Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Yunex LLC; 2023-09-11; PWM24-2274TRAN
PWM24-2274TRAN CITY OF CARLSBAD MINOR PUBLIC WORl<S CONTRACT CARLSBAD/AVE ENCINAS POLE FOUNDATION MAST ARM; CONT. NO. 7249 This agreement is made on the \ l ~ day of __ ~~t":' , 2023, by the City of Carlsbad, California, a municipal corporation (hereinafter called "City") and Yunex LLC, a Delaware Corporation whose principal place of business is 1820 John Towers Ave., Suite A, El Cajon, CA 92020 (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: Nestor Mangohig (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. CARLSBAD/AVE ENCINAS POLE FOUNDATION MAST ARM; CONT. NO. 7249 Page 1 of 11 City Attorney Approved 6/30/2023 PWM 24-227 4TRAN The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. CONSTRUCTION MANAGEMENT SOFTWARE. Procore Project Management and Collaboration System. This project may utilize the Owner's Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non- productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training/ tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certiflcation-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Cqntractor to regularly check Proco re and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located. at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFls, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 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. CARLSBAD/AVE ENCINAS POLE FOUNDATION MAST ARM; CONT. NO. 7249 Page 2 of 11 City Attorney Approved 6/30/2023 PWM 24-227 4TRAN 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: 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 ofthe 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 l<ey 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 l<ey Rat ing Guide of at least 11A:X11 ; 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 Insu rance 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 Bu siness License for the duration of the contract. CARLSBAD/AVE ENCINAS POLE FOUNDATION MAST ARM; CONT. NO. 7249 Page 3 of 11 City Attorney Approved 6/30/2023 PWM24-2274TRAN 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 t~e 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 (60) 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. CONTRACTOR'S INFORMATION. Yunex, LLC (name of Contractor) 1080007 (Contractor's license number) A & ClO -08/31/2023 (license class . and exp. date) 1000815000, 6/30/2026 (DIR registration number/exp. date) 1820 John Towers Ave., Suite A (street address) El Cajon, CA 92020 (city/state/zip) 619-562-1104 (telephone no.) jeffrey. pierce@yunextraffic.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. CARLSBAD/AVE ENCINAS POLE FOUNDATION MAST ARM; CONT. NO. 7249 [signatures on following page] Page 4 of 11 City Attorney Approved 6/30/2023 CONTRACTOR YUNEX LLC, a Delaware Corporation By 'ifti!k& M~sign here) Jeffrey Pierce, Service Account Manager (print name/title) B~ ~ ~oL ~'l fl\cS....t"'-~~ ~-r't-c::;tk~ (print name/title) PWM24-2274TRAN CITY OF CARLSBAD, a municipal corporation of the State of California If required by City, proper notarial acknowledgment of execution by Contractor must be attached. ~ 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, City Attorney CARLSBAD/AVE ENCINAS POLE FOUNDATION MAST ARM; CONT. NO . 7249 Page 5 of 11 City Attorney Approved 6/30/2023 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 Riverside On oe---z..C\-2..01.-3 before me, Melissa Marie Torna -Notary Public (insert name and title of the officer) personally appeared 'J"·...,.:.,c~~ \ i!:~ ~ who proved to me on the basis of satisfactory evidence o be the person(s) whose name(s) ,/are subscribed to the within instrument and acknowledg~d to me that l)e/sjre/they executed the same in ty /h • r/their authorized capacity(ies), and that by h. /~r/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. • WITNESS my hand and official seal. (Seal) ........ , MELISSA MARIE TORNA Notary P~blic • California : Riversice Cc~nty ~ Commission= 2372969 - y Comm. Expires A~g 30, 2025 PWM24-2274TRAN 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 Registration Classification & Total Subcontracted No. Expiration Date Contract 1a~dr/i111M 7TS E."17/,J~ R11.1A/]JJc. l1ce()J.!R. # 7S"So7'i J't,94% ?l~U:lL t !07JI ~l'JtA.t u~ I IXX}oJ'f 7 22 ~, 13 f CtO A,tt.