Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Knorr Systems Inc; 2019-12-05; PKRC10241
Tracking#: CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT MONROE STREET POOL LIGHT FIXTURE REPAIR; CONT. NO. PKRC10241 This agreement is made on the '$:t\.,v day of U( e\N\!lAC . 2oll_. by the City of Carlsbad. California. a municipal corporation. (hereinafter called "City"), and Knorr Systems. Inc. whose principal place of business is 2221 Standard Ave .. Santa Ana. CA 92702 (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: Tracy Stayton (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. MONROE STREET POOL LIGHT FIXTURE REPAIR CONT. NO. PKRC10241 Page 1 of6 City Attorney Approved 1/25/2019 Tracking#: 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: Jr;;:;: ~~ Print Name: -el,cyqc( ""?c kx.-d- 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. 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 MONROE STREET POOL LIGHT FIXTURE REPAIR CONT. NO. PKRC10241 Page 2 of6 City Attorney Approved 1/25/2019 Tracking#: 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 fifteen (15) working days after receipt of Notice to Proceed. Completion: to Proceed. Contractor agrees to complete work within thirty (30) working days after receipt of Notice CONTRACTOR'S INFORMATION. II II II II II II II Knorr Systems, Inc. (name of Contractor) 562312 (Contractor's license number) C-61/D35 exp date 3/31/2021 (license class. and exp. date) 1000004538 (DIR registration number) 6/30/2022 (DIR registration exp. date) MONROE STREET POOL LIGHT FIXTURE REPAIR CONT. NO. PKRC10241 Page 3 of6 2221 Standard Avenue (street address) Santa Ana, CA 92707 (city/state/zip) 714-754-4044 (telephone no.) 714-754-1405 (fax no.) tima2@knorrsystems.com (e-mail address) City Attorney Approved 1/25/2019 Tracking#: 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 By: (print name/title) By: (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: Manager, Deputy City Manager r Department Director as authorized by the City Manager A?)y,T: ( ) ~i-u1Lu:~r BARBARA ENGLESON City Clerk If required by City, proper notarial acknowledgment of execution by Contractor must be attached. ~ 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: MONROE STREET POOL LIGHT FIXTURE REPAIR CONT. NO. PKRC10241 Page 4 of 6 City Attorney Approved 1/25/2019 Tracking#: 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 be Subcontracted Total% Subcontracted: __ /v'._~_A-__ _ I MONROE STREET POOL LIGHT FIXTURE REPAIR CONT. NO. PKRC10241 Page 5 of6 DIR Registration No. License No., % of Classification & Total Exoiration Date Contract City Attorney Approved 1/25/2019 • Tracking#: EXHIBIT B Knorr Systems, Inc. will replace 17 failed underwater light fixtures at Monroe Street Pool as follows; Knorr personnel will use SCUBA to access underwater lights, remove and dispose of the 17 failed light fixtures. New fixture cables will be pulled through the existing conduit and connected to the existing junction box power supply, and the new LED light fixtures will be mounted into the existing light niches. The new lights will be tested for proper operation upon completion of the installation. JOB QUOTATION "' ITEM DESCRIPTION PRICE NO., 1 TO REPLACE (17) UNDERWATER LIGHT FIXTURES, AS $18,420.40 FOLLOWS; USE S.C.U.B.A. TO ACCESS UNDERWATER LIGHTS, REMOVE & DISPOSE OF {17) EXISTING LIGHT FIXTURES, PULL NEW FIXTURE CABLES THROUGH EXISTING CONDUIT, CONNECT NEW LED LIGHT CABLES TO EXISTING JUNCTION BOX POWER SUPPLY, MOUNT NEW FIXTURES INTO EXISTING LIGHT NICHES, AND TEST LIGHTS FOR PROPER OPERATION. IF EXITING LIGHT CABLES BREAK DURING REMOVAL, OR IF EXISTING CONDUIT IS DAMAGED, A SUPPLEMENTAL PROPOSAL WILL BE SUBMITTED FOR ANY ADDITION LABOR & MATERIALS REQUIRED. THIS QUOTATION DOES NOT INCLUDE ELECTRICAL TROUBLESHOOTING, SHOULD EXISTING ELECTRICAL OR GROUNDING ISSUES PREVENT OPERATION OF NEW LIGHT FIXTURES, ANY TROUBLESHOOTING NEEDED CAN BE SUPPLIED ON A TIME & MATERIALS BASIS. 