Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Southwest Millworks Inc; 2023-07-18; PWM24-2221FAC
PWM24-2221FAC Fire Station No. 7 Lockers Page 1 of 13 City Attorney Approved 5/3/2023 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT FIRE STATION NO. 7 LOCKERS This agreement is made on the ______________ day of _________________________, 2023, by the City of Carlsbad, California, a municipal corporation (hereinafter called "City") and Southwest Millworks, Inc., a California corporation whose principal place of business is 7925 Dunbrook Rd, Suite A, San Diego, CA 92126 (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, as contained in the Standard Specifications for Public Works Construction “Greenbook,” latest edition and including all errata; Part 1 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 Lauren Milliken (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: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 July18th PWM24-2221FAC Fire Station No. 7 Lockers Page 2 of 13 City Attorney Approved 5/3/2023 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 disqualify the Contractor or subcontractor from participating in contract bidding. Signature: ___________________________________ Print Name: ______Christopher Hogan______________ 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 DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 PWM24-2221FAC Fire Station No. 7 Lockers Page 3 of 13 City Attorney Approved 5/3/2023 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 thirty (30) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within sixty (60) working days after receipt of Notice to Proceed. /// /// /// /// /// /// DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 PWM24-2221FAC Fire Station No. 7 Lockers Page 4 of 13 City Attorney Approved 5/3/2023 CONTRACTOR’S INFORMATION. Southwest Millworks, Inc. 7925 Dunbrook Rd, Suite A (name of Contractor) 791023 (street address) San Diego, CA 92126 (Contractor’s license number) B - General 2/28/25 (city/state/zip) 858-578-4640 (license class. and exp. date) 1000006569 6/30/24 (telephone no.) mike@southwestmillworks.com (DIR registration number and exp. date) (e-mail address) [signatures on following page] DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 PWM24-2221FAC Fire Station No. 7 Lockers Page 5 of 13 City Attorney Approved 5/3/2023 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 SOUTHWEST MILLWORKS, INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Christopher Hogan, President & CFO Paz Gomez, Deputy City Manager, Public Works as authorized by the City Manager (print name/title) By: (sign here) (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: CINDIE K. McMAHON, City Attorney BY: _____________________________ Deputy City Attorney DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 PWM24-2221FAC Fire Station No. 7 Lockers Page 6 of 13 City Attorney Approved 5/3/2023 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 be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than 50% of the work with its own forces. DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 Installation 1000030467 10%Stephenson Custom Woodworks, Inc. 808808 Carpenter July 1, 2024 10 Exp 6/30/2024 Exp 3/31/24 PWM24-2221FAC Fire Station No. 7 Lockers Page 7 of 13 City Attorney Approved 5/3/2023 EXHIBIT B Fire Station No. 7 Lockers Contractor to provide all materials, tools and labor necessary to install new dorm lockers at Fire Station No.7 located at 4600 Carlsbad Blvd, Carlsbad, California. All work shall be consistent with the Contractor’s proposal dated May 23, 2023, and is attached to this agreement as Exhibit C. Contractor provided shop drawings and are attached to this agreement as Exhibit D. Notes: Lockers to be furnished and installed in the following locations: - Engineer’s Dorm - Lifeguard’s Office - Captain’s Office - Captain’s Dorm JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Lockers to be plastic laminate Color: Wilsonart Frosty White 1573 $14,415 TOTAL* $14,415 