Manager. PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. 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. DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885Debbie Jo McCool Tonya Rodzach Richard SchultzDebbie Jo McCool Suzanne Smithson Ed Garbo, Risk Manager July6th Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 2 of 12 City Attorney Approved 1/22/2020 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. 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: ___________________________________ Print Name: Ronald Juncal 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. DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 3 of 12 City Attorney Approved 1/22/2020 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. 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 _10_ working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within __45___ working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. Ronald Juncal DBA Studio 2 3745 Highland Drive (name of Contractor) (street address) Carlsbad, CA 92008 (Contractor’s license number) (city/state/zip) (license class. and exp. date) (telephone no.) (DIR registration number) (fax no.) Ronjuncal.studio2@gmail.com (DIR registration exp. date) (e-mail address) /// /// /// /// /// /// DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 4 of 12 City Attorney Approved 1/22/2020 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 CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Ronald Juncal, Owner SUZANNE SMITHSON, Library & Cultural Arts Director, as Authorized by the City Manager (print name/title) By: ATTEST: (sign here) For BARBARA ENGLESON City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Group B Chairman, President, or Vice-President 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: For CELIA A. BREWER, City Attorney BY: _____________________________ Deputy/Assistant City Attorney DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 Audra Mahoney Audra Mahoney Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 5 of 12 City Attorney Approved 1/22/2020 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 be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract NONE Total % Subcontracted: ___0%____________ DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 6 of 12 City Attorney Approved 1/22/2020 EXHIBIT B SCOPE OF SERVICES The City is requesting Contractor to fabricate different configurations of a prototype cairn memorial (also referenced as “Prototype”) measuring 3 feet high, based on a previously rendered concept provided by the city shown below. Background History In December 2020, the Parks & Recreation Department staff consulted the Library & Cultural Arts Department staff for expertise in the creation of design concepts that would address the City Council’s request for the consideration of cairn memorials within the expanded City’s Memorial Program. On March 16, 2021, staff recommended the continuation of that practice with the addition of cairn memorials – a stacked stone structural piece, historically used as memorials or landmarks to the City’s Memorial Program. By adding unique offerings to the memorial program, such as cairn memorials featuring vertical or horizontal bases and containing a inscribed bronze plaque inset into the base, donors have an option for a collaborative and thoughtful approach to the overall donation process, ultimately creating a designated space that respects the memory of a loved one. Also, on March 16, 2021, City Council directed staff to engage a contractor in the development and creation of two Prototypes not to exceed three feet in height. Intent of Use The Prototypes will be used as an additional offering to the city’s Parks & Recreation Memorial Program. Donors may choose to purchase a cairn memorial to be fabricated using the Prototype as a model. Each new memorial, serving as: • A moment of reflection • A place where loved ones are celebrated • A space for honoring those who came before us and our history • A source for a calming and contemplative experience As per the City’s established procedures for memorials these newly constructed Prototypes will then be placed throughout the City of Carlsbad based on the identified location of each donor commissioning the fabrication. The Contractor will work with locally sources materials that are sustainable and long lasting. Artwork should be able to withstand outdoor climate elements. Each cairn memorial Prototype will be vetted by city engineering staff and meet all safety and structural requirements to meet fabrication standards. Project Description The Contractor will utilize design elements established by city staff in December 2020. City staff will also share pre-existing conceptual renderings commissioned by the city’s Cultural Arts Office and prepared by artist Betsy Schulz in March 2021. The Contractor shall, to the best of his ability, fabricate, assemble and prepare the cairn memorial Prototypes to be used as models to be replicable as an offering of the City’s Memorial Program. Each Prototype is to be built to be structurally