Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
JMG Security Systems Inc; 2018-03-22; PWM18-127GS
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# 2018-0278078 1111111111111111111111111111111111111111111111111111111111111111111111 Jul 09, 2018 11 :01 AM OFFICIAL RECORDS Ernest J. Dronenburg, Jr , SAN DIEGO COUNTY RECORDER FEES $0.00 (SB2 Atkins: $0.00) PAGES: 2 Space above this line for Recorder's use. PARCEL NO: 204-100-06-00 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 April 19, 2018. 6. The name of the contractor for such work or improvement is JMG Security Systems, 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 Name: Senior Center Secure Access Improvements Agreement No. PWM18-127GS. 8. The street address of said property is 799 Pine Avenue, in the City of Carlsbad. 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; of said City on J,.v::,....a,_ / ':/ . 20 / 'i? , 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 <:S, .tN2 f).S, 2018, at Carlsbad, California. cr::D J:ril7!1~ hM.BARBARA ENGLESON fl-' Dty Clerk CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS JMG Security Systems, Inc. has completed the contract work required for PWM18-127GS: Senior Center Secure Access Improvements. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS (Specify if City or CMWD) Installing access control card readers and door controller. VALUE $24,550.00 CERTIFICATION OF COMPLETION OF IMPROVEMENTS ~<\~\~\!\ 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. re~ -~~/;4/._____,~ __ C ty Manager Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By: cil~ Deputy City Attorney F:\NOC'c\NOC -Senior Center Secure Access Improvements (JMG}IAPI -Senior Center Secure Access Improvements (JMG} doc CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT SENIOR CENTER SECURE ACCESS IMPROVEMENTS PWM18-127GS This agreement is made on the QJ.D-d._ day of L{(l~ , 2018, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and JMG Security Systems, Inc., a California corporation whose principal place of business is 17150 Newhope Street, Ste 109, Fountain Valley, CA 92708 (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: Brian Bacardi (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. Senior Center Secure Access Improvements Page 1 of 6 City Attorney Approved 9/27 /16 PWM18-127GS 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 debarmen another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontr !=lrticipating 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. Senior Center Secure Access Improvements Page 2 of 6 City Attorney Approved 9/27/16 PWM18-127GS 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 forty (40) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. JMG SECURITY SYSTEMS INC., a California corporation Ill Ill Ill Ill (name of Contractor) 575070 (Contractor's license number) C-7, C-10 8/31/19 (license class. and exp. date) 1000005703 (DIR registration number) 6/30/18 (DIR registration exp. date) Senior Center Secure Access Improvements Page 3 of 6 17150 Newhope Street, Ste 109 (street address) Fountain Valley, CA 92708 (city/state/zip) 760-497-8820 (telephone no.) 714-545-0352 (fax no.) mtremblay@jmgsecurity.com (e-mail address) City Attorney Approved 9/27/16 PWM18-127GS 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 JMG SECURITY SYSTEMS INC., a California corporation ~_,,--= By: (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California By: ffl~ j,u}H7n#-r j(/~6'4~ Elaine Lukey / Pu ic W rks Director as authorized by ttie City Manager (print name/title) By: (sign here) /"'J1c..~ C./,A;( IJ,,.-z:'vVJ~..._ (:~e_ VJ'>./4 o-o (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached . .!f._g_ 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: ______,_,C ~~~·~~~__.__..._..,,_- D6puty City Attorney Senior Center Secure Access Improvements Page 4 of 6 City Attorney Approved 9/27 /16 ~JMGSECURITY SYSTEMS Our service is your security."" • lntrusmn De-:ect·on • Frre Detecton • Video SurveJlance • kcesz Cont"'ol Corporate Resolution RESOLVED, that this corporation, JMG Security Systems, Inc .. , is hereby authorizing the below individuals to execute agreement(s) for the City of Carlsbad on behalf of the corporation. RESOLVED FURTHER, that Gil Ledesma, Vice President of Sales and Marketing, whose signature is set forth below be and is hereby authorized, directed and empowered to execute documents and deliver to the City of Carlsbad on behalf of the =0%:'1'0> C::~< Gil Ledesma, VP of Sales & Marketing RESOLVED FURTHER, that Sue Tjelmeland, the Vice President of Administration