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 PWM24-2221FAC Fire Station No. 7 Lockers Page 8 of 13 EXHIBIT C DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 May 23, 2023 Dan Smith BID PROPOSAL City of Carlsbad Public Works 405 Oak A venue Carlsbad, CA 92008 Project Name: Carlsbad Fire Station #7 Lockers Thank you for the opportunity of providing you with our bid proposal for the above referenced project. Please read our Scope of Work and Notes & Clarifications closely as they are an integral part of this bid proposal. All prices are furnished and installed unless noted otherwise and include all applicable taxes. Scope of Work: Room Elevation Scope Description Engineer's Donn Bl.I Plastic laminate lockers Lifeguard's Office B2.1 Plastic laminate lockers Captain's Office B3.1 Plastic laminate lockers Caotain's Donn B4.1 Plastic laminate lockers Total Bid Proposal, F. O.B. Jobsite ................................ $12,555.00 Add for Installation .......................................................... $1,860.00 Notes & Clarifications: 1. Southwest Millworks, Inc. is registered with the State of California as a Small Business. Supplier #1270460. 2. Southwest Millworks, Inc. is recognized by Woodwork Institute (aka Woodwork Institute of California) as an Accredited Mill work Company. PWM24-2221FAC Fire Station No. 7 Lockers Page 9 of 13 EXHIBIT D ‘See attached drawings’ DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 SHEET A1.1 SO U T H W E S T M I L L W O R K S , I N C . DRAWN BY: LMG REVISION 3 6 - 14 - 2023 JO B : C I T Y O F C A R L S B A D F I R E S T A T I O N # 7 4 6 0 0 C A R L S B A D B O U L E V A R D C A R L S B A D , C A 9 2 0 0 8 SWMI JOB NO. DATE: 5/4/2023 SOUTHWEST MILLWORKS, INC. 7925 DUNBROOK ROAD, SUITE A SAN DIEGO, CA 92126 PHONE - (858) 578 - 4640 FAX - (858) 578 - 4661 WEBSITE - WWW.SOUTHWESTMILLWORKSINC.COM EMAIL - SWCONMILL@SBCGLOBAL.NET GENERAL CONTRACTOR NAME CITY OF CARLSBAD FIRE STATION #7 CABINETS CASEWORK SHOP DRAWINGS SHEET INDEX A1.1 (REV. 3) COVER SHEET & INDEX A2.1 (REV. 3) FINISH SCHEDULE & CONSTRUCTION NOTE B1.1 (REV. 3) ENGINEERS DORM CLOSET CABINETS B2.1 (REV. 3) LIFEGUARD OFFICE CABINETS B3.1 (REV. 3) CAPTAINS OFFICE CABINETS B4.1 (REV. 3) CAPTAINS DORM CLOSET CABINETS B1.2 (REV. 3) CLOSET CABINET SUB-ASSEMBLIES ALL CABINETRY, MILLWORK AND THEIR INSTALLATION, SHALL BE IN ACCORDANCE WITH WOODWORKING INSTITUTE REQUIREMENTS AS OUTLINED IN WOODWORKING INSTITUTE, NAAWS, EDITION 4. WIC TYPE: CUSTOM STYLE: MODIFIED EURO CABINET HARDWARE SCHEDULE FINISH: ANACHROME / NICKEL / ZINC HINGES: BLUM CLIP, 125deg OPENING, FULL OVERLAY SELF CLOSING PULLS: 96mm WIRE PULL (DULL CHROME) DRAWER SLIDES: TELESCOPING EURO SLIDE, FULL EXTENSION, 100# LOAD LOCKS @ DRAWERS & DOORS: NATIONAL 8055EACH LOCKER OF 3 HORIZONTAL UNITS TO BE KEYED ALIKE LIGHTING: BY OTHERS CABINETRY FINISH SCHEDULE CABINET EXPOSED SURFACES: WILSONART 1573-60 (FROSTY WHITE MATTE) CABINET EDGEBANDING: .018 mm PVC TO MATCH FROSTY WHITE DOOR/DRAWER SURFACE: WILSONART 1573-60 (FROSTY WHITE MATTE) DOOR EDGEBANDING: .018 mm PVC TO MATCH FROSTY WHITE CABINET INTERIORS: WHITE MEALAMINE DRAWER BOXES: WHITE MEALAMINE JO B : C I T Y O F C A R L S B A D P U B L I C W O R K S 4 0 5 O A K A V E C A R L S B A D , C A 9 2 0 0 8 REVISION: 3 6-26-2023 Exhibit D DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 w WOODWORK INSTITUTE ---- SCALE: 1/2" = 1' - 0"B1.1 SHEET B1.1 B2.1CITY OF CARLSBAD FIRE STATION #7 ENGINEERS DORM LIFEGUARDS OFFICEB2.1 SCALE: 1/2" = 1' - 0" CITY OF CARLSBAD FIRE STATION #7 DRAWN BY: LMG DATE: 5/4/2023 JO B : C I T Y O F C A R L S B A D P U B L I C W O R K S 4 0 5 O A K A V E C A R L S B A D , C A 9 2 0 0 8 JO B : C I T Y O F C A R L S B A D F I R E S T A T I O N # 7 4 6 0 0 C A R L S B A D B O U L E V A R D C A R L S B A D , C A 9 2 0 0 8 SO U T H W E S T M I L L W O R K S , I N C . SWMI JOB NO. REVISION: 3 6-26-2023 LOCKS REQUIRED 24 CLOSET POLE REQUIRED 2714 78 93 271478 8312 2714 8134 8312 24 CLOSET POLEREQUIRED LOCKS REQUIRED 2638 791878 2638 8034 FI N I S H E D E N D P A N E L 93 8034 34 2638 DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 I I (I) "' "' "' I I ~~ I ----1.