Loading...
HomeMy WebLinkAboutComTech Communications Inc; 2022-07-25; PWM22-1829FIREPWM22-1829FIRE Fire Station No. 6 Alerting System Upgrade Page 1 of 6 City Attorney Approved 1/22/2020 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT FIRE STATION NO. 6 ALERTING SYSTEM UPGRADE This agreement is made on the ______________ day of _________________________, 2022, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and ComTech Communications, Inc., a California corporation whose principal place of business is 120 Main Avenue, Ste J, Sacramento, CA 95838 (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 Eric Evonsion (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: A915CDB1-A877-4AA2-9040-3B1DEEC22384 25th July PWM22-1829FIRE Fire Station No. 6 Alerting System Upgrade Page 2 of 6 City Attorney Approved 1/22/2020 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: Steven J. Muir 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 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 every kind, nature and description, directly or indirectly arising from or in connection with the performance DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 r r PWM22-1829FIRE Fire Station No. 6 Alerting System Upgrade Page 3 of 6 City Attorney Approved 1/22/2020 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 30 working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 40 working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. ComTech Communications, Inc. 120 Main Avenue, Ste J (name of Contractor) 728897 (street address) Sacramento, CA 95838 (Contractor’s license number) C7 10/31/2022 (city/state/zip) 916-568-7800(license class. and exp. date) (telephone no.) 916-568-3555(DIR registration number) (fax no.) mmckeig@comtechcom.net (DIR registration exp. date) (e-mail address) // // // // // // // // DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 PWM22-1829FIRE Fire Station No. 6 Alerting System Upgrade Page 4 of 6 City Attorney Approved 1/22/2020 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 Comtech Communications, Inc., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Steven J. Muir, President Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name/title) By: (sign here) Janet N. Priesz, Assistant Secretary (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Group B Chairman, President, or Vice-President Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 PWM22-1829FIRE Fire Station No. 6 Alerting System Upgrade Page 5 of 6 City Attorney Approved 1/22/2020 EXHIBIT A FIRE STATION NO. 6 ALERTING SYSTEM UPGRADE LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 N/A None PWM22-1829FIRE Fire Station No. 6 Alerting System Upgrade Page 6 of 6 City Attorney Approved 1/22/2020 EXHIBIT B FIRE STATION NO. 6 ALERTING SYSTEM UPGRADE SCOPE OF WORK ComTech Communications, Inc. shall furnish all materials, labor, equipment and services necessary to remove and replace the existing emergency alert system at Fire Station No. 6, located at 7201 Rancho Santa Fe Drive, Carlsbad, 92009. A City of Carlsbad IT employee shall be onsite during installation to determine if new cables are needed for the project. If needed, the city employee shall pull cable for the new system. If not needed, the ComTech technician shall use the existing Cat5 and low voltage cable. All work shall be performed in accordance with the attached quote dated April 25, 2022. ITEM NO. QTY DESCRIPTION PRICE 1 1 10” Central Dorm Controller (Proface) $5,368.00 2 1 Installation materials $85.00 3 1 Repair $380.00 4 1 Travel expenses for time, airfare, hotel and food $853.40 TOTAL* $6,686.40 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 SOLD TO:SHIP TO: SALES REP : Contact: Contact: ORDER NUMBER: Address:Address: CUSTOMER P.O. #: City/St./Zip: City/St./Zip: Email:Email: TYPE OF ORDER: Phone:Phone: ITEM QTY. PART NUMBER UNIT PRICE 1 1 Proface CDC 10 5,368.00$ 5,368.00$ 2 1 Materials 85.00$ 85.00$ NOTES:TERMS ITEM TOTAL 5,453.00$ FREIGHT TBD TAXES/RATE 0.000%n/a LABOR 1,233.40$ TOTAL 6,686.40$ DOWN PAYMENT BALANCE 6,686.40$ AUTHORIZED CUSTOMER SIGNATURE X Customer Order Form1 Travel- $145.00 hr for travel costs 10" Central Dorm Controller (Proface) Travel Time: 8hrs at $145.00= $1,160.00 / 3 = $386.70 Installation materials Room Meals= $250.00 x 2 days=$500.00 / 3 = $166.70 Scope of Work- Itemized costs Labor- $185.00 hr labor for services Air Travel- $600.00 / 3 = $200.00 TOTAL=$853.40 Labor for repairs (Benchwork factored in product cost)= $385.00 Eric.Evonsion@carlsbadca.gov EXT. AMOUNT O: 442-339-2141 C: (760) 532-5525 O: C: Description Carlsbad, CA 92009 Craig Zari czari@comtechcom.net 2560 Orion Way Carlsbad, CA 92010 Office: (916) 568-7800 FAX: (916) 568-3555 120 Main Avenue, Suite J, Sacramento, CA 95838 7201 Rancho Santa Fe Road Carlsbad Fire Station #6 Tech Quote BC- Eric Evonsion April 25, 2022 Carlsbad Fire Department Rental Car = $300.00 / 3 =- $100.00 Total Repairs= $380.00 TRANSPORTATION REQUEST NEW ADD-ON REPLACEMENT OVERNIGHT 2nd DAY STANDARD COD NET 30 PWM22-1829FIRE - Exhibit "B"DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 .,...A ... ~-~•--L1FIRE p 1..umiu1.n sTAT10N ...,. • . . ALERTING Commumcat1ons □ □ 0 □ 0 □ □ 0 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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 THISCERTIFICATE 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 