Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Mitsubishi Electric Power Products d.b.a. Computer Protection Technology; 2023-05-23; PWM23-2170FAC
PWM23-2170FAC PFHQ UPS Battery Replacement Page 1 of 7 City Attorney Approved 02/14/2023 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT POLICE & FIRE HEADQUARTERS UPS BATTERY REPLACEMENT This agreement is made on the ______________ day of _________________________, 2023, by the City of Carlsbad, California, a municipal corporation (hereinafter called "City") and Mitsubishi Electric Power Products, a Deleware corporation d.b.a. Computer Protection Technology, whose principal place of business is 1215 Pacific Oaks Place, Suite 106, Escondido, California 92029 (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 contained in the Standard Specifications for Public Works Construction “Greenbook,” latest 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. 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 Daniel Smith (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: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 May23rd PWM23-2170FAC PFHQ UPS Battery Replacement Page 2 of 7 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: __________Jerry Danish_______________ 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 DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 Juni V o.wsl PWM23-2170FAC PFHQ UPS Battery Replacement Page 3 of 7 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 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. 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 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 sixty (60) working days after receipt of Notice to Proceed. /// /// /// /// /// /// DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 PWM23-2170FAC PFHQ UPS Battery Replacement Page 4 of 7 City Attorney Approved 02/14/2023 CONTRACTOR’S INFORMATION. Mitsubishi Electric Power Products,. d.b.a. Computer Protection Technology 1215 Pacific Oaks Place, Suite 106 (name of Contractor) 901713 (street address) Escondido, CA 92029 (Contractor’s license number) A, C10, C45 8/31/23 (city/state/zip) 760-745-8562 (license class. and exp. date) 1000978196 6/30/25 (telephone no.) John.Hilton@meppi.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 MITSUBISHI ELECTRIC POWER PRODUCTS,. a Deleware corporation, d.b.a. Computer Protection Technology CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Jerry Danish, Service Product Line Manager 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: _____________________________ Deputy City Attorney DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 PWM23-2170FAC PFHQ UPS Battery Replacement Page 5 of 7 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 N/A Total % Subcontracted: ____N/A___________ The Contractor must perform no less than 50% of the work with its own forces. DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 PWM23-2170FAC PFHQ UPS Battery Replacement Page 6 of 7 City Attorney Approved 02/14/2023 EXHIBIT B PFHQ UPS Battery Replacement Contractor to provide all labor, tools, and material to perform the following work at Police and Fire Headquarters, 2560 Orion Way, Carlsbad, California 92010: •Remove and dispose of old batteries appropriately •Install new batteries in two uninterruptable power supplies and one lighting inverter All work to be in accordance with Contractor’s proposal dated March 22, 2023 and is attached as Exhibit "C". JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 UPS Battery Replacement $6,174.42 TOTAL* $6,174.42 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 Carlsbad, CA 92008 2560 Orion Way Customer Details Safety CenterAddress:City of Carlsbad replacement batteries for UPS 1, 2 & Inverter 3 Item Description Unit Price Extended PricePart #Qty UPS 1 Replacement batteries $2,111.761HR1290WFR $87.9924.0 UPS 2 replacement batteries $2,111.762HR1290WFR $87.9924.0 Inverter-3 replacement batteries $686.003HRL12200W $171.504.0 Removal and Disposal of OLD batteries. Install of NEW batteries "applicable prevailing wage rates included" $600.004INSTALL-BATT-CPT $120.005.0 Freight Forwarded from CPT (Taxable per State Board of Equalization Publication 100)$263.965FREIGHT-IN $263.961.0 $6,174.42 $5,773.48 7.75%$400.94Sales Tax Total Subtotal Computer Protection Technology1215 Pacific Oaks Pl, 106 Escondido,CA 92027 Phone: 760-745-8562 Quote date:3/22/2023 Valid: Terms:Net 30 days 60 Days Prepared by:Bishop Ackerman Quote #27759 6 weeksLead Time: http://www.cptups.com DON’T LET YOUR BUSINESS GO DARK™ PWM23-2170FAC - Exhibit "C" Page 7 of 7 DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 CtPT A Service Branch of • MITSUBISHI l'-ELECTRIC WT$Ul&SNn.ccrta::P(MSlPROOJCTl.ltiC. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 1,000,000 CLL6401563-13 X LOS-002591300-04 1,000,000 X 41238 Los Angeles, CA 90071 N X04/01/2023 04/01/2024 calvin.simon@marsh.com CA6401526-13 B 2,000,000 1,000,000 X Trans Pacific Insurance Co 1,000,000 X X 03/17/2023 MEPP 04/01/2023 Re: Battery change, 28971-CPT X P.O. Box 947 Murrieta, CA 92564 City of Carlsbad/CMWD The City of Carlsbad/CMWD is included as additional insured (except workers’ compensation) where required by written contract. APD Ded: $1,000 Comp/Coll A CN102519424-P/POL-GAUW-23-24 5,000 04/01/2024 1,000,000 2,000,000 10945 1,000,000 1,000,000 X WC6401527-13 CA License #0437153 Marsh Risk & Insurance Services 633 W. Fifth Street, Suite 1200 Attn: Cheryl Baldwin 530 Keystone Drive Mitsubishi Electric Power Products, Inc. Warrendale, PA 15086-7537 04/01/2023 c/o EXIGIS Insurance Compliance Services A Calvin Simon 04/01/2024 213-346-5086 Tokio Marine America Insurance Company (TMAIC) DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 ~ I ACORD® ~ I ..__ D □ ..__ ..__ R □ □ ..__ ..__ ~ ..__ '-- ..__ '-- '--H I I I I I □ I ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: 22 Los Angeles Computer Protection Technology� �� Escondido, CA 92029�� 1215 Pacific Oaks Place, Ste. 106� Certificate of Liability Insurance CN102519424 Marsh Risk & Insurance Services� 530 Keystone Drive� Mitsubishi Electric Power Products, Inc.