Loading...
HomeMy WebLinkAboutFuse Service, Inc. 03.31.2026MINOR CONSTRUCTION AGREEMENT BETWEEN THE TOWN OF LOS ALTOS HILLS AND FUSE SERVICE, INC. This Agreement (this "Agreement") is made and entered into between the Town of Los Altos Hills, a General Law City ("Town") and Fuse Service, Inc. ("Contractor") effective as of 2026 (the "Effective Date"). Town and Contractor are hereinafter collectively referred to as (the "Par '+es"). In consideration of their mutual covenants, the Parties hereby agree as follows: 1. Scope of Work. Contractor shall provide the following services and/or materials ("the Work"): Remove two (2) existing HVAC units in Council Chambers and install two (2) new heat pumps, air handlers, thermostats, and associated work. Or, as more particularly described in the Scope of Work, attached hereto and incorporated herein as Exhibit A. In the event of a conflict or inconsistency between the text of the main body of this Agreement and Exhibit A, the text of the main body of this Agreement shall prevail. The Work shall commence on March 31, 2026, shall be installed by May 31, 2026, and shall be completed to the satisfaction . of the Town by December 31, 2026, unless such date is extended or otherwise modified by the Town in writing. 2. Payment. Town shall pay Contractor an amount not to exceed: Fifty-seven thousand eight hundred sixty dollars ($57,860), which includes 10% contingency funds of five thousand two hundred sixty dollars ($5,260) for change orders, if any, to be approved by the Public Works Director, for the full and satisfactory completion of the Work in accordance with the terms and conditions of this Agreement. The calculation of payment for the Work shall be set forth as described in the Compensation Form, attached hereto and incorporated herein as Exhibit A. The amount stated above is the entire compensation payable to Contractor for the Work performed hereunder, including all labor, materials, tools and equipment furnished by Contractor. (A) Invoices. Town shall make monthly payments, based on invoices received, for Work satisfactorily performed. Town shall have thirty (30) days from the receipt of an invoice that complies with all of the requirements above to pay Contractor. (B) False Claims Act. Presenting a false or fraudulent claim for payment, including a change order, is a violation of the California False Claims Act and may result in treble damages and a fine of five thousand ($5,000) to ten thousand dollars ($10,000) per violation. (C) Retention and Final PUment. Town shall retain five percent (5%) of each payment, which shall be paid within sixty (60) days after acceptance of the services, as described in Section 11, and submittal to Town of a final invoice, if all services required have been satisfactorily performed. Contractor may substitute securities or establish an escrow in lieu of retainage, pursuant to Public Contract Code Section 22300. 3. Independent Contractor. It is understood and agreed that this Agreement is not a contract of employment and does not create an employer-employee relationship between the Town and Contractor. At all times Contractor shall be an independent contractor and Contractor is not authorized to bind the Town to any contracts or other obligations without the express written consent of the Town. 4. Indemnification. To the fullest extent permitted by law, Contractor shall indemnify, defend (with counsel acceptable to the Town), and hold harmless the Town and its elected and appointed officers, officials, employees, agents, contractors and consultants (collectively, the "Town Indemnitees") from and against any and all liability, loss, damage, claims, expenses and costs (including, without limitation, attorneys' fees and costs of litigation) (collectively, "Liability") of every nature arising out of or in connection with Contractor's performance of the Work or Contractor's failure to comply with this .Nlinor Construction Aureenient (revised Nov. '023) Agreement, except such Liability caused by the gross negligence or willful misconduct of the Town Indemnitees. 5. Excavations. In accordance with Public Contracts Code Section 7.14, Contractor shall promptly notify the Town in writing of discovery of any material Contractor believes may be hazardous waste as defined in Section 25117 of the Health and Safety Code or of any subsurface or latent physical conditions at the site of any unusual nature differing materially from those generally inherent in the work described in Exhibit A. Upon receipt of such communication, Town shall promptly investigate the conditions and if conditions do materially differ, shall 'issue a change order providing for additional time or payment of additional costs. 6. Relocation of Utilities. In the event that the completion of the services described in Exhibit A requires the removal or protection of main or trunk line public utility facilities, the Town shall be responsible for removal and protection of such public utilities pursuant to Government Code Section 4215. 