Loading...
HomeMy WebLinkAboutCreative Home dba CHI Construction; 2018-03-15; PWM18-114UTILRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2018-0250985 1111111111111111111111111111111111111 IIIII 1111111111 lllli 1111111111111 Jun 20, 2018 03:48 PM OFFICIAL RECORDS Ernest J. Dronen burg, Jr, SAN DIEGO COUNTY RECORDER FEES $0.00 (S82 Atkins $0.00) PAGES 1 Space above this line for Recorder's use. PARCEL NO: n/a -~--------- NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on April 4, 2018. 6. The name of the contractor for such work or improvement is Creative Home dba CHI Construction. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 5019-C (PWM18-114UTIL), Valley and Magnolia Water System Improvements. 8. The street address of said property is on Valley St. and Magnolia Ave., in the City of Carlsbad. I, the undersigned, say: ~Ex VERIFICATION OF CITY CLERK I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the Executive Manager of said City on .;;::}lJ,..f\..Q_ /3 , 20 /°)?, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed of10}-/'-Q. / L/ , 20 f;?, at Carlsbad, California. crwD ~ ~1?1= Jti~ ;_ BARBARA ENGLESON /,) ~ '--- City Clerk \IFILES01V\Departments\Public Works\PW Common\CAPITAL-ACTIVE\5019-C Valley & Magnolia Water System lmprovements\NOC (Public and Private)-revised 2018-02-27.doc CARLSBAD MUNICIPAL WATER DISTRICT ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Creative Home dba CHI Construction has completed the contract work required for Project No. 5019-C (PWM18-114UTIL), Valley and Magnolia Water System Improvements. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS VALUE Replacement of 4 water valves $41,900 CERTIFICATION OF COMPLETION OF IMPROVEMENTS Date 1 EXECUTIVE MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The Secretary to the Board of Directors is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The Carlsbad Municipal Water District is hereby directed to commence maintaining the above described improvem nts. anager Date APPROVED AS TO FORM: CELIA BREWER, City Attorney/I:,~ ~Ji.../ IIFILES01V\Departments\Public Works\PW Common\CAPITAL-ACTIVE\5019-C Valley & Magnolia Water System lmprovements\API (Public Works)· revised 2018-02-15.doc CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT VALLEY AND MAGNOLIA WATER SYSTEM IMPROVEMENTS CONT. NO. 5019-C PWM18-114UTIL This agreement is made on the Erll. day of ~ , 2018, by the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, hereinafter referred to as "CMWD", and Creative Home dba CHI Construction, a California corporation, whose principal place of business is 701 E. Ball Rd #101, Anaheim, CA 92805 (hereinafter called "Contractor"). CMWD 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: Matt Jacobs (CMWD Project Manager) WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is CMWD's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Valley and Magnolia Water System Improvements Cont. No. 5019-C Page 1 of 8 General Counsel Approved 9/27/16 PWM 18-114UTI L 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 CMWD must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for CMWD to disqualify the Contractor or subcont~ m participating in contract bidding. Signatur·ff. ~~~~z~~~~~~===~---- Print Name: Mitch Darwish REQUIRED INSURANCE. The successful contractor shall provide to CMWD, 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 CMWD prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than ........ $1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $1,000,000 Property damage insurance in an amount of not less than ........ $1,000,000 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to CMWD prior to such cancellation. The policies shall name CMWD as additional insured. The full limits available to the named insured shall also be available and applicable to CMWD as an additional insured. Valley and Magnolia Water System Improvements Cont. No. 5019-C Page 2 of 8 General Counsel Approved 9/27/16 PWM 18-114UTI L WORKERS COMPENSATION AND EMPLOYER'S LIABILITY. Worker's 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 CMWD and the City of Carlsbad, and its officers, officials, employees and volunteers, 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 CMWD or City of Carlsbad. 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 five (5) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within ten (10) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. Creative Home dba CHI Construction (name of Contractor) 839455 (Contractor's license number) B-General Building Contractor; C10-Electrical; A-General Engineering Contractor Ill Ill Ill Ill Exp. 11 /30/19 (license class. and exp. date) 1000000324 (DIR registration number) 6/30/18 (DIR registration exp. date) Valley and Magnolia Water System Improvements Cont No. 5019-C Page 3 of 8 701 E. Ball Rd #101 (street address) Anaheim, CA 92805 (city/state/zip) 714-758-1767 (telephone no.) 714-200-0294 (fax no.) m itch@ch iconstruction. net (e-mail address) General Counsel Approved 9/27/16 PWM 18-114UTIL 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, CREATIVE HOME dba CHI CONSTRUCTION, a California corporation CARLSBAD MUNICIPAL WATER DISTRICT BY. ~~ -~ (sign here) Mitch Darwish, President (print name/title) By: c---: - zz2~,_, (sign here) Mitch Darwish, Secretary ........................ (print name/title) By: If required by CMWD, 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 Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: _______.~~"""'-z? ....... ~~...;:;........::;.....___ Deputy General Counsel Valley and Magnolia Water System Improvements Cont No. 5019-C Page 4 of 8 General Counsel Approved 9/27/16 PWM18-114UTIL EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to Business Name and Address DIR Registration License No., % of be Subcontracted No. Classification & Total Expiration Date Contract Total% Subcontracted: --'N_D_N_t.. __ _ The Contractor must perform no less than fifty percent (50%) of the work with its own forces. Valley and Magnolia Water System Improvements Cont No. 5019-C Page 5 of 8 General Counsel Approved 9/27/16 PWM 18-114UTIL EXHIBIT B VALLEY AND MAGNOLIA WATER SYSTEM IMPROVEMENTS; PROJECT NO. 5019-C All work shall be done in accordance with the City of Carlsbad's Engineering Standards (current edition) and the Standard Specifications for Public Works Construction (Greenbook), 2018 edition. Construction work to be performed per improvement plan and notes (reference "Valley and Magnolia Public Water Improvements", sheet 1 of 1, for full particulars and description of the work. Exclusions: • All valves and water related materials to be supplied by CMWD JOB QUOTATION ITEM UNIT QTY DIICltlPRON PRICE NO. Replace four water valves; remove and reconstruct water main cross section at Magnolia Avenue and Valley Street 1 LS 1 per the "Magnolia and Valley Public Water Improvements" plans and notes on sheet 1 of 1 (Exhibit UB"). $41,900 TOTAL* $41,900 *Includes taxes, fees, expenses and all other costs. Valley and Magnolia Water System Improvements Cont No. 5019-C Page 6 of 8 General Counsel Approved 9/27/16 CHI Construction 701 E. Ball Rd. #IOI Anaheim, CA 92805 Lie. #839455 NAME/ADDRESS Carlsbad Magnlia water improvement City of Carlsbad 5950 El Camino Real ITEM Ship To DESCRIPTION 02 Site Work Remove and reconstruct water main cross section on Exhibit "B" Estimate DATE ESTIMATE NO. 1/17/2018 787 TERMS QTY COST TOTAL I 41.900.00 41,900.00 Magnolia Ave and Valley Street in the city of Carlsbad per sheet I of the "Magnolia and Valley street improvement plans and notes" All valves and water related material to be supplied the project Owner. (8.75%) $0.00 ALL PRICES ARE BASED ON A VISUAL INSPECTION. ANY ADDITIONAL, TOTAL UNFORCEEN, WORK DISCOVERED LATER WILL REQUIRE ADDITIONAL $41,900.00 CHARGES ACCORDINGLY. SIGNATURE