Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Rancho Santa Fe Security Systems Inc; 2025-03-31; PWM25-3701FAC
PWM25-3701FAC Park Maintenance Yard Security System Installation Cont. No. 4723 Page 1 City Attorney Approved 6/5/24 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT PARK MAINTENANCE YARD SECURITY SYSTEM INSTALLATION; CONT. NO. 4723 This contract is made on the ______________ day of _________________________, 2025 (“Contract”), by the City of Carlsbad, California, a municipal corporation ("City") and Rancho Santa Fe Security Systems, Inc., a California corporation, whose principal place of business is 1991 Village Park Way, Suite 100, Encinitas, California 92024 ("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. PREVAILING WAGE RATES. Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Contract constitute “public works” under California Labor Code Section 1720 et seq., and are subject to state prevailing wage laws. 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 the Sections 1770, 1773 and 1773.1 of the California Labor Code. Consistent with the requirement of Section 1773.2 of the California Labor code, a current copy of applicable wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Contract. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which requires keeping accurate payroll records, verifying and Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF 31st March PWM25-3701FAC Park Maintenance Yard Security System Installation Cont. No. 4723 Page 2 City Attorney Approved 6/5/24 certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Labor Code Section 1776. DIR REGISTRATION. California Labor Code Section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Contract to be currently registered with the California Department of Industrial Relations (‘DIR’), as specified in Labor Code Section 1725.5. Labor Code Section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Contract, Contractor must furnish the City with the subcontractor or subconsultant's current DIR registration number. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATION. Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. CALIFORNIA AIR RESOURCES BOARD (CARB) IN-USE OFF-ROAD DIESEL FUELED FLEETS REGULATION. Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. More information about the requirements and Contractor’s required certification is provided in Exhibit C. 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. Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF PWM25-3701FAC Park Maintenance Yard Security System Installation Cont. No. 4723 Page 3 City Attorney Approved 6/5/24 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 Contract and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five (5) years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: ___________________________________ Print Name: ___________Denise M. Mueller_________ 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 written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Property damage insurance in an amount of not less than……..$2,000,000 Automobile Liability Insurance in the amount of $2,000,000 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. Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF PWM25-3701FAC Park Maintenance Yard Security System Installation Cont. No. 4723 Page 4 City Attorney Approved 6/5/24 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. Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. THIRD PARTY RIGHTS. Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. JURISDICTION AND VENUE. This Agreement shall be interpreted in accordance with the laws of the State of California. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Contract 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. Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF PWM25-3701FAC Park Maintenance Yard Security System Installation Cont. No. 4723 Page 5 City Attorney Approved 6/5/24 CONTRACTOR’S INFORMATION. Rancho Santa Fe Security Systems, Inc. 1991 Village Park Way, Suite 100 (name of Contractor) 427169 (street address) Encinitas, CA 92024 (Contractor’s license number) C-10 9/30/2026 (city/state/zip) 760-942-9387 (license class. and exp. date) 1000012240 6/30/2026 (telephone no.) denise@rsfsecurity.com (DIR registration number and exp. date) (e-mail address) AUTHORITY. The individuals executing this Contract 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 Contract. [signatures on following page] Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF PWM25-3701FAC Park Maintenance Yard Security System Installation Cont. No. 4723 Page 6 City Attorney Approved 6/5/24 CONTRACTOR RANCHO SANTA FE SECURITY SYSTEMS, INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Denise M. Mueller, President Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name, title) By: ATTEST: SHERRY FREISINGER, City Clerk (sign here) Ann Cunningham, Chief Financial Officer By: (print name, title) Deputy City Clerk If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Contract 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: _____________________________ Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF PWM25-3701FAC Park Maintenance Yard