Loading...
HomeMy WebLinkAboutPro-Cal Lighting Inc; 2021-04-23; PWL21-1455FAC PWL21-1455FAC STC West Entrance Light Fixture Replacement - 1 - City Attorney Approved 2/29/2016 CITY OF CARLSBAD PUBLIC WORKS LETTER OF AGREEMENT SAFETY TRAINING CENTER (STC) WEST ENTRANCE LIGHT FIXTURE REPLACEMENT This letter will serve as an agreement between Pro-Cal Lighting, Inc., a California corporation (Contractor) and the City of Carlsbad (City). The Contractor will provide all equipment, material and labor necessary to replace exterior fixtures, per Exhibits A, B, C, D and City specifications, for a sum not to exceed three thousand four hundred fifty dollars ($3,450). This work is to be completed within thirty (30) working days after issuance of a Purchase Order. ADDITIONAL REQUIREMENTS 1. City of Carlsbad Business License. 2. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its agents, officers, officials, employees, and volunteers 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 this Contract or work; or from any failure or alleged failure of the contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by this Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses, including attorney’s fees for litigation, arbitration, or other dispute resolution method. 3. Contractor shall furnish policies of general liability insurance, automobile liability insurance and a combined policy of workers compensation and Employers’ Liability in an insurable amount of not less than one million dollars ($1,000,000) each, unless a lower amount is approved by the Risk Manager or the City Manager. Said 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. Insurance is 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. Proof of all such insurance shall be given by filing certificates of insurance with contracting department prior to the signing of the contract by the City. 4. The Contractor shall be aware of and comply with all Federal, State, County and City Statues, Ordinances and Regulations, including Workers Compensation laws (Division 4 California Labor Code) and the “Immigration Reform and Control Act of 1986” (8USC, Sections 1101 through 1525), to include but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that are included in this Contract. 5. The Contractor may be subject to civil penalties for the filing of false claims as set forth in the California False Claims Act, Government Code sections 12650, et seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. __________ init __________ init 6. The Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from participating in contract bidding. _______ init _______ init 7. 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. DocuSign Envelope ID: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 PWL21-1455FAC STC West Entrance Light Fixture Replacement - 2 - City Attorney Approved 2/29/2016 8. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of 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 the execution of the work covered by this Letter of Agreement. 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. 9. City Contact: Jason Kennedy, 760-931-2236 Contractor Contact: David Ornelas, 760-994-8250 CONTRACTOR PRO-CAL LIGHTING, INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California 1155 S Santa Fe Ave., Suite A Vista, CA 92083 P: 760-994-6959 dornelas@procallighting.com By: By: (sign here) Brian Morales, President, CFO, Secretary Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name/title) By: Dated: (sign here) (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. 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: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 April 23, 2021 PWL21-1455FAC STC West Entrance Light Fixture Replacement - 3 - City Attorney Approved 2/29/2016 EXHIBIT A STC WEST ENTRANCE LIGHT FIXTURE REPLACEMENT SCOPE OF WORK AND FEES ITEM NO. DESCRIPTION QTY UNIT OF MEASURE UNIT PRICE EXTENDED TOTAL 1 -Remove three (3) overhead aluminum architectural screens in order to access existing light fixtures. -Enlarge three (3) holes in existing aluminum architectural screens to match new LED light fixtures per Exhibit C. Provide three (3) 8" OD Goof rings / 7.5" ID white goof rings