7. Insurance. Prior to beginning the Work and continuing throughout the term of this Agreement, Contractor (and any subcontractors) shall, at Contractor's (or subcontractor's) sole cost and expense, furnish the Town with certificates of insurance evidencing that Contractor has obtained and maintains insurance in the following amounts: A. Workers' Compensation that satisfies the minimum statutory limits. B. Commercial General Liability and Property Damage Insurance in an amount not less than TWO MILLION DOLLARS ($2,000,000) combined single limit per occurrence, FOUR MILLION DOLLARS ($4,000,000) annual aggregate, for bodily injury, property damage, products, completed operations and contractual liability coverage. The policy shall also include coverage for liability arising out of the use and operation of any Town -owned or Town -furnished equipment used or operated by the Contractor, its personnel, agents or subcontractors. C. Comprehensive automobile insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury and property damage *including coverage for owned and non -owned vehicles. All insurance policies shall be written on an occurrence basis and shall name the Town Indemnitees as additional insureds. The certificates shall contain a statement of obligation on the part of the carrier to notify the Town of any material change, cancellation, termination or non -renewal of the coverage at least thirty (30) days in advance of the effective date of any such material change, cancellation, termination or non -renewal. Further, if the Contractor's insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer's liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self-insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self-insured retention required to be paid as a precondition to the insurer's liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible. 8. General Warranties and Guarantee. Contractor warrants that: (A) All Work, Products and/or Services are as described in this Agreement, including any exhibits incorporated] conform to all drawings, samples, descriptions and specifications; (I3) All Work, Products and/or Services delivered are new and of good merchantable quality, free from material defects of workmanship and fit for the purpose for which sold or provided; (C) Contractor has good title to all Products delivered and all Products delivered are free from liens and other encumbrances; and (D) Contractor's Work will be in strict conformity with all 2 Nilhinr CnnOrtirtinn Agreement (revised Nov. 20231 applicable local, state, and federal laws. For purposes of this warranty, any parts not meeting the foregoing O.W quality shall be deemed defective. Contractor shall guarantee the Work to be free of defects in material and workmanship for a period of one (1) year following the Town's acceptance of the Work ("Contractor's Guarantee"), as described in Section 11. As part of Contractor's Guarantee, Contractor agrees to make, at Contractor's own expense, any repairs or replacements made necessary by defects in material or workmanship which become evident within the one-year guarantee period. The Contractor's Guarantee is effective regardless of whether or not a maintenance bond is required by the Town for this Agreement. 9. Contract Bonds. 9.1 General. Before the Town executes this Agreement, the Contractor shall file with the Town surety bonds satisfactory to the Town in the amounts and for the purposes noted in this Section 9. Bonds shall be duly executed by an admitted surety insurer, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two good and sufficient surety bonds: the payment bond and the faithful performance bond. 9.2 Payment Bond. The Payment Bond (material and labor) shall be for not less than one -hundred percent (100%) of the estimated cost of the construction and completion of the Work hereunder, as security for the payment of all persons performing labor and providing materials in connection with this Agreement and to satisfy claims of material suppliers and of mechanics and laborers contracted for the Work. The bond shall be maintained by the Contractor in fill force and effect until the completed Work is accepted by the Town, and until all claims for M*aterials and labor are paid. The bond shall provide that if the Contractor fails to pay any of its obligations, the surety will pay the obligation and, if an action is brought to enforce the liability on the bond, reasonable attorney's fees. 9.3 Faithful Performance Bond. The Faithful Performance Bond shall be for 100% of the of the estimated cost of the construction and completion of the Work hereunder to guarantee faithful performance of all Work, within the time prescribed-, in a manner satisfactory to the Town. 9.4 Warranty Bond. If, within a period of one (1) year after final acceptance of the work performed under this Agreement, the improvements installed or constructed, or caused to be installed or constructed by Contractor, or any of the work done under this Agreement, fails to fulfill any of the requirements of this Agreement or the specifications referred to herein, or proves to be defective or