Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Consource One Enterprises Inc dba U.S. Coatings; 2018-05-18; PWM18-140GS
RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2018-0497574 111111111111 lllll 111111111111111 lllll 111111111111111111111111111111111 Dec 03, 2018 01 :48 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES $0.00 (8B2 Atkins: $0.00) PAGES: 1 Space above this line for Recorder's use. PARCEL NO: 209-050-26-00 NOTICE OF COMPLETION Notice is hereby given that: l. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on October 29, 2018. 6. The name of the contractor for such work or improvement is Consource One Enterprises, Inc., dba U.S. Coatings, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No.: PWM18-140GS, Project Name: Painting of 100-Yard Range Walls, at the Safety Training Center. 8. The street address of said property is 5750 Orion Street, Carlsbad, CA 92010-7201, in the City of Carlsbad. CITY OF CARLSBAD ~ -\b(scoTTc~~ City Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of r,lsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on ,-::,1), 8--9 , 20.l..Y_, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on r/ot.,;J, ~ 20 l ?, at Carlsbad, California. , cl o, CARLSBAD • ~~K 111'-~ UARBARA ENGLESON V. City Clerk \\FILES01V\Departmenls\Publ1c Works\General Services\Safety Training Center (STC)\2. Budget\2. Contract1ng\U S Coatings\Contracts\NOC\NOC -PWM18-140GS Pain• 100 Yd / J 3 O Range Walls (US Coatings) Kennedy doc -, CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Consource One Enterprises, Inc., dba U.S. Coatings, Inc. has completed the contract work required for Project No.: PWM18-140GS, Painting of 100-Yard Range Walls. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS Painting of 100-Yard Range Walls (City) $5,395.00 VALUE CERTIFICATION OF COMPLETION OF IMPROVEMENTS ~ngin~ oa\~t(l.! \~ CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. ~k1 .. ~ Scott Chadta, City M Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By~~~ Deputyity orney IIFILES01V\Departments1Publ1c Works\General Serv,ces\Safety Tra,n,ng Center (STC)l2 Budget\2 Contract,ng\U S Coat,ngs\Contracts\NOCIAPI -PWM18-140GS Pa,nt 100 Yd Range Walls (US Coatings) doc CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT PAINTING OF 100-YARD RANGE WALLS PWM18-140GS This agreement is made on the / ~ day of ___ ......,. _ ___,,..__ ____ , 2018, by the City of Carlsbad, California, a municipal corp~ation, (hereinafter called "City") and Consource One Enterprises, Inc., dba U.S. Coatings, a California corporation whose principal place of business is 3160 Camino Del Rio South, Suite 207, San Diego, CA 92108 (hereinafter called "Contractor''). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, 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: Jason Kennedy (City Project Manager) WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 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. Painting of 100 -Yard Range Walls; Contract No. 4070 Page 1 of 6 City Attorney Approved 9/27/16 PWM 18-140GS FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor r bcontr or from p icipa ·ng in contract bidding. Signature: Print Name: REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period 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 of Injuries including accidental death, to any one person in an amount not less than ........ $1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $1,000,000 Property damage insurance in an amount of not less than ........ $1,000,000 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to 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. Painting of 100 -Yard Range Walls; Contract No. 4070 Page 2 of 6 City Attorney Approved 9/27/16 PWM18-140GS INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever 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. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within sixty (60) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within seventy five (75) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. CONSOURCE ONE ENTERPRISES, INC., dba U.S. Coatings, a California corporation (name of Contractor) Ill Ill Ill Ill Ill Ill Ill 843688 (Contractor's license number) C-33 07/31/2018 (license class. and exp. date) 1000025399 (DIR registration number) 6/30/2018 (DIR registration exp. date) Painting of 100 -Yard Range Walls; Contract No. 4070 3160 Camino Del Rio South, Suite 207 Page 3 of6 (street address) San Diego, CA 92108 (city/state/zip) 619-298-9100 (telephone no.) 619-298-9103 (fax no.) mike@us-coatings.com (e-mail address) City Attorney Approved 9/27/16 PWM18-140GS AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CONSOURCE ONE ENTERPRISES, INC., dba U . COATINGS, a California corporation By: ; (sig1 here) o-~h~ . \] . (Rrint n~me/title) l By. : 1' A \J{ W J,~~ . \.. JJ /~~AA$y'-1Jt ~-'VI, q (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California By: 'bc6be_ \1 b-¾:<\ \\ ~ l\5:::,,s.