to cover holes and sharp edges. -Replace three (3) existing fluorescent fixtures with three (3) RAB CDLED6PS-26W-503940- W (4,000K). -Replace three (3) overhead aluminum architectural screens. -Test fixtures and clean up construction area. 1 LS $3,450 $3,450 TOTAL* $3,450.00 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 1155 S Santa Fe Ave. Suite A, Vista CA 92083 | o: 760.994.6959 f: 760.560.1670 | ProCalLighting.com CSLB #C-10 1002601 8(a) Certified (MBE) Certified Minority Owned Business (SB) Small Business (DBE) Disadvantaged Business Enterprise CAGE CODE: 7CR52 CS DGS Supplier #1795967 NAICS: 237130, 238210, 541490, 561790, 711510. DIR #1000019052 DUNS #079708930 Carlsbad Training Center Exterior Lighting March 25, 2021 Attn: Jason Kennedy Re: New exterior lighting upgrades west entrance at the Carlsbad Safety Training Center at 5750 Orion Street, Carlsbad, CA 92010. David Ornelas Project Manager dornelas@procallighting.com (760)994-8250 EXHIBIT B PWL21-1455FAC DocuSign Envelope ID: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 Additional Lighting for Ranges Table of Contents 1. Exterior Fixture Replacement 1 Clarifications 2 Exclusions 3 Agreement 4 1. Exterior Fixture Replacement We propose to furnish the labor to perform the electrical work on the above referenced project for the amount shown below. This proposal is based on the scope of work as detailed below and the following clarifications/exclusions listed below. This proposal is contingent upon contract terms and conditions being acceptable to Pro-Cal Lighting. Quote includes the labor and material of electrical scope. We are proposing to replace the (3) exterior fixture on the front walkway using the bill of material: RAB CDLED6PS-26W-50D940-W 3 8” OD Goof rings / 7.5” ID 3 Removing panels and drilling new 8” holes 3 Replacement Total…………………………………………………………..………………………$3,450.00 PWL21-1455FAC DocuSign Envelope ID: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 Clarifications 1. This bid is based on the use of approved industry standard materials and methods. 2. Standard lead-times apply; no expediting of manufacturing or delivery has been included in this proposal. 3. Pricing is based on acceptance entire scope. Pricing my change if a scope needs to be changed or removed. 4. Pricing is based on lay-down for tools, equipment and material being in the immediate area. 5. Pricing is based on normal working hours Monday-Friday between 6am-5pm. 6. Pricing is based on the quantities as detailed above and does not necessarily represent a one for one installation. 7. Pricing is based on providing safe-off only for electrical devices and equipment to be removed under the demolition scope of work. Salvage or storage of any equipment/materials is by others. 8. This bid assumes that we will have access to the work area during normal business hours. 9. It is presumed that the existing electrical service/equipment can accept any/all of the added electrical equipment/demand, and that all existing equipment is in good working conditions to accept the alterations per the above scope of work. 10. This bid assumes that we may utilize the existing materials (conduits, wire and racks) for the temporary/permanent power feeds after a more in-depth review and upon implementation of this scope of work. 11. This bid assumes (3) parking spaces will be provided near site by customer. 12. This bid assumes that the staff facilities will be available during this time to assist access to the site, and during the commissioning process. 13. This bid includes a manufacturer warranty on all electrical connections, luminaire installations and a 1-year labor warranty on electrical workmanship. 14. Add cost will need to be added depending on the available amperage (needing to run new circuit(s). PWL21-1455FAC DocuSign Envelope ID: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 Exclusions 1.Any work other than what is specially mentioned in the scope noted above. 2.Unforeseen conditions. 3.Hazardous material survey or removal and disposal of any hazardous materials. 4.Lead or Asbestos abatement. 5.Trenching for underground raceways. 6.Repairing existing electrical poles, covers, switch, panels, conduits, or cords. 