become damaged because of differential settlement, action of the elements, or ordinary usage, except for catastrophic events, Contractor shall without delay and without any cost to the Town repair or replace or reconstruct any defective or otherwise unsatisfactory part or parts of the work or structure. Should Contractor fail to act promptly or in accordance with this requirement, or should the exigencies of the case (as reasonably determined by Town) require repairs or replacements to be made before Contractor can be notified., Town may., at its option, make the necessary repairs or replacements or perform the necessary work, and Contractor shall pay to Town the actual cost of such repair plus fifteen (15/0) percent. Contractor shall at the time of acceptance of the improvements by Town or other public agency, provide the Town with a corporate Nilinar Con.qtrnetinn Agreement frev iced Nov. 2023) surety bond in the principal sum of not less than one -hundred percent (100%) of the cost of the construction and completion of the Work to secure the undertaking and obligations set forth in this provision. 9.5 Bond Renewal and Extension If any bond becomes insufficient, the Contractor shall immediately replace the bond with a substitute upon request from the Town, and the effective date of the bond shall be from the beginning of Work. If any surety at any time is unsatisfactory to the Town, the Town will give notice to the Contractor. No further payments shall be deemed due or will be made under the Agreement until a new surety qualifies and is accepted by the Town. Changes in the Work, or extensions of time, made under the Agreement, shall not release the Contractor or surety from their obligations. The surety must waive notice of such changes or extensions. 10. Licenses. Contractor represents and warrants that Contractor possesses all licenses, permits, and qualifications legally required for the performance of the Work, including but not limited to a business license from the Town and payment of any applicable business license tax. Contractor shall, at Contractor's sole cost and expense, maintain all such licenses, permits and qualifications in full force and effect throughout the term of this Agreement. 11. Damage to Town Facilities and Site Safety. Damage to Town or public facilities or private property caused by the Contractor or by its subcontractors during performance of the Work shall be repaired and/or replaced in kind at no cost to the Town. The worksite shall be kept clean and free of hazards at all times during installation. After work is completed at the site, Contractor shall clean the surrounding area to the condition prior to performance of the Work. 12. Final Inspection and Work Acceptance. All Work shall be subject to final inspection and acceptance or rejection by the Town. Contractor shall guarantee the Work to be free of defects in material and workmanship for a period of one (1) year following the Town's acceptance of the Work. 13. Compliance with all Applicable Laws. A. Contractor shall comply with all applicable local, state and federal laws, regulations and ordinances in the performance of this Agreement. B. Contractor shall not discriminate in the provision of service or in the employment of persons engaged in the performance of this Agreement on account of race, color, national origin, ancestry, religion, gender, marital status, sexual orientation, age, physical or mental disability in violation of any applicable local., state or federal laws or regulations. C. Contractor shall comply with the requirements of the Secretary of Labor and the latest amendments to: Executive Orders 11246 and 11375, as supplemented in Department of Labor regulations (41 C.F.R. chapter 60); the Copeland "Anti - Kickback" Act (18 U.S.C. § 847) as supplemented in Department of Labor regulations (29 C.F.R. part 3); Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. §§ 1701 et seq.); Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000); Section 109 of Title I of the Housing and Community Development Act of 1974 (42 U.S.C. § § 5301 et seq.); the Age Discrimination Act of 1975 (42 U.S.C. §§ 6 101 et seq.); and Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 701 et seq.) V# Taxes; 14. Payment of axes; Tax Withholdin Contractor is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. To be exempt from tax withholding, Contractor must provide Town with a valid California Franchise Tax Board form 590 ("Form 590"). Unless Contractor provides Town with a valid Form 590 or other valid, written evidence of 4 Minor Constmetion Apri-eement (revised Nov. 2023) an exemption or waiver from withholding, Town may withhold California taxes from payments to Contractor as required by law. Contractor shall obtain, and maintain on file for three (3) years after the termination of this Agreement, Form 590s (or other written evidence of exemptions or waivers) from all subcontractors. Contractor accepts sole responsibility for withholding taxes from any non -California resident subcontractor and shall submit written documentation of compliance with Contractor's withholding duty to Town upon request. 