Loading...
HomeMy WebLinkAboutL.C. Paving & Sealing Inc; 2023-04-11; PWM23-2002TRANPWM23-2002TRAN CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT CAMINO HILLS DRIVE ASPHALT REPAIR This agreement is made on the ______________ day of _________________________, 2023, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and L.C. Paving & Sealing, Inc., a California corporation whose principal place of business is 620 Alpine Way, Escondido, California 92029 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, Exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor’s proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Michael O'Brien (City Project Manager) 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. DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 April 11th DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 PWM23-2002TRAN 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. 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 (5) years and that debarment by another jurisdiction is grounds for the City of Carlsbad to dis ualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: Jose A. Salinas REQUIRED INSURA NCE. 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 PWM23-2002TRAN 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 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. 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 sixty (30) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within thirty (60) working days after commencing work. /// /// /// /// /// DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 CONTRACTOR'S INFORMATION . L.C. Paving & Sealing-'-, _ln_c_. __ _ (name of Contractor) 621610 (Contractor's license number) A , B, C-12 8/31/24 (license class. and exp. date) 1000004325/ 6/30/24 (DIR registration number/exp. date) PWM23-2002TRAN 620 Alpine Way (street address) Escondido, CA 92029 (city/state/zip) 760-752-1743 (telephone no.) Shawn@LCPaving.com (e-mail address) 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 LC PAVING & SEALING, INC., a California corporation By: Jose A. Salinas, President & CFO (print name/title) By: (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM : CINDIE K. McMAHON BY: UVvtlit-k.. ~IA, --~'---'-----------City Attorney DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 PWM23-2002TRAN EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid , the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Type of Work to Business Name and Address DIR License No., % of be Subcontracted Registration Classification & Total No. Exoiration Date Contract Pavement Marking Statewide Stripes Inc. 1000001134 788286 PO Bos 600710 C-32 5% San Diego, CA Total% Subcontracted: __ '5-=--2~'---- The Contractor must perform no less than 50% of the work with its own forces. PWM23-2002TRAN EXHIBIT B Camino Hills Drive Asphalt Repair The Contractor shall provide all materials, equipment, and labor required to remove and replace approximately 1,600 SF of asphalt and subgrade, approximately 525 SF of sidewalk, and 105 LF of curb & gutter on Camino Hills Dr. between Jackspar Dr. and Faraday Ave, in Carlsbad. Contractor’s work includes but is not limited to: calling for utility location, placing advanced warning signs of traffic control before excavation, providing all traffic control during the project, saw cutting or cold milling and removal of existing asphalt, removal of 1’ of subgrade, installing and compacting new Class II base in 6” lifts (at 95% compaction) to original depth, leveling valve cans to final grade, application of SS1H tack coat to all vertical surfaces and cold joint (cold joint if done in multiple days) before asphalt installation, pave road using standard Greenbook specifications, install two coats of paint striping to its original condition. Before any work can start, the Contractor shall apply for a no-fee right-of-way permit, submit a traffic control plan for approval, and will provide all traffic control required for work to be completed. Contractor is responsible for obtaining a water meter from Carlsbad Municipal Water District if any city water is needed during the project. The Contractor is responsible for any road cleanup related to the project before leaving the project site. Any City assets damaged by the Contractor must be repaired