Loading...
HomeMy WebLinkAbout0003_3_SCW Change Order 2 - Exhibit B Org AgreementCITY OF LAq@ March 11,2016 SCW Contracting Corp. Attn: Steve Scrape 2525 North Old Highway 395 Fallbrook, CA92028 RE: PUBLIC WORKS CONSTRUCTION AGREEMENT Dear Mr. Scrape: Enclosed for your files, please find your executed copy of the Public Works Construction Agreement for Rosetta Canyon Sports Park Phase ll, CIP Project No. 240004, Steel Fabrication. Please do not hesitate to give this office a call, should you have any questions. Sincerely, @t1,Aou Susan M. Domen, MMC City Clerk Enclosure cc: Public Works Department Administrative Services Department 95t.674.3t24 130 S. MAIN STREET LAKE ELSINoRE. CA 92530 WWW.LAKE- E LSI NORE.ORG LSINO Agreement No._ AGREEMENT FOR PUBLIC WORKS GONSTRUCTION (scw coNTPAcTtNG coRP) ROSETTA CANYON SPORTS PARK PHASE.II PROJECT crP PRoJEcr no. zdool BID SET "Bl" (Steel Fabrication) This Agreement for Public Works Construction ("Agreement") is made and entered into as of February 23, 2016, by and between the City of Lake Elsinore, a municipal corporation ('City) SCW Contracting Corp) ("Contractor"). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1 . The Proiect and Proiect Documents. Contractor agrees to construct the following public improvements ("work") identified as: ROSETTA CANYON SPORTS PARK PHASE-II PROJECT CIP PROJECT NO. Z4OOO4 Structural Steel Columns Hand Rails (Stairs) Elevator Pit Latter Stair Stringers Structural Steel Columns Hand Rails (Stairs) Elevator Pit Latter Stair Stringers Anchor Bolt Templates Guardrail Panel 2"d Floor Shop Drawings Anchor Bolt Templates Guardrail Panel 2nd Floor :; ShoP Drawings The City-approved plans forthe construction of the Project, whieh are incorporated herein by reference and prepared by STK Architecture lnc., are identified as: Rosetta Canyon Sports Park Phases - ll Proiect Bid Set'81' (Steel Fabrication) The Project Documents include this Agreement and all of the following: (1) the Notice lnviting Bids, lnstructions to Bidders, Bid Documents including Bidder's Proposal as submitted by the Contractor, Contract Documents, General Specifications, Special Provisions, and all attachments and appendices; (2) everything referenced in such documents, such as specilications, details, standard plans or drawings and appendices, including all applicable State and Federal requirements; (3) all required bonds, insurance ce(ificates, permits, notices, and afiidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or extending the work contemplated as may be required to insure completion in an acceptable manner. All of the provisions of the above-listed documents are made a part of this Agreement as though fully set forth herein. 2. Comoensation. a. For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to construct the Prolect, including furnishing all materials and performing all work required for the Prolect, and to fulfill all other obligations as set forth in the Bidder's Proposal, such contract price being one hundred forty thousand dollars and no cents ($140,000.00). D-l b. City hereby promises and agrees to employ, and does hereby employ, Contractor to provide the materials, do the work, and fulfill the obligations according to the lerms and conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Pro.iect Documenls. c. Contractor agrees to receive and accept the prices set forth in the Bidder,s Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the Project Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or disconiinuance of the work, and all other unknowns or risks of any description connected y/ittrthe work. Completion of Work. €9I+ro*+rrg'+a t$lq-exp€fi dable-€quipme nt, eeBstrc€tie*+.fthe€r€je€t b. All work shall be performed and completed in a good workmanlike manner in strict accordance with the drawings, specifications and all provisions of this Agreement as hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal requirements governing the Project. c. Contractor shall not be excused with respect to the failure to so comply by any act or omission of the City, the Director of Public Works, the City Engineer, a City inspector, or a representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the requirements of the Project Documents, and unless the Contractor protests at the time of such alleged prevention that the act or omission is preventing the Contractor from fully complying with the Project Documents. Such protest shall not be effective unless reduced to writing and filed with the City within three (3) working days of the date of occurrence of the act or omission preventing the Contractor from fully ccmplying with the Project Documents. d. City and Contractor recognize that time is of the essence in the performance of this Agreement and further agree that if the work called for under the Agreement is not completed within the time hereinabove specified, damages will be sustained by the City and that, it is and will be impracticable or extremely difticult to ascerlain and determine the actual amount of damages the City will sustain in the event of, and by reason of, such delay. lt is, therefore, agreed that such damages shall be presumed to be in the amount of Five Hundred dollars ($@!) per calendar day, and that the Contractor will pay to the City, or City may retain from amoqnts otheMise payable to Contractor, such amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Agreement within the time hereinabove specified and as adjusted by any changes to the work. 4. Chanqes to Work. City and Contractor agree that the City may make changes to the work, or suspend the work, and no matter how many changes, such changes or suspensions are within the contemplation of the Contractor and City and will not be a basis for a compensable delay claim against the City nor be the basis for a liquidated damages claims against the Contractor. Any change to the work shall be by way of a written instrument ("change ordei') signed by the City and the Contractor, stating their agreement to the following: D-2 a. The scope ofthe change in the work; b. The amount of the adjustment to the contract price; and c. The extent of the adjustment to the Schedule of Performance. The City Manager is authorized to sign any change order provided that sufficient contingency funds are available in the City's approved budget for the Prqject. All change in the work authorized by the change order shall be performed under the applicable conditions of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustments for such changes. 