Loading...
HomeMy WebLinkAboutLocater Services DBA Able Patrol and Guard; 2009-09-02;AMENDMENT NO.l TO AGREEMENT FOR SECURITY PATROL SERVICES (Locater Sewices, Inc. dba Able Patrol and Guard) This Amendment No.1 is entered into and effective as of the / s5 day of , 2010, amending the agreement dated September 2, 2009 (the "~~reemehf') by and between the City of Carlsbad, a municipal corporation, ("City"), and Locater Services, Inc. dba Abel Patrol and Guard, ("Contractor") (collectively, the "Parties") for security patrol services. RECITALS A. The Parties desire to alter the agreement's scope of work to include security patrol services at two additional trail sites; and B. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. 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". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on an agreed price basis for ongoing security services, Seven Thousand Two Hundred Sixty-Nine dollars and Sixty cents ($7,269.60) per agreement year, not- to-exceed a total value of Fifteen Thousand dollars ($15,000) per agreement year. Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by September 2, 2010 and all subsequent agreement years. 4. The estimated amount for extra work detailed in Schedule 'A' of the agreement is correspondingly reduced from Twenty-five Hundred dollars per year (subject to actual work performed) to Four Hundred Sixty dollars and Eighty cents (subject to actual work performed), per agreement year. 5. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 6. All requisite insurance policies to be maintained by 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 7. 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 authorii to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR (sign here) CkT&ecda&h- (print nameltitlel (e-mail address) Debbie @pkl/+Ass.i-~timt Treaslrer (print narnehitlej (e-mail address) CITY OF CARLSBAD, a municipal corporation of the State of California BY: i -& City Manager 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 secretaty under corporate seal empowering the officer@) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: City Attorney Approved Version #05.22.01 EXHIBIT "A" SCOPE OF SERVICES AND FEE Amendment No. 1 to Securitv Patrol Services Contractor will provide unarmed uniformed security officers to foot patrol City owned or managed properties listed below, in accordance with the original Agreement ((3) days a week, for a yearly service fee of Seven Thousand Two Hundred Sixty-Nine dollars and Sixty cents, not to exceed a total value of Fifteen Thousand dollars per agreement year. It is estimated that the areas to be patrolled under this amendment equal 265 acres. Patrol of these areas shall begin after written notice to proceed is provided by the Contract Administrator. Billing for services provided on these two areas shall be accomplished through separate invoicing from the two areas serviced under the original agreement and be paid for out of Trails Maintenance (001 4620-7550). ANNUAL COST Note: Additional patrol expense will be within the Fifteen Thousand dollars ($15,000) per Agreement year outlined in the original Agreement dated September 2, 2009. Item Number 1. 2. Attachments: Exhibit B-1 Exhibit 8-2 City Attorney Approved Version # 05.22.01 Description Coastal Rail Trail - City of Carlsbad Reach 2 ('Complete Coastal Rail Trail' depicted within the purple highlight; traillplanter areas from Oak Avenue to Tamarack Avenue) as referenced on Exhibit 8-1. Lake Calavera Property - City of Carlsbad Owned (Study Area/City Owned Land depicted within the solid black delineation; trailslopen space areas bounded by City of Oceanside, CDFG, Environmental Trust, and private properties), as referenced on Exhibit B-2 . Provide extra work including foot and mobile patrol as directed. (Subject to actual work performed) Unit Price $23.30 (Per patrol) Estimated Amount Patrol s 312 Annual Cost $7,269.60 $460.80 il Mileage I I' 1 City of Oceans 1.1 I Trail I -*-* ACKNOWLEDGMENT State of California County of ------- SanDie91 _-_o_O--_------) March 17, 2010 On ......................... Michael Lee Buse, Notary Public before me, ......................................... (insert name and title of the officer) Debbie Kopki personally appeared --------------------------------------------------------------, who proved to me on the basis of satisfactory evidence to be the person@) whose name@) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized cnpacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) ACKNOWLEDGMENT State of California County of ------- S3G33S -------------- 1 March 17,2010 On Michael Lee Buse, Notary Public before me, (insert name and title of the officer) George Grauer ~ersonallyappeared-------------------------------------------------------------, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Crmnisrion *. 1827132 mtuy Rdllc - C1Ulo~ signature &&-A--U-- (seal) SECURITY PATROL SERVICES (Locater Services, Inc. dba Able Patrol and Guard) THIS AGREEMENT is made and entered into as of the ^ day of 20ffi, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Locater Services Inc. dba Able Patrol and Guard, a Corporation, ("Contractor"). RECITALS A. City requires the professional services of security patrol services to provide the necessary patrol services at various locations within the City. B. Contractor has the necessary experience in providing professional services and advice related to security patrol services. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. E. The CONTRACT ADMINISTRATOR for the work performed under this agreement is the Parks Superintendant or his designated representative. 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 (2) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional two (2) year periods or parts thereof in an amount not to exceed, Fifteen Thousand dollars ($15,000) 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. City of Carlsbad - Security Patrol Services 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 will be Not to Exceed Fifteen Thousand dollars ($15,000) per agreement year. 