Loading...
HomeMy WebLinkAboutCOSCO Fire Protection Inc; 2020-04-23; PWM20-1094FACDOC# 2020-0492144 111111111111111111111111111111111111111111101111111 111 Aug 27, 2020 01:48 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES: $0.00 (SB2 Atkins: $0.00) PAGES 1 RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 Space above this line for Recorder's use. PARCEL NO: 212-130-31-00, 204-100-06-00, 223-617-24-00, 212-062-12-00 NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full 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 July 13, 2020. 6. The name of the contractor for such work or improvement is Cosco Fire Protection, 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. PWM20-1094FAC, Project Name: Facilities Fire Sprinkler System Repairs. 8. The street addresses of said properties are Faraday Building located at 1635 Faraday Ave., Senior Center located at 799 Pine Ave., Fire Station 6 located at 7201 Rancho Santa Fe Road, Famers Building located at 5815 El Camino Real in the City of Carlsbad. CITY OF CARLSBAD Geoff Patnoe, Assistant City Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on („SAA.--s i , 20 -7°, accepted the above described work as completed and ordered that a N6fice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on r, 20 _>e, at Carlsbad, California. CITY OF CARLSBAD il3ARA ENGLESON City Clerk Q: \ Public Works\ General Services\Agreements & Contracts \COSCO Fire Protection \ Facilities Fire Sprinkler System Repairs - PWM20-1094FAC\4. NOC\2.NOC - Facilities Fire Sprinkler System Repairs - PWM20-1094FAC.docx CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Cosco Fire Protection, Inc. has completed the contract work required for PWM20-1094FAC - Facilities Fire Sprinkler System Repairs. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS VALUE Fire Sprinkler System Repair $11,110 CERTIFICATION OF COMPLETION OF IMPROVEMENTS \JJ viV\ John Maas off, Public Works Manager Date 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. 7 (.1 Date Geoff Patnoe, Assistant City Manager APPROVED AS TO FORM: CELIA BREWER, City Attorney By: Assistant City Attorney 0:Tublic WorkMGeneral SeryiceslAgreements & Contracts1COSCO Fire ProtectiaMFacilitles Fire Sprinkler System Repairs - AWM20-1094FAC41. NOC13.API - Facilities Flre Sprinkler System Repairs - PlAX120-1094FACcicot PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 1 of 21 City Attorney Approved 1/25/2019 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT CITY OF CARLSBAD FACILITIES FIRE SPRINKLER SYSTEM REPAIRS This agreement is made on the ______________ day of _________________________, 2020, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Cosco Fire Protection, Inc., a California corporation whose principal place of business is 4990 Greencraig Lane, San Diego, CA 92123 (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: Charles Balteria (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. DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB 23rd April PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 2 of 21 City Attorney Approved 1/25/2019 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 or subcontractor from participating in contract bidding. Signature: ___________________________________ Print Name: ____ Alex Hernandez _________________ 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. DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 3 of 21 City Attorney Approved 1/25/2019 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 thirty (30) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within sixty (60) working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. Cosco Fire Protection. Inc. 4990 Greencraig Lane (name of Contractor) 577621 (street address) San Diego, CA 92123 (Contractor’s license number) C-10, C-16 9/30/21 (city/state/zip) 858-444-2000 (license class. and exp. date) 1000002305 (telephone no.) 858-444-2056 (DIR registration number) 6/30/21 (fax no.) ylopez@coscofire.com (DIR registration exp. date) (e-mail