5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance Bond and a Labor and Material Bond, each for one-hundred percent (100%) ofthe contract price in the form that complies with the Project Documents and is satisfactory to the City Attorney. 6. Non-Assionabilitv. Neither this Agreement nor any rights, title, interest, duties or obligations under this Agreement may be assigned, transferred, conveyed or othenarise disposed of by Contractor without the prior written consent of City. 7. Licenses. Contractor represents and warrants to City that it holds the contractor's license or licenses sel forth in the Project Documents, is registered with the Department of lndustrial Relations pursuant to Labor Code Section 1725.5 as of March 1 , 2015, and holds such other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business license. 8. lndemnitv. Contractor shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, and volunteers from. and against any and all losses, Iiability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. lt is understood that the duty of Contractor to indemnii/ and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 9. Insurance Requirements. a. lnsurance. Contractor, at Contracto/s own cost and expense, shall procure and maintain, for the duration of the Agreement, unless modified by the City's Risk Manager, the following insurance policies. i. Workers' Compensation Coveraoe. Contractor shall maintain Workers' Compensation lnsurance and Employer's Liability Insurance for his/her employees in D-3 accordance with the laws of the State of California. ln addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation lnsurance and Employels Liability lnsurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non-renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ln the event that Contractor is exempt from Worker's Compensation lnsurance and Employer's Liability lnsurance for his/her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation lnsurance in a form approved by the City Attorney. ii. General Liability Coveraqe. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. lf a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occunence limit. Required commercial general liability coverage shall be at least as broad as lnsurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11l88) or lnsurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liabilltv Coveraoe. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as lnsurance Services Office Automobile Liability form CA 0001 (ed. 12190) Code 1 ("any auto"). No endorsement may be attached limiting the coverage. iv. Professional LiabiliW Coveraoe Iif apolicablel. Contraclor shall maintain professional errors and omissions liability insurance appropriate for Contractor's profession for protection against claims alleging negligent acts, errors or omissions which may arise from Contractor's services under this Agreement, whether such services are provided by the Contractor or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars (91 ,000,000) on a claims-made annual aggregate basis, or a combined single limit per occugence basis. b. Endorsements. Each general liability and automobile liability insurance policy shall be with insurers possessing a Best's rating of no less than A:Vll and shall be endorsed with the following speciflc language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. D4 iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. v. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agenls or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the Clty. c. Deductibles and Self-lnsured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City's option, Contractor shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d. Certificates of lnsurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 10. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore With a copyto: City of Lake Elsinore Attn: City Manager Attn: City Clerk 130 South Main Street 130 South Main Street Lake Elsinore, CA 92530 Lake Elsinore, CA 92530 lf to Contractor: SCW Contracting Corp Attn: Steve Scrape 2525 N. Otd HWY 395 Fallbrook CA 92028 11 . Entire Aoreement. This Agreement constitutes the complete and exclusive statement of agreement between the City and Contractor. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 12. Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 1 3. Assiqnment and Subcontractinq. Contractor Shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of the Contraclor under this Agreement will be permitted only with the express consent of the City. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to lhe payment of any monies due to any such subcontractor other than as olherwise is required by law. D-5 14. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 15. Severabilitv. lf any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 16. Controllinq Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 17. Litioation Expenses and Attornevs' Fees. lf either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys' fees. 18. Mediation. The parties agree to make a good falth attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. lf the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified medialors. Each party shall have the option to strike two of the flve mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. lf the dispute remains unresolved after mediation, either party may commence litigation. 