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. City of Carlsbad - Security Patrol 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 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-:V". 10.1 Coverages 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 of Carlsbad - Security Patrol Services 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 General Liability. 10.2.2 Contractor will obtain occurrence coverage, 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 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 anytime, 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. City of Carlsbad - Security Patrol Services 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 notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: For Contractor: Name Kyle Lancaster Name George Grauer Title Parks Superintendent Title Vice President Department Parks and Recreation Address 4616 Mission Gorge Place City of Carlsbad San Diego. CA 92120 Address 1166 Carlsbad Village Drive Phone No. (619) 229-6100 Carlsbad. CA 92008 Phone No. (760) 434-2941 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. 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. City of Carlsbad - Security Patrol Services 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 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 ninety (90) 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 of Carlsbad - Security Patrol Services 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. 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. 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 City of Carlsbad - Security Patrol Services 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 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 (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California Gaocqe (print name/title) **By: ign here) RxfcL/Assistant ATTEST: LORRAINE M. WOO City Clerk (print name/title) V. ^ --ITTTi- / — *- ^If required by City, proper notarial acknowledgment of execution by contractoi//nvg|ft ,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. APPRJ RON AS TO FORM: L, City Attorney Cjty~Atterney City of Carlsbad - Security Patrol Services EXHIBIT A MANNER OF PERFORMING SERVICES PARTI GENERAL SPECIFICATIONS 1.00 GENERAL REQUIREMENTS 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. 1.02 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. 1.04 CONTRACTOR is required to hold and maintain a valid license from the State of California Bureau of Security and Investigative Services. 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 21101031. B. The undeveloped property that is intended for Veterans Park. Portions of APN 21201005 and APN 21201015 City of Carlsbad - Security Patrol Services EXHIBIT A 10 3.00 PAYMENT AND INVOICES 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 and/or 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 proposal, consistent in all respects with this CONTRACT, and shall contain all information as required in the REQUEST FOR PROPOSALS. 3.07 Additional compensation may be authorized at the discretion of the CONTRACT ADMINISTRATOR, subject to CITY budgetary conditions, for work deemed necessary by the CONTRACT ADMINISTRATOR due to extraordinary incidents or circumstances. City of Carlsbad - Security Patrol Services EXHIBIT A 11 4.00 MEETINGS. & REPORTS 4.01 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. 402 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. 4.03 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 EXTRA WORK 5.01 The CITY may award Extra Work to the CONTRACTOR, or to other forces, at the discretion of the CONTRACT ADMINISTRATOR. 5.02 Prior to performing any Extra Work, the CONTRACTOR shall prepare and submit a written proposal 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 proposal by the CONTRACT ADMINISTRATOR 5.03 In the event that CONTRACTOR'S PROPOSAL for Extra Work is not approved, the CONTRACT ADMINISTRATOR reserves the right to perform such work with other forces 5.04 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. 5.05 All Extra Work shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. City of Carlsbad - Security Patrol Services EXHIBIT A 12 6.00 COMMUNICATIONS AND EMERGENCY RESPONSE 6.01 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 from 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. 6.02 Whenever immediate action is required to prevent possible injury, death, or property damage, CITY may, after reasonable attempt to notify 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 from any amount due to the CONTRACTOR. 6.03 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. 6.04 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 City of Carlsbad - Security Patrol Services EXHIBIT A 13 services and, if so requested, shall prepare a written report thereof to the CONTRACT ADMINISTRATOR within three (3) calendar days following the occurrence. CONTRACTOR shall cooperate fully with the CITY in the investigation of any such occurrence. City of Carlsbad - Security Patrol Services EXHIBIT A 14 CONTRACTOR'S WORK FORCE The CONTRACTOR shall set forth in Exhibit A to the proposed CONTRACT: A. Each labor or supervisory position by title that will make up the CONTRACTOR'S work force needed to provide the described services. B. A sufficiently detailed explanation of the minimum qualifications for a person working in each position title, including any required certifications. C. The minimum annual man-hours for each position title that the CONTRACTOR proposes to commit to the performance of the described services. D. A list and description of the qualifications of other pertinent staff that are not to be directly committed to this project but who will be available to support, consult, perform Extra Work, and the like. E. A description of CONTRACTOR'S systematic skills training program. The information provided in this attachment is for the purposes of determining the CONTRACTOR'S commitment and preparedness to perform the DESCRIBED SERVICES, and assuring that the CONTRACTOR'S proposal is reasonable and complete. Nothing in this Attachment shall in any way be construed to remove, lessen, or relieve the CONTRACTOR from any responsibility prescribed by the CONTRACT. CONTRACTOR may attach additional pages to describe Minimum Qualifications, if needed. Label any such pages "Exhibit A" - Additional Information" along with the appropriate position title(s) corresponding to this form. A. POSITION TITLE B. MINIMUM QUALIFICATIONS C. TOTAL ANNUAL HOURS i. SEE ATTACHED 2. 