address) /// /// /// /// /// /// /// DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 4 of 21 City Attorney Approved 1/25/2019 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, COSCO FIRE PROTECTION, INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Alex Hernandez / Vice President Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name/title) By: (sign here) Roger Jump / Secretary & Treasurer (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, 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: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 5 of 21 City Attorney Approved 1/25/2019 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 be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than fifty percent (50%) of the work with its own forces DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB N/A Zero PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 6 of 21 City Attorney Approved 1/25/2019 EXHIBIT B City of Carlsbad Facilities Fire Sprinkler System Repairs Contractor to provide all tools, materials and labor to repair the fire sprinkler system deficiencies at the following City of Carlsbad facitlties: 1. Remove and replace twenety-four (24) chrome fire sprinkler heads at the Faraday Building located at 1635 Faraday Ave, Carlsbad CA, 92008. The Scope of Work shall consist of all items mentioned in the contractor’s proposal dated January 14, 2020 and is attached to this document as Exhibit “C.” 2. Remove and replace one (1) fire bell sign and twenty-three (23) brass fire sprinkler heads at the Carlsbad Senior Center located at 799 Pine Avenue, Carlsbad CA, 92008. The Scope of Work shall consist of all items mentioned in the contractor’s proposal dated January 14, 2020 and is attached to this document as Exhibit “D.” 3. Replace ten (10) concealed cover plates at Carlsbad Fire Station 6 located at 7201 Rancho Santa Fe Road, Carlsbad CA, 92009. The Scope of Work shall consist of all items mentioned in the contractor’s proposal dated December 27, 2019 and is attached to this document as Exhibit “E.” 4. Remove and replace one (1) chrome fire sprinkler head, and forty-two (42) fire sprinkler trims at the Famers Building located at 5815 El Camino Real, Carlsbad CA 92008. The Scope of Work shall consist of all items mentioned in the contractor’s proposal dated December 27, 2019 and is attached to this document as Exhibit “F.” JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Faraday Building Fire Sprinkler System Repairs $3,410 2 LS 1 Carlsbad Senior Center Fire Sprinkler System Repairs $3,550 3 LS 1 Carlsbad Fire Station #6 Fire Sprinkler System Repairs $1,231 4 LS 1 Farmers Insurance Building Fire Sprinkler System Repairs $2,919 TOTAL* $11,110 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 7 of 21 EXHIBIT C DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 8 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 9 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 10 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 11 of 21 EXHIBIT D DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 12 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 13 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 14 of 21 EXHIBIT E DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 15 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 16 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 17 of 21 EXHIBIT F DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 18 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 19 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 20 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB PWM20-1094FAC Facilities Fire Sprinkler System Repairs Page 21 of 21 DocuSign Envelope ID: ED42A33F-8969-4B57-8B0D-D13099ABA9BB -@ DATE (MM/DD/YYYY:ACORD CERTIFICATE OF LIABILITY INSURANCE ‘a8 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),AUTHORIZEDREPRESENTATIVEORPRODUCER,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). PRODUCER CONTACTMarshUSAInc.NA FAXg“6 Ottawa Avenue