19. Authoritv to Enter Aoreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otheMise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The Director of Public Works shall act as the Project administrator on behalf of the City. 20. Prohibited lnterests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide emplofee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of thls Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 21. Equal Opportunitv Emplovment. Conlractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontraclor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment adve(ising, layoff or termination. 22. Prevailino Waqes. a. Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of lndustrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the offlce of the City Clerk of the City of Lake Elsinore and are available for review upon request. D_6 b. Contractols attention is directed to the provisions of Labor Code Sections 1774, 1775, 1776, 1777 .5 and 1777.6. Conlractor shall comply with the provisions of these Sections. The statutory provisions for penalties for failure to comply with the State's wage and the hours laws will be enforced. c. Labor Code Sections 1774 and 1775 require the Contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director ofthe Department of lndustrial Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures and certain notices required of .the Contactor pertaining to their location. The statutory penalties for failure to pay prevailing wages will be enforced. lf the Project has been awarded to Contractor on or after Rprii l, ZOtS, Contractor and its subcontractors must furnish electronic certifled payroll records to the Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner without regard to when the Project was awarded to Contractor. d. Labor Code Section 1777.5 requires Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project, which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used inthe performance of the Agreement. The Contractor is required to malie coniributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade and if other contractors on the public works site are making such contributions. lnformation relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from tlie State Director of lndustrial Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accepl otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age. e. Eight hours labor constitutes a legal day,s work, as set forth in Labor Code Section 1810. 23. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. ln approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. [Signatures on next page] D-7 lN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. "CITY" CITY OF LAKE ELSINORE, a municipal corporation President ATTEST:M City Clerk ,CONTRACTOR' EXECUTED IN TRIPLICATE BOND NO.024061297 PREMTUM $1,el5jq---- PREMIUM IS FOR CONTRACT TERI\,,I AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTMCT PRICEFAITHFUL PERFORMANCE BOND ll00o/o of Total Contract Amount) KNOWALL MEN AND \A/OMEN BY THESE PRESENTS: THAT WHEREAS, the City Council of the City of Lake Elsinore, State of California, known as "City," has awarded to SCW Contracting CorponRrrorl as Principal hereinafter designated as "Contractor'' and have entered into a Contract Agreement whereby the Contractor agrees lo construct or install and complete certain designated piblic improvements, which said Contract Agreement, effective on the date signed by the Mayor, and identified as ROSETTA CANYON SPORTS PARK PHASE.II PROJECT clP PROJECT NO.z+0004 BID SET "B1" {Steel Fabrication} Structural Steel Columns Hand Rails (Stairs) Elevator Pit Latter Stair Stringers is hereby referred to and made a part hereof; and Anchor Bolt Templates Guardrail Panel 2nd Floor Shop Drawings WHEREAS, said Contractor under the terms of said Contract Agreement is required to furnish a bond guaranteeing the faithful performance of said Contract Agreement; NOW THEREFORE, we the undersigned Contractor 66d LIQEIrY MUTUAL , as Surety, are held a1! firmly bgu$ y$9 lhe City of Lake,!ls^i1^o19, Gounty of Riverside ,l.th". P?lr! ffim,lf' sumoflltJlixlLllgrEqroRrYrHousANDAND00/1oodollars($-1j-Q,9-0-Q,9Q-J,lawfulrnoney-oftheUnited ""'"""' payment, well and.truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bound Contractor, his or her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in said Contract Agreement and any alterations thereof made as therein provided, on his or her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnifo and save harmless the City of Lake Elsinore, its officers, agents and employees, as therein stipulated, then this.pbligation shall become null and void; otherwise it shall be and remain in fullforce and effect. ln the event suit is brought upon this bond by the Cig and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed by the court. The Surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Agreement or to the work to be performed thereunder, or the Provisions accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work or the Provisions. (STGNATURE PAGE FOLLOWS) D-9 IN of BOND NO.0j:40612s7 .. SIGNATURE PAGE TO FAITHFUL PERFORIUANCE BOND WITNESS WHEREOF, we have hereunto set our hands, and seals on this 25TH {6y FEBRUARY 2016 BIDDER:SURETY: Name: LIBERTY MUTUAL INSUMNCE COM,PANY ATTN: SURETY CLAIMS DEPARTMENT Address: 2525 NORrH OLD HIGHWAY 39s Address: 1001 4TH AVENUE, SUITE 1700 FALLBROOK, CA 92028 SEATTLE, WA 98154 fehphone No.:760t728-1308 Telephone No.:800/763-9268 Contractor Name: SCW CONTRACTING CORPOMTION Print Name: Signalure: MARK D. IATAROLA NOTE: This bond must be executed by both parties. Corporate seal may be afiixed hereto. fl!! siqnatures mrst be acknowledoed_before a notary public (attach qcknowledoments). The aftomey-in-fact for the corporate surety must be regisiered, as such, in at