Phone# Fax# E-mail Web Site 714-758-1767 714-200-0294 mitch~chiconstruction.net www.chiconstruction.net VALLEY AND MAGNOLIA PUBLIC WATER IMPROVEMENTS WATER NOTES 1. WATER MAIN AND APPIJR)[NANCES SHALL BE CONSTRUC)[D IN ACCORDANCE 111TH (AT THE INTERSECT/ON OF VALLEY STREET AND MAGNOLIA AVENUE IN THE CITY OF CARLSBAD) THE "CITY OF CARLSBAD ENGINEERING STANDARDS" (LA TEST EDITION} VOLUMES 2 de J. ------------------------------~------------------------, ,-----------------------~-~----~-----------------------~ 2. BEFORE ANY CONNECTION OR SHUT DO'M<I OF VAL VE:S ON EXISTING C.1.1. W.O. LINES. A PERI/IT SHALL BE OBTAINED FROM THE C.1.1. W.D. OFFICE AND MUST BE SIGNED AND APPROVED BY THE CITY OF CARLSBAD. CONTRACTOR SHALL SUBMIT FOR PERMIT 2 VffKS PRIOR TO BEGINNING OF WORK. I SCALE 1• • 10' EXISTING SUBSURFACE UTIUTIES TO BE PROTECED IN PLACE MAGNOLIA AVE. I 12x12x8x8· CROSS § r-r-n, ""'< (/) :-t i' DEMOLITION PLAN 2" BLOW OFF (W-6) 12" GATE VALVE: AND EXISTING SUBSURFACE UTIUTIES TO BE PROTECED IN PLACE DEMOLITION NOTES (j) REMOVE: (2) EXISTING REDUCERS. I SCALE I"• 10' @ REMOVE: APPROX/I.IA 1[L Y J7 LF. OF EXISTING 6" ACP WATER MAIN FROM EXISTING GATE VALVE: TO EXISTING REDUCER (NO SAWCUTTING OF ACP IS PERl.llfilD. DISPOSf OF ACP PER JJRISDICTIONAL REGULATIONS). Q) REI/OVE: APPROX/I/A TEL Y 40 LF. OF EXISTING 12" ACP WATER MAIN FROM EXISTING GATE VALVE: TO NEAREST COLLAR (NO SAV.CUTTING OF ACP IS PERl.llfilD. DISPOSE OF ACP PER JJR/SD/CTIONAL REGULATIONS). 12" FLANGE x 1/J 111111 RESTRAJNIS @) REIIOVE: (2) EXISTING 6" GATE VALVE:S. @ REI/OVE: (2) EXISTING 12" GATE VALVE:S. @ REI/OVE: EXISTING 12X12X6X6" CROSS. 12" PVC 1,/AJN 8" CATE VALVE: AND 8" FLANGE x MJ 111TH RESTRAINIS MAGNOLIA AVE. DETAIL A: WATER MAIN CROSS CONNECTION NOT TO SCALE Q:\Public Works\PW Common\Capital Improvement Program Projects\5019-C Valley and Magnoha -Water lmprovement\Des1gn\Magnolia-Valley.dwg. 2/14/2018 6 53:19 AM, Adobe PDF pc3 EXISTING SUBSURFACE UTIUTIES TO BE PROTECED IN PLACE § r-r-n, ""'< (/) :-t I ; 14 I ~ ~ I & I I ' EXISTING SUBSURFACE UTIUTIES TO BE PROTECED IN PLACE MAGNOLIA AVE. J. CONTRACTOR SHALL DISINFECT ALL NEW PIPES, APPURTENANCES AND CONNECTIONS AND PERFORM BACTERIOLOGICAL SAMPLING AND TESTING OF ALL NEW SYSTEM INSTALLATIONS IN ACCORDANCE 111TH AWWA 651 AND AS SPECIFIED IIITHIN THE C.1.1.W.D. STANDARDS (CURRENT EDITION). 4. ALL WATER MAIN AND APPURTENANCE MATERIALS SHALL BE PRO'ADED BY C.1.1. W.D. PER APPROVE:D I/A )[RIALS UST. STREET NOTES 1. THE CONTRACTOR SHALL llE R[SPONSl&E FOR THE PROTECTION OF PUBLIC AND PR/VA TE PROPERTY ADJACEHT TO THE WORK AND SHALL EXERCISE DUE CAUTION TO A l'O!D DAMAGE TO SUCH PROPERTY. 2. ALL EXISTING /1/PROVEIIENIS /NQ.UD/NG S/fl£WALK, CURB de GLJT)[R, AC. OR P.C.C. PA'ANG, OIHICH ARE DISIURBED AND DAMAGED IN CONNECTION 111TH THIS PRo.ECT SHALL BE REPAIRED, JOINED OR MATCHED IN A MANNER SATISFACTORY TO THE CITY ENGINEER, INQ.U/JING NECESSARY SAW CUTTING, R£1,/0VAL. REPLACEMENT AND CAPPING. J. ALL SURVE:Y MONUI.IENIS AND PD/NTS THAT ARE DISTURBED BY THIS v.uRK SHALL BE RE-ESTABUSHED, PERPETUA )[D AND DOCUI.IEN)[D PER THE PROFESSIONAL LAND SURVE:YORS ACT. 4. CONTRACTOR SHALL PRO'AOE TRAFFIC CONTROL PLANS; THE PLAN SHALL BE PREPARED AT 111£ CON11'1ACTOR'S EXPENSE. THE TRAFFIC CONTROL SUBMITTAL MUST BE APPROVE:D 2 M:EKS PRIOR TO MOB/LIZA TION. GENERAL NOTES ACCESS FOR FIRE AND OJJER EMERGENCY VE:HIQ.£5 SHALL BE 1/AINTAINED TO 111E PRo.ECT SITE AT ALL TIMES DURING CONSIRUCnON BY 111£ CONTRACTOR. 2. THE CONTRACTOR SHAJ.l DfSIGN, CONSTRUCT AND MAINTAIN ALL SAFETY DE'ACES INQ.UDING SHORING, AND SHAJ.l BE SOL£!. Y RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STATE AND FEDERAL SAFETY AND HCALTH STANDARDS. LAIIS AND REGULATIONS. J. APPROX/I/A TE DEPTH OF EXISTING WA 1[R 1/AIN VARIES BET\lffN J-FT AND 4-FT. THE CONTRACTOR SHALL CONFORN TO LABOR CODE SECTION 6705 BY SUBWTTING A DETAIL PLAN TO 111£ PRO.ECT INSPECTOR OR CITY ENGINEER AND/OR CONCERNED AGENCY SHOMNG THE DESIGN OF SHORING, BRACING SLOPE OR OTHER PROIISIONS TO BE MAO£ OF IIORKER PROTECnON FROM THE HAZARD OF CA 'ANG GROUND DURING THE EXCAVATION OF SUCH TRENCH OR TRENCHES OR DURING THE PIPE INSTALLATION 111EREIN. 