-.11~ .. -s-~ 10/J, {?, 9()~Jl0 cf! ;10 I zoz;; V I , Total% Subcontracted: The Contractor must perform no less than 50% of the work with its own forces. CARLSBAD/AVE ENCINAS POLE FOUNDATION MAST ARM; CONT. NO. 7249 Page 6 of 11 City Attorney Approved 6/30/2023 PWM24-2274TRAN EXHIBIT B Carlsbad Boulevard/ Avenida Encinas Pole Foundation Mast Arm Contractor to provide the following: • Premark for USA Dig Alert and call in USA Dig Alert ticket • Removal of old signal pole foundation and pour back with slurry for compaction. Maintain established grade in around work location. • Install new 19-3-129-20-15 signal pole foundation using appropriate concrete mix, anchor bolts, rebar cage and 2" PVC conduit stub-out. Contractor to confirm all before pouring foundation. • Install city provided 19-3-129-20-15 pole with signal and street light mast arms on new foundation. • Signal to remain operational and existing temporary lA pole will need to be relocated and supported after removal of existing foundation. • Contractor to provide traffic control and delineation as needed. All work shall be performed in accordance with the City of Carlsbad's Engineering Standards, the 2018 Standard Specifications for Public Works Construction (Greenback), 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 Install foundation and city-supplied pole/mast arm $36,710 *Includes taxes, fees, expenses and all other costs. CARLSBAD/AVE ENCINAS POLE FOUNDATION MAST ARM; CONT. NO. 7249 Page 7 of 11 TOTAL* $36,710 City Attorney Approved 6/30/2023 PWM 24-2274TRAN EXHIBIT C LABOR AND MATERIALS BOND Bond No. US3002411 WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Yunex, LLC (hereinafter designated as the "Principal"), a Contract for: CARLSBAD/AVE ENCINAS POLE FOUNDATION M AST AR M CONTRACT NO. 7249 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, Yunex, LLC, as Principal, (hereinafter designated as the "Contractor"), and Euler Hermes North America Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum ofthirty-six thousand seven hundred ten dollars ($36,710), 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. CARLSBAD/AVE ENCINAS POLE FOUNDATION MAST ARM; CONT. NO. 7249 Page 8 of 11 City Attorney Approved 6/30/2023 PWM24-2274TRAN 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 15th day of August , 2023 Yunex, LLC (Principal) ler Hermes North America Insurance Company(SEAL) (Surety) By: Si nature) ':r•~lv..a;,~~M~e{'L (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY-ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney I I ,,,. CARLSBAD/AVE ENCINAS POLE FOUNDATION MAST ARM; CONT. NO. 7249 Page 9 of 11 City Attorney Approved 6/30/2023 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 Riverside on O'G~~'Z.,.b1.-'3 before me, Melissa Marie Torna -Notary Public ----------'"------(insert name and title of the officer) personally appeared M\~ -:r . ~~ who proved to me on the basis of satisfactory evidence to be the person(¢) whose name(.s') is/a, subscribed to the within instrument and acknowledged to me that he/sp elt y executed the same in his/h r/th,ei r authorized capacity(i ), and that by his/ r/tb ir signature(%) on the instrument the person(/), or the entity upon behalf of which the person<,) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ (Seal) ········~ MELISSA MARIE TQRNA 'Mary Public • Ca,iforiia z Riverside Cc1,~t1 J Commission = 23 72969 • y Comm. Expires Aug 30, 2025 ropriate James Daly, President and , ounty of Baltimore CALIFORNIA ALL-PURPOSE CERTIFICATE OF 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 , Texas } County of ______ H_ar_ri_s ____ _ } Mario Arzamendi , Notary Public On August 17, 2023 before me, -------------------("'H-:-e,..,..e "'",ns'"°eT"rt n=-=a-=m..,..e a=-=n"'d""t,1,.,..le..,.,ol"'1h-:-e-,-,offi"'c-=-e,,,...) ----- personally appeared Laura E. Sudduth 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 the11§,tate of California that ,,,,11 ,,,,,,, the foregoing paragraph is true and correct. ,,,,'t\) ~RlAAf;J:,,,,. ~~"t-~ ~v Pu ,~ ~ g ~•o'\~ ......... ~<~ ~ \ f ~/*··· ·····-.: \ = : ' : = ; \ ,./ \ i § -::~ u',,.... •• '? [;;;:: 9' C' % -1 ;;.:_ ...... ~+'t,~~~ ~o,?