least one county in the State of Catifornia. (Attach one original Power of Attorney sheet for each bond)' City of Lake Elsinore D-10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT crvrL coDE s 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 Califomia County of On SAN DIEGO 2t2512016 Date personally appeared before me,MICHELLE M. BASUIL, NOTARY PUBLIC Here lnsert Name and Title of the Officer MARK D. IATAROLA Name(e) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/sher4hey executed the same in hislhe#thek authorized capacity(ies), and that by hivher/their signature(s) on the instrument the person(e), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. I -rctr- MICHEILE M. BASUIL I t &ffi - ",fil }##i'?ir, * - ^ i< 'W vv corvn,ttssroN EXPTRES 7)l ruc.24,2o17 t Signature Place Notary Seal Above OPTIONAL Though this sectlon 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:Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacityfies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA Signer's Name: E Corporate Officer - Title(s):D Gorporate Officer - Title(s): E Partner - ! Limited [] GeneralD Partner - D Limited E General n lndividual X Attorney in Fact D Attorney in Fact D Guardian or ConservatorE Trustee D Guardian or Conservator tr Other: Signer ls Representing:Signer ls Representing: n lndividual I Trustee ! Other: @2014 National Notary Association . www.NationalNotary.org . 1-800-US NOTARY (1-800-876-6824 ltem #5907 .ioo -(E =GE3OO,b* 6> EE.E E'nOE dio6etriE o: PEE"= EE o(E t>=o(Etr>o -Fb=ztJ THIS POWER OF ATTORNEY tS NOT VALTD UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certiflcate No. 7148e01 American Fire and Casualty Company The Ohio Casualty lnsurance Company Liberty Mutual lnsurance Company West American lnsurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty lnsurance Company are corporations duly organized under the laws of and appoint, Helen Malonev; John G. Malonev; Mark D. latarola; Michelle M. Basuil all of the city of Escondido , state of CA each individually if there be more than one named, its true and lawful attomey-in-facl to make, execute, seal, acknowledge be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. lN WITNESS WHEREoF, this Power ofAftorney has been subscribed by an authonzed officer or official of the Companies and the corporate seals of the Companies have been afiixed thereto this 21st day of :99!cqe!201 5 American Fire and Casualty Company The Ohio Casualty lnsurance Company Liberty Mutual lnsurance Company STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY On this 21st day of october , 2015 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual lnsurance Company, The Ohio Casualty lnsurance Company, and West American lnsurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. lN WITNESS WHEREOF, I have hereunto Notarial Seal Teresa Pastella, Notary Public Plymouth Twp., [rontgomery County My Commission Expires March 28, 20'17 Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public Company, Liberty Mutual lnsurance Company, and West American lnsurance Company which resolutions are now in full force and effect reading as follows: the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. executed such instruments shall be as binding as if signed by the president and attested by the secretary. fact as may be necessary to acl on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. Companies, is in full force and effect and has nol been revoked. lN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 2 5TH day of ffiffiffiffi ffiffiffiffi FEBRUARY ,20 L6 Gregory W, Davenport, Assistant Secretary subscribed my_na[e and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written..dt;:\ coMMoNwEALTH oF PENNSYLVAN|A )-- /1 ., h),^ ilL(/,<, o o;oo .9,, o =(E o F E oo o LL4S 12873'122013 .100 ol 100 CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT crvll coDE s 1189 llc State of California County of San Diego On February 25, 2016 beforeme, S.L. @l_enan, Notarv pr:b1ic Date Here lnsefi Namc anri Titlc af fhp offiear personally appeared who proved to me on the basis of satisfactory evidence to be the person{cf whose name$} is/ar+subscribed to the within instrument and acknowledged to me that heisho/thg; executed the same inhis/Htheir authorized capacity(las), and that by his/he#their signature(slon the instrument the person(s), or the entity upon behalf of which the person(s| acted, executeo the instrument. I cedify under PENALry OF PERJURY under the taws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Commirtion # 2090519 llotary Public - Califurni. San Diego County Signature Place Notary Seal Above OPTIONAL Though this sectrbn 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: Perfonnalce_Ibnd Document p"1", Februarlz 25, 2016 Number of Pages; 2 Signer(s) Other Than Named Above: Capacity(ies) Claimeql by Signer(s) Signer's Name: JeffreY -ScraPe Signer's Name: Q Corporate Officer - Title(s): president E Partner - ! Limited fl General f} lndividual D Attorney in Fact ! Corporate Officer - Title(s): - l* '1, Signature of Notary Public E Trustee D Other: A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this ceftificate is attached, and not the truthfulness, accuracy, or validity of that documentl Here lnseri Name and Title of the Officer Name(s) of Signer@) S. L. COLEMAN I Partner - t] Limited n General D Guardian or Conservator Signer ls Representing:Signer ls Flepresenting SCW Crrntr.aCting COrrnralion @2014 National Notary Association ' www.NationalNotary.org . 