sound and sustainable for many years to come. DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 7 of 12 City Attorney Approved 1/22/2020 Build Requirements The Contractor will provide a detailed build blueprint to the City’s preferred locally-sourced vendor. The blueprint will provide exact specs and steps of the process to build and replicate these Prototypes. Each blueprint will contain the following for the two defined Prototypes: • List of materials needed o Specific details about the materials, size specs, colors, and identified-vetted source, etc. • Diagram of internal structural requirements • Diagram of finished Prototypes • Anchoring system The Contractor will also provide a detailed instruction for care and maintenance of the cairn memorials. Delivery The Contractor shall notify the City’s Cultural Arts Manager or designee in writing via email when the fabrication of the two Prototypes are complete and ready for delivery. The Contractor will deliver the Prototypes to a designated city facility. Upon receiving Contractor’s delivery of fabricated Prototypes, the City will inspect the Prototypes and sign off on completion of work. The City will make sure the fabrication of the Prototypes conforms with the approved conceptual design, safety and fabrication standard specifications. City’s Contact Information • Cultural Arts Manager, Richard Schultz, 760-602-2086, richard.schultz@carlsbadca.gov • Community Arts Coordinator, Tonya Rodzach, 442-245-0502, tonya.rodzach@carlsbadca.gov • Cultural Arts office phone, 760-602-2090 Throughout COVID-19 pandemic, staff may have adjusted hours and work locations. Email may be the initial preferred method of reaching staff. /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 8 of 12 City Attorney Approved 1/22/2020 Not to exceed 3 feet tall Conceptual Renderings Contractor provided these two conceptual renderings of the Prototypes by artist Betsy Schulz and commissioned by the City’s Cultural Arts Office in December 2020. 1) Conceptual Rendering, Beach Cobble Details: • City’s preferred locally-sourced vendor to provide Beach Black Cobble stones (assorted sizes, variance, same black, grays and white color tones) • Base (approximately 9” h x 14” w, horizontal orientation) • Base inset area for bronze plaque to be flush along the base, hortizonal orientation • Incorporate bronze plaque (5” h x 8” w). See mock-up of the font and look of these plaques, for reference • Overall size (not to exceed three (3) feet height) DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 9 of 12 City Attorney Approved 1/22/2020 2) Conceptual Rendering, Assorted Granite Details: • City’s preferred locally-sourced vendor to provide assorted stones; Red Mountain Ledge, Basalt, Honey Quartez (assorted sizes, variance, same brown, tans and white color tones) • Base (approximately 14” h x 9” w, vertical orientation) • Base inset area for bronze plaque (8” h x 5” w) to be flush along the base, vertical orientation • Incorporate bronze plaque. See mock-up of the font and look of these plaques, for reference • Overall size (not to exceed three (3) feet height) DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 10 of 12 City Attorney Approved 1/22/2020 Additional Details for Cairn Memorial Prototypes Materials City’s preferred locally-sourced vendor to provide a variety of pre-determined stone, granite and rock organic materials, resin or concrete form for the base, interior reinforcement structural materials, etc. Each cairn memorial Prototype materials should consist of materials recommended by the Contractor, any variations to the two cairn memorial Prototypes materials or the fabrication should be discussed and preapproved by the City’s Cultural Arts Manager or his designee. Contractor shall perform all services and furnish all supplies necessary to fabricate the Prototypes and conform to the safety and structural requirements. Prototype materials will also be deemed long-lasting and sustainable in an outdoor setting. Fabrication Materials Contractor represents and warrants that the materials used for fabrication of the Prototypes are not currently known by Contractor to be harmful to public health and safety. Fabrication materials will also be deemed long-lasting and sustainable in an outdoor setting. Fabrication Fabricate the two Prototypes based on conceptual renderings. Contractor agrees to complete work within thirty (30) working days after receipt of Notice to Proceed. Blueprints The Contractor will provide diagrams and detailed spec sheets with thorough instructions and visuals to provide to the City to be used in the replication of these Prototypes to be offered to donors in the city’s Memorial Program. Maintenance The Contractor will provide a detailed instruction for care and maintenance of the Prototypes. This should include types of cleaning supplies that will not damage the integrity of the fabrication of the Prototypes. Anchoring Each Prototype must be constructed to be easily, securely and safely anchored and firmly placed to a concrete base. Contractor to work with Cultural Arts Public Art Coordinator or