by the Contractor, i.e., striping damaged from equipment, e.g., tire tracks. All subcontractors must be added to the contract in Exhibit A prior to execution of the contract. All work shall be performed in accordance with the City of Carlsbad’s Engineering Standards, the 2018 Standard Specifications for Public Works Construction (Greenbook), 2018 Caltrans Standard Plans and Caltrans Specifications, and the California Manual on Uniform Traffic Control Devices. JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Mobilization $6,020.44 2 LS 1 Traffic Control $7,271.05 3 SF 1575 Cold Milling $8,993.25 4 SF 1575 Grading $7,040.25 5 TON 60 A/C Base Paving $12,826.80 6 LS 1 Pavement Marking and Striping $3,046.71 SF 525 4" Sidewalk Removal and Replacment $7,444.50 7 DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 PWM23-2002TRAN ITEM NO. UNIT QTY DESCRIPTION PRICE LF 105 Remove and Replace 6" Curb & Gutter $6,924.75 TOTAL* $59,567.75 *Includes taxes, fees, expenses and all other costs. /// /// /// /// /// Exhibit B (Cont.) 8 DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 To:Contact:City of Carlsbad Matt Paxson Camino Hills Dr Asphalt & Concrete RepairsProject Name:Bid Number:PW_08232022-001 Fax:Carlsbad, CA 92008 Address:1200 Carlsbad Village Drive Phone:(760) 434-2820 Project Location:Camino Hiils Dr, Carlsbad, CA Bid Date:8/23/2022 Total PriceUnit PriceUnitItem DescriptionItem #Estimated Quantity Asphalt Remove & Replace 1 1.00 LS $6,020.44 $6,020.44Mobilization 2 1.00 LS $7,271.05 $7,271.05Traffic Control 3 1,575.00 SF $5.71 $8,993.25A/C Pavement Removal, 1' Of Existing Base/ Subgrade Removal & 1' Excavation Around Manhole4 1,575.00 SF $4.47 $7,040.25Placement & Grading Of 1' Of Class II Base (2 Lifts Of 6") In Roadway (Including Around The Existing Manhole)5 60.00 TON $213.78 $12,826.806" A/C Paving (2 Lifts Of 3") 6 1.00 LS $3,046.71 $3,046.71Pavement Markings & Striping Total Price for above Asphalt Remove & Replace Items:$45,198.50 Concrete Remove & Replace 7 525.00 SF $14.18 $7,444.504" Sidewalk Removal & Replacement 8 105.00 LF $65.95 $6,924.75Remove & Replace 6" Curb & Gutter Total Price for above Concrete Remove & Replace Items:$14,369.25 Total Bid Price:$59,567.75 Notes: •Material Prices Valid for 90 Days Inclusions: Move Ins- 1 Each Additional Move is 3500.00; Labor; Warranty; Materials; Equipment; Insurance; & Bonds, Traffic Control; Scarify &Recompaction; Striping & Signage ; Water Supply; Permits Exclusions: Weed killer; Testing & Inspections, Utility Adjustment; Irrigation & Landscaping; Prime Coat; Engineering; Fog Seal; Grubbing;Recompaction; Sand Cover; Sealing Curbs; Export; Import; General Note: Two Programmable Changable Message Boards to be deployed at each side of the work zone 2 days prior to roadwork beginning. Work will include 1 foot excavation around manhole and removal of 1 foot of existing underlying materials with the replacement of 1 foot of class II base to be installed in two lifts for entire portion of roadway. If Unforseen Conditions occur Additional Work will be T&M or Negotiated Change Orders All quantities will be field measured and billed at the unit rates listed Work to be completed during normal working hours 7:00AM to 3:30PM Monday thru Friday No Nights or Weekends Payment Terms: Payment due within 30 days of date of invoice. 9/21/2022 10:28:51 AM Page 1 of 2 DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 L.C. Paving & Sealing , Inc . 620 Alpine Wa y Escond ido , Ca 92029 Phone (760) 752-1743 • Fax (760) 752-1674 Lie 621610 • License ClassificaHons A, B, C'l2 ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: CONFIRMED: LC Paving Authorized Signature: Estimator:Shawn Wittenberg (760) 593-8055 shawn@lcpaving.com 9/21/2022 10:28:51 AM Page 2 of 2 DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 EXHIBITC LABOR AND MATERIALS BOND Bond No.: PPD0100644 Premium: $1,489.00 PWM23-2002TRAN WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to L.C. Paving & Sealing, Inc. (hereinafter designated as the "Principal"), a Contract for: CAMINO HILLS DRIVE ASPHALT REPAIR 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, L.C. Paving & Sealing, Inc., as Principal, (hereinafter designated as the "Contractor"), and Developers Surety and Indemnity Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of fifty-nine thousand five hundred sixty-seven dollars and seventy- five cents dollars ($59,567.75), 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. DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 PWM23-2002TRAN Exhibit C (Cont.) 