1-800-US NOTARY (1-800-876-6827) ltem #5907 D lndividual D Trustee X Other: ! Attorney in Fact E Guardian or Conservator Structural Steel Columns Hand Rails (Stairsl Elevator Pit Latter Stair Stringers is hereby refered to and made a part hereof; and EXECUTED IN TRIPLICATE BOND NO. 0240612e7 PRE M I uM $jsyl'Jl,i-f B5R $ LABOR ANp TEATERTALS BOND (100% of Total ContractAmount) KNOW ALL MEN AND WOMEN BY THESE PRESENTS THAT WHEREAS, the City Council of the City of Lake Elsinore, Slate of Califomia, known as "City", has awarded SCW Contracting CorponarroN , 8s Principal hereinafter designated as "Contractor" and have entered into a Contract Agreement whereby the Contractor agrees to conslrucl or install and complete certain designated public improvements, which said Contract Agreement, effectiye on the date signed by the Mayor, and identified as ROSETTA CANYON SPORTS PARK PHASE.II PROJECT ctP PROJECT NO. Z4A004 BID SET "81" (Steel Fabrication) Anchor Bott Templates Guardrail Panel 2nd Floor Shop Drawings WHEREAS, said Contractor under the terms of said Agreemenl is required to furnish a bond to secure the payment of claims of laborers, mechanics, material men, and other persons, as provided by law; NOW THEREFORE, we the undersigned Contractor 36( lleEErl IVIUTUAL INSURANCE CoMPANY , 6s Surety are held and firmly bound unto the City of Lake Elsinore, County of Riverside, in the penal sum of oNE HUNDRED FoRrY rHousAryj) ANp 90/i00 _dollars (g 14_o,ooo.o0 .__), lawful money of the United States, for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION lS SUCH, that if said Contractor, his or her or its heirs, executors, administrator, successors or assigns, or subcontractors, shall fail to pay any of the persons described in the Califomia Civil Code Section 3181, or amounts due under the Unemployment lnsurance Code with respect to work or labor performed by any such claimant, or any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board from the wages of employees of the Contractor and his or her subcontractors, pursuant to Section 13020, of the Unemployment lnsurance Code, with respect to such work and labor, that the Surety or Sureties herein will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shallbe void. tn the event suit is brought upon this bond by the City or other person entitled to bring such an action and judgment is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attomey fee to be fixed by the court. This bond shall inure to the beneft of any of the persons described in califomia civil code Section 3181, to give a right of action to sueh persons or their assigns in any suit brought upon this bond. (SIGNATURE PAGE FOLLOWS) BOND NO. SIGNATURE PAGE TO LABOR AND MATERIALS BOND 024061297 IN of WITNESS WHEREOF, we have hereunto set our hands, and seals on this zsrn day FEBRUARY 20 IO BIDDER: ContraCtOr Name: SCW CONTMCTING CORPORATION SURETY: Name: Y Address: 2525 NoRrH o!9 U|GHW4Y t9q ATTN: SURETY CLAIMS DEPARTIVENT Address: 1oo1 4l! AVENUE, sulrE 17oo FALLBROOK, CA92O2B SEATTLE, WA 981 54 760t728-1308 Telephone No.:800/763-9268 Print Name:MARK D. IATAROLA Signature: NOTE: This bond must be executed by both parties. Corporate sealmay be afiixed heretoJ!! signatures muql be acBnowledged beforg a notary public (att?ch acknowledoments). The attorney-in-fact for the corporate surety must be registered, as such, in at least one county in the State of California. (Attach one original Power of Attorney sheet for each bond). Telephone No.: Pdnt frlsrns' JEF as to Foffi this Gity of Lake Elsinore CALIFORNIA ALL.PURPOSE AGKNOWLEDGMENT crvtl coDE s 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 Califomia County of On SAN DIEGO 212512016 before MICHELLE M. BASUIL, NOTARY PUBLIC personally Date appeared Here lnsert Name and Title of the Officer MARK D. IATAROLA Name(e) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helsher4hely executed the same in hislhe#thek authorized capacity(ies), and that by hivherltheir 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 PENALTY OF PERJURY under the laws iJ,[: :1i"":l:$]t"'' " th at th e f o res o i ns paras ra p h WITNESS my hand and officialseal. f W r tffiif-^i,,n^,',. zd%,;;3;*;Wth + Place Notary SealAbove OPTIONAL Though this section is optional, completing this information can deter altemtion of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:Document Date: Number of Pages: Signe(s) Other Than Named Above; Capacity(ies) Claimed by Signer(s) Signer's Name:MARK D. IATAROLA Signer's Name: E Corporate Otficer - Title(s):n Corporate Officer - Title(s): n Partner - tr Limited I General tr lndividual X Attorney in Fact n Partner - tr Limited I General D lndividualI Trustee D Other: D Attomey in Fact I Guardian or Conservatorn Trustee tr Other: fl Guardian or Conservator Signer ls Representing:Signer ls Representing: @2014 National Notary Association . www.NationalNotary.org . 1-800-US NOTARY (1-800-876-6824 ltem #5907 . THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7247239 American Fire and Casualty Company The Ohio Casualty lnsurance Company Liberty Mutual lnsurance Company West American lnsurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty lnsurance Company are corporations duly organized under the laws of and appoint, Helen Malonev; Jisselle Marie Sanchez; John G. Malonev; Mark D. latarola; Michelle M. Basuil all of the city of Escondido , state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge be as binding upon lhe Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. lN WITNESS WHEREOI this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed theretothis-r2:lst dayof January ,2016 American Fire and Casualty Company The Ohio Casualty lnsurance Company Liberty Mutual lnsurance Company STATE OF PENNSYLVANIA ss COUNW OF MONTGOMERY iAssistant Secretary On this 21st day of January , 2016 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual lnsurance Company, The Ohio Casualty lnsurance Company, and West American lnsurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. lN WITNESS WHEREOF, I have hereunto subscribed name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written ffiffiffiffi Teresa Pastella, Notary Public Company, Liberty Mutual lnsurance Company, and West American lnsurance Company which resolutions are now in full force and effect reading as follows: powers of atlomey, shall have fll power