Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Access Professional Inc; 2023-04-10; PWM23-2158FAC
PWM23-2158FAC STC Gate Operator Replacement Page 1 of 8 City Attorney Approved 02/14/2023 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT SAFETY TRAINING CENTER GATE OPERATOR REPLACEMENT This agreement is made on the ______________ day of _________________________, 2023, by the City of Carlsbad, California, a municipal corporation (hereinafter called "City") and Access Professional, Inc., a California corporation d.b.a. Access Professional Systems whose principal place of business is 1955 Cordell Court, Suite 104, El Cajon, California 92020 (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, as test edition and including all errata; Part 1 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. 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 Lauren Milliken (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. DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 10th April contained in the Standard Specifications for Public Works Construction "Greenbook," la When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. PWM23-2158FAC STC Gate Operator Replacement Page 2 of 8 City Attorney Approved 02/14/2023 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. 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 (5) 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: _______Christopher Scheppmann________ 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 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 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 Subject to the same limit for each person on account of one accident in an amount not less than DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 Workers' Compensation Insurance indicating coverage in 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"; amount not less than ........ $1 ,000,000 ....... $1,000,000 Property damage insurance in an amount of not less than ........ $1,000,000 PWM23-2158FAC STC Gate Operator Replacement Page 3 of 8 City Attorney Approved 02/14/2023 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 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. W is. 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. 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 inclu 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 sixty (60) working days after receipt of Notice to Proceed. /// /// /// /// /// DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 coverage is for "any auto" and cannot be limited in any manner. ORKERS' 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 th ding attorneys' fees for PWM23-2158FAC STC Gate Operator Replacement Page 4 of 8 City Attorney Approved 02/14/2023 Access Professional Systems 1955 Cordell Court Suite 104 (name of Contractor) 430971 (street address) El Cajon, CA 92020 B, C-7, C-61/D04, C-61/D28 11/30/2023 (city/state/zip) 858-571-4444 (license class. and exp. date) 1000006632 6/30/2025 (telephone no.) cwitten@accessprofessionals.com (DIR registration number and exp. date) (e-mail address) 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 ACCESS PROFESSIONAL, INC., a California corporation d.b.a. Access Professional Systems CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Christopher Scheppmann, Director & Secretary Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name/title) By: (sign here) (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: CINDIE K. McMAHON, City Attorney BY: _____________________________ City Attorney DocuSign Envelope ID: 8AECC486-E8DD-4E98-A5F8-68A53A8D9C54 CONTRACTOR'S INFORMATION. (Contractor's license number) PWM23-2158FAC STC Gate Operator Replacement Page 5 of 8 City Attorney Approved 02/14/2023 EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor 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 subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor 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 Type of Work to be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than 50% of the work with its own forces. DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 NONE NONE NONE NONE 0 NONE PWM23-2158FAC STC Gate Operator Replacement Page 6 of 8 City Attorney Approved 02/14/2023 EXHIBIT B Safety Training Center Gate Operator Replacement Contractor to provide all materials, tools and labor to install new swing gate operators that serves the Safety Training Center located at 5750 Orion Street, Carlsbad, California. Scope of Work: Furnish and install two (2) LiftMaster CSW24UL, ½ hp, 24VDC, high traffic, commercial swing gate operators with "built-in" battery backup. Remove and recycle existing swing gate operators. Furnish and install/pour two (2) new concrete platforms for mounting new swing gate operators Furnish and install three (3) LiftMaster LOOPDETLM, loop detector modules. Hook-up and test new loop detectors to existing inground gate loop sensors. Furnish and install one (1) LiftMaster LMRRUL, monitored retroreflective photo electric reversing device as an additional safety feature to help prevent accidental closure of gates on vehicles or pedestrians while in gate paths per UL-325 safety standards. Hook-up and test new gate operators to all existing power wiring and gate operator system devices, i.e.: gate receiver, telephone entry system, key switches, maglocks, etc. Lot labor and miscellaneous materials needed to complete the installation. Notes: Prevailing wages are included 5-Year Manufacturer Warranty for LiftMaster operators JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Install new swing gate operators (2) LiftMaster CSW24UL $13,177 TOTAL* $13,177 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 • • • • • • • • PWM23-2158FAC STC Gate Operator Replacement Page 7 of 8 EXHIBIT C DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 CSW24UL 24VDC HIGH-TRAFFIC co ■■ERCIAL SWING GATE OPERATOR \\ 99 II,:,. TIie first deice fer beny-trafflo swln1 1••• appHeatleH. ' . "c, ~ l■CLIDEI ACCE81DIIEI: .-.. RELIABLE • ... IATTUY IACIIP PROVIDES SEAMLESS ACCESS BV PROVIDING STANDBY POWEi WHEN THE POWEi IS DOWN. IIIHfll lTD'fllTIP IPIHTIH MID Mm-TRAVEL REYEIISAI. EXTENO OPERATOR HARDWARE I.IFE. IHII IIPPIIIIIOJI PROVIDES IHDUSTRIAL SURGE AND I.IGHTNING PROTECTION AGAINST STRIKES UP TO 66 FEET AWAY. IDIY..n1'Y NHIUIAL 8Dl•DIIIII 1'8.IIIMIIIIH PROVIDES lmSURPASSED RELIABHJTY. WIIUITY S YEARS COMMERCIAL, 7 YEARS RESIDENTIAL. SMART IQl• TICR■ILIU ENABLES YOU TO SECUREtY CONTROL AID MOHITDR YOUR GATE OPERATOR FROM ANYWHERE.• WIRII.III DHL•UTI N■■IIICATIH SYNCHRONIZES GATE DPENIHG/ CLDStl!lli ANO EI.IMINATES EXPENSIVE DRIVEWAY TRENCHING COSTS. IYIIIDl■IZD ILDII SIMULTANEOUSLY CLOSES GATES. SAFE AND SECURE IIIUIITY,t, 1.1• SAFEGUARDS ACCESS WITH AN ENCRYPTED TRI-BAND SIGNAL TO VIRTUALLY ELIMINATE INTERFERENCE AND OFFER EXTENDED RANGE. l■UIIIIY IIHl■IICT: SIMPLE-TO-USE RELEASE HANDLE ALLOWS GATE TO BE OPERATEO MANUALLY AHO MAINTAIN LIMIT POSITION ONCE REENGASEO. flll llPAIT■IIT N■Pl.l.1111 ALLOWS GATE TO AUTO-OPEN UPON LOSS OF AC POWER 01 8ATTEIV OEPLETION. IIHR ILDII All Am•TAILUTI QUICKLY SECURE PROPERTY, PREVENTING UNAUTHORIZED ACCESS. IL• LIITII GATE OPERATORS WITH MONITOREO SAFETY ENTRAPMENT PROTECTION DEVICES. 'l:illllltt-iirWl-Fl"-lloil R<1""td. -~tqlllidfUil--ly-tc PRODUCT GUIDE II I I SAFETY AID-1■8: TITAL IDLUTl9■ A81E88Dlll8: ._.i.r.,1a,1no...-.m l __ ..,_,., __ LlftMa ■l■a: B.ffll SliRIE8' PWM23-2158FAC STC Gate Operator Replacement Page 8 of 8 EXHIBIT C (Continued) DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 MASTERFUL EIIIIEEBIII. ■IGIIAJIJGI ------ •2.VDC CllltllllHtllii•Ollty Motor .... , ... , lllty Rafiq: lllll!