1IIIS PLAN MUST BE PREPARED FOR ALL TRENCHES FIVE: FEET (5? OR MORE IN DEP111 AID APPROVE:D BY THE CITY ENGINEER AND/OR CONCERNED AGENCY PR/OR ro EXCA VA 1/CJN. IF 4. A RIGHT OF WAY PERMIT SHALL BE OBTAINED FROM 111£ CITY OF CARLSBAD OFFICE AND MUST BE SIGNED AND APPROVED BY THE CITY OF CARLSBAD. 5. IN THE EVE:NT OF DISCOlfRY OF ANY HUI/AN REI/A/NS 111ERE SHALL BE NO FURTHER EXCAVATION OR DISIURBANCE OF 111£ SITE de THE COUNTY MEDICAL EXAMINER SHALL CONTACTED. IF TI/£ £XAJllt61 IJE)[RI.I/NES THAT 111£ REl,/A/NS MAY BE 11105£ OF A NATIVE: AMERICAN, THE NATI!,£ Al,/[J//CAN HERITACE COMMISSION SHALL BE CONTACTED AND NATIVE: AMERICAN CONSULTATION SHALL BE UNDERTAKEN TO 0£1[RI.I/NE APPROPRIATE STFF'S TO BE TAKcN. OP£RA110NS itt'LL NOT RESTART UNTIL THE CONTRACTOR HAS RECBVE:D llf<ITTEN AU1110RITY FROM THE CITY ENGINEER TO DO SO. 6. ALL OPERATIONS CONDUCTED ON THE SITE OR ADJACENT 111ERETO, INCLUDING WARMING UP, REPAIR, ARRIVAL. DEPARIURE OR OPERATION OF TRUCl(S, EAR111MOIING EQUIPMENT, CONSTRUCTION EQUIPMENT AND ANY OJHER ASSOC/A 1[D GRADING EDIJ/PIIENT SHALL BE ~HI? J8RIN1/f /;iE:f1cro!!if"fgjJi OO Dl"s'fRlfD ~°FDCtfo EA~,~~ ~~tlr:i EARTHI.IO'ANG OR GRADING OPERATIONS SHALL BE CONDUCTED ON llfEKENDS OR 'iii1°1N'JN'k~ t&i":°,lf/ t:JAI:1aAW! J/ /j,frlA°tJ% H!fg~tl¾1M.t.t.'£. IMPROVEMENT PLAN CONSTRUCTION NOTES 0 ~l:::t :::~~~~tTE,,¼i~/;; !,Z~: ~~~ g:;: :,;~~:J/;',iEN"iJ,NCH SECTION W-2. @ INSTALL APPROX/MA m Y 40 LF. OF NEW 12" PVC DR14 WA 1[R MAIN TRENCH REPAIR PER GS-25. PRO'AOE J' MIN/I/UM COVE:R OVE:R PIPE PER TRENCH SECTION W-2. ® ;S:,:!fTI!J} £'~~,J~G';;_ATE VALVE: AND B" FLANGE x 1.1J 111TH RESTRAINTS x @) f5!:JJiJ~b:~WoJ$~N'tsTE VALVE: AND 12" FLANGE X I.IJ 111TH RESTRAINIS @ INSTALL (1) NEW 12X12XBXB" CROSS. @ INSTALL (2) NEW 2· MANUAL AIR RELEASE VAL VE:S PER C.M. W.D. sm. DWG. NO. W-6. @) ~tztiJ:!cJi~. 2;,g_L~~DFf.i/A~~-EXACT LOCATION TO BE VE:RIFIED IN @ ~~lfiiJt:irt::°ft~~i;:GCESJ:kEl c%::r;g,.,VE:D EQUAL TRANSITION INSPECTOR ~ Call 811: Two Woikinq Doy, Before You Dig! DATE EXISTING EDGE OF RIGHT-OF-WAY EXISTING RETAINING WALL APPROX. EXISnNG GAS UN£ -«-~ -(=) - APPROX. EXISllNG ~IE? UN£ -ai-~)-a:)- APPROX. EXISTING SEr.£R MANHOLE EXISTING OVE:RHEAD UTIUTY UN£ EXISTING POr.£R POLE EXISTING SIGN EXISTING STREET NAI/E SIGN EXISTING FIRE HYDRANT ~)[RCATE*VE: ® PROPOSED 2" WATER MANUAL AIR RELEASE VAL VE: • PROPOSED 2" WATER &OW-OFF VAL VE: Q 8. NO 81.ASTING SHALL BE CCMIENCED 1!11110UT A CITY ENGINEER APPROVED 81.ASTING PROGRAI/ AND 81.ASIING Pf/111/T. 9. ASSUI/E EXISTING PAVE:MENT TO BE 4" AC PAVE:MENT 111111 6" a.ASS II AGGREGATE BASE. 10. THE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL EXISTING FACILITIES (ABOVE:GROUND AND UNDERGROUND) 111111/N 111£ PRo.ECT SITE sumCIENn. Y AHEAD OF 111E CONSTRUCTION TO PERI/IT THE RE'ASIONS OF THE CONSTRUCnON PLANS IF IT IS FOUNO THAT THE ACTUAL LOCAI/CJNS ARE IN CONF1JCT 1!1111 THE PROPOSED 111'.WK. 11. THE EXISTENCE AND LOCA17CN OF unuTY STRUCTURES AND FACIUTIES SHO'M</ ON 111£ CONSTRUCTION PLANS IIOlF OBTAINED BY A SEARCH OF THE AVAILA&E RECORDS. ATTENTION ,s CALLED !U THE POSS/BlE EXISTENCE OF 0111ER UTIUTY FACIUTIES OR STRUCTURES NOT SHOWN CJl IN A LOCA nON DIFFERENT FROM THAT SHOWN ON 111£ PLANS. THE CONTRACTOR IS REDIJIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT 111£ UTIUnES SHO'IIN ON THE PLANS AND ANY OTHER EXISTING FACILITIES OR STRUCIURES NOT SHOWN. 12 LOCATION AND SIZE OF Sll(J{/f/ U11LITIES IS APPROXIMATE ONLY. CONTRACTOR TO VE:RIFY UTIUTY LOCATIONS PRIOR ro CONSTRUCTION. DICALERT SHALL BE NOTIFIED AT LEAST 72 HOURS PRIOR TO ANY EXCAVATION. 