whose signature is set forth below be and is hereby authorized, directed and empowered to execute documents and deliver to the City of Carls on behalf of the Corporation. RESOLVED FURTHER, that the above individuals are authorized to act upon this resolution until written notice of its revocation is delivered to Creditor at its principal place of business in Fountain Valley, CA. I, Kenneth C. Jacobs, President/CEO of the above named corporation, do hereby certify that the foregoing is a full, true and correct copy of resolutions of the Board of Directors of said corporation duly and regularly adopted at a meeting of said Board of Directors duly and regularly held on the September 26, 2016. I further certify that said resolutions are still in full force and effect and have not been amended or revoked, and that the specimen signatures appearing above are the signatures of the officers of this corporation authorized to sign the City of Carlsbad agreement on behalf of this corporation. "RESOLVED FURTHER, that all acts and deeds done by any of such officers of this corporation for and on behalf of this corporation in entering into, executing, acknowledging or attesting any of the above referenced documents or other instruments or agreements, or in carrying out the terms and intentions of these resolutions are ratified, approved and confirmed." IN WITNESS WHEREOF, I have hereunto set my hand as CEO/President of the above corporation this 26th day o/4~S~ Kenneth C. Jacobs CEO/President JMG SECURITY SYSTEMS, INC. 7el 300--90C 456-! • Fax: 714 545 0352 • 17150 Newhope St .. Ste.103. Founta n Valley. CA 92708 www.JmgsKur1ty.com Alarm l.;c A.C03759 • Cone. Lie. 57SC70 PWM18-127GS 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 Expiration Date Contract Total % Subcontracted: ______ _ The Contractor must perform no less than fifty percent (50%) of the work with its own forces Senior Center Secure Access Improvements Page 5 of 6 City Attorney Approved 9/27 /16 PWM18-127GS EXHIBIT B Senior Center Secure Access Improvements Contractor to provide all materials, tools and labor required to install six (6 ea.) keypad/ proximity readers with electronic door hardware at the Carlsbad Senior Center located at 799 Pine Avenue, Carlsbad, CA 92008. Materials included in the project are as follows: 1 ea. -AMAG M2150-4 Reader Kit with Enclosure 1 ea. -AMAG M2150-2 Reader Kit with Enclosure 1 ea. -AMAG Network Interface Module 1 ea. -AMAG WIM2 Module 1 ea. -AMAG WIM4 Module 1 ea. -AMAG EN2DC Two (2) Door POE Controller 2 ea. -Altronix 5 AMP Door Lock Power Supplies 6 ea. -HID RPK40 Keypad/Proximity Readers * Electronic Door Hardware Included for All Six (6) Locations * Material, Labor and Programming Included * City to provide 11 0v power, plywood backboard and two (2) network connections JOB QUOTATION ITEM UNIT QTY DESCRIPTION NO. 1 LS 1 Install keypad/ proximity readers at the Senior Center TOTAL* *Includes taxes, fees, expenses and all other costs. PRICE $24,550 $24,550 Senior Center Secure Access Improvements Page 6of 6 City Attorney Approved 9/27 /16 ~JMGSECURITY SYSTEMS • Intrusion Detect,on • Fi•e Detecbon • Video Si,rve llance • Access Cont--o' our service is your security."• February 16, 2018 CITY OF CARLSBAD -799 PINE SENIOR CENTER Dear Brian, Enclosed is the updated quote for the access control expansion we reviewed. All quotes are prevailing wage. Please review the following: 1-AMAG M2150-4 Reader Kit with Enclosure 1-AMAG M2150-2 Reader Kit with Enclosure 1-AMAG Network Interface Module 1-AMAG WIM2 Module 1-AMAG WIM4 Module 1-AMAG EN2DC Two (2) Door POE Controller 2-Altronix 5 AMP Door Lock Power Supplies 6-HID RPK40 Keypad/Proximity Readers * Electronic Door Hardware Included for All Six (6) Locations * Material, Labor and Programming Included Installation & Equipment Total - System Support Warranty Monthly Fee - $24,550.00 $110.00 Exhibit "B" We will require 110v power, plywood backboard and two (2) network connections. Optional door closer for pt floor receptionist door $275.00 installation, equipment and tax. Please call me with any questions on the enclosed information at (760) 497-8820. Sincerely, Mike Tremblay, Senior Agent JMG SECURITY SYSTEMS, INC. Tel: 800-900-4564 • Fax: 714-545-0352 • 8148 Ronson Road# H, San Diego, CA 92111 www.jmgsecurity.com Corporate Office: 17150 Newhope St., Ste. 109, Fountain Valley, CA 92708 Alarm Lie ACO3759 • Cont. Lie 575070 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 10/2/2017 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 ~~~rCT Jessica Wilkison Tolman & Wiker Insurance Services LLC #OE52073 r.