•Cycl11. lllgll•TlllTIPlll'l:tilfll tnt111111111s Duty •Woraqflf INUIIU: 2 &ommllfclal Dil•l!attl lilllfllolllll Pro,!cllq N0:1 WormgNf flllMtloll ..... ------- ·1111231VAC li1111l11•Plln11 •lpfklltal n (IJIICIIV) to Convert u tnpllt Voltage of .... 2fff23tl4tlOIU!IVAC to 111 0lltpllt Voltage of 12:DVAC \.. -•IH-r Po-: HWC !IO!lmA Max. •llllf•RudJ, Ulttl•lalilllla l,atllm 0111\'lml PoWllf Wllt1I 111!1 Wllllfe Yn Need It !UlflllUUUITII.IL llaater Optlo11 lot Rlcommallllell for Solar Appth:11tt111111) • Cltalla: C011ttf11et111 wit!! U.t Ill. Gold Zlllll•Pllltllll steal for 1111st Pr1n11t!1111 •COfft: fflll!•Dlllllt,, W•lllsl1taat PolyRfU!late 2•Plac, for Heat 11111 llvroal1111 ftnlsl&Ha -11.• vup Cllllfflllatln: !, II, Ml BIid IV •lpatlltllt lhltllt: 20111111. Tllll'IIATIII IPICIRCATflU ~----···. ~t:-.~~~ ===:~~.:r· CAPACfflH ..... ~ .... ·-... . ..... ... I Ill. ""' --..... UffllY IARUP IPIUTfOI Gsitaa-e..••--~•-·""'°••-.O•• ..... -lfaa_._.,.. •-11111.~-.&---11.•••11.••-<111.W:ODt•---~••..---<f--·--111 .. ...,. _ ______ ._. .. ,...._.,_..,_ _111, I CSW24Ut HIIDC IIIGII• TIIAfflll COIIIIEICIAl IMIII GATE OPEIATCJI ----_,.. .. 1111►11$..._ DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 ------ ...., ACCES-1 nP ID· Vil ACORD" CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 11/21/2022 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). PRODUCER 619-291-7777 ~~I~cT Robyn Kettering Kettering-Rose Insurance wg,N:o, Ext): 619-291-7777 I rffc. No): 619-291-7776 9320 Fuerte Dr, #101 La Mesa, CA 91941 i~D~~ss: robynk@krinsure.net Robyn Kettering INSURER/SI AFFORDING COVERAGE NAIC# INSURER A : United Specialty Insurance 12537 INSURED Access Professional Inc. INSURER B : Allstate Ins. Company 19232 dba Access Professional INSURER c, Falls Lake Fire & Casualty Co 15884 Systems INSURER D , Ohio Security Insurance Co 24082 1955 Cordell Court, Ste 104 El Cajon, CA 92020 INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ~..o~ SUBR POLICY NUMBER POLICYEFF POLICY EXP LIMITS ITR uuun ... .. A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 f--D CLAIMS-MADE CR] OCCUR ~~~biH?E~~~J~~nce\ 50,000 y AUN2245272 11/21/2022 11/21/2023 $ f-- MED EXP /Anv one oersonl $ 5,000 f--1,000,000 PERSONAL & ADV INJURY $ f--2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ R POLICY CR] ~r8r □ LOC PRODUCTS -COMP/OP AGG $ 2,000,000 OTHER: l: B AUTOMOBILE LIABILITY f-- rcc~~~~~~~1~1NGLE LIMIT $ 1,000,000 X ANY AUTO 648871262 11/21/2022 11/21/2023 BODILY INJURY /Per oersonl $ f--OWNED ~ SCHEDULED f--AUTOS ONLY f--AUTOS BODILY INJURY /Per accident\ $ HIRED NON-OWNED rp~?m~di;,~t~AMAGE $ f--AUTOS ONLY f--AUTOS ONLY $ A UMBRELLA LIAB ~ OCCUR EACH OCCURRENCE $ 5,000,000 f--BTN2249384 11/21/2022 11/21/2023 5,000,000 X EXCESSLIAB CLAIMS-MADE AGGREGATE $ X DED I I RETENTION $ 0 $ C WORKERS COMPENSATION X I ~f~TUTE I I fJH-AND EMPLOYERS' LIABILITY Y/N y FLA01795201 11/21/2022 11/21/2023 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE [Y] E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A 1,000,000 (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 D Inland Marine BKS56406092 11/01/2022 11/01/2023 Rented 25,000 LeasedEqp DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101 , Additional Remarks Schedule, may be attached if more space is required) RE: All Pr~ects The City o Carlsbad/CMWD, and its officers, officials, em~loyees and volunteers are named as additional insured. Coverat9:e is rimary and Non-Contributory. Workers Compensation Waiver o Subrogation applies. CERTIFICATE HOLDER CANCELLATION CITYOFC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad/CMWD ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS Insurance Compliance Services AUTHORIZED REPRESENTATIVE P.O. Box 947 Lµ/ur) ~ IM,1rrieta r.11 Q?'iR.4 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 NOTEPAD: HOLDER CODE CITYOFC 1NSURED'S NAME Access Professional Inc. *10 Days notice for non-payment of premium **30 Days notice in the event of cancellation ACCES-1 OPID:VA