Loading...
HomeMy WebLinkAboutEngineering Solutions Services; 2019-10-02;AGREEMENT FOR PROFESSIONAL GRANT WRITING SERVICES ENGINEERING SOLUTIONS SERVICES THIS AGREEMENT is made and entered into as of the ~V\Q_ day of _0-"'c ........ c_;;cC)_¼=>~e.;~~~----· 20_£L by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Engineering Solutions Services, a California Corporation ("Contractor"). RECITALS A. City requires the professional services of a grant writing consultant that is experienced in securing and managing grant funding for municipal projects and programs. B. Contractor has the necessary experience in providing professional services and advice related to the identification of grant funding opportunities, technical writing and grants administration. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two years from the date first above written. The City Manager may amend the Agreement to extend it for two additional two year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed one hundred thousand dollars ($100,000) per Agreement year. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed one hundred thousand dollars ($100,000) per Agreement year. The City reserves the right to withhold a ten percent ( 10%) retention until City has accepted the work and/or Services specified in Exhibit "A". City Attorney Approved Version 6/12/18 Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be.responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an City Attorney Approved Version 6/12/18 2 insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to 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. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. 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 projecUlocation or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 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. -----------------------------------~-·-·-10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase City Attorney Approved Version 6/12/18 3 replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City Name Scott Chadwick Title City Manager Department City Manager's Office City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. (760) 434-2820 For Contractor Name Sudi Shoja Title Principal Address 23232 Peralta Drive, Suite 112 Laguna Hills, CA 92653 Phone No. (949) 797-6055 Email sudi@engineeringsolutionsservices.net Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. City Attorney Approved Version 6/12/18 4 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. YesD Noi)(J 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product City Attorney Approved Version 6/12/18 5 and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, 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 information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. -·---~-------------- 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY City Attorney Approved Version 6/12/18 6 The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR F CARLSBAD, a municipal c rpor tion of the State of California By: /l1ij;.- (si S/20 'q 7 City Manager ATTEST: City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group 8 C::;h;::;a:;l;;:es-ec..,r""e'"ta'"'ry=,----------------------~ President, or Assistant Secretary, Vice-President 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: CELIA A. 7orrorney BY: ______ ~------ Assistant City Attorney City Attorney Approved Version 6/12/18 7 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Californ· ) Go~t ~~ . 0 J ~ On~ar::~beforeme.t'-'h-L~~, ~~ v~c. Date s d Here Insert Nam,e and Title of the Officer personally appeared <.......,_ \) o..k~ . .s~d .c;, Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personC,, whose name~ is/~ sub_~bed to the within instrument and acknowle~~~ to me that he/(B)/they executed the same in hi~/their authorized capacity(ie~nd that by his~their signature~n the instrument the perso~, or the entity upon behalf of which the personp:ted, executed the instrument. TARANEH DALAEI Notary Public • California Orange County f Commission # 2148982 ~ Comm. Expires A , 14. 2020 I certify under PENALlY OF PERJURY under the laws of the .st....,..T,fo.C..Jifornia that the foregoing paragraph is t and con, Place Notary Seal Above ----------------OPTIONAL---------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Docljfll_ent Title or Type of Doc~ecJ!"l.S"'--'· .. ··~•-·d· Document Date: £ ±::5: ' ( 1 ~ ~ Ga.~A--~!d-S."cs· Number of Pages: ':+- Signer(s) Other Than Named Above: _______________________ _ ©2016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 EXHIBIT "A" SCOPE OF SERVICES Engineering Solutions Services (ESS) will provide the following professional grant writing services including identification of federal, state, private and corporate grant funding opportunities, technical writing/reviews, and administration of grants: 1. Develop Funding Strategy: • Conduct funding research to identify grant resources including but not limited to federal, state, and local agencies, as well as private foundations that fund municipalities for opportunities that match a specific city project or program, the city's strategic goals, legislative platform, or policy objectives; • At the direction of the city, ESS shall proactively identify potential funding opportunities that match a specific city project or program, the city's strategic goals, legislative platform or policy objectives, and shall advise the city of such opportunities with sufficient time to allow for preparation of the funding application. • ESS will provide technical grant writing assistance ranging from advice on whether to proceed with a grant proposal, to reviewing proposals prepared by city staff, to completing a grant application for various city projects and programs. ESS will make themselves routinely available for advice regarding grant proposals. • Provide the City with a summary of potential funding opportunities relevant to its needs on a regular basis; Develop funding matrix identifying all available funding for the City's priority f--ej-e€-t&~--fi:J-Fl-€»Agma-tr+x-a-&-e+Fectea by the City of Carlsbad ----~-~----- • Contact the funding agencies on behalf of the City to discuss the projects and/or funding agency requirements. 