Loading...
HomeMy WebLinkAboutImperial Sprinkler Supply LLC; 2026-04-27; PR-MPW-26003PTracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 1 City Attorney Approved 12/18/2025 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT; CONT. NO. PR-MPW-26003P This contract is made on the ______________ day of _________________________, 20__ (“Contract”), by the City of Carlsbad, California, a municipal corporation ("City") and Imperial Sprinkler Supply, LLC., a California limited liability company whose principal place of business is 1485 N Manassero St., Anaheim, CA 92807 ("Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, as contained in the Standard Specifications for Public Works Construction “Greenbook,” latest edition and including all errata; Part 1 General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor’s proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by Morgan Rockdale (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. 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 Contract 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 Sections 1770, 1773 and 1773.1 of the California Labor Code. Consistent with the requirement of Section 1773.2 of the California Labor code, a current copy of applicable wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. 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 Contract. Contractor and any subcontractors shall comply with Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 2627thApril Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 2 City Attorney Approved 12/18/2025 Section 1776 of the California Labor Code, which requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Labor Code Section 1776. DIR REGISTRATION. California Labor Code Section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Contract 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 Contract, Contractor must furnish the City with the subcontractor or subconsultant's current DIR registration number. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATION. 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 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. CALIFORNIA AIR RESOURCES BOARD (CARB) IN-USE OFF-ROAD DIESEL FUELED FLEETS REGULATION. Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. More information about the requirements and Contractor’s required certification is provided in Exhibit D. 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 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 3 City Attorney Approved 12/18/2025 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. CONTRACTOR PERFORMANCE EVALUATION. The City will use a standardized Contractor Performance Evaluation (“Evaluation”) to assess the Contractor’s effectiveness, reliability, and overall quality of performance under this Contract. Performance will be evaluated across key categories like specifications & standards, responsiveness, cost control, communication, and safety & risk management, using a standardized rating scale described in the Evaluation form. The Evaluation will serve as a formal record of Contractor’s performance and is intended to promote accountability, transparency, and continuous improvement in the Contractor's execution of the work. The City will provide the Contractor with the current Evaluation form and full list of performance criteria at the start of the Project, typically during the pre-construction meeting or initial kickoff. Evaluations may be completed by the Engineer or other designated City representative. The Contractor may provide written comments or responses to the completed Evaluation, which the City will retain with the Evaluation record. Evaluation results may be considered in future City procurements, responsibility determinations, and Contract renewals. Corrective actions for unsatisfactory performance may include written notice, corrective action plans, withholding of payment, suspension of work, termination for cause, and other remedies permitted by this Contract or law. Evaluations may occur at substantial completion, final completion, or when performance issues arise. Nothing described in this section limits the City’s discretion to enforce Contract remedies or take any other action permitted under this Contract or applicable law. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this Contract and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five (5) years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 4 City Attorney Approved 12/18/2025 Signature: ___________________________________ Print Name: ___________________________________ REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance 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. Property damage insurance in an amount of not less than……..