Loading...
HomeMy WebLinkAboutAccent Electronics d.b.a. Standard Electronics; 2023-07-06; PWM24-2218FACPWM24-2218FAC Stagecoach Security Alarm Replacement Page 1 of 8 City Attorney Approved 5/25/2023 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT STAGECOACH SECURITY ALARM REPLACEMENT This agreement is made on the ______________ day of _________________________, 2023, by the City of Carlsbad, California, a municipal corporation (hereinafter called "City") and Accent Electronics, a California corporation d.b.a. Standard Electronics, whose principal place of business is 613 West Main Street, 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 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 Charles Balteria (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: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 July6th PWM24-2218FAC Stagecoach Security Alarm Replacement Page 2 of 8 City Attorney Approved 5/25/2023 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. CONSTRUCTION MANAGEMENT SOFTWARE. Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore- certification-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 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 DocuSign Envelope ID: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 PWM24-2218FAC Stagecoach Security Alarm Replacement Page 3 of 8 City Attorney Approved 5/25/2023 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: _________John Mongillo_______________ 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. 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 DocuSign Envelope ID: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 PWM24-2218FAC Stagecoach Security Alarm Replacement Page 4 of 8 City Attorney Approved 5/25/2023 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 thirty (60) working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. Accent Electronics d.b.a. Standard Electronics 613 W. Main Street (name of Contractor) 590876 (street address) El Cajon, CA 92020 (Contractor’s license number) C-10 3/31/24 (city/state/zip) 619-596-9950 (license class. and exp. date) 1000004303 6/30/24 (telephone no.) nathane@standardelectronics.us (DIR registration number and exp. date) (e-mail address) [signatures on following page] DocuSign Envelope ID: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 PWM24-2218FAC Stagecoach Security Alarm Replacement Page 5 of 8 City Attorney Approved 5/25/2023 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 ACCENT ELECTRONICS, a California corporation d.b.a. Standard Electronics CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) John Mongillo, Chief Financial Officer Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name/title) By: (sign here) Brent Dusenberry, President (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: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 PWM24-2218FAC Stagecoach Security Alarm Replacement Page 6 of 8 City Attorney Approved 5/25/2023 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: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 NONE NONENONENOEN NONE NONE PWM24-2218FAC Stagecoach Security Alarm Replacement Page 7 of 8 City Attorney Approved 5/25/2023 EXHIBIT B Stagecoach Security Alarm Replacement Contractor to furnish all labor, tools, materials and equipment to replace a GE NX-8 security alarm panel with a city provided DMP XR550 security alarm panel at the Stagecoach Community Center located at 3420 Camino de los Coches, Carlsbad California, 92009. Scope of work shall consist of all items mentioned in the Contractor’s revised proposal dated June 15, 2023, which is attached to this document as Exhibit “C.” • Contractor to provide a one-year warranty on contractor supplied parts and labor provided under this agreement. • Contractor to leave the worksite in a clean and workmanlike manner. • Contractor to remove and securely dispose of all replaced equipment. • Contractor to test and verify proper operation of each zone device connected to the security systems. • Contractor to clearly label each zone device connected to the systems. • Zone list programming to be approved by the City. JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Stagecoach Security Alarm Replacement $5,583 TOTAL* $5,583 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 PWM24-2218FAC Stagecoach Security Alarm Replacement Page 8 of 8 EXHIBIT C DocuSign Envelope ID: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 ~ff Standard .a111:11 Electronics Fire Alarm • Access Control • Intercommunication Systems • Security • C CTV • Data July 26'\ 2022 Revised June 15, 2023 BID QUOTATION Stagecoach -Carlsbad DMP Intrusion Detection Panel Replacement To: City of Carlsbad ATTN: Charles Balteria -Program Manager DIR#1000004303 Contractor's License ClO #590876 Scope: Provide DMP Int1·usion Detection System to replace old secm;ty panel/devices Intrusion Detection: DMP: DMP Panel replacement includes - INCLUSIONS: EXCLUSIONS: • (1) "Labor only" for new City provided Security Panel (Relocate within IDF Room) • (1) 388-3, Hi-Gain Antenna for Cellular Dialer • (1)263LTE-V,CellularDialer • (2) 7070-W, Security Keypads • (5) ISC-BPR2-WP12, Bosch Blueline Ceiling Motion Detectors with PET Immunity • (7) 1131-W, Wire less Door Contacts • ( 4) 1076C, Door Contacts • (1) ll00XH-W, Wireless High-Power Receiver • (1) 1100-R-W, Wireless Repeater • (2) 1103-W, Wireless Universal Transmitters for existing Panic button under Reception desk and motion in Manager's Room. • Installation labor • Testing & programming • Demo of existing Security Panel/devices Includes tax, freight, labor, material & 1 year warranty. Quote valid for 90 days. Plastic device back boxes, conduit, cabling and dedicated electric outlet for panel. (Use existing cabling/pathways and backboxes.) THIS BID MUST BE MADE AN EXHIBIT IN THE CONTRACT DOCUMENTS DMP Intrusion Detection Scope Total: $5,583.00 * Secm·ity Cellular Monitoring Fees Total (Only if needed): DMP Virtual Keypad Cost per Year: $600.00 * $144.00 * I acknowledge this project is subject to State Prevailing Wage requirements. The indicated quote has been priced accordingly. 