---- '-------/---~ I I ------------>' I I I I I I I I I I I (D (D (D Cl) Cl) I----"-----~-----I-------I I -------------' I _ __,_____ I l j SHEET B3.1 B4.1B3.1 SCALE: 1/2" = 1' - 0" CITY OF CARLSBAD FIRE STATION #7 B4.1 CITY OF CARLSBAD FIRE STATION #7 CAPTAINS DORMCAPTAINS OFFICE SCALE: 1/2" = 1' - 0" DRAWN BY: LMG DATE: 5/4/2023 JO B : C I T Y O F C A R L S B A D P U B L I C W O R K S 4 0 5 O A K A V E C A R L S B A D , C A 9 2 0 0 8 JO B : C I T Y O F C A R L S B A D F I R E S T A T I O N # 7 4 6 0 0 C A R L S B A D B O U L E V A R D C A R L S B A D , C A 9 2 0 0 8 SO U T H W E S T M I L L W O R K S , I N C . SWMI JOB NO. REVISION: 3 6-26-2023 CLOSET POLE REQUIRED 24 3358 13818 10234 3538 34 LOCKS REQUIRED 10158 3538118 13818 118 24 93 FI N I S H E D E N D P A N E L 10078 33583358 24 LOCKS REQUIRED CLOSET POLE REQUIRED 54 93 57732 53 2612 1 2612 3732 DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 l I I 1 j I ~ I . I I I I I I I I "" © © (!) (!) <D <D (D <D <D L I I I I I I I I I I I I I SHEET B1.2 SCALE: 1" = 1' - 0"SUB-ASSEMBLY DETAILS CITY OF CARLSBAD FIRE STATION #7B1.2 DRAWN BY: LMG DATE: 5/4/2023 JO B : C I T Y O F C A R L S B A D P U B L I C W O R K S 4 0 5 O A K A V E C A R L S B A D , C A 9 2 0 0 8 JO B : C I T Y O F C A R L S B A D F I R E S T A T I O N # 7 4 6 0 0 C A R L S B A D B O U L E V A R D C A R L S B A D , C A 9 2 0 0 8 SO U T H W E S T M I L L W O R K S , I N C . SWMI JOB NO. REVISION: 3 6-26-2023 89 52 78 D O O R 17 78 D R A W E R F R O N T 18 R E V E A L 18 R E V E A L 18 D R A W E R C A B I N R T 2012 23 24 PLAM TOE KICK. APPLY AFTER TOE KICK LEVELING. 5 HINGES REQUIRED FOR DOOR SUPPORT OWNER WILL INSTALL HOOKS ON DOORS 18 18 4 SECTION DETAILCABINETSUB-ASSEMBLIES 18 R E V E A L 22 14 134 ALIGN WITH LOCK ALIGN WITH LOCK 40 17 78 D O O R 6 53 W A R D R O B E C A B I N E T 18 U P P E R C A B I N E T 93 4 89 TOE KICK TO BUTINTO EXISTING BASE. 6 1112 212 2412 12 SCRIBE 24 END PANEL SUB-ASSEMBLIES AS REQUIRED DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 I I T I ¢ ¢: I " II I c! D " • I ¢ I-------I " I ~ ~I !~ I f ~ ¢ I " I ¢ I ~ ¢:J Iii I ¢ " I I ¢: II I II I ~ I I~ □ ¢ ¢ L I ¢ ! I ¢] I l ~ " I ~ r = I " !~ Ii I I k 7 ~ I I C 71 . -I D . -,_ -I DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 05/31/2023 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 ~~~1,~CT CLIENT CONTACT CENTER FEDERATED MUTUAL INSURANCE COMPANY riti}~~~o, Ext): 888-333-4949 I FAX HOME OFFICE: P.O. BOX 328 (A/C, No): 507-446-4664 OWATONNA, MN 55060 t~D~~ss: CLI ENTCONTACTCENTER(ci)FEDI NS.COM INSURERS AFFORDING COVERAGE NAIC# INSURER A:FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED 352-359-4 INSURER B: SOUTHWEST MILLWORKS, INC. INSURER C: 7925 DUNBROOK RD STE A SAN DIEGO, CA 92126-6306 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 229 REVISION NUMBER: 4 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. l~fl TYPE OF INSURANCE (WR!· ~.';(~~ POLICY NUMBER POLICY EFF POLICY EXP LIMITS ,y y yy X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 ~ □ CLAIMS-MADE 0occuR Pi,~~~~~r!~c:iENTED PREMISES $100,000 MED EXP (Any one person) ~ $5,000 A y N 9841343 06/08/2023 06/08/2024 PERSONAL & ADV INJURY $1 000 000 ~ $2 000 000 M'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE POLICY ORO-□ LOC PRODUCTS & COMP/OP AGG $2,000,000 ECT OTHER: AUTOMOBILE LIABILITY &~~~J~~~llNGLE LIMIT $1,000,000 - X ANY AUTO BODILY INJURY (Per Person) -~ A OWNED AUTOS ONLY SCHEDULED N N 9841343 06/08/2023 06/08/2024 BODILY INJURY (Per Accident) -f-AUTOS HIRED AUTOS ONLY NON-OWNED )c~'?~~~;~~"~AMAGE -f-AUTOS ONLY X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $5,000,000 -f- A EXCESS LIAB CLAIMS-MADE N N 9841344 06/08/2023 06/08/2024 AGGREGATE $5,000,000 DED I I RETENTION WORKERS COMPENSATION I PER STATUTE I PTHER AND EMPLOYERS' LIABILITY c ANY PROPRIETOR/PARTNER/ EXECUTIVE E.L EACH ACCIDENT OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L DISEASE ·EA EMPLOYEE If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE · POLICY LIMIT DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) SEE ATTACHED PAGE CERTIFICATE HOLDER CANCELLATION 352-359-4 229 4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED CITY OF CARLSBAD/CMWD C/0 EXIGIS INSURANCE COMPLIANCE SERVICES BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO BOX 947 ACCORDANCE WITH THE POLICY PROVISIONS. MURRIETA, CA 92564-0947 AUTHORIZED REPRESENTATIVE ). _-(J l ----t.~ © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 AGENCY CUSTOMER ID: 352-359-4 ----------------------LO C #: ----------------------ADD IT 10 NA L REMARKS SCHEDULE Page of AGENCY NAMED INSURED FEDERATED MUTUAL INSURANCE COMPANY SOUTHWEST MILLWORKS, INC. 7925 DUNBROOK RD STE A POLICY NUMBER SAN DIEGO, CA 92126-6306 SEE CERTIFICATE# 229.4 CARRIER I NAIC CODE EFFECTIVE DATE: SEE CERTIFICATE# 229.4 SEE CERTIFICATE# 229.4 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: __ 2~5~_ FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE CONTRACT NO. 4718 PWM22-1812FAC PROJECT: CITY OF CARLSBAD CITY HALL COUNCIL CHAMBERS PONY WALL 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008 ADDITIONAL INSURED ALSO INCLUDES CITY OF CARLSBAD/CMWD THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU ENDORSEMENT FOR GENERAL LIABILITY. FOR REASONS OTHER THAN NON-PAYMENT OF PREMIUM, 30 DAYS NOTICE WILL BE PROVIDED TO THE CERTIFICATE HOLDER IN THE EVENT THAT THE ISSUING COMPANY CANCELS THE POLICY BEFORE THE EXPIRATION DATE OF THE POLICY. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 COMMERCIAL GENERAL LIABILITY CG 20 33 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A-Section II -Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1-Your acts or omissions; or 2-The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured However, the insurance afforded to such additional insured: 1-Only applies to the extent permitted by law; and 2-Will not be broader than that which you are required by the contract or agreement to provide for such additional insured A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed R With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1-"Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a-The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b-Supervisory, inspection, architectural or engineering activities This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the superv1s1on, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services © Insurance Services Office, Inc, 2012 Page 1 of 2 CG 20 33 0413 Policy Number: 9841343 Transaction Effective Date: 06/08/2023 DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 2-"Bodily injury" or "property damage" occurring after: a-All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b-That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project C-With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1-Required by the contract or agreement you have entered into with the additional insured; or 2-Available under the applicable Limits of Insurance shown in the Declarations; whichever is less This endorsement shall not applicable Limits of Insurance Declarations increase the shown in the Page 2 of 2 © Insurance Services Office, Inc, 2012 CG 20 33 0413 Policy Number: 9841343 Transaction Effective Date: 06/08/2023 DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 ACORD" I ~ I ~ D □ ~ ~ Fl □ □ ~ ~ ~ ~ ~ ~ ~ ~ H I I I I I □ I DocuSign Envelope ID: 14B0EC9C-5191-41C5-8EC0-94C05983FBD8 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -BLANKET WC 99 0634 (Ed . 8-00) 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 otherwise due. Person or Organization ANY PERSON/ORGANIZATION WHEN REQUIRED BY WRITTEN CONTRACT 2% of the total California Workers' Compensation premium Schedule Job Description ALL CALIFORNIA OPERATIONS This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 01/01/2023 Policy No. WSD 5035534-06 Insured: Southwest Millworks, Inc. Insurance Company INSURANCE COMPANY OF THE WEST WC 99 0634 (Ed. 8-00) Countersigned By INSURED Endorsement No. Premium $ INCL. ---------------