to bind the Corporation by their signature and execution of any such instrments and to attach thereto the seal of the Corporation. When so the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. executed such instruments shall be as binding as if signed by the president and attested by the secretary. fact as may be necessary to act on behalfofthe Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Company, wherever appearing upon a certified copy of any power of attorney issued by ihe Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually aflixed. Companies, is in full force and effect and has not been revoked. lN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 25TH day of FEBRUARY ,zo 16 ffiffiffiffi "rr%Gregory W. Davenport, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Plymouth Twp., l\rontgomery County My Commission Expires March 28, 20'17 Member, Pennsylvania Association of Notaries ", D*, ilfrll,€s&g-i LMS_r2873_1 2201 3 5 of 100 West lnsurance Company o(, + Eco E cloI cn oo 3 oltottN @I(\t(9o ao (o a (Job* b> EE-t EE oii o 6.sca! ot: EDO(E !1, ED= EE =- who proved to me on the basis of satisfactory evidence to be the person(sf whose name{s) is/aresubscribed to the within instrument and acknowledged to me that he/she#h€y "**ri"J in" same inhis/herltheir authorized capacity(ies), and that by his/hentheir signature(s) on the instrument the person(s),or the entity upon behalf of which the person(e| acted, executel the instrument. CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT crvtl coDE s 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed thedocument 1o which this certificate is attached, and not the kuthfulness, a.crracy, or validity of that documeni State of California ) County of San Diego ) On Febntary 26, 2o1 G beforeme, ,Date Here lnsert Name and Titte of the Officer personally appeared Named Above: Signer's Name: lPartner - DLimited DGeneral D lndividual tJ Attorney in Fact S. L. COLEMAN Commi$ion # 2090519 Notary Public - Calilornia San Diego County I ceftify under PENALry OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ",n ^r'," =/';//l*Ln,Signature of Notary public Place Notary Seal 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: Iabor and Materials BondDo"urent Date: Jebruary 25t 2016 Number of Pages: 3 Signe(s) Other Than Capacity(ies) Claimed by Signer(s) Signer's Name: Jeffrey Scrape filCorporate Officer - Tifle(s): president n Partner - tr Limited E GeneralI lndividual n Attorney in Fact [J Corporate Officer - Title(s): n TrusteeI Other: n Guardian or Conservator Signer ls Representing:Signer ls Representing SCti ConLraeLing eorporaLion o2014 National Notary Association ' www.NationalNotary.org . 1-800-us NoTABy (1-800-876-6827) ltem #5907 D Guardian or Conservator [] Trustee D Other: xica€ .6C4 WOR}<ERS' COMPENSATION INSURANCE CERTIFICATION Pursuant to Section 1861 of the California Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate and shall submit same to the City prior to performing any work on the contract: "l am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Worker's Compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." SC1{ @ntracting @rporation Contractor February 26, 2016 Date Section 3700 of the California Labor Code reads as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this state. (b) By securing from the Director of lndustrial Relations a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of lndustrial Relations of ability to self-insure and to pay any compensation that may become due to his employee." President Title COVERAGES i2076 ACo'Rb@\-''CERTIFICATE OF LIABILITY INSURANCE DAIE (MM/DD/YYYY} 2/25/2076 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 CERTTFICATE OF TNSURANCE DOES NOT CONSTTTUTE A CONTMCT BETWEEN Tl{E |SSU|NG TNSURER(S), AUTHORTZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: lf the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. lf SUBROGATION lS WAIVED, subject to the terms and conditions of the policy, ceftain 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 Michael Ehrenfeld Company 2555 Canino De]- Rio North *200 San Diego CA 921,08 iXilii"' r,eslie Frankenberger ljlS\.^ ,,,,. (619) 683-9990 1 IiI "^,. (51e)683-eeee i'dffiErr, leslief G ehrenf e]-dinsurance . con --''T--.rNsuRER(S) AFFORDTNG COVEMGE NA|C # INSURER A :Westchester Fire Insurance 10030 INSURED SCf{ Contracting Corp 2525 N. oj.d Hwy #395 Fal-l-brook CA 92028 |NSURERBAmerican States Insurance Com])anv L9704 TNSURERC;fnsurance ComDanv Of The West 27847 INSURER D : INSURER E : INSTJRER F; CERTIFICATE NUMBER ION 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. NOTWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSUMNCE POLICY NIIMBER P tMt POLICY EXT {MM/DD/YYT LIMITS A x j counaencnl ceNERAL LIABtLtry l l "*,r.-roo. lI *.r*r G220103 96011 12/s/20rs t2/5/2016 EACH OCCURRENCE 5 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurence)s 100,000 MED EXP (Any one person)s 5.000 PERSONAL & ADV INJURY s 1,000,000 GEI\].1AGGREGATE LIMIT APPLIES PER: I 'o,,"" f_] 5f.o; f l .o" GENERAL AGGREGATE E 2,000,000 PRODUCTS - COMP/OP AGG s 1,000,000 Employee Benerits $ 1,000.000 B AU']IOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS fl scnroureoI I AUTosE-l NoN-owNEDI ^ l nrrosn o7cr28422470 a2Al/20Ls 1,2/ 1/2076 V]tsINIIJ SINGLE LIIvIIT eccidenl)$ 1,000,000 x BODILY ll.UURY (Per person)$ BODILY INJURY (Per a@ident)$ PROPERTY DAMAGE (Per accadent)$ Medi€l p $ 2, ooo A x UMBRELLA LIAB EXCESS LIAB X I occun I "*,r.