NW {ACNo,Ext):i (AIC,No): uleGrand Rapids,Ml 49503 ADDRESS:Attn:grandrapids.certrequest@marsh.com INSURER(S)AFFORDING COVERAGE NAIC # CN108159189-MX-GAW-20-21 SDiego INSURERA :HDI Global insurance Company 41343INSURED0FireProtection,Inc INSURER :ACE American Insurance Company 22667 4990 Greencraig Lane INSURER C :N/A NIASanDiego,CA 92123 INSURER D: INSURER : ,INSURER :COVERAGES CERTIFICATE NUMBER:CHI-009209689-03 REVISION NUMBER:3 THIS iS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATEMAYBEISSUEDORMAYPERTAIN,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 REDUCEDBYPAID CLAIMS. INSR ADDL|SUBR|POLICY EFF POLICY EXPLTRTYPEOFINSURANCEINSDwvpPOLICYNUMBER(MM/DDIYYYY)|(MM/DDIYYYY)LIMITSAXCOMMERGIALGENERALLIABILITYX'GLD1447203 01/01/2020 01/01/2021 EACH.OCCURRENCE $2,000,000DAMAGETORENTEDCLAIMS-MADE OCCUR PREMISES(Ea occurrence)$1,000,000 MED EXP (Any one person)$10,000 PERSONAL&ADVINJURY $2,000,000 GEN'L AGGREGATE LIMITAPPLIES PER:GENERALAGGREGATE $2,000,000 POLICY [x 58aESr [|vLoc PRODUCTS -COMP/OP AGG|$2,000,000 OTHER:$COMBINED SINGLE LIMITBAUTOMOBILELIABILITYISAH2528956001/01/2020 |01/01/2021 FONMent)$1,000,000 X ANY AUTO BODILY INJURY (Per person)$OWNED SCHEDULED 5ONDONLY|ScHeD BODILY INJURY(Peraccident)$ X HIRED X NON-OWNED PROPERTY DAMAGE $“|AUTOS ONLY AUTOS ONLY (Per accident)$ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED ||RETENTION $$B [WORKERSCOMPENSATION X |WLRC66042492 01/01/2020 101/01/2027 x |PERTE ||grANDEMPLOYERS'LIABILITY YIN Includes Stop GANYPROPRIETOR/PARTNER/EXECUTIVE cludes stop Gap E.L.EACHACCIDENT $1,000,000OFFICER/MEMBER EXCLUDED?NIA(Mandatory in NH)E.L.DISEASE -EA EMPLOYEE|$1,000,000ifyes,describe under 1,000,000DESGRIPTIONOFOPERATIONSbelowE.L.DISEASE -POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS /VEHICLES (ACORD101,Additional Remarks Schedule,may be attached if more spaceis required) Re:All Operations City of Carlsbadis/are included as additional insuredwhere required by written contract with respect to GeneralLiability.This insurance is primary and non-contributoryoverany existing insurance andlimited to liability arising out of the operations ofthe namedinsured subjectto policy terms and conditions.Waiver ofsubrogation is applicable where required by written contractand subjectto policyterms and conditions. CERTIFICATE HOLDER CANCELLATION City of Carisbad/CMWD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOREcloEXIGISInsuranceComplianceServicesTHEEXPIRATIONDATETHEREOF,NOTICE WILL BE DELIVERED INPOBox4668-ECM#35050 ACCORDANCEWITH THEPOLICY PROVISIONS.New York,NY 10163-4468 AUTHORIZEDREPRESENTATIVEofMarshUSAInc. Scott Pell oeOe ©1988-2016 ACORD CORPORATION.All rights reserved. ACORD25(2016/03)The ACORD nameand logoare registered marks of ACORD POLICY NUMBER GLD 1447203 HDI GLOBAL INSURANCE COMPANY IL At 4001 (06 11) THIS ENDORSEMENT CHANGESTHE POLICY.PLEASE READ IT CAREFULLY. NAMED INSURED ENDORSEMENT The Named Insured is amended to read as follows: MX HOLDINGS,US INC.MINIMAX FIRE SOLUTIONS,INC.COSCO FIRE PROTECTION,INC.FLAMEX,INC.CEP,INC..MINIMAX CHINA FIRE PROTECTION SYSTEM,INC.LIMITEDFIRETROLPROTECTIONSYSTEMSCO.,CFP FIRE PROTECTION SYSTEMS,INC.DBA ARIZONA FIRE AND SECURITYKLISTER,LLC.FIRE CALL,INC.FIRETROL PROTECTION SYSTEMS,INC.FIRETROL PROTECTION SYSTEMS,INC D/B/A ARIZONA FIRE &SECURITYPREDOMONTSOUND&SIGNAL,INC.CFP FIRE PROTECTION,INC. All other terms and conditions remain the same. THIS ENDORSEMENT MUST BE ATTACHED TO A CHANGE ENDORSEMENT WHEN ISSUED AFTER THE POLICY IS WRITTEN. Page 1 of 1 IL Al 4004 (06 11) Neer Agent NameAgentNo. HDI Global Insurance Company Named Insured MX HOLDINGS US, ENDORSEMENT INC. MARSH USA INC.OF MI (GRAP)POQ2082030 | “Policy Number GLD1447203 Effective Date:01-01-20 12:01 A.M.,Standard Time This Endorsement Changes The Policy.Please ReadIt Carefully. BLANKET ADDITIONAL INSURED -OWNERS,LESSEES ORCONTRACTORS-SCHEDULED PERSON OR ORGANIZATIONCG20101001VERSION AS PER THE WRITTEN CONTRACT (IF NO ENTRY APPEARS ABOVE,INFORMATION REQUIRED TO COMPLETE