Loading...
HomeMy WebLinkAboutLocater Service dba Able Patrol and Guard; 2005-09-06;RATIFICATION OF AMENDMENT NO.3 TO EXTEND AND AMEND AGREEMENT FOR SECURITY PATROL SERVICES (Locater Services Inc. dba Able Patrol and Guard) PWGS398 This Ratification of Amendment No. 3 is entered into as of the _ -yi _ day of M^\rrx>e-jvvx^ VgJv _ , 2008, but effective as of the sixth day of September, 2008, extending and amending the agreement dated September 6, 2008 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Locater Services Inc. dba Able Patrol and Guard ("Contractor") (collectively, the "Parties") for security patrol services. RECITALS A. On August 16, 2007, the Parties ratified Amendment No.1 to the Agreement to extend and fund the agreement for a one-year period, retroactive to September 6, 2006; and B. On September 4, 2007, the Parties executed Amendment No. 2 to extend and fund the agreement for a one-year period, with agreed to supplemental fee schedule; and C. The Agreement, as amended from time to time expired on September 6, 2008, and Contractor continued to work on the services specified therein without the benefit of an agreement; and D. The Parties desire to extend the Agreement for a period of one year ending September 6, 2009; and E. The Parties have negotiated and agreed to a 2.3% increase in compensation. This increase is within the annual rate of inflation as indicated in the Consumer Price Index for San Diego County for the past twelve (12) months, and is within the compensation adjustment allowed by the Agreement; and F. The parties desire to extend and fund the Agreement for a period of one year. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The retroactive extension and amendment of the Agreement is ratified. 2. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one year ending on September 6, 2009 on an agreed price not to exceed Nine Thousand Six Hundred Thirty-eight dollars and Thirty-two cents ($9,638.32). 3. Contractor will complete all work associated with this Agreement by September 6, 2009, and by September 6 of all subsequent agreement years. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. City Attorney Approved Version #05.22.01 5. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 5. The individuals executing this Amendment 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 Amendment. CONTRACTOR (sign here) George M. Grauer/Vice President (print name/title)" george@ablepatrolandquard.cxm (e-mail address) (sign here) Deborah Kopki/Assistant Treasurer (print name/title) deborah@ablepatrolandguard.com (e-mail address) CITY OF QAI corporation o jhe By: ATTEST: LORRAINE M. WOOD 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. Chairman, President, or Vice-President / **Group B. 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: RONALD R. BALL, City Attorney Deputy City Attrney City Attorney Approved Version #05.22.01 RATIFICATION OF AMENDMENT NO 3 TO EXENT AND AMEND AGREEMENT FOR SECURITY PATROL SERVICES Locater Services Inc dba Able Patrol and Guard (PWGS398) EXHIBIT "A" SCOPE OF SERVICES AND FEE 1. This amendment authorizes Locater Services Inc dba Able Patrol and Guard to a 2.3% increase in compensation from $21.90 per patrol to $22.40 per patrol. This increase is within the annual rate of inflation as indicated in the Consumer Price Index for San Diego County for the past twelve (12) months and is within the compensation adjustment allowed by the Agreement. Total compensation is not to exceed Nine Thousand Six Hundred Thirty-eight dollars and Thirty-two cents ($9,638.32) per agreement year. City Attorney Approved Version #05.22.01 AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR SECURITY PATROL SERVICES Locater Services Inc. dba Able Patrol and Guard This Amendment No. 2 is entered into and effective as of the ^ _ day of , 200_2_, extending and amending the agreement dated September 06, 2005 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Locater Services Inc. dba Able Patrol and Guard, ("Contractor") (collectively, the "Parties") for security patrol services. RECITALS A. On August 16, 2007, the Parties ratified Amendment No. 1 to the Agreement to extend and fund the agreement for a one-year period, retroactive to September 06, 2006; and B. The Parties have negotiated and agreed to a 3.3% increase in compensation. This increase is within the annual rate of inflation as indicated in the Consumer Price Index for San Diego County for the past twelve (12) months, and is within the compensation adjustment allowed by the Agreement; and C. The Parties desire to extend and fund the Agreement for a period of one year; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one year ending on September 06, 2008 on an agreed price basis not- to-exceed Nine Thousand Four Hundred Twenty-one dollars and Sixty-two cents ($9,421.62). 2. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". With this Amendment, the total annual Agreement amount shall not exceed Nine Thousand Four Hundred Twenty-one dollars and Sixty-two cents ($9,421.62). 