\. ~<e~v'-1 (print name/title) ~ If required by City, proper notarial acknowledgment of execution by Contractor must be attached . .!f..._§ corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY~<~ Deputyrty Painting of 100 -Yard Range Walls; Contract No. 4070 Page 4 of 6 City Attorney Approved 9/27/16 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of .SA-H 'V 1EC. o On CJ;:' /J1R--I ..a~I J> before me, <]),::Jy/O 12tcs.s1:::--z..(..., ~-,~n~,dt.1°t:. (insert name and title of the officer) personally appeared 7"/t; ,cJleZ-E~ 11-tt,u.. ~t>H£)~.s-rc~ ~.111~£1LSE?V who proved to me on the basis of satisfactory evidence to be the person s whose nameds)}jll/are subscribed to the within instrument and acknowledged to me that ~/s;(e/they executed tne same in h)S/h~/their authorized capacitvUes}, and that by ~~heir signaturf([i) on the instrument the persor@ or the entity upon b~~of which the pers~ acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 1············1 , DA'/1D RUSSELL ~ ~-~:·--·. · Notari Pu.bli.c -California i 1 ~ ·-San Diego County ,. .,. · Commission # 2186449 - My Comm. Expires Mar 11, 2021 (Seal) PWM 18-140GS EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to Business Name and Address DIR Registration License No., % of be Subcontracted No. Classification & Total .A Expiration Date Contract YIMLf7 __/ ---. Total % Subcontracted: L The Contractor must perform no less than fifty percent (50%) of the work with its own forces Painting of 100 -Yard Range Walls; Contract No. 4070 Page 5 of 6 City Attorney Approved 9/27/16 ITEM UNIT QTY NO. 1 LS 1 EXHIBIT B PAINTING OF 100-YARD RANGE WALLS JOB QUOTATION DESCRIPTION Project location is the indoor 100-yard firearms range at 5750 Orion Street, Carlsbad, CA 92010. Areas to be painted are both sidewalls starting at the 75- yard firing line to the 25-yard firing line. Mask the concrete header at the top of the wall and all other equipment or areas adjacent to the ballistic rubber panels, including ceiling baffles. Mask floor and surface of baffles to prevent overspray. Apply one coat of PPG SealGrip Acrylic Primer on all surfaces of the ballistic rubber panels starting below concrete header at ceiling (top of rubber panels) to floor level. Apply one to two coats (as required to achieve full coverage) of PPG (12-510) Pro-EV Interior Enamel Latex, Color: White, to all ballistic rubber panels as described above. Cleanup and remove all masking and equipment. Touch areas as required. TOTAL* *Includes taxes, fees, expenses and all other costs. PWM 18-140GS PRICE $5,395 $5,395 Painting of 100 -Yard Range Walls; Contract No. 4070 Page6of6 City Attorney Approved 9/27/16 USCOA-1 OP ID: LB ACC,RD. CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDD/YYYY) ~ 03/28/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~2fil~CT Robert A. Cohen Benchmark Commercial Ins Srvc r .. ~N:o. "•"· 760-632-4840 IJffc Nol: 760-632-4841 Rob Cohen 2530 Gateway Road UIAlL ADDRESS: Carlsbad, CA 92009 INSURERISJ AFFORDING COVERAGE NAIC# Robert A. Cohen INSURER A: James River Casualty Co. INSURED Consource One Enterprises INSURER B: Ohio Security Ins. Co. 24082 dba: U.S. Coatings INSURER c: CompWest Insurance Company 12177 3160 Camino Del Rio South #207 San Diego, CA 92108 INSURER D: INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. 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 1~1:1 TYPE OF INSURANCE POLICYEFF POLICY EXP LIMITS man un,n POLICY NUMBER IMMIDDIYYYY) IMMIOD/YYYYl A IX COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 r--D CLAIMS-MADE ~ OCCUR y 00072976-1 07/20/2017 07/20/2018 l>~R:al,c:u 50,000 f-__EREMISES (Ea occurrence\ $ f-MED EXP (Any one person) $ 1,000 I PERSONAL & ADV INJURY $ 1,000,000 I I GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 R POLICY ~ ~f8i [ l LDC PRODUCTS • COMP/OP AGG $ 2,000,000 OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 !Eaaccidentl B X ANYAUTO BAS57600569 10/18/2017 10/18/2018 BODILY INJURY (Per person) $ ~ ALLOWNED ~ SCHEDULED BODILY INJURY (Per accident) $ AUTOS >--AUTOS L HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS tPer accidenll >-- i $ ~ UMBRELLA LIAB h OCCUR EACH OCCURRENCE $ 1,000,000 A EXCESS LIAB CLAIMS-MADE 00075472-1 