Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Freedom Foreseen Inc dba Freedom Window Cleaning; 2025-03-18; PSA25-3704FAC
PSA25-3704FAC City Attorney Approved Version 5/22/2024 Page 1 AGREEMENT FOR WINDOW CLEANING SERVICES FREEDOM FORESEEN DBA FREEDOM WINDOW CLEANING THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2025, by and between the City of Carlsbad, California, a municipal corporation ("City") and Freedom Foreseen, Inc., a California corporation, d.b.a. Freedom Window Cleaning (“Contractor"). RECITALS A. City requires the services of a consultant that is experienced in window cleaning services. B. Contractor has the necessary experience in providing services and advice related to window cleaning services. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A," which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective from the date first above written to March 28, 2027. The City Manager may amend the Agreement to extend it for two (2) additional two (2) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed thirty-seven thousand six hundred five dollars ($37,605) per agreement year. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed thirty-seven thousand six hundred five dollars ($37,605) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A." Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 March 18th PSA25-3704FAC City Attorney Approved Version 5/22/2024 Page 2 6. PUBLIC WORKS 6.1 Prevailing Wage Rates. Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement constitute “public works” under California Labor Code section 1720 et seq. and are subject to state prevailing wage laws. 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 the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of 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 such workers employed by him or her in the execution of the Agreement. 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. 6.2 DIR Registration. California Labor Code section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Agreement to be currently registered with the California Department of Industrial Relations (DIR), as specified in Labor Code section 1725.5. Labor Code section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Agreement, Contractor must furnish City with the subcontractor or subconsultant's current DIR registration number. 7. CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification- subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC City Attorney Approved Version 5/22/2024 Page 3 8. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 9. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 10. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 11. INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein, Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the cost to defend, shall not exceed the Contractor’s proportionate percentage of fault. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC City Attorney Approved Version 5/22/2024 Page 4 12. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to 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. 12.1 Coverage and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 12.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 12.1.2 Automobile Liability. (If the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 12.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 12.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 12.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 12.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 12.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 12.2.3 If Contractor maintains higher limits than the minimums shown above, the City requires and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage will be available to the City. Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC City Attorney Approved Version 5/22/2024 Page 5 12.2.4 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 12.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 12.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 12.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 13. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 14. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of four (4) years from the date of final payment under this Agreement. 15. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 16. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 17. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC City Attorney Approved Version 5/22/2024 Page 6 For City For Contractor Name Jason Kennedy Name Kolan Hairston Title Public Works Supervisor Title President & CFO Department Fleet & Facilities Address PO Box 131713 City of Carlsbad Carlsbad, CA 92013 Address 405 Oak Ave. Phone No. 760-598-5510 Carlsbad, CA 92008 Email kolan@freedomwindowcleaning. com Phone No. 442-427-5282 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 18. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ If yes, list the contact information below for all individuals required to file: Name Email Phone Number 19. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 20. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC City Attorney Approved Version 5/22/2024 Page 7 emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 21. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 22. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 23. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 24. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC City Attorney Approved Version 5/22/2024 Page 8 25. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, 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 information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 26. JURISDICTION AND VENUE This Agreement shall be interpreted in accordance with the laws of the State of California. Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 27. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 28. THIRD PARTY RIGHTS Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. 29. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may be executed in counterparts. 30. 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. [signatures on following page] Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC City Attorney Approved Version 5/22/2024 Page 9 CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California FREEDOM FORESEEN, INC., a California corporation, d.b.a. Freedom Window Cleaning By: By: (sign here) Paz Gomez, Deputy City Manager, as authorized by the City Manager Kolan Hairston, President (print name/title) ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: Maria Hariston, Secretary Deputy City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, 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: CINDIE K. McMAHON, City Attorney By: _____________________________ Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC Page 10 EXHIBIT A SCOPE OF SERVICES AND FEES 1. CONTRACTOR shall provide all tools, materials, machinery and labor necessary to clean and service all windows and skylight units at City of Carlsbad facilities listed as requested. Services include but are not limited to, removal and cleaning of window screens, interior and exterior window and other related glass cleaning. Services include: a. Cleaning of all windows and skylights at the locations and intervals referenced in the “Facility Locations and Fee Schedule.” b. All windows to be cleaned using deionized water resulting in a spot-free and streak-free appearance when completed. c. Window cleaning shall be performed in such a manner that all windows and window tinting shall not be scratched, chipped, cracked or any other types of damages. d. Cleaning may include removal of materials on windows such as tape, stickers, gum, etc. e. Removal, cleaning and re-installation of window screens in all facilities equipped with such screens. Damaged screens will be reported to the CONTRACT ADMINISTRATOR prior to removal. Any damages to screens during cleaning must be reported to the CONTRACT ADMINISTRATOR immediately. f. Open, remove, replace and/or protect blinds, draperies or other window coverings as needed to perform the required services. 2. CONTRACTOR shall use the following methods: a. Interior window cleaning for glass and glass skylights shall include, but not limited to, scrubbing and surface agitation using microfiber strip washer, water and biodegradable soap. Wet the entire surface and squeegee dry. Wipe down all horizontal sills and residue around window frames using microfiber towels. b. Exterior window cleaning for glass and glass skylights shall include, but not limited to, scrubbing and surface agitation using microfiber strip washer and potable water (deionized water is preferred to reduce water spots and streaking). Use water fed pole technology to eliminate the need to squeegee the glass which will dry leaving a spot free finish with no mineral deposits. Wipe down all horizontal sills and residue around window frames using microfiber towels. ***Includes interior and exterior windows of the atrium at Georgina Cole and Dove Library, Faraday, the Police and Fire Headquarters main lobby and Emergency Operations Center. ***Not all facilities are equipped with skylights. 