designee to ensure anchoring selected will work with City’s anchoring vision. Warranties Warranty of quality and condition. Contractor represents and warrants that: “The fabrication of the Prototypes will be crafted in a workman-like manner and meet the required City conceptual rendering and details provided, safety and structural requirements that were previously identified with the creation of the two Prototypes.” The cairn memorial Prototypes, as fabricated, will be free of defects in materials and workmanship, including any defect consisting of “inherent vices” or qualities which cause or accelerate deterioration of the Prototypes, and barring any unusual conditions outside of normal use, shall be warranted for one (1) year after the date of final written acceptance by the City. 1. Warranty of Title. The Contractor represents and warrants that: (a) Prototypes are solely the result of the effort of the Contractor. DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 11 of 12 City Attorney Approved 1/22/2020 (b) Prototypes are unique and original and does not infringe upon any copyright, trademark, service mark or other intellectual property right of any third party. (c) Prototypes or a duplicate of the Prototype have not been sold elsewhere. 2. Warranty of Quality and Condition. The Contractor represents and warrants that: (a) The execution and fabrication of each Prototype will be performed in a workmanlike manner. (b) The Prototypes, as fabricated, will be free of defects in materials and workmanship, including any defects consisting of “inherent vice" or qualities which cause or accelerate deteriorations of the Prototypes. 3. Reasonable maintenance of the Prototype will not require procedures in excess of those described in the maintenance recommendations to be submitted by the Contractor to the City along with the build blueprints. The warranty of quality and condition shall survive for a period of one year after the final acceptance of the Prototypes. The City shall give notice to the Contractor of any observed breach with reasonable promptness. The Contractor shall at the request of the City, and at no cost to the City, cure reasonable and promptly the breach of any such warranty which is curable by the Contractor and which cure is consistent with professional conservation standards (including, for example, cure by means of repair, replication of the Prototypes). Health & Safety During the COVID-19 health-related pandemic, all activities occurring at City facilities, all Parties must adhere to the guidance from the state, county, and local authorities on health and safety protocols. City staff will inform Contractor what the current guidelines are prior to their arrival and entering any City facility. Safety protocols may include, but are not limited to, hand washing, temperature testing, requiring face covering, maintaining physical distancing of six feet. The safety protocols may be modified at any time due to changing rules, regulations, or circumstances. \\ \\ \\ \\ \\ \\ \\ \\ \\ DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 Tracking #: FABRICATION OF TWO PROTOTYPE CAIRN MEMORIALS; CONT. NO. PW-LCA-1923 Page 12 of 12 City Attorney Approved 1/22/2020 Proposed Payment Schedule Contractor Labor Fees: $125 hourly rate to build Art Cairn prototypes / $85 hourly rate for project consultation Date Activity Upon Notice to Proceed • Begin fabrications of two Prototypes • Contractor will send an invoice to the City for deposit payment of $6,000 to begin work. 30 to 45 days after Notice to Proceed • Finalize fabrication of two Prototypes • Notify City’s Cultural Arts Manager or designee in writing via email • Deliver the Prototypes to the designated city facility • Contractor will send an invoice to the City upon completion and delivery of work on Prototypes. • Invoice should include detailing of project time, hourly rate and material costs of the project. 60 days after Notice to Proceed • City to review fabrication, blueprint details and care instructions for the two Prototypes • Contractor will send a third and final invoice, detailing project time, hourly rate and material costs of project and City’s final approval of fabrication of two Prototypes *Includes taxes, fee’s, expenses and all other costs. The total cost of the project shall not exceed fifteen thousand dollars ($15,000.) 1. City shall pay Contractor a refundable deposit payment in the amount of $6,000, upon execution of the agreement. 2. Second payment to be paid upon Contractor providing an invoice which details project time, applicable hourly rate, and materials costs expended to support the project to satisfy finalizing the two prototype fabrications. 