3. Contractor will complete all work described in Exhibit "A" by September 06, 2008 of this and all subsequent agreement years. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 6. The individuals executing this Amendment 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 Amendment. CONTRACTOR (sign here) George Grauer/Vice President (print name/title) qeorge@ablepatrolandquard.com (e-mail address) (sign here) Deborah Kopki/Assistant Treasurer (print name/title) deborah@ablepatrolandquard.com (e-mail address) CITY OF CARLSBAD, a municipal corporation of the State of California Manager or Mayor ATTEST: (City Clerk ^TSB/lA'''/- 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. Chairman, President, or Vice-President **Group B. 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: RONALD R. BALL, City Attorney City Attorney Approved Version #05.22.01 AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR SECURITY PATROL SERVICES Locater Services Inc. dba Able Patrol and Guard EXHIBIT "A" SCOPE OF SERVICES AND FEE 1. This amendment authorizes Locater Services Inc. dba Able Patrol and Guard to a 3.3% increase in compensation from $21.20 per patrol to $21.90 per patrol. This increase is within the annual rate of inflation as indicated in the Consumer Price Index for San Diego County for the past twelve (12) months and is within the compensation adjustment allowed by the Agreement. Total compensation is not to exceed Nine Thousand Four Hundred Twenty-one dollars and Sixty-two cents ($9,421.62) per agreement year. City Attorney Approved Version #05.22.01 RATIFICATION OF AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR SECURITY PATROL SERVICES Locator Services Inc. dba Able Patrol and Guard This Ratification of Amendment No. 1 is entered into as of the / I** day of c<. yix^jf , 200^2_, but effective as of the 6th day of Septembe^; 2006, extending and amending the agreement dated September 06, 2005 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Locater Services Inc. dba Able Patrol and Guard, ("Contractor") (collectively, the "Parties"). RECITALS A. The Agreement, as amended from time to time expired on September 06, 2006 and Contractor continued to work on the services specified therein without the benefit of an agreement. B. The Parties desire to extend and fund the Agreement for a period of one year; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The retroactive extension and amendment of the Agreement is ratified. 2. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one year ending on September 06, 2007 on an agreed price basis not- to-exceed Nine Thousand One Hundred Twenty dollars and Sixty-four Cents ($9,120.64). With this ratification to extend and amend, the total annual Agreement amount shall not exceed Nine Thousand One Hundred Twenty dollars and Sixty-four Cents ($9,120.64). 3. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22..01 5. The individuals executing this Amendment 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 amendment. CONTRACTOR *By^ \ ^j&f^"yjfi' "' '—"t'j'7r ^T(si^hhere) / George Grauer, President (print name/title) george@ablepatrolandguard.com (e-mail address) CITY OF CARLSBAD, a municipal corporation of the State of California ATTEST: LpRRAINE/yi. WOO Jity Clerk^j Deborah Kopki, Assistant Treasurer (print name/title) deborah@ablepatrolandquard.com (e-mail address) 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. Chairman, President, or Vice-President **Group B. 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: RONALD^Ri BALLXtfy Attorney puty City Attorney City Attorney Approved Version #05.22..01 TWIS DGCUMi-ISVr HAS A TRUE DEFENSA™ WATERMARK AND VISIBLE FIBERS DISCERNIBLE PROM BOTH SIDES BUS. NUMBER 1220686 ' DATE ISSUED 8/1/2007 SIC CODE 7381 OWNER FIRM OR CORPORATION NAME BUSINESS NAME MAILING ADDRESS CITY AND STATE OF CARLSBAD BUSINESS REGISTRATION CERTIFICATE The person, firm or corporation named below is • granta^Jlis business certificate pursuant to the provisions ot the City Business tfcense Qfdinar)6es to engage iparry on or conduct the business, tfatle, catling, profession, exhibition or occupation described below. lssuance.pf the certificate is not an endorsement, n certification of compliance with other ordinances or lows. This license Is issued without verification that the licensee is subject to or exempt Irom licensing by tl State of California, • .; 7 BUSJNESSfLOCATION 4616.MISSION GORGE PL SIC DESCRIPTION . Detective, Guard, And Armored Car Services ABLE PATROL & GUARD ABLE PATROL & GUARD 4616 MISSION GORGE PL SAN DIEGO, CA £2120-4133 , EXPIRATION DATE 7/3t/2008 KEEP FOR YOUR RECORDS BUSINESS TAX RECEIPT BUS. NO. 1220686 DATE ISSUED 8/1/2007 08.180 $30.00 BALANCE $0.00 TAXES PAID IN ACCORDANCE WITH CITY BUSINESS TAX ORDINANCE CITY OF CARLSBAD THIS DOCUMENT IS ALTERATION PROTECTED AND REFLECTS FLUORESCENT FIBERS UNDER UV LIGHT SECURITY PATROL SERVICES (Locater Services dba Able Patrol and Guard) THIS AGREEMENT is made and entered into as of the b&(, day of & 2005% by and between the CITY OF CARLSBAD, a municipal cofporafion, ("City"), and Locater Services Inc. dba Able Patrol and Guard, a Corporation, ("Contractor"). RECITALS A. B. C. D. E. City requires the professional services of security patrol services to provide the necessary patrol services at various locations within the City. Contractor has the necessary experience in providing professional services and advice related to security patrol services. Selection of Contractor is expected to achieve the desired results in an expedited fashion. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. The CONTRACT ADMINISTRATOR for work performed under this agreement is the PARKS SUPERTNTENDENT or his designated representative PUBLIC WORKS SUPERVISOR, Trees and Medians. 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 one year from the date first above written. The City Manager may amend the Agreement to extend it for three (3) additional one- year periods or parts thereof in an amount not to exceed Nine Thousand One Hundred Twenty dollars and Sixty-four cents ($9,120.64) per Agreement year. 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 for each and every provision of this Agreement. TIME IS OF THE ESSENCE 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be Nine Thousand One Hundred Twenty dollars and Sixty-four cents ($9.120.64). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. 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 City Attorney Approved Version #04.01.02 Contractor agrees to indemnie 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 in whole or in part by any willful misconduct or negligent act or omission 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 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-:VI'. 10.1 CoverarJes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney 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. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single- limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 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 and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. City Attorney Approved Version #04.01.02 10.2. under this Agreement contain, or are endorsed to contain, the following provisions: Additional Provisions. Contractor will ensure that the policies of insurance required 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 claims-made coverage. Contractor will obtain occurrence coverage, which will be written as 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 this Agreement, Contractor will furnish certificates of insurance and endorsements to City. Providing. Certificates of Insurance and Endorsements. Prior to City's execution of 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 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 and certified copies of any or all required insurance policies and endorsements. Submission of Insurance Policies. City reserves the right to require, at anytime, complete 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 City Attorney Approved Version #04.01.02 Contractor agrees that all copyrights that arise fiom 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 notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: For Contractor: Name Michael Bliss Name Wrge M. Grauer Title Public Works Supervisor Title - President Department Parks / Trees and Medians City of Carlsbad Address 4616 Mission Gorge Place San Diego, Ca 92120 Address 1 166 Carlsbad Village Dr. Carlsbad. CA 92008 Phone No. 6760) 434-2985 61 9-229-61 00 Phone No. Each party will noti@ the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor’s duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City’s Conflict of Interest Code is required of Contractor or any of Contractor’s employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor’s affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor’s agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor’s agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS City Attorney Approved Version #04.01.02 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 that the services 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 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 City Attorney Approved Version #04.01.02 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 sea ., 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. JURISDICTIONS 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 or 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. City Attorney Approved Version #04.01.02 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. City Attorney Approved Version #04.01.02 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR Georqe Grauer. President **By: CITY OF CARLSBAD, a municipal corpomtion of the State of California ATTEST: %$3 I LORRAINE M. WOm 'd (sign here) I DERoL~ L* KPpKI, UO (print namekitle) If required by City, proper notarial ackno attached. If a Corporation, Agreement must be signed by one corporate officer fiom each of the following two groups. **Group B. 