7.Removing or relocating plants, pipes, or other underground obstacles conflicting with installation of poles. 8.Field cutting, coring, patching, painting and coatings for all exterior surfaces. 9.Cutting, coring, patching and painting for all interior surfaces. 10.3 Way switching. 11.Emergency fixtures/wiring unless specifically notated. 12.All lighting diffuser panels that are not a part of the light fixture. 13.Spare materials (lamps, lenses, circuit breakers, etc.) not called out in specs or on plans. 14.Re-supporting of all non-code compliant wiring or conduits not associated with scope noted above. 15.Any work in asbestos or lead contaminated environments or work requiring containment areas and/or special containment clothing / protection suits. 16.Seismic Bracing to existing conduits. 17.Utility fees. 18.Education or Training on Control Equipment. 19.Permits and other fees. 20.Please reference Services and Expectations document for further detail. PWL21-1455FAC DocuSign Envelope ID: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 Agreement Please call me at (760) 994-8250 if there are any questions regarding this proposal. This quotation is valid for (30) days from the date of proposal, and any modifications or amendments to this document must be in writing. Sincerely, David Ornelas Project Manager (760) 994-8250 First Last Name Date Customer Signature Date PWL21-1455FAC DocuSign Envelope ID: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 CDLED6PS-26W-50D940-W Need help? Tech help line: (888) 722-1000 Email: custserv@rablighting.com Website: www.rablighting.com Copyright © 2021 RAB Lighting All Rights Reserved Note: Specifications are subject to change at any time without notice Page 1 of 2 Cylinders are a complete design solution. They are available in various sizes, mounting options, colors and beam angles, and suitable for indoor/outdoor use. Color: Matte white Weight: 8.7 lbs Project:Type: Prepared By:Date: Driver Info Type Constant Current 120V 0.24A 208V 0.14A 240V 0.12A 277V 0.12A Input Watts 27.9W LED Info Watts 26W Color Temp 4000K (Neutral) Color Accuracy 90 CRI R9 52 L70 Lifespan 50,000 Hours Lumens 2,503 Efficacy 89.7 lm/W Technical Specifications Compliance UL Listed: Suitable for wet locations IESNA LM-79 & IESNA LM-80 Testing: RAB LED luminaires and LED components have been tested by an independent laboratory in accordance with IESNA LM-79 and LM-80. Electrical Driver: Constant Current, Class 2, 120-277V, 50/60 Hz, 120V: 0.24A, 208V: 0.14A, 240V: 0.12A, 277V: 0.12A Dimming Driver: 0 - 10V (at 120-277V), TRIAC and ELV (at 120V only) THD: 13% at 120V, 18.2% at 277V Power Factor: 98.5% at 120V, 90.9% at 277V Optical Optics: 50° Performance Lifespan: 50,000-Hour LED lifespan based on IES LM-80 results and TM-21 calculations LED Characteristics LEDs: Long-life, high-efficacy, surface-mount LEDs Color Stability: LED color temperature is warrantied to shift no more than 200K in color temperature over a 5- year period Construction Cold Weather Starting: The minimum starting temperature is -30°C (-22°F) Maximum Ambient Temperature: Suitable for use in up to 40°C (104°F) Lens: Solite Glass Lens and Microprismatic Diffusion Lens Reflector: Vacuum-metalized polycarbonate EXHIBIT CPWL21-1455FAC Safety Training Ctr. DocuSign Envelope ID: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 CDLED6PS-26W-50D940-W Need help? Tech help line: (888) 722-1000 Email: custserv@rablighting.com Website: www.rablighting.com Copyright © 2021 RAB Lighting All Rights Reserved Note: Specifications are subject to change at any time without notice Page 2 of 2 Technical Specifications (continued) Construction Housing: Extruded aluminum Mounting: Wall direct/indirect light Gaskets: High-temperature silicone Green Technology: Mercury and UV free. RoHS-compliant components. Finish: Formulated for high durability and long-lasting color Other Warranty: RAB warrants that our LED products will be free from defects in materials and workmanship for a period of five (5) years from the date of delivery to the end user, including coverage of light output, color stability, driver performance and fixture finish. RAB's warranty is subject to all terms and conditions