/"r; C:. OF ~?,~",n~# //i,''1 I.D. \3v o., ~,,"' WITN ESS my hand~eal. ~~-Notary Public Signature (Notary Public Seal) 11,;,f xR1 res ~~'''\ • My Commission Expires: August 24, 2027 1 11111111 • INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION This form complies with c11rrent California statutes regarding nota,y wording and. DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages __ Document Date ___ _ CAPACITY CLAIMED BY THE SIGNER □ Individual (s) □ Corporate Officer (Title) 2 Partner(s) p Attorney-in-Fact □ Trustee(s) 0 Other _________ _ 2015 Version www NotaryClasses com 800-873-9865 if needed, sho11/d be completed and attached ta the doc11ment. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not req11ire the California notary to violate California notary law. • State and County infonnation must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural fonns by crossing off incorrect fonns (i.e. lte/she/tl!ey, is /are) or circling the correct fonns. Failure to correctly indicate this infonnation may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area pennits, otherwise complete a different acknowledgment fonn. • Signature of the notary public must match the signature on file with the office of the county clerk. ❖ Additional infonnation is not required but could help to ensure this acknowledgment is not misused or attached to a different document. ❖ Indicate title or type of attached document, number of pages and date. ❖ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. 8/31/23, 4:57 PM Company Profile I.. I CALlFORNIA ' I ~EPARTFJIENT OF INSURANCE Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance .& Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information EULER HERMES NORTH AMERI CA INSURANCE COMPANY 800 RED BROOK BLVD OWINGS MILLS, MD 21117 Old Company Names Effective Date EULER HERMES AMERICAN CREDIT INDEMNITY COMPANY 05/15/2012 Agent For Service AMANDA GARCIA 330 N Brand Blvd Ste 700 Glendale CA 91203 Reference Information NAIC #: 20516 I California Company ID#: 4998-1 I Date Authorized in California: 11/20/2006 I License Status: II UNLIMITED-NORMAL I j Company Type: II Property & Casualty I I State of Domicile: II MARYLAND I back to top NAIC Group List NAIC Group #: 0761 ALLIANZ INS GRP Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. back to top AIRCRAFT BOILER AND MACHINERY BURGLARY CREDIT LIABILITY MISCELLANEOUS PLATE GLASS SPRINKLER SURETY © 2008 California Department of Insurance httos://interactive. web .insurance .ca .oov/comoanvorofi le/comoanvorofi le?event=comoanvProfile&doF u nction=qetCom panvProfi le&eid = 106294 1/1 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 THISCERTIFICATE 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 OCCURRENCE DAMAGE 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) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY A 1,000,000 GLD5853500 X HOU-003940784-08 1,000,000 4,000,000 X 20281 4,000,000 N X06/30/2023 0 10/01/2024 06/30/2022 12777 10/01/2023 jennifer.hicks@marsh.com 73628813 Global Professional Indemnity D 1,000,000 1,000,000 X Federal Insurance Company 1,000,000 X C X CONDITIONS. WAIVER OF SUBROGATION IS APPLICABLE WHERE REQUIRED BY WRITTEN CONTRACT. 06/29/2023 GAUW 06/30/2022 EUR 5,000,000 RE: CARLSBAD TRAFFIC SIGNAL MAINTENANCE & OPERATING SERVICES CITY OF CARLSBAD/CMWD IS INCLUDED AS ADDITIONAL INSURED WHERE REQUIRED BY WRITTEN CONTRACT WITH RESPECT TO GENERAL AND AUTO LIABILITY. THIS INSURANCE IS PRIMARY X PO BOX 947 MURRIETA, CA 92564 CITY OF CARLSBAD/CMWD Chubb Indemnity Insurance Company AND NON-CONTRIBUTORY OVER ANY EXISTING INSURANCE AND LIMITED TO LIABILITY ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED SUBJECT TO POLICY TERMS AND A HDI Global SE CN467144012-STND-GAWUE-22- Limit 10,000 06/30/2024 2,000,000 CUD5853600 1,000,000 41343 500,000 1,000,000 10/01/2023 70441231 9830 Colonnade Blvd, Suite 410 MARSH USA, LLC. X San Antonio, TX 78230 9225 Bee Cave Road Yunex Corp. Austin, TX 78733 Building B, Suite 201 X 76540398-01014 06/30/2023 C/O EXIGIS INSURANCE COMPLIANCE SERVICES 06/30/2022 B Jennifer Hicks 10/01/2023 (210) 789-9877 HDI Global Insurance Company ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: 22 San Antonio Policy #76540398-01014 was placed by Marsh Munich. Marsh USA Inc. has only acted in the role of a consultant to this placement, which is indicated here for your convenience. The limits noted for the master �� liability cover is stated in Euros. Exchange Rate Info www.oanda.com Certificate of Liability Insurance CN467144012 MARSH USA, LLC.� 9225 Bee Cave Road� Yunex Corp.� Austin, TX 78733 Building B, Suite 201� 25