15. Prevailing Wage. A. The wages to be paid for a day's work to all classes of laborers, workmen, or mechanics on the work contemplated by this Agreement, shall be not less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where the work hereby contemplates to be performed as determined by the Director of Industrial Relations pursuant to the Director's authority, under Labor Code Section 1770, et seq. Each laborer, worker or mechanic employed by Contractor or by any subcontractor shall receive the wages herein provided for. The Contractor shall pay two hundred dollars ($200), or whatever amount may be set by Labor Code Section 1775, as may be amended, per day penalty for each worker paid less than prevailing rate of per them wages. The difference between the prevailing rate of per them wages and the wage paid to each worker shall be paid by the Contractor to each worker. The Town will not recognize 'any claim for additional compensation because of the payment by the Contractor for any wage rate in excess of prevailing wage rate set forth. The possibility of wage increases is one of the elements to be considered by the Contractor. NOTE: An error on the part of an awarding body does not relieve the Contractor from responsibility for payment of the prevailing rate of per them wages and penalties pursuant to Labor Code Sections 1770-1775. i. Posting of Schedule of Prevailing Wage Rates and Deductions. If the schedule of prevailing wage rates is not attached hereto pursuant to Labor Code Section 1773.2, the Contractor shall post at appropriate conspicuous points at the site of the project a schedule showing all determined prevailing wage rates for the various classes of laborers and mechanics to be engaged in work on the project under this contract and all deductions, if any, required by law to be made from unpaid wages actually earned by the laborers and mechanics so engaged. ii. Payroll Records. Each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work week, and the actual per them wages paid to each journeyman, apprentice, worker, or other employee employed by the Contractor in connection with the public work. Such records shall be certifies and submitted weekly as required by Labor Code Section 1776. 16. Patents. The Contractor shall assume all costs arising from the use of patented materials, equipment, services, or processes used on or incorporated in the Work, and agrees to indemnify and save harmless the Town of Los Altos ]Mills, the City Council, and the Engineer, and their duly authorized representatives, for all suits at law, or actions of every nature for, or on account of the use of any patented materials, equipment, services, or processes. 17. Dispute Resolution. Prior to initiating litigation in a court of competent jurisdiction, both Contractor and Town shall undergo alternative dispute procedures as outlined in Public Contract Code 5 Minor Construction Agreement (revised Nov. 2023) Section 20104, et seq. The Parties also expressly agree that such procedures are incorporated as though fully set forth in this Agreement. 18. Prevailing P In the event that either party to this Agreement commences any legal action or proceeding (including but not limited to arbitration) to interpret the terms of this Agreement, the C> prevailing party in such a proceeding shall be entitled to recover its reasonable attorney's fees associated with that legal action or proceeding. 19. Termination. Town may terminate or suspend this Agreement at any time and without cause upon written notification to Contractor. Upon receipt of notice of termination or suspension, Contractor shall immediately stop all work in progress under this Agreement. The Town's right of termination shall be in addition to all other remedies available under law to the Town. 20. Severability. If any term or portion of this Agreement is held to be invalid, 'Illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 21. Entire Agreement. This Agreement represents the entire and integrated agreement between the Parties. This Agreement may be modified or amended only by a subsequent written agreement signed by both Parties. . 22. Non-Liabilfty...of Officials., Ern plgyees and Agents. No officer, official, employee or agent of Town shall be personally liable to Contractor in the event of any default or breach by Town or for any amount which may become due to Contractor pursuant to this Agreement. 