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 __ 6t_h __ day of __ M_a_r_ch __________ , 2023 Developers Surety and Indemnity Company (SEAL) (Surety) By: =-====r{=)===>=--------- 1 (Signature) Stephahie Hope Shear, Attorney-In-Fact (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN- F ACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON By: __ ___;o;...._·IA.,_Ji_·t-_k _. ~ __ IA.-__ City Attorney DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 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 before me, Marisa Haas, Notary Public On (Y\t',\{LNL 12; 1!)13 (insert name and title of the officer) personally appeared _J_o_s_e_A_._S_a_li_n_a_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. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) •••••••• f MARISA ANN HMS Notary Public • California I San Ditto County · Commission 1123065!9 " y Comm. Expires Sep 2◄, 2023 DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 CAUFORINl!P:. Aill.-PUIAlF:'OSiS ! A:;ll{NOWLEDGME ''J 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 _____ Lo_s_/_-\ n .... g'-e_le_s ____ _ On ___ M_A_R_0_6_2_0_2_3 __ before me, ____ L_uc_a_s_P_a_iie_r_so_n_,_N_o_ta_ry_Pu_b_li_c _______ _ 00te /-/ere Insert Name and Title of the Officer personally appeared ____________ s_te..:..p_h_an_i_e_H_o.:...pe_S_h_ea_r ___________ _ /Vame(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. LUCAS PATTERSON Notary Public • Ca'lfornia Los Angeles Co~nty J Commission # 13 5 2264 ~ Y Comm. Expires Mar 19, 2025 Place Notary Seal Abo11e I ce1iify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. -----------------op·, 101 !AL --------------------, Though this seci'ion is optional, completing this in.'o m~tion can deter alteration of the docum fraudulent reatzachment of this form io an unintended document. Description of Attached Document Title or Type of Document: __ _ ___________ _ Number of Pages: ___ Signer(s) Other Than Capacity(ies) Claimed oy ~1gner(sJ Signer's Name: ------------~ Signer's Name: ____________ _ □ Corporate Officer -Title(s): ------,,......:;--□ Cmporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General C Partner -□ Li mited □ General □ Individual □ Attorne ,:-Individual D Attorney in Fact □ Trustee □ G [l Trustee □ Guardian or Conservator □Other:--..,,...""------------C Other: ______________ _ Signer Is Representing: _________ _ ©2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: 3DEAD62D-A177-4004-B36C-6DD657173752 POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane, 43rd Floor, New York, NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS that, except as expressly limited herein, COREPOINTE INSURANCE COMP ANY and DEVELOPERS SURETY AND INDEMNITY COMP ANY, do hereby make, constitute and appoint: Gabriella Grady, Stephanie Hope Shear, Elizabeth Santos, Stacey Garcia and Christopher Coronel , of Woodland Hills, CA as its true and lawful Attorney, to make, execute, deliver and acknowledge, for and on behalfof said companies, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attorney-in-Fact full power and authority to do and to perform evety act necessary, requisite or proper to be done in connection therewith as each of said company could do, but reserving to each of said company full power of substihttion and revocation, and all of the acts of said Attorney-in-Fact, pursuant to these presents, are hereby ratified and confinned This Power of Attorney is effective ,.._M_arch 6 2023 and shall expire on December 31, 2025. This Power of Attorney is granted and is signed under and by authority of the following resolutions adopted b_v the Board of Directors of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (collectively, "Company") on November 3, 2022. RESOLVED, that Sam Zaza Senior Vice Presiden Surety Underwriting, James Be.II, Vice esi!lent,-..S.u.rcty,_Jlodeovritiog,.qnd Craig_Dawson, Executi e U d · , SJ.! ety, each an employee of Am Trust North America, Inc., an affiliate of the Company (the "Authorized Signors"),are hereby authorized to execute a Power