found at rablighting.com/warranty. Buy American Act Compliance: RAB values USA manufacturing! Upon request, RAB may be able to manufacture this product to be compliant with the Buy American Act (BAA). Please contact customer service to request a quote for the product to be made BAA compliant. Dimensions Features Sleek, contemporary, architectural-grade design Universal dimming driver (TRIAC, ELV and 0-10V) 50,000-Hour LED lifespan Ordering Matrix Family Size Mounting Wattage Optic CRI/Color Temp Finish CDLED 6 PS –26W –50D 940 –W 2 = 2" 4 = 4" 6 = 6" WD = Wall Direct (Downlight) Only WU = Wall Indirect (Uplight) Only W = Wall Direct/Indirect (Downlight/Uplight) S = Surface (Ceiling Mount) PC = Pendant Cord 48" Standard PS = Pendant Stem 10W = 10W 20W = 20W 26W = 26W 40W = 40W 20D = 20° 30D = 30° 40D = 40° 50D = 50° 80D = 80° WW = Wall Wash 927 = 90 CRI, 2700K 930 = 90 CRI, 3000K 935 = 90 CRI, 3500K 940 = 90 CRI, 4000K 950 = 90 CRI, 5000K W = Matte White K = Matte Black S = Matte Silver Z = Bronze DocuSign Envelope ID: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 EXHIBIT D PHOTOGRAPHIC DOCUMENTATION STC WEST ENTRANCE LIGHT FIXTURE REPLACEMENT Remove three (3) overhead aluminum architectural screens from metal frames at the West entrance of the Safety Training Center to gain access to three (3) fluorescent can light fixtures. Trim three (3) existing holes to allow for pendant fixture to sit flush. Install goof rings to cover sharp edges (see fixture spec sheet Exhibit C). PWL21-1455FAC DocuSign Envelope ID: 1BE6E2F8-D54C-4745-ACA8-21DC46825FF4 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 4/14/2021 (858) 384-1506 (800) 209-9298 33138 Pro-Cal Lighting Inc. Dba Pro-Cal Electrical Contracting 1155 S. Santa Fe Ave Ste A Vista, CA 92083 20260 25674 35076 36940 A 1,000,000 X LHA141458 4/14/2021 4/14/2022 50,000 5,000 1,000,000 2,000,000 2,000,000 1,000,000B 504610147790001 11/21/2020 11/21/2021 5,000,000C ZUP16N7949321NF 4/14/2021 4/14/2022 5,000,000 D X 760108120 11/20/2020 11/20/2021 1,000,000 Y 1,000,000 1,000,000 E Prof & Poll Liab PEC0057682 10/2/2020 Aggregate 1,000,000 The City of Carlsbad is additional insured per endorsement RSG 15017 0615 on general liability only. Work comp waiver of subrogation applies per SCIF FORM 10217. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163-4668 PRO-LIG-01 AORSIN Fusco & Orsini Insurance Services, Inc. 5095 Murphy Canyon Road, Suite 200 San Diego, CA 92123 service@foagency.com Landmark American Insurance Company Infinity Select Insurance Travelers Property Casualty Company of America State Comp. Insurance Fund Indian Harbor Ins. Co. X 10/2/2021 X X X X X X RSG 15017 0615 Includes copyrighted material of Insurance Services Office, Inc. 1984with its permission LANDMARK AMERICAN INSURANCE COMPANY This Endorsement Changes The Policy. Please Read It Carefully. ADDITIONAL INSURED BLANKET – YOUR WORK This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization:Any person or organization to whom or to which you are obligated by virtue of a written contract or by the issuance or existence of a written permit, to provide insurance such as is afforded by this policy. 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; and/or “your work” defined for the additional insured(s) designated above included in the “products-completed operations hazard”. This endorsement effective 4/14/2021forms part of Policy Number LHA141458issued to PRO-CAL LIGHTING, INC., DBA: PRO-CAL ELECTRICAL CONTRACTINGby Landmark American Insurance Company STATE ENDORSEMENT AGREEMENT WAIVER OF SUBROGATION BLANKET BASIS BROKER COPY COMF'cNSATION IN SURANCE FUND HOME OFFICE SAN FRANCISCO EFFECTIVE NOVEMBER 20, 2020 AT 12. 01 A.M. ALL EFFECTIVE DATES ARE AND EXPIRING NOVEMBER 20, 2021 AT 12. 01 A.M. AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME PRO-CAL LIGHTING 1155 S SANTE FE AVE STE A VISTA, CA 92083 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. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER JOB DESCRIPTION BLANKET WAIVER OF SUBROGATION 7601081-20 NEW SP 8-78-25-66PAGE 1 OF NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: �!,,5{ Ii�,,,� .di�<:� PRESIDENT AND CEO 2572 SCIF FORM 10217 (REV.7·2014) OLD DP 217 1