07/20/2017 07/20/2018 AGGREGATE $ 1,000,000 I I OED I I RETENTION$ $ WORKERS COMPENSATION XI ~f~TUTE I I OTH- AND EMPLOYERS" LIABILITY ER C YIN y wcv 5501706 09/01/2017 09/01/2018 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE D E L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A 1,000,000 (Mandatory In NH) E L DISEASE -EA EMPLOYEE $ If yes, describe under E L DISEASE -POLICY LIMIT DE::SCRIPTIQN OF OPERATIONS below $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 1010 Addltlonal Remarks Schedule, may be attached II more space Is required) *30 days notice of cancellation will be ~iven, except in the event of non- ~ayment of premium, 10 days DNOC w, I be sent e: Paintini of 100-Yard Ra~e Walls The City of arlsbad is nam as an additional insured as their interest may appear as required by written contract. CERTIFICATE HOLDER CANCELLATION CITYOFC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE Will BE DELIVERED IN City of Carlsbad/CMWD ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS Insurance Compliance Services AUTHORIZED REPRESENTATIVE P.O. Box 4668 -ECM #35050 ~~ 1New York NY 10163-4668 © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER:00072976-1 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -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 OrAanization(s): Location(s) Of Covered Operations Where required by written contract or written agreement All operations of the Named Insureds 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) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment 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 in- tended use by any person or organization oth- er than another contractor or subcontractor engaged in performing operations for a princi- pal as a part of the same project. CG 2010 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 D POLICY NUMBER: 00072976-1 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Opera- Or Organization(s): tions Where required by written contract or written agree-All operations of the Named Insureds ment Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 37 07 04 Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organiza- tion(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location desig- nated and described in the schedule of this endorse- ment performed for that additional insured and included in the "products-completed operations hazard". © ISO Properties, Inc., 2004 Page 1 of 1 D POLICY NUMBER: 00072976-1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS Name Of Additional Insured Person(s) Or Organization(s): If no entry appears above, this endorsement applies to all Additional Insureds covered under this policy. Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5031 US 04-10 Page 1 of 1 POLICY #00072976-1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY LIMITATION -AMENDED AGGREGATE LIMITS OF INSURANCE PER PROJECT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS COMBINED LIABILITY POLICY SECTION Ill -LIMITS OF INSURANCE -The General Aggregate Limit applies separately to each "Project" of the Named Insured. Notwithstanding the application of the General Aggregate Limit to each "Project" of the Named Insured, under no circumstances will we pay more than $5,000,000 for all claims under this policy that are subject to the General Aggregate limit. For the purpose of this endorsement, the following definition is added: "Project" means all work done by you or on your behalf, away from premises owned or rented to you, to complete an individual bid or negotiated contract to provide services for a specified period of time. Multiple jobs, work orders, purchase orders, or work done at multiple "locations" under one contract are not separate "projects" within the meaning of this coverage. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5012US 12-03 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 03 13 C (Ed. 7-09) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA 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.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be $ 500 Schedule Any person or organization that you perform work for that is liable for an injury, covered by this policy, that prior to the injury has written contract requiring a waiver of our right to recover from them. Person or Organization Job Description This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective 09 / 01/2017 Policy No. WCV 5 5017 06 Endorsement No. 001 Insured CONSOURCE ONE ENTERPRISES, INC. Insurance Company COMPWEST INSURANCE COMPANY WC 99 03 13 C (Ed. 7-09) Countersigned by ___________ _