of Attorney, qualifying attorney(s)-in-fact named in the Power of Attorney to execute, on behalf of the Company, bonds, undertakings and contracts of suretyship, or other suretyship obligations; and that the Secretary or any Assistant Secretary of the Company be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney. RESOLVED, that the signature of any one of the Authorized Signors and the Secretary or any Assistant Secretary of the Company, and the seal of the Company must be affixed to any such Powerof Attorney, and any such signature or seal may be affixed by facsimile, and such Power of Attorney shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of surety ship to which it is attached. IN WITNESS WHEREOF, COREPOrNTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this December 5, 2022. Tnlc Senior Vice President, Sur ly STATE OF California COUNTYOF _o_,a_ng_• ________ _ On 1h1,.6"+~ay or ~~ . 20 12,.before me, • ~°'~ personally appeared -=S-=am=-.cZ=caz=a ______ _ who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to within the instrnment and acknowledged to me that they executed the same in their authorized capacity, and that by the signature on the instrument the entities upon behalf which tl1e person acted, executed this instrument. I certify, under penalty of perjury. under the laws of tire State of _Cali_._fo_m,_·• ______ Lhat the foregoing paragraph is true and correct. --····~ WITNESS my hand and official seal. DIANE J. KAWA,;,~ __ ,_ r Notary Public · California , Orange County ~ Commission A 2284027 My Comm. Expires Apr 28, 2023 Signature _.~..,__k-=--"--4-+-~~-- CORPORA TE CERTIFICATION The undersigned, the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in this Power of Attorney are in force as of the date of this Certification. This Certification is executed in the City of Cleveland. Ohio, this 22 day of November. 2022. By: r-;~n•w~: ~s~s l_!:6B6415E7ADE54BC _ _________ Barry W Moses. Assistant Secretary· POA No. Ed 1122 03/14/2022 HARTLEY CYLKE PACIFIC-#0574253 INSURANCE SERVICES, INC. 2747 UNIVERSITY AVENUE SAN DIEGO CA 92104-4068 JANA CLARK (619) 295-5155 (619) 291-0912 jana@hcpacinsurance.com L.C. Paving & Sealing, Inc. 620 Alpine Way Escondido CA 92029 TRAVELERS PROPERTY & CASUALTY CO OF AMERICA 25674 CL2221773025 A Y DT22CO0S13576ATIL22 02/18/2022 02/18/2023 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 A COMPCOLL DED $1000 Y 8100S0955232226G 02/18/2022 02/18/2023 1,000,000 Medical payments 5,000 A CUP0S1373832226 02/18/2022 02/18/2023 4,000,000 4,000,000 A UB8S6221012126G 09/12/2021 09/12/2022 1,000,000 1,000,000 1,000,000 A INLAND MARINE QT6300S106923TIL22 02/18/2022 02/18/2023 SCHEDULED $714,100 LEASED/RENTED $100,000 DEDUCTIBLE $1,000 *10 day notice of cancellation for non-payment of premium shall apply. 30 days written notice of cancellation for all other reasons. *City of Carlsbad shall be named Addtional Insured on a Primary and Non-Contributary basis. RE:El Camino Real and Cannon Road Intersection Improvements - Phase IIBID NO. PWS22-1582TRAN; CONTRACT NO. 6042 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta CA 92564 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER: $ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE 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), AUTHORIZEDREPRESENTATIVE 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 onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 9/14/2022 License # 0L48969 (619) 385-1139 131 39152 LC Paving & Sealing Inc620 Alpine Way Escondido, CA 92029 A SAMTWC10018200 9/12/2022 9/12/2023 1,000,000 1,000,000 1,000,000 RE:El Camino Real and Cannon Road Intersection Improvements - Phase II BID NO. PWS22-1582TRAN; CONTRACT NO. 6042 Waiver of subrogation applies to the Workers Compensation but limited to the operations of the Insured under said contract, and always subject to all the policy terms, conditions and exclusions per endorsements attached. Cancellation wording applies per the terms and conditions of the attached form when required by written contract or agreement. City of Carlsbad City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 LCPAVIN-01 DINTA1 C3 Risk & Insurance Services404 Camino Del Rio S. STE 410San Diego, CA 92108 Brianna Steverson brianna@c3insurance.com SERVICE AMERICAN INDEMNITY COMPANY X