613 W. Main St., El Cajon, CA 92020 -B, C-7, C-10, C-16 Lie #590876 Exp March 3 I, 2024 -(619) 596.9950 Ph (619) 596.8850 Fx 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) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 3/6/2023 Patriot Risk & Insurance Services18952 MacArthur Blvd., Suite #300 Irvine, CA 92612 (949) 486-7900 www.patrisk.com 0K07568 Dave Jacobson Accent Electronics Inc. dba Standard Electronics 613 W. Main Street El Cajon CA 92020 73310417 3 3 City of Carlsbad/CMWD is named as Additional Insured as respects to General Liability Endorsements attached City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta CA 92564 Re: All Projects Waiver of Subrogation applies to WC and in favor of the City of Carlsbad *30-day notice of cancellation / 10-days for non-payment of premium. A 1,000,00051GL0053912313/4/2023 3/4/2024 500,000 3 10,000 3 1,000,000 2,000,000 2,000,0003 B 51CAD00332231 3/4/2023 3/4/2024 1,000,000 3 3 3 A 51CC001850231 3/4/2023 3/4/2024 4,000,0003 4,000,0003 C 2EA5WC900112401 3/4/2023 3/4/2024 3 1,000,000 1,000,000 1,000,000 D Installation Floater BKS57829560 3/4/2023 3/4/2024 Limit: $100,000 / Deductible $1,000 Everest Indemnity Insurance Company 10851 Everest Denali Insurance Company 16044 American Family Home Insurance Company 23450 Ohio Security Insurance Company 24082 73310417 | 23/24 GL/Auto/XS/WC/Inst Fltr/E&O | Christina Floe | 3/6/2023 12:20:51 PM (PST) | Page 1 of 5 This certificate cancels and supersedes ALL previously issued certificates. DocuSign Envelope ID: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 f--D □ f-- f-- Fl □ □ f-- f--~ f--f-- f--f-- f--H I I I I I □ Accent Electronics Inc. 51GL005391231 City of Carlsbad All Projects 73310417 | 23/24 GL/Auto/XS/WC/Inst Fltr/E&O | Christina Floe | 3/6/2023 12:20:51 PM (PST) | Page 2 of 5This certificate cancels and supersedes ALL previously issued certificates. DocuSign Envelope ID: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 2010-0413 .. 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 Organlzation(s): Locatlon(s) Of Covered Operations 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 organlzatlon(s) shown in the Schedule, but only with respect to liability for "bodily In- jury .. , "property damage" or "personal and advertising Injury" caused, In whole or In part, by: 1. Youracts or omissions; or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operatons for the addltlonal lnsured(s) at the locatlon(s) designated above. However: 1. The Insurance afforded to such additional Insured only applies to the extent permit• ted by law; and 2. If coverage provided to the additional In- sured is required by a contract or agree- ment, the Insurance afforded to such additional Insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional Insureds, the followlng addi- tional exclusions apply: This Insurance does not apply to .,bodily In- jury" or" property damage" occurring after: 1. All work, Including materials, parts or equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed 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 or- ganization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG2010 0413 ® Insurance Services Office, Inc., 2012 Paga 1 of 2 73310417 | 23/24 GL/Auto/XS/WC/Inst Fltr/E&O | Christina Floe | 3/6/2023 12:20:51 PM (PST) | Page 3 of 5 This certificate cancels and supersedes ALL previously issued certificates. DocuSign Envelope ID: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 C. With respect to the Insurance afforded to these additional insureds, the following is added to Section 111-Umits Of Insurance: If coverage provided to the additional insured Is required by a contract or agreement, the most we wlll pay on behalf of the additional insured is the amount of Insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the ap- plicable Limits of Insurance shown in the Dec- larations. Page2 of2 © Insurance Services Office, Inc., 2012 CG 20100413 Accent Electronics Inc.dba Standard Electronics 51GL005391231 73310417 | 23/24 GL/Auto/XS/WC/Inst Fltr/E&O | Christina Floe | 3/6/2023 12:20:51 PM (PST) | Page 4 of 5 This certificate cancels and supersedes ALL previously issued certificates. DocuSign Envelope ID: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 0413 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 PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Omanizationls\ Location And Description Of Completed Ooeratlons As Required By Written Contract, Fully Executed Prior Any project or premises where work was performed by To The Named lnsured's Work or on behalf of the insured other than a residential tract project which is defined as any project comprised of a piece or parcel of land that is subdivided into five or more lots for the construction of freestanding one, two, three or four family dwellings. 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" or "property damage" caused, in whole or in part, by "your workn 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". However: 1. The insurance afforded to such additional insured only applies to the extent permitted bylaw; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 370413 © Insurance Services Office, Inc., 2012 Page 1 of 1 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 03-04-22 Policy No. 2EA5WC9001124-00 Endorsement No. 001 Premium $ INCL.Insured ACCENT ELECTRONIC,INC Insurance Company AMERICAN FAMILY HOME INSURANCE COMPANY Countersigned By WC 99 04 03 Includes copyrighted material of National Council on Compensation Insurance with its permission (Ed. 09-08) Copyright 1983 National Council on Compensation Insurance. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICYWC 99 04 03 (Ed. 09-08) 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 any 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. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Premium: The additional premium charge for this endorsement shall be 3 percent of the California Workers’ Compensation premium otherwise due subject to a minimum premium of $350 per policy. Insured Copy dba Standard Electronics 73310417 | 23/24 GL/Auto/XS/WC/Inst Fltr/E&O | Christina Floe | 3/6/2023 12:20:51 PM (PST) | Page 5 of 5 This certificate cancels and supersedes ALL previously issued certificates. DocuSign Envelope ID: 5E3FDEFF-E84E-4441-8909-8E56CDF2B017 ~r~~