THISENDORSEMENTWILLBESHOWNINTHEDECLARATIONSASAPPLICABLETOTHISENDORSEMENT.) A.SECTION ll —WHO IS AN INSURED [S AMENDED TO INCLUDEASANINSUREDTHEPERSONORORGANIZATIONSHOWNINTHE SCHEDULE,BUTONLYWITHRESPECTTOLIABILITYARISINGOUTOFYOURONGOINGOPERATIONSPERFORMEDFORTHATINSURED.B.WITH RESPECT TO THE INSURANCE AFFORDED TO THESEADDITIONALINSUREDS,THE FOLLOWING EXCLUSION IS ADDED:2.EXCLUSIONSTHISINSURANCE DOES NOT APPLY TO “BODILY INJURY"OR "PROPERTY DAMAGE”OCCURRING AFTER: (1)ALL WORK,INCLUDING MATERIALS,PARTS OR EQUIPMENTFURNISHEDINCONNECTIONWITHSUCHWORK,ON THE PROJECT (OTHER THANSERVICE,MAINTENANCE OR REPAIRS)TO BE PERFORMED BY OR ON BEHALF OFTHEADDITIONALINSURED(S)AT THE SITE OF THE COVERED OPERATIONS HASBEENCOMPLETED;OR(2)THAT PORTION OF "YOUR WORK”OUT OF WHICH THE INJURYORDAMAGEARISESHASBEENPUTTOITSINTENDEDUSEBYANY PERSON ORORGANIZATIONOTHERTHANANOTHERCONTRACTORORSUBCONTRACTORENGAGEDINCERECRMINGOPERATIONSFORAPRINCIPALASAPARTOFTHESAME MAN-GL (01/02) eee Policy Number GLD1447203 ENDORSEMENT ,HDI Global Insurance Company Named insured MX HOLDINGS US,INC.Effective Date:01-01-20 12:01 A.M.,Standard Time Agent Name MARSH USA INC.OF MI (GRAP)Agent No.P02082030 This Endorsement Changes The Policy.Please Read it Carefully. BLANKET ADDITIONAL INSURED -OWNERS,LESSEES,ORCONTRACTORS-COMPLETED OPERATIONSCG20371001 AS PER THE WRITTEN CONTRACT (IF NO ENTRY APPEARS ABOVE,INFORMATION REQUIRED TO COMPLETETHISENDORSEMENTWILLBESHOWNINTHEDECLARATIONSASAPPLICABLETOTHISENDORSEMENT.) SECTION Ii —WHO IS AN INSURED IS AMENDED TO INCLUDE AS AN INSUREDTHEPERSONORORGANIZATIONSHOWNINTHESCHEDULE,BUT ONLY WITHRESPECTTOLIABILITYARISINGOUTOF"YOUR WORK"AT THE LOCATIONDESIGNATEDANDDESCRIBEDINTHESCHEDULEOFTHISENDORSEMENTPERFORMEDFORTHATINSUREDANDINCLUDEDINTHE"PRODUCTS-COMPLETEDOPERATIONSHAZ-ARD". MAN-GL(01/02) Le ———————— Workers’Compensation and Employers’Liability Policy Named insured Endorsement NumberMXHOLDINGSUS,INC. 153 TECHNOLOGY DRIVE SUITE 200 Policy Number IRVINE CA = 92618 Symbol:WLR Number:C66042492 Policy Period Effective Date of Endorsement01-01-2020 TO 01-01-2021 01-01-2020 Issued By (Name of Insurance Company)ACE AMERICAN INSURANCE COMPANY Insert the policy number.The remainder of the information is to be completed onlywhen this endorsementis issued subsequent to the preparation of the policy. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSENENT 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 theextentthatyouperformworkunderawrittencontractthatrequiresyoutoobtainthisagreementfromus. This agreement shail 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 RECOVERYINAWRITTENCONTRACT,PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA,UT,TX,refer to state specific endorsements. This endorsementis not applicable in KY,NH,and NJ. The endorsement does not apply to policies in Missouri where the employeris 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 employerin the construction group of codeclassifications. For Kansas,use of this endorsementis 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 Representative WC 00 03 13 (11/05)Ptd.U.S.A.Copyright 1982-83,National Council on Compensation Workers’Compensation and Employers’Liability Policy Named Insured Endorsement Number MX HOLDINGS US,INC.153 TECHNOLOGY DRIVE SUITE 200 Policy Number Policy Period Effective Date of Endorsement01-01-2020 TO 01-01-2021 01-01-2020 Issued By (Nameof Insurance Company)|ACE AMERICAN INSURANCE COMPANYInsertthepolicynumber.The remainderof the informationis to be completed only whenthis endorsementis issuedsubsequent to the preparation ofthe policy. 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. Wehave 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 Nameof person or organization: (X )Blanket WaiverAnypersonor organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: ALL OPERATIONS CONDUCTED BY AN INSURED PURSUANT TO SUCH WRITTEN CONTRACT 3.Premium: The premium chargefor this endorsement shall be 1.0 percentof 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:$9 Authorized Representative WC90 03 75 (05/18)