~~N.t "•"· (661) 616-4700 I ;ti~ Nol: (661) 616-4500 5001 California Ave. ~ifl~~ss: jwilkison@tolmanandwiker.com Suite 150 INSURER(S) AFFORDING COVERAGE NAIC # Bakersfield CA 93309 INSURER A :Steadfast Ins Co 26387 INSURED INSURER B :American Guarantee and Liabili 26247 JMG Security Systems Inc INSURER C :Everest National Ins Co 10120 17150 Newhope #109 INSURER D: INSURER E: Fountain Valley CA 92708 INC'IIDCD ~: COVERAGES CERTIFICATE NUMBER:17 /18 Master REVISION NUMBER: THlS 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE ,.,~n un,n POLICY NUMBER IM M/DDNYYYI IMM/DDNYYYI LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 4,000,000 f-----D CLAIMS-MADE [iJ OCCUR DAMAGE TO RENTED A PREMISES /Ea occurrence\ $ 100,000 ~ Errors & Omissions X EOL9322546-11 8/1/2017 8/1/2018 MED EXP (Any one person) $ 5,000 ~ $2,500 Deductible PERSONAL & ADV INJURY $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 5,000,000 R DPRO-DLoc PRODUCTS -COMP/OP AGG $ 5,000,000 POLICY JECT OTHER: Employee Dishonesty Endt $ 100,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) f----- ANY AUTO BODILY INJURY (Per person) $ f-----~ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ f-----AUTOS f-----AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS <Per accident) f-----f-----$ X UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 1 000 000 f----- B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1 000 000 OED I I RETENTION$ AUC017670503 8/1/2017 8/1/2018 $ WORKERS COMPENSATION XI ~~fTUTE I I OTH- AND EMPLOYERS' LIABILITY ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE w EL EACH ACCIDENT $ 1 000 000 OFFICER/MEMBER EXCLUDED? N/A C (Mandatory in NH) y 5300003299-1 71 8/1/2017 8/1/2018 EL DISEASE -EA EMPLOYEE $ 1 000 000 If yes, describe under DESCRIPTION OF OPERATIONS below EL DISEASE -POLICY LIMIT $ 1 000 000 A Employee Dishonesty EOL9322546-ll 8/1/2017 8/1/2018 $100,000 Limit $2,500 Deductible DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) GL: The City of Carlsbad is Additional Insured as respects to operations of the Named Insured per form (GL)UGL1175FCW0413. WC: A Waiver of Subrogation is added in favor of the Additional Insured per form (WC)WC040306. Endorsements apply only as required by current written contract on file. CERTIFICATE HOLDER CANCELLATION certificates-carlsbad@risk SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Carlsbad/CMWD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN c/o EXIGIS Insurance Compliance Services ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 4668-ECM #35050 New York, NY 10163-4668 AUTHORIZED REPRESENTATIVE I J Wilkison/ASHLES ~7~ ~~ © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) INS025 (201401) The ACORD name and logo are registered marks of ACORD POLICY #5300003299-171 WORKB=IS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC040306 WAIVE:" or oun ftlGHTTO ni:covi:n rnOM OTHE:ftS E:NDOft:SE:ME:NT- CAL.IFORNIA We have the right to recover our payments from anyone lia:>le for an injury covered by this policy. We will not enforce our right against the person or organization naned in the Schedule. (This agreement ~plies 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 otherwise due on such remuneration. PB=ISON OR ORGANIZATION Blanket where required by written contract % of the California workers' compensation prernit.m SCHEDULE JOB DESallPTlON • 1998 by the Vlb'kers' CofflH!nsatlon lnairance Rating &lreau of Calitrnla. All rights reaerved. Fran the WCIRB's Callornia Workers' Compensation Insurance Fonns Manual -1999. Additional Insured -Automatic -Owners, Lessees Or Contractors Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem EOL9322546-11 08/01/2017 08/01/2018 08/01/2017 ZURICH Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: JMG Security Systems Inc. Address (including ZIP Code): 17150 Newhope #109 Fountain Valley, CA 92708 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part <!l A. Section II -Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured 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 behatt, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-1175-F CW (04/13) Page 1 of 2 C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV - Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV -Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV -Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section Ill -Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; 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. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its pennission. U-GL-1175-F CW (04/13) Page 2 of 2