3. CONTRACTOR shall provide personnel who are experienced in the type of work specified and shall perform all services in a workmanlike manner. Cleaning services will be mutually scheduled, and all services completed within the time allotted and scheduled. Any schedule changes will be coordinated in advance to ensure City employees are available to provide access to City facilities being serviced and that no City functions are interrupted. 4. CONTRACTOR shall provide a safe work environment including adherence to all safety requirements for its employees and shall provide safe access and egress for City employees and the general public. 5. The CONTRACTOR shall return all areas surrounding the work locations to the same conditions prior to the performance of services. Any damages caused by sub-contractors working on behalf of the CONTRACTOR are the responsibility of the CONTRACTOR. Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC Page 11 6. For each specific jobsite, the CONTRACTOR shall obtain approval of workdays and hours from the CONTRACT ADMINISTRATOR. The City reserves the right to require the CONTRACTOR to reschedule services to avoid conflict with City functions. 7. Some services may be required after normal business hours, on holidays and some weekends, and on specified dates and at specified times as mutually agreed upon by the CONTRACT ADMINISTRATOR and CONTRACTOR. These services shall be performed per the cost outlined in the fee schedule below. No additional compensation will be provided. 8. The City will require the CONTRACTOR to reschedule exterior window cleaning services during rain events and when the National Weather Service Detailed 7-Day Forecast predicts the chance of measurable rainfall in the local area will exceed 20%. Additionally, the City may cancel services due to other inclement weather conditions or events where City employees may need to respond to public emergencies. 9. The CONTRACTOR is advised that the following facilities contain antique windows and historical furnishings: Heritage Hall, Magee House, Leo Carrillo Ranch and the Visitors Bureau Information Center (Train Depot). CONTRACTOR shall use special handling and care when working at these facilities. CONTRACTOR will be required to protect the areas around the areas being serviced to prevent water damage or damages from using equipment while cleaning. 10. CONTRACTOR will incorporate Best Management Practices (BMPs) to capture any runoff which may enter storm drains or other sensitive areas. CONTRACTOR must be familiar with and comply with all applicable BMPs during the execution of activities listed within this agreement. a. All work must be in compliance with the San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal Code, and City of Carlsbad Jurisdictional Runoff Management Plan (JRMP). Refer to Exhibit B – Storm Water Protection Program Guide to Pollution Program b. The CONTRACTOR will ensure all equipment is compliant and staff trained on environmental and sustainability regulations. If it is the opinion of the CONTRACT ADMINISTRATOR that the CONTRACTOR is not in compliance with applicable regulations, the City reserves the right to implement BMP’s to the maximum extent practical, and deduct payment due or back charge the CONTRACTOR for implementation with a 15% mark up for administrative and materials costs. 11. At the completion of each workday, the work area will be inspected ensuring cleaning materials and debris accumulated during the window cleaning process is removed from the premises. All equipment owned by the CONTRACTOR that is left on the premises for multiple day service shall be secured and/or properly stored at the completion of each workday. All equipment shall be completely removed from the premises at the completion of all services. 12. The CONTRACT ADMINISTRATOR will coordinate a services schedule with the CONTRACTOR with sufficient advance notice to provide building representatives with notice. This will be required in order to minimize disruption of operations at each location. CITY staff will be made available to accompany CONTRACTOR staff for interior cleanings. Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC Facility Locations & Fee Schedule Page 12 Service Location Address (Carlsbad, CA) Annual Interior Service (Qty) Annual Exterior Service (Qty) Service Month (Tentative) Cost per Service (2025) Total Cost (2025) Alga Norte 6565 Alicante Road 0 2 May, Oct $558 $1,116 Calavera Community Center 2997 Glasgow Drive 0 2 May, Oct $55 $110 CMWD Admin Bldg & Warehouse 5950 El Camino Real 0 2 May, Oct $545 $1,090 City Hall 1200 Carlsbad Village Drive 2 2 May, Oct $787 $1,574 Dove Library* *Includes Atrium 1775 Dove Lane 2 2 May, Oct $2,950 $5,900 Elmwood House 2955 Elmwood Avenue 0 2 May, Oct $275 $550 Faraday *One additional exterior service per year @ $1,100. 1635 Faraday Avenue 2 3 Jan, May, Nov $2,665 $6,430 Farmers Building (As Needed) 5815 El Camino Real 0 1 Apr. $1,825 $1,825 Fire Station #1 1275 Carlsbad Village Drive 2 2 May, Oct $219 $438 Fire Station #2 1906 Arenal Drive 2 2 May, Oct $167 $334 Fire Station #3 3465 Trailblazer Way 2 2 May, Oct $743 $1,486 Fire Station #4 6885 Batiquitos Drive 2 2 May, Oct $135 $270 Fire Station #5 2540 Orion Way 2 2 May, Oct $225 $450 Fire Station #6 7201 Rancho Santa Fe Road 2 2 May, Oct $225 $450 Fleet Maintenance 2480 Impala Drive 0 2 May, Oct $125 $250 Cole Library* *Includes Atrium 1250 Carlsbad Village Drive 2 2 May, Oct $1,530 $3,060 Harding Complex: -Admin -Recreation Hall -Auditorium -Ancillary Building 3096 Harding Street 0 2 May, Oct $363 $726 Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC Facility Locations & Fee Schedule Page 13 Service Location Address (Carlsbad, CA) Annual Interior Service (Qty) Annual Exterior Service (Qty) Service Month (Tentative) Cost per Service (2025) Total Cost (2025) Heritage Hall 258 Beech Avenue 0 2 May, Oct $280 $560 Holiday Park: -Scout House -Holiday House -Kruger House 3125 Eureka Place 0 2 May, Oct $315 $630 Leo Carrillo Ranch: -Caretakers Cottage -Hacienda Compound (all buildings) -Visitor Center -Deedie’s House 6200 Flying Leo Carrillo Lane 2 2 May, Oct $745 $1,490 Library Learning Center 3368 Eureka Place 0 2 May, Oct $411 $822 Magee House 258 Beech Avenue 0 2 May, Oct $138 $276 Monroe - Swim Complex Monroe Street 0 2 May, Oct $65 $130 Oak – Streets and Facilities: -Admin -Streets Admin -Trailer -Sign shop 405 Oak Avenue 0 2 May, Oct $275 $550 Parks Admin Bldg 1166 Carlsbad Village Drive 0 2 May, Oct $225 $450 Pine Community Center 3209 Harding Street 2 2 May, Oct $656 $1,312 Railway Depot Visitors Center 400 Carlsbad Village Drive 0 2 May, Oct $315 $630 Police & Fire HQ *Includes Main Entrance 2560 Orion Way 2 2 May, Oct $1,720 $3,440 Senior Center 799 Pine Avenue 2 2 May, Oct $448 $896 Stagecoach Community Center 3420 Camino De Los Coches 0 2 May, Oct $180 $360 Total Annual Cost of Services $37,605 Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 PSA25-3704FAC Exhibit B Storm Water Protection Program Guide to Pollution Program Page 14 Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSDWVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION$ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 12/15/2024 (619) 908-3100 25569 Freedom Window Cleaning PO Box 131713 Carlsbad, CA 92013 38342 A 1,000,000 X GL202400027371 12/14/2024 12/14/2025 300,000 Owner’s & Contractor 5,000 1,000,000 2,000,000 Included 1,000,000B BA040000082882 8/16/2024 8/16/2025 Re: All operations of the named insured subject to the terms and conditions of the policy. City of Carlsbad CMWD is named as additional insured per the attached endorsement. 30* days' notice of cancellation, 10* days' notice of cancellation in the event of nonpayment of premium. City of Carlsbad CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 FREEFOR-01 JMANGOLD Snapp & Associates Insurance Services 3838 Camino Del Rio N. STE 310 San Diego, CA 92108 Service@snappins.com Gotham Insurance Company California Automobile Insurance Company X X X X X X X Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 &200(5&,$/*(1(5$//,$%,/,7< &* 7+,6(1'256(0(17&+$1*(67+(32/,&<3/($6(5($',7&$5()8//< &*,QVXUDQFH6HUYLFHV2IILFH,QF3DJHRI $'',7,21$/,1685('±2:1(56/(66((625&2175$&7256±$8720$7,&67$786:+(15(48,5(',1$:5,77(1&216758&7,21$*5((0(17:,7+<28 7KLVHQGRUVHPHQWPRGLILHVLQVXUDQFHSURYLGHGXQGHUWKHIROORZLQJ &200(5&,$/*(1(5$//,$%,/,7<&29(5$*(3$57 $ 6HFWLRQ,,±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ocusign Envelope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±/LPLWV2I,QVXUDQFH 7KHPRVWZHZLOOSD\RQEHKDOIRIWKHDGGLWLRQDO LQVXUHGLVWKHDPRXQWRILQVXUDQFH 5HTXLUHG E\ WKH FRQWUDFW RU DJUHHPHQW \RX KDYHHQWHUHGLQWRZLWKWKHDGGLWLRQDOLQVXUHG RU $YDLODEOH XQGHU WKH DSSOLFDEOH OLPLWV RI LQVXUDQFH ZKLFKHYHULVOHVV 7KLV HQGRUVHPHQW VKDOO QRW LQFUHDVH WKH DSSOLFDEOHOLPLWVRILQVXUDQFH Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 &200(5&,$/*(1(5$//,$%,/,7< &* 7+,6(1'256(0(17&+$1*(67+(32/,&<3/($6(5($',7&$5()8//< &*,QVXUDQFH6HUYLFHV2IILFH,QF3DJHRI $'',7,21$/,1685('±2:1(56/(66((625&2175$&7256±$8720$7,&67$786:+(15(48,5(',1:5,77(1&216758&7,21$*5((0(17:,7+<28&203/(7('23(5$7,216 7KLVHQGRUVHPHQWPRGLILHVLQVXUDQFHSURYLGHGXQGHUWKHIROORZLQJ &200(5&,$/*(1(5$//,$%,/,7<&29(5$*(3$57 352'8&76&203/(7('23(5$7,216/,$%,/,7<&29(5$*(3$57 $6HFWLRQ,, ±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±/LPLWV2I,QVXUDQFH 7KHPRVWZHZLOOSD\RQEHKDOIRIWKHDGGLWLRQDO LQVXUHGLVWKHDPRXQWRILQVXUDQFH 5HTXLUHG E\ WKH FRQWUDFW RU DJUHHPHQW \RX KDYHHQWHUHGLQWRZLWKWKHDGGLWLRQDOLQVXUHG RU $YDLODEOH XQGHU WKH DSSOLFDEOH OLPLWV RI LQVXUDQFH ZKLFKHYHULVOHVV 7KLV HQGRUVHPHQW VKDOO QRW LQFUHDVH WKH DSSOLFDEOHOLPLWVRILQVXUDQFH Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ACORD 25 (2016/03) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECT PRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED HIRED AUTOS ONLY NON-OWNED AUTOS ONLY AUTOS AUTOS ONLY COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Acct#:2528227 3/21/2024 USI Insurance Services, LLC 844-290-49082502 N Rocky Point Drive Tampa, FL 33607 BBSIcerts@locktonaffinity.com Ace American Insurance Company 22667 FREEDOM FORSEEN DBA: FREEDOM WINDOW CLEANING2420 GRAND AVE, STE D-2VISTA, CA 92081 A X C55606560 4/1/2024 4/1/2025 X 2,000,000 2,000,000 2,000,000 Policy State = CA Waiver of Subrogation in favor of certificate holder when required by written contract 30-Day Notice of Cancellation WAIVER OF SUBROGATION IN FAVOR OF W SERVICES GROUP, LLC, THE OWNER, & EACH OF THEIR RESPECTIVE OFFICERS, PARTNERS, AGENTS, REPRESENTATIVES, MEMBERS, AFFILIATES & EMPLOYEES WHEN REQUIRED BY WRITTEN CONTRACT. W SERVICES GROUP LLC150 Motor Parkway Suite 300Hauppauge, NY 11788 Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Policy Number Symbol: WLR Number: Policy Period TO Effective Date of Endorsement Issued By (Name of the Insurance Company) Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A. of the Information Page. 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, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. Schedule 1.( ) Specific Waiver Name of person or organization: ( ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: 3. Premium: The premium charge for this endorsement shall be percent of the California premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Minimum Premium: _______________________________________ Authorized Agent WC 90 03 75 (05/18) ALL CALIFORNIA OPERATIONS 1.0 $0 FREEDOM FORSEEN DBA: FREEDOM WINDOW CLEANING 2420 GRAND AVE, STE D-2 VISTA, CA 92081 C55606560 4/1/2024 4/1/2025 4/1/2024 Ace American Insurance Company X Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ACORD 25 (2016/03) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECT PRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED HIRED AUTOS ONLY NON-OWNED AUTOS ONLY AUTOS AUTOS ONLY COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Acct#:2528227 3/21/2024 USI Insurance Services, LLC 844-290-49082502 N Rocky Point Drive Tampa, FL 33607 BBSIcerts@locktonaffinity.com Ace American Insurance Company 22667 FREEDOM FORSEEN DBA: FREEDOM WINDOW CLEANING2420 GRAND AVE, STE D-2VISTA, CA 92081 A X C55606560 4/1/2024 4/1/2025 X 2,000,000 2,000,000 2,000,000 Policy State = CA Waiver of Subrogation in favor of certificate holder when required by written contract 30-Day Notice of Cancellation WAIVER OF SUBROGATION IN FAVOR OF W SERVICES GROUP, LLC, THE OWNER, & EACH OF THEIR RESPECTIVE OFFICERS, PARTNERS, AGENTS, REPRESENTATIVES, MEMBERS, AFFILIATES & EMPLOYEES WHEN REQUIRED BY WRITTEN CONTRACT. W SERVICES GROUP LLC150 Motor Parkway Suite 300Hauppauge, NY 11788 Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315 Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Policy Number Symbol: WLR Number: Policy Period TO Effective Date of Endorsement Issued By (Name of the Insurance Company) Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A. of the Information Page. 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, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. Schedule 1.( ) Specific Waiver Name of person or organization: ( ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: 3. Premium: The premium charge for this endorsement shall be percent of the California premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Minimum Premium: _______________________________________ Authorized Agent WC 90 03 75 (05/18) ALL CALIFORNIA OPERATIONS 1.0 $0 FREEDOM FORSEEN DBA: FREEDOM WINDOW CLEANING 2420 GRAND AVE, STE D-2 VISTA, CA 92081 C55606560 4/1/2024 4/1/2025 4/1/2024 Ace American Insurance Company X Docusign Envelope ID: DA002DD5-FEA2-481E-BCBF-77FD8F208315