Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Pro-Cal Lighting Inc dba Pro-Cal Electrical Contracting; 2021-06-24; PWM21-1522FAC
PWM21-1522FAC STC Can Lighting Retrofit to LED Page 1 of 40 City Attorney Approved 1/20/2020 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT SAFETY TRAINING CENTER (STC) RECESSED LIGHTING RETROFIT TO LED This agreement is made on the ______________ day of _________________________, 2021, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Pro-Cal Lighting, Inc., a California corporation d.b.a. Pro-Cal Electrical Contracting whose principal place of business is 1155 S. Santa Fe Ave., Suite A, Vista, CA 92083 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor’s proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Jason Kennedy (City Project Manager) PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. 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: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC June24th PWM21-1522FAC 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: Brian Morales 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 nonscheduled. 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. STC Can Lighting Retrofit to LED Page 2 of 40 City Attorney Approved 1/20/2020 DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC PWM21-1522FAC 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 ten (10) working days after commencing work. CONTRACTOR'S INFORMATION. Ill Ill Ill Ill Ill Ill Pro-Cal Lighting, Inc., d.b.a. Pro-Cal Electrical Contracting (name of Contractor) 1002601 (Contractor's license number) C-10 413012023 (license class. and exp. date) 1000019052 (DIR registration number) 613012023 (DIR registration exp. date) STC Can Lighting Retrofit to LED Page 3 of 40 1155 S. Santa Fe Ave., Suite A (street address) Vista, CA 92083 ( citylstatelzi p) 760-994-6959 (telephone no.) NIA (fax no.) dornelas@procallighting.com (e-mail address) City Attorney Approved 1/20/2020 DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC PWM21-1522FAC 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 PRO-CAL LIGHTING, INC., a California corporation d.b.a. Pro-Cal Electrical Contracting By: By: (sign here) ....__ Brian Morales, President, CFO, Secretary (print name/title) (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager If required by City, proper notarial acknowledgment of execution by Contractor must be attached . .!.f..E.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: --------------Assistant City Attorney Ill Ill Ill Ill Ill STC Can Lighting Retrofit to LED Page 4 of 40 City Attorney Approved 1/20/2020 DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC June 24, 2021 PWM21-1522FAC 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. STC Can Lighting Retrofit to LED Page 5 of 40 City Attorney Approved 1/20/2020 None N/A DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC ITEM NO. 1 PWM21-1522FAC EXHIBIT B STC COMPACT FLOURESCENT LIGHTING (CFL) CAN LIGHTING RETROFIT TO LIGHT-EMITTING DIODE (LED) JOB QUOTATION UNIT QTY DESCRIPTION PRICE Compact Flourescent Lighting (CFL) Interior and Exterior Lighting Retrofit to LED. Project consists of retrofiting existing CFL lighting to LED fixtures on both the first and second floors of the Safety Training Center. $43,972 LS 1 See attached Exhibits D, E, & F for Contractor's proposal, lighting specifications and floor plans identifying fixture locations. TOTAL* $43,972 *Includes taxes, fees, expenses and all other costs. STC Can Lighting Retrofit to LED Page 6 of 40 City Attorney Approved 1/20/2020 DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC PREMIUM IS SUBJECT TO CHANGE BASED ON THE FINAL CONTRACT AMOUNT EXHIBIT C LABOR AND MATERIALS BOND Bond No. 6131031237 Premium: $440.00 Executed in Duplicate PWM21-1522FAC WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Pro-Cal Lighting, Inc., a California corporation d.b.a. Pro-Cal Electrical Contracting (hereinafter designated as the "Principal"), a Contract for: STC CFL CAN LIGHTING RETROFIT TO LED CONTRACT NO. PWM21-1522TRAN in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Pro-Cal Lighting, Inc., d.b.a. Pro-Cal Electrical Contracting as Principal, (hereinafter designated as the "Contractor"), and United States Fire Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of forty-three thousand nine hundred seventy-two dollars ($43,972), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. STC Can Lighting Retrofit to LED Page 7 of 40 City Attorney Approved 1/20/2020 DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC PWM21-1522FAC In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this __ 1�8�th ____ day of ___ �J�w�□-e ________ , 2021 Pro-Cal Lighting, Inc. dba Pro-Cal Electrical Contracting (SEAL) (Principal) By: (Signature) United States Fire Insurance Company (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: Assistant City Attorney STC Can Lighting Retrofit to LED Page 8 of 40 City Attorney Approved 1/20/2020 DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC DocuSign Envelope ID: 7354E47D-2554-4ED4-BD10-C0DD0DB8A9BC 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