2 Sales Tax $725.82 TOTAL* $19,146.22 *Includes taxes, fee's, expenses and all other costs. Agreement amount shall not exceed $17,044.07 MONROE STREET POOL LIGHT FIXTURE REPAIR CONT. NO. PKRC10241 Page 6 of6 City Attorney Approved 1/25/2019 Tracking#: EXHIBIT B Knorr Systems, Inc. will replace 17 failed underwater light fixtures at Monroe Street Pool as follows; Knorr personnel will use SCUBA to access underwater lights, remove and dispose of the 17 failed light fixtures. New fixture cables will be pulled through the existing conduit and connected to the existing junction box power supply, and the new LED light fixtures will be mounted into the existing light niches. The new lights will be tested for proper operation upon completion of the installation. JOB QUOTATION ITEM DESCRIPTION PRICE NO. 1 TO REPLACE {17) UNDERWATER LIGHT FIXTURES, AS $18,420.40 FOLLOWS; USE S.C.U.B.A. TO ACCESS UNDERWATER LIGHTS, REMOVE & DISPOSE OF {17) EXISTING LIGHT FIXTURES, PULL NEW FIXTURE CABLES THROUGH EXISTING CONDUIT, CONNECT NEW LED LIGHT CABLES TO EXISTING JUNCTION BOX POWER SUPPLY, MOUNT NEW FIXTURES INTO EXISTING LIGHT NICHES, AND TEST LIGHTS FOR PROPER OPERATION. IF EXITING LIGHT CABLES BREAK DURING REMOVAL, OR IF EXISTING CONDUIT IS DAMAGED, A SUPPLEMENTAL PROPOSAL WILL BE SUBMITTED FOR ANY ADDITION LABOR & MATERIALS REQUIRED. THIS QUOTATION DOES NOT INCLUDE ELECTRICAL TROUBLESHOOTING, SHOULD EXISTING ELECTRICAL OR GROUNDING ISSUES PREVENT OPERATION OF NEW LIGHT FIXTURES, ANY TROUBLESHOOTING NEEDED CAN BE SUPPLIED ON A TIME & MATERIALS BASIS. 2 Sales Tax $725.82 TOTAL* $19,146.22 *Includes taxes, fee's, expenses and all other costs. Agreement amount shall not exceed $19,146.22 MONROE STREET POOL LIGHT FIXTURE REPAIR CONT. NO. PKRC10241 Page 6 of 6 City Attorney Approved 1/25/2019 ACORD9 CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/OD/YYYYI ~ 08/05/2019 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 pollcy(les) 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(sl. PRODUCER ~~~t"' Marsh USA, Inc. r.~£>NJ_ ~~,. I ff.~ ., ... Two AHianca Center 3560 Lenox Road, Suite 2400 ~~~~~~. Atlanta, GA 30326 Attn: Atlanta.CertRequest@marsh.com / Fax: 212-946-4321 INSURER/SI AFFORDING COVERAGE NAIC# CN102326389-CAS.-GAUWX-19-20 INSURER A : Evanston Insurance Comnanv 35378 INSURED INSURER B : ACE Pro=rlv And Casua/lv Ins Co 20699 Knorr Systems, Inc. 25666 Atlention: Maria Townson INSURER c : The Travelers lndemnitv Comnanv of America 2221 S. Standard Ave. INSURER D: Travelers """"'rtv casuaJtv Comnanv Of America 25674 Santa Ana, CA 92707 INSURER E : National Union Fire Ins Co. of Piltsburnh PA 19445 INSURER F : The Charter Oak Fire ln°uranc0 Co. 25615 COVERAGES CERTIFICATE NUMBER· ATL-004733402-14 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 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. INSR TYPE OF INSURANCE ,,.uDL SuBR ,;~h\%~, l,~3l-6%~, LIMITS I TR , ... ._ '···-POLICY NUMBER A X COMMERCIAL GENERAL LIABILITY MKLV2PBC000367 08/01/2019 08/01/2020 EACH OCCURRENCE $ 2,000,000 -0 Cl.AIMS-MADE 0 OCCUR ~~~~~~l'?c~"~~~ncel $ 100,000 X SIR $50,000 Per 0cc. MED EXP I Arn, one oerson) $ EXCLUDED PERSONAL & ADV INJURY $ 2,000,000 ,-- GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 Fl POLICY 0 m?,: □ LOC PRODUCTS-COMPIOPAGG $ 4,000,000 OTHER: POLICY AGGREGATE $ 10,000,000 D AUTOMOBILE LIABILITY T J-CAP-90897065TIL-19 08/()1/2019 08/01/2020 n,~~~':!f.'?,~INGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY (Per person) $ -Ov.NED -SCHEDULED -AUTOS ONLY -AUTOS BODILY INJURY (Per accldentl $ HIRED NON-OV>NED !'"