PAGE 2 Data 11/21/2022 DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 POLICY NUMBER:. AUN2245272 COMMERCIAL GENERAL LIABILITY CG2010 0704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Oreanization(s): Location(s) Of Covered Operations As Required By Written Contract, Fully Executed Prior As Required By Written Contract, Fully To The Named Insured's Work Executed Prior To The Named Insured's Work 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 be- half; 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 addi- tional insureds, the following additional exclusions ap- ply: 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 pro- ject (other than service, maintenance or repairs) to be performed by or on behalf of the additional in- sured(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 con- tractor or subcontractor engaged in performing op- erations for a principal as a part of the same project. CG 2010 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 □ DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 POLICY NUMBER: AUN2245272 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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 Oraanization(s): Location And Description Of Completed Operations As Required By Written Contract, Fully As Required By Written Contract, Fully Executed Prior To The Named lnsured's Work Executed Prior To The Named lnsured's Work 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 dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sche- dule of this endorsement performed for that addi- tional insured and included in the "products- completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 □ DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 POLICY NUMBER: AUN2245272 United Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. VEN 051 00 (02/20) PRIMARY AND NON-CONTRIBUTING INSURANCE ENDORSEMENT This endorsement modifies the Conditions provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS of the COMMERCIAL GENERAL LIABILITY COVERAGE PART,and supersedes any provision to the contrary: Primary and Non-Contributory Insurance Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless: a. (1) The Additional Insured is a Named Insured under such other insurance; and (2) A fully written contract fully executed prior to the Named lnsured's commencement of work for such Additional Insured for the specific project that is the subject of the claim, "suit," or "occurrence" expressly requires that this insurance: or (i) apply on a primary and non-contributory basis; and (ii) would not seek contribution from any other insurance available to the additional insured. b. Prior to a loss, you request in writing and we agree in writing that this insurance shall apply on a primary and non-contributory basis. Name Of Person(s) Or Organization(s) As Required By Written Contract, Fully Executed Prior To The Named lnsured's Work. All other terms, conditions and exclusions under this policy are applicable to this Endorsement and remain unchanged. VEN 051 00 (02/20) Page 1 of 1 DocuSign Envelope ID: 8AECC486-E8DD-4E9B-A5F8-6BA53A8D9C54 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA 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.) 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 2.5% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Blanket Waiver of Subrogation Job Description As respects to all CA jobs performed by the named insured during the policy period where by written contract a waiver of subrogation is required prior to the commencement of work. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 11/21/2022 Policy No. FLA017952-01 Insurance Company: Falls Lake Fire & Casualty Company Insured: Access Professional Systems (A Corp) Countersigned By ©1998 by the Workers' Compensation Insurance Rating Bureau of California. All rights reserved. Endorsement No.