-roo.c220!04020LL L2/s/2Or5 L2/5/20L6 EACH OCCURRENCE 4 .000 .000 AGGREGATE $ 4.000 .000 oeo I x lnpre*r,o*s 1o-ooo $ WORKERS COMPENSATION AND EMPLOYERS'LtABtLtTY Y/ NANY PROPRIETOR/PARTNER/EXECUTIVE -OFFICER/MEMBER EXCLUDED? ] (Mandatory in NH) lf yes, desdbe under DESCRIPTION OF OPERATIONS below N/A wsD503236000 7/ 7/20L6 7/r/2OL'l x rUTE ER E.L, EACH ACCIDENT $ 1.000,000 E,L, DISEASE - EA EMPLOYEI $ 1,000,000 E,L, DISEASE POLICY LII/IIT $ 1.000 -o00 DESCRIPTIONOFOPERATIONS/LOCAnONS/vEHICLES (ACORDl0l,AdditionalRemarksschedule,maybeaftachedifmorespaceisrequired) Re: Rosetta Canyoa Sports Park Phase-II Prolect CIP Project No. 240004 Bid Set ,,B1t' (Stee1 Fa-brication) City of Lake Elsinore, i-ts elected or appointed officers, offi.cials, arFloyees or agent,s are Adrtitional Insured Per General LiaJrility EndorsemenL cc2l 10 11 85. Prj-nary/Non-Contri-butory per GLEOOO70196 attached. waiver of subrogation on WC per WC990634 attached. ?faiver on eL per CG24040509. Addj-tional Insured & waiver on Auto Liability per CA71100307. Wrap Exc.l-usj-on endorsement per CG21540196. 30 day notice of cancel-lation wiJ-l be sent aceording to poJ-icy prowisions. TION City of Lake Elsinore 130 South Main Street Lake Elsinor, CA 92530 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXHRANON DATE THEREOF, NOTICE WLL BE DELIVERED IN ACCORDANCE WTH THE POLICY PROVISIONS. < AUTHORIZED REPRESENTATIVE Pat Reilty/LESLTF -4>a'-z-- '{2'>b ACORD 2s (2014t0',t1 lNSO25 r:oraori @ 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER. G22O10]960I I COMMERCIAL GENERAL LIABILITY INSURED: SCWCONTRACTINGCORP. EFFECTIVE. l2ls/2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - FORM B This endorsement modifies insurance coverages under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: As Required by Written Contract signed by both parties"prior to loss. (lf no entry appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement.) WHO lS AN INSURED (Section ll) is amended to include as an insured the person or organization shown in the Schedule, but only as respect to liability arising out of "your work" for that in- sured by or for you. CG 20 1 0 1 1 85 Copyright, lnsurance Services Qffice, lnc. '1984 lnsurcd: SCW Contrac{ing Corp Policy: czzoto:qoor r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ ]T CAREFULLY. CONDITION 4, OTHER INSURANCE, AMENDED . NON CONTRIBUTORY Paragraph 4.c. is deleH in its entircty and rcplaced by the following: c. lf all of the other insurance permits contribution by equal shares, we Mll follow this method unless the lnsured is required by contract to provide insurance that is primary and noncontributory, and the ,'insured contract" is executed prior to any loss. Where required by a contract, this insurance will be primary only when and to the e)(tent as required by that contract. However, under the contributory approach each lnsurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. lf any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Underthb megod, each insurcr,s shae b based on lhe ralio of ils applicable limit of lnsurance b Ule iffil appliEHe limits of imunance of all insurcrc. GLE 0007 01 96 POLTCY NUMBER G2201039601I COMMERCIAL GENERAL LIABILITY cG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENEML LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As required by $'ritten contract signed by both parties prior to loss lnformation if not shown above, will be shown in The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section lV - 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 04 05 09 @ lnsurance Services Office, lnc., 2008 Page 1 of 1 This endorsement modifies insurance provided under the following: BUSINESS AUTO COVEMGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modifled by the endorsement. SCW Conhacting Corp. Policy No. 01C12882247 0 THIS ENDORSEMENT EXTENDED CANCELLATION CONDITION Paragraph 2.b. of the CANCELLATION Common Policy Condition is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. BROAD FORM NAMED INSURED SECTION II - LIABILITY COVERAGE - A.1. WHO IS AN INSURED provision is amended by the addition of the following: d. Any business entity newly acquired or formed by you during the policy period provided you own 50% or more of the business entity and the business entity is not separately insured for Business Auto Coverage. Coverage is extended up to a maximum of 180 days following acquisi- tion or formation of the business entity. Coverage under this provision is afforded only until the end of the policy period. COMMERCIAL AUTO cA71 10 03 07 CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO PLUS ENDORSEMENT BLANKET ADDITIONAL INSURED SECTION II - LIABILITY COVERAGE - A.1. WHO IS AN INSURED provision is amended by the addition of the following:( e. Any person or organization for whom you are re- quired by an "insured contract" to provide insur- ance is an "insured", subject to the following additional provisions: (1) The "insured contract" must be in effect during the policy period shown in the Decla- rations, and must have been executed prior to the "bodily injury" or "property damage". (2) This person or organization is an "insured" only to the extent you are liable due to your ongoing operations for that insured, whether the work is performed by you or for you, and only to the extent you are held liable for an "accident" occurring while a covered "auto" is being driven by you or one of your em- ployees. (3) There is no coverage provided to this person or organization for "bodily injury" to its em- ployees, nor for "property damage" to its property. (4) Coverage for this person or organization shall be limited to the extent of your negligence or {gult according to the applicable principles of comparative negligence or fault. (5) The defense of any claim or "suit" must be tendered by this person or organization as soon as practicable to all other insurers which potentially provide insurance for such claim or "suit". lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. Copyright, lnsurance Services Office, lnc., 1997 aa 7{ ln n? 07 (6) The coverage provided will not exceed the lesser of: (a) The coverage andior limits ofthis policy, or (b) The coverage and/or limits required by the "insured contract". (7) A person's or organization's status as an "insured" under this subparagraph d ends when your operations for that "insured" are completed. BLANKET WAIVER OF