~i?~!=_fIT_"._)?AMAGE $ -AUTOS ONLY -AUTOS ONLY Comp./Coll. Oed.: $1,000 $ 8 X UMBRELLA LIAB MOCCUR XOOG71549501 001 08/()1/2019 08/()1/2020 EACH OCCURRENCE $ 10,000,000 - EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 / OED I X I RETENTION s 25 000 $ F WORKERS COMPENSATION UB-2N106953-19-51-R UO/Ul/lUl~ 08/()1/2020 X I ~~~Tl IT~ I I OTH- AND EMPLOYERS' LIABILITY ER C YIN UB-2N159031-19-51-K 08/()1/2019 08/()1/2020 ANYPROPRIETOR/PARTNERIEXECUTIVE 0 E.L EACH ACCIDENT $ 1,000,000 D OFFICER/MEMBER EXCLUDED? NIA UB-7J602089-19-14-G 08/()1/2019 08/()1/2020 (Mondotory In NH) E.L. DISEASE· EA EMPLOYE! $ 1,000,000 ~i;Mrtri~ ~~PERATIONS below (See Addilional Page.) E.L. DISEASE· POLICY LIMIT $ 1,000,000 E Excess Umbrella BE 015899319 08/()1/2019 08/()1/2020 Each Occurrence 15,000,000 ✓ Aggregate 15,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES {ACORD 101, Addltlonal Ramarka Schedule, may b• attached If more apace la required) RE: All Jobs . City of Carlsbad Is listed as additional Insured In regards to services durtng each project perfocmed by lhe Insured, on a primary and non-contributory basis via CG 2010 & CG 2037, where required by wrillen conlracl. . A Waiver of Subrogation applies in favor of Jhe additional Insured on the WOlkers Compensation policy where required by written contract. CERTIFICATE HOLDER CANCELLATION Ci<y of cartsbad SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE c/o Parks & Recreation Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 6565 Alicante Road ACCORDANCE WITH THE POLICY PROVISIONS. Ca<lsbad, CA 92009 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. I Manashl Mukherjee JwlD_,v..oo._,,. ~ © 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: ....;C:..;.N..;..1;_..:;0.;;;:.23.:.:2:..:6....:.3.:..89:._ __________ _ LOC #: Atlanta ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Marsh USA, Inc. Knorr Systems, Inc. Al1ention: Maria Townson POLICY NUMBER 2221 S. Standard Ave. Santa Ana, CA 92707 CARRIER I NAICCODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers' CompensaUon (ConUnued): UB-2N106953-19-51-R (AZ, FL, OR, WI) UB-2N159031-19-51-K (AK ALCO GA IA ILIN KS KY MD Ml MN MO MT NC ND NENV NY OH OKPA PR SC TN TXUTVA WA WY) UB-7J602089-19-14-G (AZ CA COCT FLGA ID ILIN KS MD Ml MN MO MT NC NH NM NV NYOKOR PA SC TN TX WV) Page 2 of 2 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD INSURED: PLAYCORE HOLDINGS, INC. EFFECTIVE DATES: 08-01-2019 -08-01-2020 POLICY NUMBER: MKLV2PBC000367 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLE~E 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 Ornanization(s) Location(s) Of Covered Operations Blanket as required by written contract As per written contract Information reauired to comolete this Schedule if not shown abo1,,e 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 ad1,,ertising 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 abo\.e. Howe1,,er: 1. The insurance afforded to such additional insured only applies to the extent permitted Of law; and 2. If co1,,erage provided to the additional insure:l is required by a contract or agreement, the insurance afforded to such additional insure:l will not be broader than that which you are required 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 sennce, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the co1,,ered 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. CG 20 10 0413 © Insurance Sennces Office, Inc., 2012 Page 1 of2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most VJe 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 shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page2of2 © Insurance Services Office, Inc., 2012 CG 2010 0413