$2,000,000 Automobile Liability Insurance in the amount of $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that 30 days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY. Workers’ Compensation limits as required by the California Labor Code. Workers’ Compensation will not be required if Contractor has no employees and provides, to City’s satisfaction, a declaration stating this. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. INDEMNITY. 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, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Alejandro Rojas Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 5 City Attorney Approved 12/18/2025 the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. 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. JURISDICTION AND VENUE. This Agreement shall be interpreted in accordance with the laws of the State of California. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Contract is San Diego County, California. Start Work: Contractor agrees to start within twenty-five (25) working days after receiving receipt of Notice to Proceed. Completion: Contractor agrees to complete work within thirty (30) working days after receipt of Notice to Proceed. Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 6 City Attorney Approved 12/18/2025 CONTRACTOR’S INFORMATION. Imperial Sprinkler Supply, LLC 1485 N Manassero St. (name of Contractor) 1140793 (street address) Anaheim, CA 92807 (Contractor’s license number) C27; 7/31/2027 (city/state/zip) 714-696-7535 (license class. and exp. date) 2000014087; 6/30/2026 (telephone no.) alex.naron@imperialtechnical.com (DIR registration number/exp. date) (e-mail address) AUTHORITY. The individuals executing this Contract 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 Contract. [signatures on following page] Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 7 City Attorney Approved 12/18/2025 CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California Imperial Sprinkler Supply, LLC, a California limited liability company By: By: (sign here) Kyle Lancaster, Parks & Recreation Director Alejandro Rojas, Branch Manager (print name/title) ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: Deputy City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Contract must be signed by one corporate officer from each of the following two groups: Group A Group B Chairman, President, or Vice-President Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: _____________________________ Deputy / Assistant City Attorney Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 8 City Attorney Approved 12/18/2025 EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Type of Work to be Subcontracted Business Name and Address DIR Registration No. & Expiration Date License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than 50% of the work with its own forces. Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 0 Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 9 City Attorney Approved 12/18/2025 EXHIBIT B Scope of Work Summary: Imperial Sprinkler Supply will furnish and install two Calsense CS3000 irrigation controllers: • An 8-station controller with a Strong Box enclosure will be installed at the landscape median near 3624 College Blvd. • A 48-station controller with a stainless-steel enclosure will replace the damaged CS2000 controller at the landscape median near 3493 Melrose Drive. Both controllers will be preassembled offsite, installed and powered onsite, and tested for full functionality. Each will include a GR stubby antenna and a prepaid cellular data plan. 8-Station Calsense Controller: ITEM NO. QTY DESCRIPTION PRICE 1 1 CS3-8-SB18SS-RETRO 8-station base model CS3000 to install in existing StrongBox SB-18SS stainless-steel Strong Box enclosure. Supp#: CS3-8-SB18SS-RETRO $ 3,422.14 2 1 CALSENSE 4G LTE CELLULAR MODEM FOR CS3000 CONTROLLER, INCLUDES GR-STUBBY ANTENNA AND PREPAID 10-YEAR DATA PLAN Supp#: CS3-GR-BUNDLE-2 $2,722.66 3 1 18" x 36" x 12" STRONG BOX CONTROLLER ENCLOSURE Supp#: SB-18SS $1,950.59 4 1 MISCELLANEOUS $75.00 5 5 ITS ASSEMBLY LABOR FOR INSTALLATION $451.40 6 7 FIELD LABOR INSTALLATION $1,260.00 LABOR SUBTOTAL $1,711.40 TAXABLE SUBTOTAL $8,170.39 SALES TAX (7.75%) $633.23 8-STATION CALSENSE CONTROLLER TOTAL $10,515.02 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 10 City Attorney Approved 12/18/2025 48-Station CS3000 Calsense Controller: ITEM NO. QTY DESCRIPTION PRICE 1 1 CALSENSE UPGRADE EXISTING CONTROLLER IN HEAVY-DUTY STAINLESS-STEEL Supp#: CS3-S-UPGRADE $2,089.22 2 1 CALSENSE TRANSFER EXIST 48 STAT CONTR CS3 UPGRADE Supp#: CSEUPGRADE48STATION $402.64 3 1 CS3-LR-TO-GR-BNDL-LIFE Trade-in for existing LR devices only. 4G LTE cellular modem for CS3000 to provide