3. Final payment due upon the City’s final approval of fabrication of two Prototypes. Contractor to provide documentation detailing project time, applicable hourly rate, and materials costs not already paid to Contractor on the project. All costs not to exceed $15,000 will be paid as specified above. The Contractor’s invoices will be submitted at the completion of the Prototypes and after the City has reviewed and inspected each of the Prototypes. Invoices shall be sufficiently detailed to include related activities for approval by the City. If, at the expiration or termination of the agreement, Contractor has not provided invoices detailing costs exceeding $6,000, Contractor shall refund the remaining portion of the deposit. DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 WLTR005 THE HARTFORD BUSINESS SERVICE CENTER 3600 WISEMAN BLVD SAN ANTONIO TX 78251 June 21, 2021 City of Carlsbad 1775 DOVE LN CARLSBAD CA 92011 Account Information: Policy Holder Details :STUDIO 2 Contact Us Business Service Center Business Hours: Monday - Friday (7AM - 7PM Central Standard Time) Phone:(866) 467-8730 Fax:(888) 443-6112 Email:agency.services@thehartford.com Website:https://business.thehartford.com Enclosed please find a Certificate Of Insurance for the above referenced Policyholder.Please contact us if you have any questions or concerns. Sincerely, Your Hartford Service Team DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 06/21/2021 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 be endorsed.If SUBROGATIONIS 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 GIDDINGS CORBY HYNES INC/PHS 57128316 The Hartford Business Service Center 3600 Wiseman Blvd San Antonio, TX 78251 CONTACT NAME: PHONE (A/C, No, Ext): (866) 467-8730 FAX (A/C, No): (888) 443-6112 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURED STUDIO 2 3745 HIGHLAND DR CARLSBAD CA 92008-2534 INSURER A :Sentinel Insurance Company Ltd.11000 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/Y YYY)LIMITS A COMMERCIAL GENERAL LIABILITY X 57 SBA VA3723 09/15/2020 09/15/2021 EACH OCCURRENCE $2,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence)$1,000,000 X General Liability MED EXP (Any one person)$10,000 PERSONAL & ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $4,000,000 POLICY PRO- JECT X LOC PRODUCTS - COMP/OP AGG $4,000,000 OTHER: A AUTOMOBILE LIABILITY 57 SBA VA3723 09/15/2020 09/15/2021 COMBINED SINGLE LIMIT (Ea accident)$2,000,000 ANY AUTO BODILY INJURY (Per person) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) X HIRED AUTOS X NON-OWNED AUTOS PROPERTY DAMAGE (Per accident) UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS- MADE EACH OCCURRENCE AGGREGATE DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/ A PER STATUTE OTH- ER Y/N E.L. EACH ACCIDENT E.L. DISEASE -EA EMPLOYEE E.L. DISEASE - POLICY LIMIT DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Those usual to the Insured's Operations. See scheduled remarks below. CERTIFICATE HOLDER CANCELLATION City of Carlsbad 1775 DOVE LN CARLSBAD CA 92011 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03)The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 ACORD 101 (2014/01)© 2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC# : ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY GIDDINGS CORBY HYNES INC/PHS NAMED INSURED STUDIO 2 3745 HIGHLAND DR CARLSBAD CA 92008-2534 POLICY NUMBER SEE ACORD 25 CARRIER SEE ACORD 25 NAIC CODE EFFECTIVE DATE:SEE ACORD 25 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM FORM NUMBER:ACORD 25 FORM TITLE:CERTIFICATE OF LIABILITY INSURANCE The City of Carlsbad, its officials, and employees, are an additional insured with respect to liability arising out of activities performed by or on behalf of the Named Insured. Notice of Cancellation will be provided in accordance with Form SS1223, attached to this policy. Coverage is primary and noncontributory per the Business Liability Coverage Form SS0008, attached to this policy. DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 SP ISSUE DATE: 06-21-2021 1889606-2020 17 10-27-2021 10-27-2020/10-27-2021 CITY OF CARLSBAD SP 1775 DOVE LN CARLSBAD CA 92011-4048 10 10 UNLESS INDICATED OTHERWISE BY ENDORSEMENT, COVERAGE UNDER THIS POLICY EXCLUDES THE FOLLOWING: THOSE NAMED IN THE POLICY DECLARATIONS AS AN INDIVIDUAL EMPLOYER OR A HUSBAND AND WIFE EMPLOYER; EMPLOYEES COVERED ON A COMPREHENSIVE PERSONAL LIABILITY INSURANCE POLICY ALSO AFFORDING CALIFORNIA WORKERS' COMPENSATION BENEFITS; EMPLOYEES EXCLUDED UNDER CALIFORNIA WORKERS' COMPENSATION LAW. EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. JUNCAL, RONALD D DBA: STUDIO 2 SP 3745 HIGHLAND DR CARLSBAD CA 92008 PRINTED : 06-21-2021 CERTHOLDER COPY [IC3,CS] DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885 SP ISSUE DATE: 06-21-2021 1889606-2020 17 10-27-2021 10-27-2020/10-27-2021 CITY OF CARLSBAD SP 1775 DOVE LN CARLSBAD CA 92011-4048 10 10 UNLESS INDICATED OTHERWISE BY ENDORSEMENT, COVERAGE UNDER THIS POLICY EXCLUDES THE FOLLOWING: THOSE NAMED IN THE POLICY DECLARATIONS AS AN INDIVIDUAL EMPLOYER OR A HUSBAND AND WIFE EMPLOYER; EMPLOYEES COVERED ON A COMPREHENSIVE PERSONAL LIABILITY INSURANCE POLICY ALSO AFFORDING CALIFORNIA WORKERS' COMPENSATION BENEFITS; EMPLOYEES EXCLUDED UNDER CALIFORNIA WORKERS' COMPENSATION LAW. EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. JUNCAL, RONALD D DBA: STUDIO 2 SP 3745 HIGHLAND DR CARLSBAD CA 92008 PRINTED : 06-21-2021 POLICYHOLDER COPY [IC3,CS] DocuSign Envelope ID: 3A88349C-5CE5-4F7B-9E07-9E862234C885