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: RONALD R. BALL, City Attorney Deputy BY&+ City Attorney City Attorney Approved Version #04.01.02 EXHIBIT A MANNER OF PERFORMING SERVICES PART I GENERAL SPECIFICATIONS 1.00 GENERAL REOUIREMENTS 1.01 CONTRACTOR will provide unarmed uniformed security officers to foot patrol City owned or managed properties as detailed in this agreement (3) days a week for monitoring illegal dumping and illegal encampments, as well as informing trespassers to vacate said premises. One of these days is required to be a weekend day, Saturday or Sunday. 1.01 A Patrol frequency is one patrol per day for each location required under this agreement. 1.02 CONTRACTOR will provide its security officers with a Nextel 2-way radio or equal and a cell phone during mobile patrol. 1.03 CONTRACTOR will submit to the CONTRACT ADMINISTRATOR or his designated representative reports on a monthly basis the dates and times when surveillance and patrol took place, and the course of action taken, if any. These reports will include license numbers of vehicles, illegal dumping, trespassing or other related activities. The Contractor shall indicate the actual parcel number of the property and shall provide information on exact locations of these activities on said parcel. 2.00 AREA TO BE PATROLLED 2.01 The area to be patrolled under the provisions of this CONTRACT is located at the following areas: It is estimated that the total area to be patrolled is approximately 235 acres. A map of the areas to be patrolled identified by Assessors Parcel Numbers is included and incorporated by reference. A. The southeast side of Agua Hedionda Lagoon. Portions of APN 2 1 10 103 1. B. The undeveloped property that is intended for Veterans Park. Portions of APN 21201005 and APN 21201015 3.00 PAYMENT AND INVOICES 08-02-05 Able Patrol and Guard.doc 08/02/2005 3.01 The CONTRACTOR shall present monthly invoices, for all work performed during the preceding month. Said invoice shall include all required certifications and reports as specified hereinafter. The invoice shall be submitted on or before the fifth (5th) day of each month in the amount of the compensation to be paid by the CITY for all services rendered by the CONTRACTOR under the terms and conditions of this CONTRACT. Said payment shall be made within thirty (30) days upon receiving the invoices, providing that all work performed during the preceding month has been inspected and accepted by the CONTRACT ADMINISTRATOR and that applicable certifications have been submitted in accordance with the provisions of this CONTRACT. 3.02 Invoices for approved Extra Work shall be in a format acceptable to the CONTRACT ADMINISTRATOR, including attachments, such as copies of suppliers’ invoices, which the CONTRACT ADMINISTRATOR may require to verify CONTRACTOR’S billing. Invoices for Extra Work shall be submitted on separate invoices. Unless otherwise requested by the CONTRACT ADMINISTRATOR, one invoice shall be submitted for each discrete and complete item of Extra Work. 3.03 Unless otherwise provided, invoices for Materials for approved Extra Work may include a mark up of 15%, to cover CONTRACTOR’S overhead, handling, and the like, related to the provision of said materials. Such invoices shall be presented along with copies of suppliers’ invoices. 3.04 Rental Equipment for Extra Work shall be invoiced at CONTRACTOR’S cost and may include a mark up of 15%. Such invoices shall be presented along with copies of suppliers’ invoices. 3.05 In the event the CITY transfers title or patrol service responsibility of the premises or a portion thereof, this CONTRACT shall continue in full force and effect, except said portion, at the discretion of the CONTRACT ADMINISTRATOR, may be deleted from the premises to be maintained and the CONTRACT sum shall be reduced accordingly. 3.06 The CONTRACT ADMINISTRATOR may, at his discretion, add new areas to be patrolled andor require additional services. The CONTRACTOR shall be compensated for the additional services that are designated after the date of the commencement of this CONTRACT based on the submission of an approved security patrol bid, consistent in all respects with this CONTRACT, and shall contain all information as required in the REQUEST FOR BIDS. 3.07 Additional compensation may be authorized at the discretion of the CONTRACT ADMINISTRATOR7 subject to CITY budgetary conditions, for work deemed necessary by the CONTRACT ADMINISTRATOR due to extraordinary incidents or circumstances. 