� Warrendale, PA 15086-7537 25 DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 I DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 roucy NlJMB:R. CLL64J1563-13 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION CC!11l!.!ERCtAL. GEN:RAL L A8LlfY COVERAGE PART $CMF.DI.JI.E Name Of Additional Insured Person(&) Or 01' anintiofl 'J A\JY PEP.SON OR ORGANIZATl-:)N ·•••HOr.1 YOU HA.\•E AJF<EED TO INCLUDE AS AN ADDnONI-L INSURED UND:R;.. 'NRITTEN CON7=:ACT, P~O\'IDEO SUCH CON'TRA.CT ';':AS eXECUT:o rRIOR TC• TH: (.\li,TE OF L0'.3$. A. Section II -Who I:; An ln:;urcd i:: .ini<;nl;f..~1 ~n ln~lute 3! an a:!dlt):081 llSUMd lhe ~"'S>:ll(f;:, or ors.,aniv.itcn(l;) ~h:1,:n in tl'G Scl'Gdula, tut on!'/ \\it!' re51~c: to ll.=ibll~• kr'bodi~• Injury", 'prop?rt!,' rtnm.-:,g-::" t;.f ~p::-i;nr,,1 nn.i ,1rt'tct6t;in9 inj1,1rt Uluil'=!d. iii \'1h~!ti' :.,f iii IJ:l!t U:;. 1. Y¢u -,ch;:){ U1(1ii:~~,1~: UI 2 The ac:! er :>mi9SCOf;of thoae sc:!rt; oo '.,'Wr l:>;h.;iF; in lhe peforma~;:a of ;-oor on~ing oparat00{> for tte 3djitiosul hSU'$d((I st lh& lo:sdon(3) (l~~i!J~:00 :,l:('m~. Mn,•,.r,w;r: 1, The i1wrnnce aicrdoo tx: ~uch :t~ditivoal i11::ure.J <:ftly .:,yi.::1;.;,.:; I,:'.) U,e, e .d..:nl i;e,rnitbt! 1:.y lvw;;nd 2. I: .-:m,Ar.:10:; rwy.•Q;lrt In lh.A ;:t!r!itinn;1I itii-1,m(I i~ ruquitecl t,)' u ..Ul'r-:":cl u, :'.t,,een1v11I, u·,u i11,;(11::,1w .. 1·111{.~d I(> n1,1c;h ,1d1liliu11:il ill~l,t(!II 1'Jlll ooi: b!! ::roa:s!!r tllsn 111at ·1t:ncn ·)~u are 1~111ir~j t.y 1h.; ,x:iitr;ir_:t :;ir A!lfA~rn;n: ·n pt~·.,r~ iu, wc.:h.t:'.S'.:itk:r,::il ioe.1ru.:J. CG20100413 Lotaiion !I; Of Covered O c1aliCl\5 /oil LC•CATIONS ·wHERE y,::,u .,ERf·ORM 'NC~ f O:'\ SV~H AOOIT!ON.",l INSuR:C> r•uRSlJAHT TO ANY SIJCH WRITTEN CO\ITR.AC;.T. B ...... ith l\':::..pt;.rn l:) I~\': in:-;ur,,nl'r. :,-K:n;l01 to lhr.::r. adOlllonsl !nsured3. Ille 10lk'1,.+ln,; a:J.:l!tbl131 Gx.du~ior,~ appl.,.: Thi,; i11,;1,11:n(~ ,lut:,; 111)1 :.1p1;ly ,,, ~1i:.x.m, 11j1,1ty" (II ";rcpe-rlyds1~;e· c<:::urong 31er: 1. AU .,\v_11\, ia:::lu~hy 1'l>1li:i1i11lil. 1,1>111S u, 1:1l1.Jf:fl'(:!f,I rirr'ii$!t«(I i11 <:,:)1Y1¢(}.i1)r .,.;ilh i;v:.:h work. co lhe ;:teje:t ,:olher tht,o serv~. rrs1in1Rr,;:)"II':~ n, "'l';iii;:1 1:, hA r~rr.::rm~(I t.:y (Ir UII t,i.-1,.,r ul ti)!:-1'::J-Jitb ltlfl 1l~u '=liJt:$) :,t Utt' lo~«tion of tl"fi ev\<arod opara,1::,1{, l!m bliGn corni.:1e1ed: or 2. lht.1 poraon :'JI' '?!:Ur wclk" cul 01 ·<!hl:n Ille inju;• or darr:«JG ariSt.ls tw{, !>a.vi t:ot to i-z inlcnded W-' l,y .:,ny ~'£1:x·, 01 1.f\1Ut'1imli<:o olher (han «n:l(~r ccntr.ie,:::,r or sux ..:,oua;tor en;sge:J In p;?f~m1ng C9er.;r.!0113 ror a prircbol as a r,,art c-i :fl; same proj;;cL P:,ge ·1 of2 DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 C. With ,~s p.e,:t to IM ill6\11'80:@ -3fro~d t◊ a,e~e zyJcJilY.:11:JI m~..,,c,.h:. thl' ICIIO,·,in1,1 i'i; :JIJ:Si:(I k:- Sicllon 111-Limit& Of lll&Ul'ilftce: Ii w .-eraye pre,.•i:ad to :;ti,; a:lditicnal 1nturej Is (-i:4ui11:rJ t ;• & U:.