7/5/2022 First Service Insurance215 Estates Dr. Suite 1Roseville CA 95678 800-591-9692 800-591-1845 certificates@firstserviceweb.com U. S. Specialty Insurance Co.29599 COMTCOM-01 The Infinity Group 20260Comtech Communications, Inc120 Main Ave #jSacramento CA 95838 State Compensation Insurance Fund 35076 498584915 A X 1,000,000 X 100,000 5,000 1,000,000 2,000,000 X Y U21AC13869600 8/19/2021 8/19/2022 2,000,000 B 1,000,000 X XX 504610174244001 5/19/2022 5/19/2023 A X 5,000,000 X U21AC13869600 5,000,000 8/19/2021 8/19/2022 C Y Y 92963612022 4/16/2022 4/16/2023 X 1,000,000 1,000,000 1,000,000 A EQUIPMENT FLOATER U21AC13869600 8/19/2021 8/19/2022 TOOLS EQUIPMENT 10,000 Re: All Projects.City of Carlsbad/CMWD, c/o EXIGIS Insurance Compliance Services is an Additional Insured as per the attached endorsement(s). Waiver of Subrogation isincluded under Workers Compensation as per the attached endorsement(s).Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will mail 30 days written notice to the certificateholder named herein. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 947Murrieta CA 92564 DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 ACORD® I ~ I f--□ □ f-- f-- Fl □ □ f-- f--~ f--f-- f--f-- f--H I I I I I □ I DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 STATE COMPE;NSATION INSURANCli FUND HOME OFFICE SAN FRANCISCO .. ,,..,vn~1.1v1,;;;1JT AGREEMENT WAIVER OF SUBROGATION 9296361-22 RENEWAL NF 4-68-60-96 PAGE 1 EFFECTIVE JUNE 29, 2022 AT 12.01 A.M. ALL EFFECTIVE DATES ARE AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME AND EXPIRING APRIL 16, 2023 AT 12.01 A.M. COMTECH COMMUNICATIONS 120 MAIN AVE STE J SACRAMENTO, CA 95838 ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST, CITY OF CARLSBAD WHICH MIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITH WORK PERFORMED BY, COMTECH COMMUNICATIONS IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE EMPLOYER. IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREASED BY 03%. NOTHING IN THIS ENDORSEMENT SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS ABOVE STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS IN THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: JUNE 30, 2022 2570 ~!.-5C PRESIDENT AND CEO SCIF FORM 10217 (REV.4·2018) OLO OP 217 POLICY NUMBER: U21AC138696-00 COMMERCIAL GENERAL LIABILITY HCS 040 06 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. HCS 040 06 10 13 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. PRIMARY AND NONCONTRIBUTORY AND BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. PRIMARY AND NON-CONTRIBUTORY TO OTHER INSURANCE With respect to any person or organization that is an additional insured under this Coverage Part, the following is added to paragraph 4. of SECTION IV – COMMERCIAL GENERAL LIABILITY CONDITIONS: If you have agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured’s own insurance, then this insurance is primary and we will not seek contribution from that other insurance. For the purpose of this endorsement, the additional insured’s own insurance means insurance on which the additional insured is a Named Insured. When this endorsement is attached to the policy it supersedes all other insurance conditions within. B. WAIVER OF SUBROGATION – BLANKET Under SECTION IV – COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: a.Your ongoing operations; or b.“Your work” included in the “products- completed operations hazard”. However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: a.Is in effect or becomes effective during the term of this policy; and b.Was executed prior to loss. DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 POLICY NUMBER: U21AC138696-00 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 – 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 Organization(s):Location(s) Of Covered Operations Any person or organization for whom you are performing operations during the policy period when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Information required to complete this Schedule, if not shown above, 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 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 for the additional insured(s) at the location(s) designated above. 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 service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered 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. DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 □ POLICY NUMBER: U21AC138696-00 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 – ADDITIONAL INSURED OWNERS, LESSEES OR – CONTRACTORS COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Any person or organization, when you and such parties have agreed in writing in a contract or agreement pertaining to “your work” performed during the policy period. This additional insured coverage does not apply to “excluded residential construction". "Excluded residential construction" means: a) the ground-up construction of any building whose units will be individually owned and titled; and, b) “your work” performed on the conversion of any building into a condominium or townhome. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. – 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" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". DocuSign Envelope ID: A915CDB1-A877-4AA2-9040-3B1DEEC22384 □