2. Assist the City in Applying for Grants: • Advise the City regarding opportunities in order to determine when and how to proceed in a pursuit; • Compose grant proposals on behalf of the City, including the preparation of a budget, coordinate preparation of exhibits such as graphs and schematics, and compile demographic data and other necessary items for grant applications; • Prepare a list of grant specific requirements such as eligibility criteria, matching funds, project programming requirements, evaluation criteria, resolutions, technical reports, benefit cost analysis, support letters and other requirements for submittal requirements, and prior grant award information; • Develop timelines and checklists to ensure timely grant completion and submission; • Review grants written by City staff and provide comments or assist to complete and submit the grant as needed City Attorney Approved Version 6/12/18 8 • ESS will generate all exhibits, graphs, schematics, or other supporting graphics to complete or enhance funding applications. • ESS will be responsible to identify, solicit, and compile records and data as requested for funding applications. 3. Grant Compliance: • Assist the City with review of grant agreements, and grant requirements. • Prepare specification section and other project documents to make sure that project implementation meets the grant application requirements. • Assist the city with the preparation and submittal of post-award reports that are required under the terms of the grant • Provide reimbursement forms, invoices to assure full allocation of funding for the City of Carlsbad. For all above services: • Deliverables will be determined on a case-by-case basis depending on the services requested by the city. Deliverables may include, but are not limited to, legislative updates, funding availability reports, work progress reports, completed grant application, and supporting documentation, attending meetings, and making presentations before city staff and City Council. • ESS will perform other duties as assigned, consistent with the general nature of Grant Writing Consulting Services. •¥•--- FEE Schedule Discipline Hourly Rate Project Manager/Technical Expert $135 Grant Writer $120 Project Engineer $105 CADD Operator $75 Clerical $52 Reimbursable Cost Reproduction Cost Courier Services Cost Transportation 0.57 per mile Travel Costs Cost City Attorney Approved Version 6/12/18 9 >1~ CERTIFICATE OF LIABILITY INSURANCE I DATE(MM/DD/YYYY) 09/23/19 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 riahts to the certificate holder in lieu of such endorsementlsl. PRODUCER ~'.;'.~JACT ka thy PRIME INSURANCE SERVICES, INC. ~.~_?N,.En c~, ( 949) 450-2300 I ;t-,~ .,n,C949) 450-2311 9891 IRVINE CENTER DRIVE #160 ~~~~cckaU1y@pr1mepol1cy.com IRVINE, CA 92618-4319 INSURERISl AFFORDING COVERAGE NAIC# License#:0D48024 '""'' ,0cR A SENTINEL INSURANCE COMPANY 11000 INSURED ENGINEERING SOLUTIONS SERVICES INSURER B: KINSALE INSURANCE CO. 38920 23232 PERALTA DR. , SUITE 112 '"''"'<>ER r, HARTFORD ACCIDENT & INDEMNITY 22357 LAGUNA HILLS, CA 92653 INSURER D HISCOX INSURANCE COMPANY, INC 10200 '"''" ,0i=0 E · UNITED FINANCIAL CASCO. 11-,-,u ,.,c,,0co ,c COVERAGES CERTIFICATE NUMBER 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. OA~ LTR TYPE OF INSURANCE ••••n 1-,n Df"'ll lf'Vt..llU.ACC:C ,.f.OLICY EFF P~L[t;_Y ~p LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2.000.000 -D CLAIMS-MADE [!] OCCUR ~~~::~~6 '1.;:~" I t=U $ 2.000.000 MED EXP fAnvone oersonl $ 10.000 -A -X 72SBAIT9447 08/10/2010 f)B/10/2020 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 4,000,000 4 POLICY D ~Wr D Loc PRODUCTS· COMP/OP AGG $ 4,000,000 nTHFR· $ ✓ AUTOMOBILE LIABILITY f/~MB!f!.§P,,SINGLE LIMIT $ 2,ouu,uuu -ANYAUTO BODILY INJURY (Per person) $ - -OWNED SCHEDULED X .A. BODILY INJURY (Per accident) $ E -AUTOS ONLY AUTOS X 01083720-0 09/03/2019 po/03/2020 X HIRED NON-OWNED PRuPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY fDc,.r •--:...1--•1 - -$ UMBRELLA LIAS M OCCUR EACH OCCURRENCE $ 2,000,000 -B X EXCESS LIAS CLAIMS-MADE X AGGREGATE $ 2,000,000 nFn I I RFTFNT1m, • 0100061807-2 8/29/2019 8/29/2020 • ✓ WORKERS COMPENSATION XI ~ffrnTE I I ~JH-AND EMPLOYERS' LIABILITY [!] 1,000,000 C ANY PROPRIETOR/PARTNER/EXECUTIVE E. L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA 72WECGG6484 8/20/2020 s 1,000,000 (Mandatory in NH) 8/20/2019 E.L. DISEASE -EA EMPLOYEE ~iE;;;..~~i~:~t ugie~DCCATIONC hat,-,.., FI l""ltCc.tr.cc _ cr.1 1rv IMIT • 1,000,000 A BUSINESS PERSONAL PROPERTY 72SBAIT9447 08/19/2019 08/10/2020 B.P.P $13,100 ✓ D PROFESSIONAL LIABILITY MPL2343339.19 08/20/2010 08/20/2020 P.LIABILITY $3M/$3M DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remar1<s Schedule, may be attached if more space is required) City of Carlsbad, its officers, employees, agents and representatives are Additional Insureds with respect to General and auto Liability per attached Endorsements as required by written contract. Insurance is Primary and Non-Contributory. A 30 days written notice will be provided prior to cancellation of any above policies. ,r u ,-1-1ru ni=f::1 r~SJri::1 I ATION Additional Insured: City of Carlsbad SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1200 Carlsbad Village Drive THE EXPIRATION DATE THEREOF, NOTICE \MLL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS Carlsbad, CA 92008 AUTHORIZED REPRESENTATIVE I © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 72 SBA IT9447 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -STATE/POLITICAL SUBDIVISION CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008 Fonn IH 12 00 11 85 T SEQ. NO. 007 Printed in U.S.A. Page 001 Process Date: 09/23/19 Expiration Date: 08/19/20