SUBROGATION We waive the right of recovery we may have for pay- ments made for "bodily injury" or "property damage" on behalf of the persons or organizations added as "insureds" under Section ll - LIABILITY COVERAGE. A.1.D. BROAD FORM NAMED INSURED and 4,1.e, BLANKET ADDITIONAL INSURED, HIRED AUTO PHYSICAL DAMAGE COVERAGE lf hired "autos" are covered "autos" for Liability cov- erage and if Comprehensive, Specified Causes of Loss or Collision coverc€es are provided under this Coverage Form for any "auto" you own, then the Physical Damage Coverages provitleci are extended to "autos" you hire or borrow. The rnost we will pay for loss to any hired "auto" is $50,000 or Actual Cash Value or Cost of Repair, whichever is srnallest, minus a deduclible. The de- ductible will be equal to the largest deductible appli- cable to any owned "auto" of the private passenger or light truck type for that coverage. Hired Arno Phy- sical Dannge coverclge is excess over any other col- lectible insurance. Subjeci to the above limit,deductible and excess provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. WORKERS COMPENSATION AND EMPLOYERS LIABTLITY INSURANCE POLICY WC 99 06 34 (Ed. 8-00) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT. BLANKET 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 3% of the total California Workers' Compensation premium othenruise due. Schedule Person or Orqanization ANY PERSON/ORG WHEN REQUIRED BY WRITTEN CONTRACT Job Description ALL CALIFORNIA OPERATIONS Policy Number: WSD 5032360 00 lnsured: SCW Contracting Corp Endorsement Effective: 01-0'1-16 Coverage Provided by: INSURANCE COMPANY OF THE WEST lssue Date: 0l-22-16 Countersigned by: wc 99 06 34 (Ed.8-00) EXCLUSION - DESIGNATED OPERATIONS COVERED BY A coNsoLrDATED (WRAP-UP) TNSURANCE PROGRAM This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Description and Location of Operation(s): Any prior or ongoing operation(s) where you participated in a consolidated (wrap-up) insurance program (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement,) The following exclusion is added to paragraph 2., This exclusion applies whether or not the consoli- Exclusions of COVEMGE A - BODILY INJURY AND dated (wrap-up) insurance program: PROPERTY DAMAGE LIABILITY (Section I - (1) provides coverage identical to that provided byCoverages): this( Coverage pirt; (2) Has limits adequate to cover all claims; or This insurance does not apply to "bodily injury" or )-: ^ _ "property damage" arising 'out of either youi on- (3) Remains in effect' going operations or operations included within the "products-completed operations hazard" at the lo- cation described in the Schedule of this endorse- ment, as a consolidated (wrap-up) insurance pro- gram has been provided by the Prime contractor/project manager or owner of the con- struction project in which you are involved. SCW Contracting Corp. Policl' C2201039601I COM MERCIAL GENERAL LIABILITY cG 21 54 01 96 24 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. -: Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1 l: CoNSTRUCTION OR SEBVTCE CONTRAGT Unless waived or modified by the City Engineer, the following endorsement shall be attached to and made a part of all policies insuring the liability of any person, form or corporation performing services under contract for the City of Lake Elsinore. Notwithstanding any inconsistent expression in the policy io which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policy shall; 1. lnclude the City of Lake Elsinore as an additional insured. (To inctude the elected officials, appointed officials, and employees.) ! 2. lndemnifiT and save harmless the City of Lake Elsinore against any and all claims resulting from the undertaking specified in the contract known as: ROSETTA CANYON SPORTS PARK PHASE{I PROJECT ctP PROJECT NO.zl0004 BID SET "Bl" (Steel Fabrication) *' onchor Bolt Templates Guardrail Panel 2nd Floor Shop Drawings This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, including claims based on damage to substructures not shown, not tocated on the plans, or shown inconeclly. Structural Steel Columns Hand Rails (Stairs) Elevator Pit Latter Stair Stringers --3. - -- Not-be can-Celled except by notice to the eity Attome/ of the City of t-at<e rbinore at ieist thirty (30) days prior to the date of cancellalion. 4. Provide single limit for Bodily lnjury Liabilfiy and Property Damage Liability combined, $1,000,000 each Occurrence, and $2,000,000 Aggregate. 5. Limited classifications, restricting endorsements,'exclusions or other special provisions contained in the poliry shall not act to limit the benefits of coverage as they shall apply to the City of Lake Elsinore as enumerated in this endorsement. However, nothing herein contained shall affect any rights of the insurer against lhe insured. 6. lt is further expressly agreed by and between the parties hereto that the following two provisions, (a) and (b), are a part of this contract: (a) Tha( the Contractor specifically agrees to comply with applicable provisions of Sec{ion 1777.5 of the Labor Code relating to the employment by contractor or subcontractor under it, of joumeyman or apprentices, or workmen, in any apprenticeable craft or trade. tb) By my signature hereuncler, as contractor, I certity that I am aware of the\-/ fiouistn"Lf Section 3700 of the Labor Cocle which requires every emploler to be insured against liability for Workers' Compensalion or to undertake self insurance in accordance with tire provisions of that code, and I will comply with such provisions before comnrencing lhe performance of the work of this contract. The limits of liability as stated in this endorsemettt qpply 1o the insurance atforded by this endorsemerrt notwithstanding that the poticy rnay have Jower limits of liabitity applying elsewhere in the policy. Attached io and forming Part of Policy Na.G220103960ll of the Westchester Fire lns Co . Date:212512016 Expiration Date:tzl5l20t6 {