communication with cloud-based Command Center Online web application. Includes GRSTUBBY antenna and prepaid data plan for 1- cellular modem communicating with 1 controller, for the life of the modem. Non-cancellable and non-refundable. Must include customer/job location. Supp#: CS3-LR-TO-GR-BNDL-LIFE $1,113.95 4 1 CALSENSE CS3000 STAINLESS STEEL ENCLOSURE 1 ANT Supp#: CS3-SSE1 $4,625.79 5 1 MISCELLANEOUS $75.00 6 5 ITS ASSEMBLY LABOR FOR INSTALLATION $451.40 7 7 FIELD LABOR INSTALLATION 1,260.00 8 1 LABOR CHARGE $760.00 LABOR SUBTOTAL $2,471.40 TAXABLE SUBTOTAL $8,306.60 SALES TAX (7.75%) $643.77 48-STATION CALSENSE CONTROLLER TOTAL $11,421.77 TOTAL CONTRACT COST* $21,936.79 *Includes taxes, applicable prevailing wage, fees, expenses and all other costs. Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 11 City Attorney Approved 12/18/2025 EXHIBIT D In-Use Off-Road Diesel-Fueled Fleet Regulation Requirements CARB implemented amendments to the In-Use Off-Road Diesel Fueled Fleets Regulations that apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. More information about the requirements can be found at https://ww2.arb.ca.gov/our-work/programs/use-road-diesel-fueled-fleets-regulation Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. The City is a “Public Works Awarding Body,” as that term is defined under Title 13 California Code of Regulations Section 2449(c)(46). Accordingly, the Contractor must submit, with their pre-award contract documents, valid Certificates of Reported Compliance (CRC) for the Contractor’s fleet, and for the fleets of any listed subcontractors (including any applicable leased equipment or vehicles). Failure to provide a valid CRC, will limit the city’s ability to proceed with awarding this Contract. Contractor has an on-going obligation for term of this Agreement to provide copies of Contractor’s, as well as all listed subcontractors, most recent CRC issued by CARB. Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor’s and subcontractors’ fleet including, without limitation, CRC, fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep or maintain pursuant to the Regulation upon two (2) calendar days’ notice from the City. Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Tracking #: CALSENSE CONTROLLER AND ENCLOSURE REPLACEMENT PROJECT CONT. NO. PR-MPW-26003P Page 12 City Attorney Approved 12/18/2025 EXHIBIT D (CONT.) IN-USE OFF-ROAD DIESEL-FUELED FLEET REGULATION CERTIFICATION Contractor hereby acknowledges that they have reviewed the CARB’s policies, rules and regulations and are familiar with the requirements of In-Use Off-Road Diesel-Fueled Fleet Regulation. Contractor hereby certifies, subject to the penalty of perjury, that the option checked below relating to the Contractor’s fleet, and/or that of their subcontractor(s) (“Fleet”) is true and correct: ☐ The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. ☐ The Fleet is exempt from the Regulation under Section 2449.1(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. ☐ Contractor and/or their subcontractor is unable to procure R99 or R100 renewable diesel fuel as defined in the Regulation pursuant to Section 2449.1(f)(3). Contractor shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i.e., third party correspondence or vendor bids). ☐ The Fleet is exempt from the requirements of the Regulation pursuant to Section 2449(i)(4) because this Project has been deemed an “emergency”, as that term is defined in Section 2449(c)(18). Contractor shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to Section 2449(i)(4). ☐ The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name of Contractor: Imperial Sprinkler Supply, LLC Signature: Name: Title: Branch Manager Date: Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 4/14/2026 Alejandro Rojas X ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) 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 AGG $JECT OTHER:$ 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 LIMIT $DESCRIPTION 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. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE Lockton Companies, LLC DBA Lockton Insurance Brokers, LLC in CA CA license #0F15767 3280 Peachtree Rd. NE, Ste. 1000 Atlanta GA 30305 (404) 460-3600 Imperial Sprinkler Supply, LLC dba Imperial Sprinkler Supply & Imperial Technical Services 7440 State Highway 121 McKinney TX 75070 ACE American Insurance Company 22667 ACE Fire Underwriters Insurance Company 20702 ACE Property and Casualty Insurance Company 20699 Indemnity Insurance Co of North America 43575 X X 5,000,000 5,000,000 XXXXXXX 5,000,000 10,000,000 10,000,000 X 5,000,000 XXXXXXX XXXXXXX XXXXXXX XXXXXXX X X X 25,000 5,000,000 5,000,000 XXXXXXX N X 1,000,000 1,000,000 1,000,000 A ISA H11372788 3/1/2026 3/1/2027 A HDO G49380021 3/1/2026 3/1/2027 C XEUG48967474 002 3/1/2026 3/1/2027 A WLR C72805938 (AZ & GA) 3/1/2026 3/1/2027BWLR C7280594A (AOS) 3/1/2026 3/1/2027DSCF C72805951 (WI)3/1/2026 3/1/2027AWCU C72805963 (WA) 3/1/2026 3/1/2027 3/1/2027 1455347 Y Y N N N N Y 4/7/2026 22347418 22347418 XXXXXXX City of Carlsbad 1200 Carlsbad Village Dr Carlsbad CA 92008 THIS CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICATES FOR THIS HOLDER, APPLICABLE TO THE CARRIERS LISTED AND THE POLICY TERM(S) REFERENCED. The City of Carlsbad, its officials, employees & volunteers are included as additional insured on a primary and non-contributory basis with respects to General Liability as required by written contract. Waiver of Subrogation applies in favor of additional insured as required by written contract as respect General Liability and Workers Compensation Liability, subject to terms, conditions and exclusions where applicable by state law. 30 Day Notice of Cancellation/Non-renewal, except 10 days for nonpayment of premium, to the certificate holder when required by written agreement. X See Attachments Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 ACORD® I ~ I ~ □ □ ~ ~ Fl □ □ ~ f--- ~ - f--- ~ H I I I I I □ ADDITIONAL INSURED – LOIMWITNEERD SP,R LOEDSSUECETS W OITRH CDORNAWTRAALC ETXOPRESN –S ES CEHNEDDOURLSEEDM PEENRTSON OR ORGANIZATIONADDITIONAL INSURED – OWNERS, LESSEES ORCONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s)Location(s) Of Covered Operations Any Owner, Lessee or Contractor whom you have agreed to include as an additional insured under a written contract, provided such contract was executed All locations where you are performing ongoing operations for such additional insured pursuant to any such written contract.prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you arerequired by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to theseadditional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 1 POLICY NUMBER: HDO G49380021 Endorsement Number: 1 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Attachment Code: D687447 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 Attachment Code: D687447 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 ADDITIONAL INSULIRMEIDTE –D O PWRNOEDRUSC, TL EWSISTHEEDSR AOWRA CLO ENXTPREANCSTEO ERNSD –O CROSMEMPLEENTTED OPERATIONSADDITIONAL INSURED – OWNERS, LESSEES ORCONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s)Location And Description Of Completed Operations Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to All locations where you perform work for such additional insured pursuant to any such written contract.the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended toinclude as an additional insured the person(s) ororganization(s) shown in the Schedule, but onlywith respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is B. With respect to the insurance afforded to theseadditional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured isrequired by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. required by a contract or agreement, theinsurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 2 POLICY NUMBER: HDO G49380021 Endorsement Number: 11 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Attachment Code: D687448 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 PRIMARY AND NONCONTRIBUTORY – OTHER INSURANCE CONDITIONPRIMARY AND NONCONTRIBUTORY – OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 2 POLICY NUMBER: HDO G49380021 Endorsement Number: 20 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Attachment Code: D687479 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION)WAIVER OF TRANSFER OF RIGHTS OF RECOVERYAGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s):Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer OfRights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery against the person(s)or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 2 POLICY NUMBER: HDO G49380021 Endorsement Number: 18 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Attachment Code: D687480 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Named Insured SRS Distribution, Inc. Endorsement Number 17 Policy Symbol HDO Policy Number G49380021 Policy Period 03/01/2026 to 03/01/2027 Effective Date of Endorsement Issued By (Name of Insurance Company) ACE American 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. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERICIAL GENERAL LIABILITY COVERAGE FORM BUSINESS AUTOMOBILE COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY POLICY EXCESS GENERAL LIABILITY POLICY RAILROAD PROTECTIVE LIABILITY COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM A.EARLIER NOTICE OF CANCELLATION For any statutorily permitted reason, other than nonpayment of premium, the minimum number of days required for notice of cancellation as provided in either the Cancellation Condition of the policy or as amended by any applicable state cancellation endorsement is increased to 90 days. If the state cancellation endorsement provides for more than the number of days notice of cancellation shown above, this provision does not apply. B.EARLIER NOTICE OF NON-RENEWAL If we decide not to renew this policy for any reason other than nonpayment of premium, the minimum number of days for notice of non-renewal as provided by any applicable state non-renewal endorsement is increased to 90 days. If the state non-renewal endorsement provides for more than the number of days notice of non-renewal shown above, this provision does not apply. Authorized Representative ALL-10617b (06/14)©Chubb. 2016. All rights reserved.Page 1 of 1 2 EARLIER NOTICE OF CANCELLATION AND NON-RENEWAL ENDORSEMENTEARLIER NOTICE OF CANCELLATION AND NON-RENEWAL ENDORSEMENT Attachment Code: D687482 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 ---,- ---,- I I Named Insured SRS DISTRIBUTION, INC. 7440 S HWY 121 MCKINNEY TX 75070 Endorsement Number Policy Number Symbol: WLR Number: C7280594A Policy Period 03-01-2026 TO 03-01-2027 Effective Date of Endorsement 03-01-2026 Issued By (Name of Insurance Company) INDEMNITY INS. CO. OF NORTH AMERICA 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. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.150(6) of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto) and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto). According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenforceable except that, subject to the Acts, a contract may require waiver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. Authorized Agent WC 00 03 13 (11/05)© Copyright 1983–2017 National Council on Compensation Insurance, Inc. All Rights Reserved. Workers' Compensation and Employers' Liability Policy Attachment Code: D687483 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Named Insured SRS DISTRIBUTION, INC. 7440 S HWY 121 MCKINNEY TX 75070 Endorsement Number Policy Number Symbol: WLR Number: C72805938 Policy Period 03-01-2026 TO 03-01-2027 Effective Date of Endorsement 03-01-2026 Issued By (Name of Insurance Company) ACE AMERICAN 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. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.150(6) of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto) and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto). According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenforceable except that, subject to the Acts, a contract may require waiver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. Authorized Agent WC 00 03 13 (11/05)© Copyright 1983–2017 National Council on Compensation Insurance, Inc. All Rights Reserved. Workers' Compensation and Employers' Liability Policy Attachment Code: D687484 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Workers' Compensation and Employers' Liability Policy Named Insured SRS DISTRIBUTION, INC. 7440 S HWY 121 MCKINNEY TX 75070 Endorsement Number Policy Number Symbol: WLR Number: C7280594A Policy Period 03-01-2026 TO 03-01-2027 Effective Date of Endorsement 03-01-2026 Issued By (Name of Insurance Company) INDEMNITY INS. CO. OF NORTH AMERICA 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. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas 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. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the schedule. Schedule 1.( ) Specific Waiver Name of person or organization: ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium:$12,489 Authorized Representative WC 42 03 04B (06/14)© Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS Attachment Code: D687486 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Named Insured SRS DISTRIBUTION, INC. 7440 S HWY 121 MCKINNEY TX 75070 Endorsement Number Policy Number Symbol: WLR Number: C7280594A Policy Period 03-01-2026 TO 03-01-2027 Effective Date of Endorsement 03-01-2026 Issued By (Name of Insurance Company) INDEMNITY INS. CO. OF NORTH AMERICA 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. EARLIER NOTICE OF CANCELLATION OR NONRENEWAL PROVIDED BY US A. Under Condition D. Cancellation of Part Six, the time period is amended as follows: We may cancel this policy by mailing or delivering to you written notice of cancellation at least: 1. 10 days before the effective date of cancellation if we cancel for non-payment of premium; or 2. 