08-02-05 Able Patrol and Guard.doc 08/02/2005 4.00 MEETINGS, & REPORTS 4.01 402 4.03 The CONTRACTOR or his authorized representative shall meet with the CONTRACT ADMINISTRATOR or his representative at the discretion and convenience of the CONTRACT ADMINISTRATOR, for walk-through inspections. At the request of the CONTRACT ADMINISTRATOR, the CONTRACTOR, or his appropriate representative, shall attend meetings as determined by the CONTRACT ADMINISTRATOR, for purposes of orientation, information sharing, CONTRACT revision, description of CITY policies, procedures, standards, and the like. CONTRACTOR shall provide to the CONTRACT ADMINISTRATOR such written documentation and/or regular reports as the CONTRACT ADMINISTRATOR deems necessary to verify and review CONTRACTOR'S performance under this CONTRACT and to provide to the CONTRACT ADMINISTRATOR pertinent information relative to the maintenance, operation, and safety of the medians. 5.00 EXTRAWORK 5.01 5.02 5.03 5.04 5.05 The CITY may award Extra Work to the CONTRACTOR, or to other forces, at the discretion of the CONTRACT ADMINISTRATOR. Prior to performing any Extra Work, the CONTRACTOR shall prepare and submit a written bid including a description of the work, an estimate of labor and materials, and a schedule for completion. No work shall commence without written approval of the CONTRACTOR'S bid by the CONTRACT ADMINISTRATOR In the event that CONTRACTOR'S BID for Extra Work is not approved, the CONTRACT ADMINISTRATOR reserves the right to perform such work with other forces When a condition exists which the CONTRACT ADMINISTRATOR deems urgent, the CONTRACT ADMINISTRATOR may verbally authorize the work to be performed upon receiving a verbal estimate from the CONTRACTOR. However, within twenty-four (24) hours after receiving a verbal authorization, the CONTRACTOR shall submit a written estimate, consistent with the verbal authorization, to the CONTRACT ADMINISTRATOR for approval. All Extra Work shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. 6.00 COMMUNICATIONS AND EMERGENCY RESPONSE 08-02-05 Able Patrol and Guard.doc 08/02/2005 6.01 6.02 6.03 6.04 The CONTRACTOR shall, during the term of this CONTRACT, maintain a single telephone number, toll free to a San Diego region area code, at which the CONTRACTOR or CONTRACTOR’S responsible employee may be contacted at any time, twenty-four hours per day, to take the necessary action regarding all inquiries, complaints and the like, that may be received fiom the CONTRACT ADMINISTRATOR or other CITY personnel. For hours beyond a normal 8 AM to 5 PM business day, an answering service shall be considered an acceptable substitute for full time twenty-four hour coverage, provided that the CONTRACTOR responds to the CITY by return call within one hour of the CITY’S original call. Whenever immediate action is required to prevent possible injury, death, or property damage, CITY may, after reasonable attempt to no ti^ the CONTRACTOR, cause such action to be taken by alternate work forces and, as determined by the CONTRACT ADMINISTRATOR, charge the cost thereof to the CONTRACTOR, or deduct such cost fiom any amount due to the CONTRACTOR. All complaints shall be abated as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of the CONTRACT ADMINISTRATOR. If any complaint is not abated within 24 hours, the CONTRACT ADMINISTRATOR shall be notified immediately of the reason for not abating the complaint followed by a written report to the CONTRACT ADMINISTRATOR within five (5) working days. If the complaints are not abated within the time specified or to the satisfaction of the CONTRACT ADMINISTRATOR, the CONTRACT ADMINISTRATOR may correct the specific complaint and the total cost incurred by the CITY will be deducted and forfeit from payments owing to the CONTRACTOR from the CITY. The CONTRACTOR shall maintain a written log of all communications, the date and the time thereof and the action taken pursuant thereto or the reason for non-action. Said log of complaints shall be open to the inspection of the CONTRACT ADMINISTRATOR at all reasonable times. 7.00 SAFETY 7.01 CONTRACTOR agrees to perform all work outlined in this CONTRACT in such a manner as to meet all accepted standards for safe practices during the security patrol operation and to safely maintain stored equipment and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all CITY, County, State or Federal requirements at all times so as to protect all persons, including CONTRACTOR’S employees, agents of the CITY, vendors, members of the public or others from foreseeable injury, or damage to their property. 7.02 CONTRACTOR shall notify the CONTRACT ADMINISTRATOR immediately of any occurrence on the premises of accident, injury, or persons requiring emergency services and, if so requested, shall prepare a written report thereof to the CONTRACT 08-02-05 Able Patrol and Guard.doc 08/02/2005 ADMINISTRATOR within three (3) calendar days following the occurrence. CONTRACTOR shall cooperate hlly with the CITY in the investigation of any such occurrence. 08-02-05 Able Patrol and Guard.doc 08/02/2005 Item - No. Description SCHEDULE A ANNUAL COST Unit Price Annual Cost 1. Provide foot and mobile patrol at designated areas LS $6.620.00 2. Provide extra work including foot and mobile patrol as directed Estimated Amount $2.500.00 (Subject to actual work performed) Total Annual Contract Amount $9,120.64 08-02-05 Able Patrol and Guard.doc 08/02/2005