23. Execution in Counterparts. This Agreement may be executed in counterparts and/or by facsimile or other electronic means, and when each Party has signed and delivered at least one such counterpart, each counterpart shall be deemed an original, and, when taken together with other signed counterpart, shall constitute one Agreement, which shall be binding upon and effective as to all Parties. The 24. Choice of Law.; Venue. i ne applicable law shall be that of the State of California 25. Notice. All notices and other communications which are required or may be given under this Agreement shall be in writing and shall be deemed to have been duly given (i) when received if personally delivered; (ii) when received if transmitted by telecopy, if received during normal business hours on a business day (or if not, the next business day after delivery) provided that such facsimile is legible and that at the time such facsimile is sent the sending Party receives written confirmation of receipt; (iii) if sent for next day delivery to a domestic address by recognized overnight delivery service (e.g., Federal Express); and (iv) upon receipt, if sent by certified or registered mail, return receipt requested. In each case. notice shall be sent to the respective Parties as follows: Contractor: Town: Sergey Leskin, President Fuse Service, Inc. 2222 Ronald Street Santa Clara, CA 95050 WooJae Kim, Public Works Director Town of Los Altos Hills 26379 Fremont Road Los Altos Hills, CA 94022 6 Aarajavaarif it av;ciid Nnv 711711 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date written above. TOWN0 By: Cody Einfalt Acting City L.ag/ger CONTRACTOR. F : � Sergey Leskin President EXHIBIT A SCOPE OF WORK AND COMPENSATION Ail;im.ns- A cri-aArriant travicArl Nav 1011 FUSE SERVICE., INC. 2222 Ronald St, Santa Clara, CA 95050 (408) 300 33431 n -w i2ftisese.-rvigg.com serggyadiseseryice. con 0 vs@,fti,seservice.com Project: Address: Date of Bid: CSLB Number 1052421 B General Building C 10 Electrical, C20 Warm -Air Heating, Ventilating and Air -Conditioning, C3 6 Plumbing, C3 8 Refrigeration Bid Proposal LOS ALTOS MLLS TOWN HALL LOS ALTOS MLLS, CALIFORNIA March 2 6, 2026 DIR# 100084353 To: From: Sergey Leskin Los Altos Hills Town Hall Project Manager Fuse Service Contact Info.,, Contact Info: Phone: (408) 300 3343 mschloetter@losaltoshill. ca. gov sergey@fusesei-v*ice.com Base Bid Scope of work: Included I. Replace (2) existing ac outdoor units. 11. Replace (2) existing ffirnaces, with coils. 111. Replace (2) existing thermostats. IV. Replace (2) electrical service disconnect. V. Install (2) new heat pump system. VI. Permit and Title 24. Equipment specs are attached. Notes: All units in stock. i Prevailing wages included. Bonds are included. Total price is $52,600.00. Excluded - Engineering fee (if city ask). Will be a change order. - Any additional service not *included in scope of work (if city or owner ask). Today date 03/26/2026 Proposal valid for 3 0 days Any questions regarding this proposal please contact pw@fuseservice.com Thank you for your interest in Fuse Service Indoor unit: AMST R-32 Multi -position Air Handler, 4 Ton 21" Model number: AMST48CU1300 Product line: AMST Capacity: 4 Ton Dimensions: 21 1/8"W x 21 "D x 58"H Blower Motor: Single Speed Amp: 15 A Outdoor unit: DH4SEA4810 Daikin R-32 Heat Pump 15.2 SEER2, Single Stage 4 Ton Model number: DH4SEA4 81 OA Product line: DH4SE Capacity: 4 Ton Refrigerant: R-32 Efficiency: Up to 15.2 SEER2 and 7.8 HSPF2 Compressor.- Single Stage Sound level: 73 dBA Dimensions: 35 1/2"W x 35 1/2"D x 36 3/411H MCA/MOCP: 25.5/40 Amp Indoor unit: AMST36RU1300 AMST R-32 Multi -position Air Handler, Single Stage 3 Ton 17" Model number: AMST3 6BU 13 00 Product line-, AMST Capacity: 3 Ton Refrigerant: R-32 Dimensions: 17 9/16"W x 21 "D x 53 "H Blower Motor: Single Speed Voltage: 208/240V MCAJMOCP: 7.1/15 Amp Outdoor unit: DH4SEA3610 Daikin R-32 Heat Pump 15.2 SEER2. Single Stage 3 Ton Model number: DH4SEA3 61 OA Product line: DH4SE Capacity-, 3 Ton Refrigerant: R-32 Efficiency: Up to 15.2 SEER2 and 7.8 HSPF2 Compressor: Single Stage Sound level: 74 dBA Dimensions: 35 1/2"W x 35 1/2"D x 35 3/411H MCAJMOCP: 21.5/35 Amp Tt SCR CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) o1r21r2o2s 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(les) 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 phone: Fax: Francis X Murphy Insurance Agency Inc 21 Edinburgh Drive CONTACT Francis X Murphy Insurance Agency Inc NAME: WCNN® Ext : l91?53$ 19 FAX No): I2126$78725 E-MAIL andrew@murphyagencies.com ADDRESS: INSURERS AFFORDING COVERAGE NAIC # Palm Beach Gardens FL 33418 INSURER A: Canopiois IIS Insurance Inc 12961 INSURED Fuse Service Inc 2222 Ronald St INSURER B: INSURER C: Santa Clara, CA 95050 INSURER D: CUSPC19000663-00 INSURER E: INSURER F: PREMISES Ea occurrDAMAGE TO ence) $ �0"000 COVERAGES I CERTIFICATE NUMBER: REVISION NUMBED: 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 LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY 09-06.2025 09-06-2026 EACH OCCURRENCE $ i popo CLAIMS -MADE ®OCCUR CUSPC19000663-00 PREMISES Ea occurrDAMAGE TO ence) $ �0"000 MED EXP (Any one person) $ 5A0 PERSONAL &ADV INJURY $ 1"0001,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 25000"000 POLICY ® E C LOC 2000000 PRODUCTS - COMP/OP AGG $"" $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident HIRED NON -OWNED AUTOS ONLY AUTOS ONLY $ A UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE CtTSXS20000343-00 09-06-2025 09-06-2026 EACH OCCURRENCE $ 5.10005000 AGGREGATE $ 5,000,000 DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? ❑ N / A PER OTH- STATUTE I ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder is named as an Additional Insured per written contract. Waiver of Subrogation is included. See attached.. CERTIFICATE HOLDER CANCELLATION The Town of Los Altos Hills 26379 Fremont Toad Los Altos Hills, CA 94022 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Francis Murphy ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CUSPC19000663-00 17, F171,1111 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION PRIMARY AND NON CONTRIBUTORY This endorsement modifies insurance provided under the following: Name Of Additional Insured Person(s) Or OEganization(s): I ------ Location(s) Of Covered Operations All persons or organization where written contract with the All locations at which you are performing named insured requires additional insured status. This operations for any person or organization with form does not apply to your work on new "Residential whom or with which you have agreed in writing in a Property" . contract or agreement that such person(s) or organization(s) shall be included as an additional insured on your policy. Information required to cam Tete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 - 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. CG 20 10 07 04 @ ISO Properties, Inc., 2004 Page 1 of 1 0 POLICY NUMBER: CUSPC19000663-00 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 Will... .. ... . . . . NINEV-1 h -JERAU 1 U 14 q I q UL -1 U q Z ------ AAV ILION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name Of Additional Insured Person(s) Or OManization(s): Location And Description Of Completed . Operations ----- All Persons or organizations where written contract All locations at which you are performing operations for with the Named Insured requires additional insured any person or organization with whom or with which completed operations coverage. This form does not you have agreed in writing in a contract or agreement apply to your work on new "Residential Property" that such person(s) or organization(s) shall be included as an additional insured on your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section 11 - 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". CG 20 37 07 04 @ ISO Properties, Inc., 2004 Page I of 1 13 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITE PROD U CTS/COM PLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS �Tsiilgvm flallil W—A ,11 persons or organizations where required by written contract with the Named Insured signed by both parties rior to loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 @ Insurance Services Office, Inc., 2018 Page 1 of 1 .�7 0 CERTIFICATE OF LIABILITY INSURANCE .. DATE (MM/DD/YYYY) 1/22/20 6 2 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(les) 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 Broad Spectrum Insurance Services 1000 Brannan Street, Suite 205 San Francisco CA 94103 CONTANAME: CT Alberto Medina PHONE FAX (A/C, No, E : 415-852-7425 A/c No): A DRIESS: alberto@calinsurancepro.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: Technology Insurance Company, 42376 License#: OF49732 INSURED FUSESER-01 Fuse Service, Inc. DBA Fuse HVAC Refrigeration Electrical & Plumbing INSURER B: Atain Specialty Ins Co 17159 INSURER C: Arch Insurance Company 11150 INSURER D: 2222 Ronald St Santa Clara CA 95050 INSURER E: INSURER F: AUTOMOBILE COVERAGES CERTIFICATE NUMBER: 777421617 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 LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD/YYY LIMITS AUTHORIZED REPRESENTATIVE COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICYF--] JECT PRO- LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ C AUTOMOBILE LIABILITY AUTO OWNED X SCHEDULED AUTOS ONLY AUTOS HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY 01306452 12/19/2025 12/19/2026 COMBINED SINGLE LIMIT $1,000,000 Ea accident HANY BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ X PROPERTY DAMAGE $ Per accident UMBRELLA LIAB EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? Y (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A Y TWP4611818 4/15/2025 4/15/2026 X PER OTH- STATUTE I I ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B Commercial Property CIP476905 6/20/2025 6/20/2026 Business Property 380,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Town of Los Altos Hills is afforded waiver of subrogation status for workers' compensation only per written agreement or contract. CERTIFICATE HOLDER CANCELLATION O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Town of Los Altos Hills 26379 Fremont Road Los Altos Hills CA 94022 AUTHORIZED REPRESENTATIVE O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 04-84) 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% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description Any person or organization as required by written contract. 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 4/15/2025 Policy No. TWP4611818 Endorsement No. 0 Insured Fuse Service, Inc. Premium $ 89,355 Insurance Company Technology Insurance Company, Inc. Countersigned by WC 04 03 06 (Ed. 04-84)