90 days before the effective date of cancellation if we cancel for any other reason. B. Under Part Six - Conditions of the policy, the following is added: Notice of Nonrenewal When we do not renew this policy, we will mail or deliver to you written notice of the nonrenewal at Least 90 days before the expiration date. Mailing that notice to you at your mailing address shown in Item 1 of the Information Page will be sufficient to prove notice. State Exceptions California Not Applicable Authorized Representative       Workers' Compensation and Employers' Liability Policy Attachment Code: D687488 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Named Insured SRS DISTRIBUTION, INC. 7440 S HWY 121 MCKINNEY TX 75070 Endorsement Number Policy Number Symbol: WLR Number: C72805938 Policy Period 03-01-2026 TO 03-01-2027 Effective Date of Endorsement 03-01-2026 1. 2. 90 days before the effective date of cancellation if we cancel for any other reason. 10 B. Under Part Six - Conditions of the policy, the following is added: Notice of Nonrenewal When we do not renew this policy, we will mail or deliver to you written notice of the nonrenewal at days before the effective date of cancellation if we cancel for non-payment of Least 90 days before the expiration date. Mailing that notice to you at your mailing address Issued By (Name of Insurance Company) ACE AMERICAN 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. EARLIER NOTICE OF CANCELLATION OR NONRENEWAL PROVIDED BY US A. Under Condition D. Cancellation of Part Six, the time period is amended as follows: We may cancel this policy by mailing or delivering to you written notice of cancellation at least: shown in Item 1 of the Information Page will be sufficient to prove notice. State Exceptions California Not Applicable Authorized Representative WC 99 06 45 (Ed. 6-11) premium; or Workers' Compensation and Employers' Liability Policy Attachment Code: D687489 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 EARLIER NOTICE OF CANCELLATION AND NON-RENEWAL AGREEMENT – WISCONSINWorkers' Compensation and Employers' Liability Policy Named Insured SRS DISTRIBUTION, INC. 7440 S HWY 121 MCKINNEY TX 75070 Endorsement Number Policy Number Symbol: SCF Number: C72805951 Policy Period 03-01-2026 TO 03-01-2027 Effective Date of Endorsement 03-01-2026 Issued By (Name of Insurance Company) ACE FIRE UNDERWRITERS INS CO 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. EARLIER NOTICE OF CANCELLATION AND NON-RENEWAL AGREEMENT – WISCONSIN This agreement applies only to the insurance provided by the policy because Wisconsin is shown in Item 3.A of the Information Page. A. EARLIER NOTICE OF CANCELLATION For any statutorily permitted reason, other than nonpayment of premium, the minimum number of days required for notice of cancellation as provided in either the Cancellation Condition of the policy or as amended by any applicable state cancellation endorsement is increased to 90 days. If the state cancellation endorsement provides for more than the number of days notice of cancellation shown above, this provision does not apply. B. EARLIER NOTICE OF NON-RENEWAL If we decide not to renew this policy for any reason other than nonpayment of premium, the minimum number of days for notice of non-renewal as provided by any applicable state non-renewal endorsement is increased to 90 days. If the state non-renewal endorsement provides for more than the number of days notice of non-renewal shown above, this provision does not apply. In accordance with instructions from the Wisconsin Compensation Rating Bureau (WCRB) this agreement is not to be filed with the WCRB but maintained in the underwriting file. Failure to abide by this agreement may result in administrative action by the Wisconsin Office of the Commissioner of Insurance. [Authorized Agent WC 99 06 98 (11/05) [ Attachment Code: D687490 Certificate ID: 22347418 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 Docusign Envelope ID: 148871B3-A6DE-4CE3-B519-2C49AAD1CB21 HERITAGE ~__,FAMILY OF COMPANIES Dustin Gunderson Vice President and General Counsel 469-815-5528 Direct duslin.g unden,on a r.,di!>tnbut,on.com DISTRIBUTION Apri l I , 2026 City of Carl sbad Delegat ion of A uthori ty L ette r RE: Delegati on of Authority for lmperial prinkler Supply, LLC (' .. I S'') To wl1 on1 it ma y concern: T hi letter formali zes delega tion of au tho rity to Alejandro Rojas to ign documen ts and ac t as I ' agent regarding contracts witl1 the City of Carlsbad . Thi s delegati on of autho rity may be revoke d im mediately \Vith" r itten notice (e -mail noti ce bein g s ufficient) by tl1e signer or a ny ot her aut hor ize d officer of ISS or is at1t ornaticall y re, oked i f empl oyment i terminated. in cerely , Du tin Gunde r 011 Vice Pre sident and Secreta ry of Imper ial Sp rin kler Supply, LLC ' • 7 40 tale Higl1,va}' 121 • f'.lcKinney, TX 75070 • 214-491-41 l9 ~fain · 2J4-.:t 9 1-+l 56 fax • •