1J. THE CONTRACTOR IS RESPONSl8LE FOR 111E CARE AND PROTECTION OF ALL EXISTING UTIUTIES LOCATED IN OR NEAR THE CONSTRUCTION 111'.WK ZON£ 14. THE CONTRACTOR SHALL NOTIFY AFfEC)[D UTIUTY COMPANIES AT LEAST 7llO (2) IIEil(S PRIOR TO STARrnG CONSTRUCTION NEAR THEJR FACIUTIES AND SHALL COORDINATE lltV1K l!!TII A COMPANY REPRESENTATIVE:. fsiml CITY OF CARLSBAD ISHEETSI f----t--+----------------f---+--+----t----1 L__!_j UTILITIES D"'1SION j f----t--+----------------f---+--+----t----1 DATE INITIAL DA TE lNl11AL DA TE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL ACCEPTED MPROVEMENT FUN FOR: MAGNOLIA AVENUE ANO VALLEY STREET IMPROVEMENT PLAN & NOTES PROJECT NO. 5019-C I DRA'MNG NO. . 509-2 EXHIBIT C LABOR AND MATERIALS BOND Executed in Four Original Counterparts Bond No. 1001087635 CCI CA License# 0F95142 Bond Premium ... $754.00 PWM18-114UTIL WHEREAS, the Board of Directors of the Carlsbad Municipal Water District has awarded to Creative Home dba CHI Construction, a California corporation (hereinafter designated as the "Principal"), a Contract for: VALLEY AND MAGNOLIA WATER SYSTEM IMPROVEMENTS CONTRACT NO. 5019-C -Carlsbad, CA 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, CREATIVE HOME dba CHI CONSTRUCTION, as Principal, (hereinafter designated as the "Contractor"), and American Contractors Indemnity Company as Surety, are held firmly bound unto CMWD in the sum of FORTY ONE THOUSAND NINE HUNDRED Dollars ($41,900), 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. Valley and Magnolia Water System Improvements Cont. No. 5019-C Page 7 of 8 General Counsel Approved 9/27/16 PWM 18-114UTI L In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this _____ day Executed by SURETY this _2_at_h ____ day of ___________ ,20 __ . CONTRACTOR: Creative Home dba CHI Construction (name of Contractor) B~ffeS0P« (sign here) f>J1Tcl/ OIJ ~~~ (print name here) SE-C/25,TfJ{l~ title and d'rganization of signatory) (sign here) (?VTe-/--/ 12 6l /2J,.J/ 5 H (print name here) (title and organization of signatory) of February , 20.1.!L._. SURETY: By: American Contractors Indemnity Company (name of Surety) 801 S. Figueroa St., Ste 700, Los Angeles, CA 90017 (address of Surety) 310-242-6262 (telephone number of Surety) Jeremy Crawford, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel By: ~ De~utyGeneral Counsel Valley and Magnolia Water System Improvements Cont. No. 5019-C Page 8 of 8 General Counsel Approved 9/27/16 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY --------- A20471 KNOWALLME;N.BYTI-ffiSE PRESENTS: That American Contractors Indernnity;.Cgffepilnyf a California corporation, Texas Bonding Company;-mi assumed name of American Contractors Indemnity CompanJ, Hinted-States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Jeremy Crawford, Micb11etp, Williams, William J. Nemec, Tanya Fukushima, William Gerber or Michael E.Konzen of Golden Valley, Minnesota its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with fulfpower and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exce~d . . ******Five Million****** Dollars ($ **5,000,000.00** ). This Power-oJAttomey shall expire without further action on November 3,2019. This,Power of Attorney is granted under and by authority ofibefollowing resolutions adopted by the Boards of Directors of the Companies; -- Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity. ilnd .o~er c-0nditional or obligatory undertakings, including any and all consents for the release· of retained percentages and/or final estimates on cnginceringandtoHSir\ll)tjon contracts.and any and all notices and documents canceling or terminating!~ Cornpany's.liability thereunder, and any such instruments so executed by any such Attomey0in-Fact shall be binding upon the Company as if signed by the President and sellled lUld effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. -- --- IN WITNESS.WHEREOF; The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day ofNovember, 2016. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY By: Daniel P. Aguilar, Vice President 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 Los Angeles SS: On this 1 sr day of November, 2016, before me, Sabina Morgenstein, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his 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 ofthe State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. s;gn,nrr, fr= (S.,,I) I, Kio Lo, AssistantSeeretaty ofAmerican Contractors Indemnity Company, Texas Bollding C_ompany;Unned"States Surety Company and U.S. Specialty lnsuranceQimpany, do hereby certify that the above and foregoing is a true and correcfcop}'ofi\Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, l have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 28th day ::q,ornleF::•ary • =:~ .4"1:~., ,#'"t,~~ ,.-.:;~:-. ~ ==-----,-.:~t·'.·.o··.·.·.·.~.-.":.·.·~·-11.·PT_···.~,··.· .. ·.·,('.r=· •. ·• .. ·'*'.·~···· .... ·.~.o .. '.";~-<~---=_: ltli"-,.·····-········~i;\ ===--,-_-_1.·.·.~.·.· .. ·:;x!;·?·· ... ~ ... ~,~z\ ___ ~-==-/);1~Sii}·~~ Bond No. 100108763S "~ --) \~_~· ................... J} ~:~; ... H ... ·~/ \!,\,-.... .. :~:....-,:!} Kio Lo, Assistant Secretary Agency No. 8219 ~,,,c-,-,(··,·,··o"~il,~,,,,, ,, * '/,,,~ .,,,,:',,,.,.i,.·o···F··~·'<--f-:,,'°,,,,~ .,. * ,· 1111111111111:;'i\\\\\\ "11111111nnn'\''''' 74'111111u\\,, 111'11111111111,,,,,,, State of Minnesota County of Hennepin Acknowledgment of Surety On this 28th day of February, 2018 before me personally appeared Jeremy Crawford who acknowledged that he or she is the attorney in fact who is authorized to sign on behalf of American Contractors Indemnity Company (surety company), the foregoing instrument, and he thereupon duly acknowledged to me that he executed the same. M~ -----------------. ----------------------- otary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 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 D,cJ\~ ) On \\CA.XU\ to-\"h 'Z!)\i before me. ~vo\,nu ~\X¼~\C\\\C\\)~\SJ ~QS Date • Here Insert Name and Title of the Officer personally appeared \J\ \..\-GY'\ ~·(2JJ-.rt)h Name(9ft,f Signer(!;,)'- who proved to me on the basis of satisfactory evidence to be t~person(,;-whose name~s/are subscribed to the within instrument and acknowledged to me tha@she/they executed the same in his/her/their authorized capacity(ies), and that by@'her/their signatur~n the instrument the person~ 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 forego· aragraph is true and correct. Place Notary Sea/ Above ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Pi( )it X'J,llJ~~-Document Date: ~CJl(vV-V~ ,20\0 Number of Pages: \ Signer(~ther Than Named Above: '::--:\:) ()~ ~~Y'O~, Capacity(ies) Claimed by Signer(s) Signer's Name: ~\\:-{,~ \)cAV\..W ~"' Signer's Name: ___________ _ D Corporate Officer -Title(s): _______ D Corporate Officer -Title(s): ______ _ [J Partner -D Limited D General D Partner -D Limited D General °f3,fndividual D Attorney in Fact D Individual D Attorney in Fact CJ Trustee D Guardian or Conservator D Trustee D Guardian or Conservator [J Other:_______________ D Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ ©2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CREAT08 OP ID: MC ACORo··· CERTIFICATE OF LIABILITY INSURANCE I DA TE (MMIDDIYYYY) -------02/14/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 ~2We~cT Miriam E. Rothey Hunter Insurance Services, Inc 1.llt~q_,_Ex&: 888-815-7639 1:r;,rc Nol: 619-465-1926 Agency Lie# 0D94594 1950 Cordell Ct. Ste 101 ~t1l~~ss, miriam@hunteronline.com El Cajon, CA 92020 INSURER(S) AFFORDING COVERAGE NAIC # Miriam E. Rothey INsuRERA: Associated Industries Ins. Co. 23140 INSURED Creative Home INSURERS: Infinity Select Insurance Co. DBA: CHI Construction 1NsuReRc:National Union Fire Insurance 19445 701 E. Ball Rd. #101 INsuRER o: State Compensation Ins. Fund 35076 Anaheim, CA 92805 INsuRER E: Navigators Specialty Ins. Co. 36056 INSURERF; COVERAGES CERTIFICATE