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)