Security System Installation Cont. No. 4723 Page 7 City Attorney Approved 6/5/24 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. & Expiration Date 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: E266B35D-92B1-44AE-ABF3-829A832746EF N/AN/A N/A N/A N/A 0% PWM25-3701FAC Park Maintenance Yard Security System Installation Cont. No. 4723 Page 8 City Attorney Approved 6/5/24 EXHIBIT B PARK MAINTENANCE YARD SECURITY SYSTEM INSTALLATION Contractor to furnish all labor, tools, materials and equipment to install a security alarm system at the Park Maintenance Yard located at 1166 Carlsbad Village Drive, Carlsbad, California 92008. Scope of work shall consist of all items mentioned in the Contractor’s proposal submitted February 17, 2025, and is attached to this document as Exhibit “D.” • 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 test and verify proper operation of each zone device connected to the security systems. • Contractor to clearly label each zone device connected to the system. • Zone list programming to be approved by the City. JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Park Maintenance Yard Security System Installation $6,578 TOTAL* $6,578 *Includes taxes, fees, expenses and all other costs. Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF PWM25-3701FAC Park Maintenance Yard Security System Installation Cont. No. 4723 Page 9 City Attorney Approved 6/5/24 EXHIBIT C In-Use Off-Road Diesel-Fueled Fleet Regulation Requirements CARB implemented amendments to the In-Use Off-Road Diesel Fueled Fleets Regulations that apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. More information about the requirements can be found at https://ww2.arb.ca.gov/our-work/programs/use-road-diesel-fueled-fleets-regulation Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. The City is a “Public Works Awarding Body,” as that term is defined under Title 13 California Code of Regulations Section 2449(c)(46). Accordingly, the Contractor must submit, with their pre-award contract documents, valid Certificates of Reported Compliance (CRC) for the Contractor’s fleet, and for the fleets of any listed subcontractors (including any applicable leased equipment or vehicles). Failure to provide a valid CRC, will limit the city’s ability to proceed with awarding this Contract. Contractor has an on-going obligation for term of this Agreement to provide copies of Contractor’s, as well as all listed subcontractors, most recent CRC issued by CARB. Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor’s and subcontractors’ fleet including, without limitation, CRC, fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep or maintain pursuant to the Regulation upon two (2) calendar days’ notice from the City. Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF PWM25-3701FAC Park Maintenance Yard Security System Installation Cont. No. 4723 Page 10 City Attorney Approved 6/5/24 EXHIBIT C (CONT.) IN-USE OFF-ROAD DIESEL-FUELED FLEET REGULATION CERTIFICATION Contractor hereby acknowledges that they have reviewed the CARB’s policies, rules and regulations and are familiar with the requirements of In-Use Off-Road Diesel-Fueled Fleet Regulation. Contractor hereby certifies, subject to the penalty of perjury, that the option checked below relating to the Contractor’s fleet, and/or that of their subcontractor(s) (“Fleet”) is true and correct: ☐ The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. ☐ The Fleet is exempt from the Regulation under Section 2449.1(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. ☐ Contractor and/or their subcontractor is unable to procure R99 or R100 renewable diesel fuel as defined in the Regulation pursuant to Section 2449.1(f)(3). Contractor shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i.e., third party correspondence or vendor bids). ☐ The Fleet is exempt from the requirements of the Regulation pursuant to Section 2449(i)(4) because this Project has been deemed an “emergency”, as that term is defined in Section 2449(c)(18). Contractor shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to Section 2449(i)(4). ☐ The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name of Contractor: Rancho Santa Fe Security Systems, Inc. Signature: Name: Denise M. Mueller Title: President Date: Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF 3/24/2025 X Account # CARLSBAD CA 92008 City State Zip Qty Equipment Description UNIT COST TOTAL COST 1 ####### 1,199.00$ 1 -$ -$ 1 -$ -$ 1 -$ -$ 1 399.00$ 399.00$ 1 175.00$ 175.00$ 1 55.00$ 55.00$ 1 225.00$ 225.00$ Alarm Take Over 2 300.00$ 600.00$ 1 225.00$ 225.00$ 10 65.00$ 650.00$ 9 250.00$ 2,250.00$ 0 -$ -$ 1 800.00$ 800.00$ 0 -$ -$ 0 -$ -$ 0 -$ -$ 0 -$ -$ 0 -$ -$ 0 -$ -$ 0 -$ -$ 0 -$ -$ 6,578.00$ 6,578.00$ 64.00$ c c c Date: DMP XR 150DNL Burglary Dialer/Network Panel Cell Number Siren FULL CONE Email Address Thinline LCD Keypad White Back-Up Battery PREVAILING WAGE JOB 0 WLS HIGH POWER RCVR FOR XR100&XR500 SERIES PANELS CUSTOMER TO PROVIDE NETWORK CONECTION Wireless Transmitter w/ Contacts 0 LABOR CHARLES Information 0 Cellular Burglary & Fire** w/ App(s) 1/0/1900760-802-7530 All pre-wired installations are 142 ZONES,DIALER/NET,350-G ENCL INC 50VA TRANSFORMER