NUMBER· REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. N01WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE '';;.';'.,"~ I~.";::'.:' POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER IMM/DDIYYYYl IMMIDDIYYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 ~ ~ CLAIMS-MADE ~ OCCUR X X AES103645302 UAMA"t: I U Kt:" I t:U 10/28/2017 10/28/2018 PREMISES (Ea occurrence) $ 100,000 MED EXP (Anyone person) $ 5,000 --Pl:f<SNIAL I, ADV IN.JI.JR'/ $ 1,000,000 -- GEN'L AGGREGATE LIMIT APPLIES PER GE~IEF/AL AGGREGATE $ 2,000,000 R [!]PRO-DLOC PRODUCTS -COMP/OP AGG $ 2,000,000 POLICY• JECT $ OTHER AUTOMOBILE LIABILITY ~ ~~~~~~d~~llNGLE LIMIT $ 1,000,000 B ANY AUTO 504610064057001 05/01/2017 05/01/2018 BODILY IN JURY (Per person) $ ~ ALL OWNED X SCHEDULED AUTOS AUTOS BODI Ly IN JURY (Per accident) $ x X NON-OWflED PROPERTY DAMAGE $ HIRED AUTOS (Per accident) --__ AUTOS $ UMBRELLA LIAS _1 OCCUf, EACH OCCUf,RE~ICl: $ 3,000,000 C ,_)r EXCESS LIAS CLAIMS-MADE EBU014744753 07/24/2017 07/24/2018 AGGREGATE $ 3,000,000 DED I I RETENTION $ $ WORKERS COMPENSATION XI ~HTUTE I I OTH-AND EMPLOYERS' LIABILITY ER D YIN 19605692018 01/18/2018 01/18/2019 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE D EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) EL DISEASE. EA EMPLOYEE $ 1,000,000 If yes, describe under EL DISEASE. POLICY LIMIT $ 1,000,00C DESCRIPTION OF OPERATIONS below E Property Section 04IM018905 12/02/2017 12/02/2018 50,00C 40,00C DESCRIPTION OF OPERATIONS I LOCATIONS I VEHCLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Certificate Holder is named Additional Insured, per attached endorsement. CERTIFICATE HOLDER CANCELLATION CARLSBA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad/CMWD ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS Insurance Compliance Services AUTHORIZED REPRESENTATIVE P.O. Box 4668 -ECM #35050 )$LL~ 1New York NY 10163 @ 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER:AES1036453 02 COMMERCIAL GENERAL LIABILITY CG 2037 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Or anization s : Location and Description of Completed 0 erations All persons or organizations where written contract with the Named Insured requires additional insured completed operations coverage. This form does not a I to our work on residential ro ert Information re uired to com lete this Schedule if not shown above will be shown in the Declarations. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by ''your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 D POLICY NUMBER: AES1036453 02 COMMERCIAL GENERAL LIABILITY NX GL 093 08 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT -AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Schedule SubJect to an overall Policy Aggregate Limit: $5,00D,ODO (Information required to complete this Schedule, if not shown above, will be shown in Declarations.) A. Paragraphs 2. and 3. of SECTION Ill -LIMITS OF INSURANCE are replaced by the following: 2. The Overall Policy Aggregate Limit is the most we will pay for the sum of a. Medical expenses under Coverage c; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard"; and c. Damages under Coverage B. 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard" to each of your projects away from premises owned by or rented to you. B. The following is added to SECTION Ill-LIMITS OF INSURANCE: 8. Subject to Paragraph 2. and 3. above, the General Aggregate Limit is the most we will pay under for the sum Coverage A, Coverage B, or Coverage C to each of your projects away from premises owned by or rented to you. NX GL 093 08 09 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc, with its permission COMMERCIAL GENERAL LIABILITY CG 20 3307 04 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 or- ganization 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 addi- tional insured on your policy. Such person or or- ganization is an additional insured only with re- spect 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. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are com- pleted. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying servic- es, including: a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opi- nions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. 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 ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in- sured(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 subcontrac- tor engaged in performing operations for a principal as a part of the same project. CG 20 3307 04 © ISO Properties, Inc., 2004 Page 1 of 1 D POLICY NUMBER: AES1036453 02 COMMERCIAL GENERAL LIABILITY CG 2404 0509 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or organizations where required by written contract with the Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Sedion IV -Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 0405 09 © Insurance Services Office, Inc, 2008 Page 1 of 1 D POLICY NUMBER: AES1036453 02 COMMERCIAL GENERAL LIABILITY NX GL 009 08 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE (THIRD-PARTY) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Third Party: All persons or organizations where required by written contract with the Named Insured (Absence of a specifically named Third Party above means that the provisions of this endorsement apply as required by written contractual agreement with any Third Party for whom you are performing work.) Paragraph 4. of SECTION IV: COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Other Insurance: With respect to the Third Party shown above, this insurance is primary and non-contributing. Any and all other valid and collectable insurance available to such Third Party in respect of work performed by you under written contractual agreements with said Third Party for loss covered by this policy, shall in no instance be considered as primary, co-insurance, or contributing insurance. Rather, any such other insurance shall be considered excess over and above the insurance provided by this policy. NX GL 009 08 09 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc, with its permission STATE t_.:QMP~N,-,ATIVN lNS-UR4..NCE FUND HOME OFFICE SAN FRANCISCO ENDORSEMENT AGREEMENT WAIVER OF SUBROGATION 1960569-18 RENEWAL SP 7-60-52-38 PAGE 1 EFFECTIVE FEBRUARY 21, 2018 AT 12.01 A.M. ALL EFFECTIVE DATES ARE AT 12:01 AM PACIFIC AND EXPIRING MARCH 20, 2018 AT 12.01 A.M. STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME CREATIVE HOME (A CORP. ) 701 E BALL RD STE 101 ANAHEIM, CA 92805 ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST, CITY OF CARLSBAD CMWD WHICH MIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITH WORK PERFORMED BY, CREATIVE HOME (A CORP.) IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE EMPLOYER. IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREASED BY 03%. NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: FEBRUARY 22, 2018 2570 ~~~ PRESIDENT AND CEO SCIF FORM 10217 (REV.7-2014) OLD DP 217 STATE t;VMPEN~-,ATION !NSURA.NCE FUNO HOME OFFICE SAN FRANCISCO ENDORSEMENT AGREEMENT WAIVER OF SUBROGATION 1960569-18 RENEWAL SP 7-60-52-38 PAGE 1 EFFECTIVE FEBRUARY 21, 2018 AT 12.01 A.M. ALL EFFECTIVE DATES ARE AT 12:01 AM PACIFIC AND EXPIRING MARCH 20, 2018 AT 12.01 A.M. STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME CREATIVE HOME (A CORP. ) 701 E BALL RD STE 101 ANAHEIM, CA 92805 ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST, EXIGIS INS COMPLIANCE SERVICES WHICH MIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITH WORK PERFORMED BY, CREATIVE HOME (A CORP.) IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE EMPLOYER. IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREASED BY 03%. NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: FEBRUARY 22, 2018 ~~!,~ PRESIDENT AND CEO SCIF FORM 10217 (REV.7-2014I 2570 OLD DP 217