·Ol!&IX VI &~llillilflllilfll , l )t= nici;.t \•Iii ·.·,ill pa;: on OOMlf of uw addition:-, 1nsu1-at1 is tl!G h lf11)u•11 111 ils~:mn ril'~: 1. R,~:,,i,'fl(I hy lht: d !c'tln)<:, o, ,19u ,Nf11~1t; o{ P~gc:2of2 2. ;.,vaisble uo1e, ne s;:r.UcJble Urri,:3 ,:,f lni:uf.Jt,<:t-i:hO\',t1 ;,·, Ht:: Oc;;la,:,lion::; n'!i!::. t.:1;::t;:<·:1,!rf¢11i ~;h)II ft:11 iu(:1~;,lf!.ie lh\l app!i;.:ble Limits ef, lnsumn;~ sh~·;n in ltte Oc,:lar:JI U11~ CG20100413 DocuSign Envelope ID: BC4AC4EA-9495-44C8-B7A7-17409ED25DB7 POLIGV NW•.m.:R: OJ.64:'.11~6:l 1:! CDUUERCIAL GENERAL LIABa.lTY CG 20 l1 G4 1l THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS OOMr•/r.RCL'\L GCNCR/'\l.1.1,'\nlLITY GO'.'ER•\GC P.'\RT PR00l.lCT$'C':0M?LF-TEO OPE:R4TION~ LIAQ LrTY ,:"'..(lVE:RAGE: Pt.RT SCHEDULE N.11nw; Of Addition;il lnuuad Ponr.<M1(1:) Or O-nanizrionTi\ Locatiot1 Alld OncrintiOn Of Com.,lctcd O-ralion~ ~NY Fi=Ri::lON OR OP.G4\Jl7ATION '.V;.H)f,J \'(:{J M;WF 41 1 I ,1CATIONSV,'MF8.= VOll Fi=RF'.(l~t.t wo::.K FO~ AGREED TO IN~Ll.OE SUCH ;.DDIT!ONAL ,\S ,\!\ !\OOITION,'\L 1\1$1JRCO.tJ\JOCR A WRrTTCN IN$!JRCO PIJR${J1\NT TO ,\NY SUCM ',•,'R TTCN CONTRAC:T. PR<WH'').:0 r.OtJTRACT SUCH CONTAACT •NA$ EXECLITE(I PRtOi:-c T~ THE DATC or LOSS. lif,::rrmncn tG"Uir;;d toc:,m~IG\.) thi~ Sch&:!ule. ii nol.shO'•''" ab:1"e .. ,.,.ill 00 shO",',n n ::ha Dedara6ons. A.Section II -Who I$ An ln:11.m,..-d i!:o :.m .e111!t:1_j It> illc!We ~s s1 s:d t~nal irsured the peuon(;ij •:r (W'!l;:ll'li,;:ili,::n(:;j :1'1.:.:,,:n i,i lh~ $1:h;uiv,;. h1r nn~, v1iU·, •~il!J~;;t ~li>l\.liity fur ~1r:rJil:,inju1;," 01 ";:ru!J!i-zt;• di.lrl'•:!Ht:· 1;,u,1~1,1, in \',In,~ <,Y i.,, 11,111, hy ·:1.:..11 -.:,1111(" $J: the ltX&t!on deaign:otE-:: an:J deaCflb~ in tile ~r.hMul~ ;:.f :hi-; M rlnr,';Al'Q~r,t r~i~~ ft;r lh::.i ~dil! .. 'fotl in::u.nN $.ind ir1vuJ11:J i,1 be "IJ•~Jv<:lil· •::omple:8-1 opsni::i:ns h."l?~uc·. Ho•·1e•,'$r: 1. T!-r. in:;ur,,n:;r. -,f:h·.:.S"i(I IQ :;11:;h :,~;ir>r..11 Insured only n;r,lies to Iha &i,en: pG1mit.);j by l;,'I\\; ;,u t;j 2, tf OO\'er~8 provide:! to ~18 additional !nsurtd i~ n~~Li,~iJ b:, >1 <Y.>'IUa:l <ic ~,e1:1,r,~n1. Ute inwran::e a"1'01-.1l;d 10 4~Ch adj i:ion:11 ir1:.ur;;d •1,ill ud 1¢ l'•f¢;-•11lf:1 lh)ll lh:tf \\hi::h ~• :,·e:.,: req1.1fed l~y lhe ocm'8ct or sgre~mtm to r.n:tvirt~ f~r )'.;V::h .,~j:ir,n.il ire';l,.~rt CG20 l7 0413 8. i/\tilh u:;;11t:1.:l lu llrt: i11,:1J1:i1-.,:e ,1l11t1~ \:,.1 lh~s:t: &!ldlt~nal ln!ur:-js, tile ;olcwng i! sdde-: to S.r.lil)n 111-1.imi(i,; Oflni;.11r.;1n17J;1: Ii c::,vera~e pr◊·••!~d to 1110 ~4~ditional nsorej is f~1uiui:J l•'I ;, o;:.-·11t.)d (:f" :•Ju:1.!1:'11:111. lh(l 10:::~1 r,f: ·,,111 ;»)' c,n l:ehs1f :,f tile sddit!onsl in!ure:J i;i lhe ;;,mr.u.n t nf i111wr;u,r,;;: 1. R;,:iutroo b>' 1t1;; contract or agr;;Gmsnt e< 2. A•1i1i!id1ll! .1/'nb~, lhl! ;111plf::ab0 Li1r'1ili: Of lne.vr.:irir.;; ;hr,,•,n in ;h;1; 0Arl;ir.:t.r.inn,;; Thi!'. f:i1(:l':<l<(lr'r¢fd $hntl !'IOI in:::1~:,=:1~ !M :it{>if:'1hll'i Litnl~ of lmuran,~ UI0'.'1n in <M Oeclsrstiom. Pagc1 of1