Premise Phone 3dB Fiberglass Antenna w/Bracket 8' Extension Cable for 388-1 Antenna Total Monthly Service Fee 64.00$ 4G LTE Verizon Cellular Commuicator for XT/XR Series Monthly Credit Card Payments ALL FEES FOR SERVICES ARE PAYABLE IN ADVANCE Monthly Fee Subtotal Balance Due 0 0 Service Options Warranty: One (1) year parts and labor. Deposit 0 Security Systems Agreement 1991 Village Park Way, Suite 100, Encinitas CA 92024 Phone: (800) 303-8877 Fax: (760) 942-9387 Name Mailing Address 0 0 Subscriber Alarm License: ACO 1142, Contractors License: #427169 CITY OF CARLSBAD PARK MAINTENANCE 1166 CARLSBAD VILLAGE DR Address Installation Specifications Subscriber's existing wire. Company re-evaluate any installation at any time. Company's conversion takeover service will connect Subscriber's existing security system to Company’s monitoring station, as is. Subscriber assumes full responsibility for ensuring that the system is fully functional and in proper working order. reserves the right to decline and/or Service Specifications subject to the viability of Company Representative The Initial Term of this Agreement shall be for 1 (one) year. After the Initial Term it will automatically renew on a month-to-month basis. It can only be terminated after the Initial Term by either party giving the other 30 (thirty) days written notice of their intention to do so. ______________ SUBSCRIBER ACKNOWLEDGES AND AGREES TO THE TERMS & CONDITIONS CONTAINED ON THE REVERSE SIDE OF THIS AGREEMENT. NOTHING CONTANED HEREIN SHALL BE BINDING UPON COMPANY UNLESS THIS AGREEMENT IS SIGNED BY COMPANY'S REPRESENTATIVE. Subscriber Signature:_________________ Thinline LCD Keypad WIRELESS WIRELESS WALL MOUNT WIDE ANGLE PIR 0 Monthly Debit Payments (voided check required) 1-Year Monitoring Agreement ** Fire systems may require additional fees for plans, permits or other fees as requried by the Local Authority EXHIBIT D CONTRACTOR'S PROPOSALDocusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) L ___, 03/25/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sara Burola NAME: Assured Partners of California Ins Services, LLC rigNJ0 Extl: (805) 585-6729 I FAX (AIC, No): (805) 585-6729 196 S. Fir Street E-MAIL sara.burola@assuredpartners.com ADDRESS: P.O. Box 1388 INSURER($) AFFORDING COVERAGE NAIC# Ventura CA 93002-1388 INSURER A: Allied World Surplus Lines Ins Co 24319 INSURED INSURER B: Corepointe Insurance Company 10499 Rancho Santa Fe Security & Protective Services, Inc. INSURER C: Rancho Santa Fe Security Systems, Inc. INSURER D: 1991 Village Park Way #100, INSURER E : Encinitas CA 92024 INSURER F: COVERAGES CERTIFICATE NUMBER: 24/25 GL/XS/WC 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 -~· POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 I CLAIMS-MADE [81 OCCUR DAMAGE TO RENTED 100,000 PREMISES /Ea occurrence) $ X Errors & Omission MED EXP (Any one person) $ 10,000 A X Deductible $1,000 y 5200-4184-01 ,__ 04/30/2024 04/30/2025 PERSONAL & ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 3,000,000 ~ □PRO-□LOC $ 3,000,000 POLICY JECT PRODUCTS • COMP/OP AGG OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ /Ea accident) ,__ ANY AUTO BODILY INJURY (Per person) $ ,__ OWNED -SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ ,__ HIRED -NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ ,__ - $ UMBRELLA LIAB ~ OCCUR EACH OCCURRENCE $ 5,000,000 A X EXCESS LIAB CLAIMS-MADE 5201-1845-01 04/30/2024 09/30/2025 AGGREGATE $ 5,000,000 DED I I RETENTION $ $ WORKERS COMPENSATION X:I PER I I OTH- AND EMPLOYERS' LIABILITY STATUTE ER Y/N 1,000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE □ N /A y CPW1002474 04/30/2024 04/30/2025 E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? 1,000,000 (Mandatory in NH) E.L. DISEASE • EA EMPLOYEE $ If yes, describe under 1,000,000 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) RE: All Projects. GL: Certificate Holder is Additional Insured as respects to referenced project per form CG20100413. WC: A Waiver of Subrogation is added in favor of the Additional Insured per form WC0403060484. Endorsements apply only as required by current written contract on file. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad/CMWD c/o EXIGIS ACCORDANCE WITH THE POLICY PROVISIONS. Insurance Compliance Services AUTHORIZED REPRESENTATIVE P.O. Box 947 Murrieta CA 92564 ~ I ,,., ;;-- © 1988-2015ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF - (hereinafter "contract") to include as an additional Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF - Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CAIJFORNIA 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 5% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services We monitor the alarm systems for the City of Carlsbad P.O. Box 947 Murrieta CA 92564 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 Insured Insurance Company WC040306 (Ed. 04-84) 3/24/2025 Policy No. CPW1002474 Rancho Santa Fe Security & Protective Services, Inc CorePointe Insurance Company Endorsement No. 4 Premium $ 58,388 Countersigned by _________________ _ Docusign Envelope ID: E266B35D-92B1-44AE-ABF3-829A832746EF ACORD® I ~ State Farm I A . ~ □ □ ~ ~ Fl □ □ ~ ~ ~ ~ H I I I I I □ I