3. City of Carlsbad - Security Patrol Services EXHIBIT A 15 Page 2 CONTRACTOR'S WORK FORCE (Continued) A. POSITION TITLE B. MINIMUM QUALIFICATIONS C. TOTAL ANNUAL HOURS 4. SEE ATTACHED 5. 9. 10. City of Carlsbad - Security Patrol Services EXHIBIT A ie Page 3 CONTRACTOR'S WORK FORCE (Continued) D. Other Staff Support Title Description / Qualifications SEE ATTACHED 2. 3. 4. 5. E. Description of CONTRACTOR'S employee training program City of Carlsbad - Security Patrol Services EXHIBIT A 17 MAPS OF PATROL AREAS ap created by Carblxsd GIS QeparlinEnl.il City of Carlsbad - Security Patrol Services EXHIBIT A 18 Mapcrcaisd by Carbted CIS Department. City of Carlsbad - Security Patrol Services EXHIBIT A 19 SCHEDULE A ANNUAL COST Item Number 1. 2. Description Provide foot and mobile patrol at two (2) designated areas Provide extra work including foot and mobile patrol as directed (Subject to actual work performed) Unit Price $23.30 (per patrol) Estimated Amount Patrols 312 Annual Cost $7,269.60 $2,500.00 Total amount of proposal in words for Schedule "A": Nine Thousand Seven Hundred Sixty-nine Dollars and Sixty Cents Total amount of proposal in numbers for Schedule "A": $ 9.769.60 City of Carlsbad - Security Patrol Services EXHIBIT A 20 Able Patrol and Guard Workforce Security Patrol Services Able Patrol and Guard (APG) management team, including ownership, is comprised of individuals with extensive professional experience related to the security industry. GEORGE ML GRAUER, President and Chairman of the Board of Directors is a graduate of San Diego State University, a retired federal investigator, a qualified manager and private investigator (California license # 4249), a Certified Protection Officer (CPO), Certified Protection Officer Instructor (CPOI), Administration of Justice (PC8328), .Police Office Safety Trained (POST) and has thirty-seven (37) years of security/safety experience. He is active in the day-to- day operations of APG and is the point of contact for several client contracts. Mr, Grauer chairs all Code of Ethics violation investigations, Equal Employment Opportunity and Sexual Harassment issues, Mr. Grauer conducts all levels of training. GEORGE ML GRAUER JR., Senior Vice President, is a Certified Protection Officer (CPO) and Certified Protection Officer Instructor (CPOI). Grauer has received extensive training in Fire Science and has obtained Firefighter I Certification with the State of California. Mr. Grauer is certified as an Emergency Medical Technician. Mr, Grauer has over fifteen (15) years of security, public safety and loss prevention experience. He has attended corporate sponsored training courses including: Corporate and Public Safety, Investigation Procedures, Tactical Control, Fraud and Interviewing techniques. He is First Aid and CPR certified. He is certified through the California Licensee Education on Alcohol and Drugs. Mr. Grauer oversees training, policies and procedures, chairs the quality control program review board, the injury and illness prevention program and is responsible for implementation and review of site-specific post orders for APG clients, MIKE BUSE, Director of Operations, is a graduate of Oregon State University and has over twenty-five (25) years of customer service, employee relations and management experience. He served in the United Sates Navy as a submarine officer for seven (7) years, Mike currently performs a variety of administrative functions including supervisor training; he participates in the APG hiring process, including classroom, refresher, site specific and advanced training. He is familiar with all APG clients. His multiple task capabilities, interpersonal skills and dedication to the security industry and APG make him a valuable asset to our team and our clients. Able Patrol and Guard t PPCM59S6146 i 6 Mission Gorge Place, San Dfego, CA 921201 (619) 239-61001 Fax (619) 229-6106 City of Carlsbad - Security Patrol Services EXHIBIT A 21 RAY O'CONNELL, Senior Supervisor, is a Certified Protection Officer (CPO) has seven (7) years of supervisor experience with APG and thirty-four (34) years of security/safety experience. Mr. O'Connell retired from the Albany New York Police l>epartment after twenty-seven (27) years of service. Mr. O'Connell brings a wealth of knowledge and experience to APG. A sample of Mr. O'Connell's training includes: * Basic and advanced police training (POST) * Managing investigations * General Police Service * New York State Corrections, HIV/AIDS training * Emergency Vehicle Operations 4 Municipal Police Training Mr. O'Connell is a Vietnam Veteran and he received numerous awards while serving in the military including: a) Vietnam Service Ribbon b) Vietnam Campaign Ribbon-4 stars c) American Service Ribbon He conducts many administrative and supervisory functions for APG including classroom, site and refresher training. He is familiar with all APG client requirements. He conducts unannounced post/field inspections daily. Ray has imparted many of the skills he learned while an Albany Police Officer, to our APG officers, CHARLES CAMPBELL, Training Manager, has ten (10) years of supervisory experience with APG and thirty-five (35) years of security/safety experience. He is certified in Administration of Justice (PC-832) and Police Officer Safety Trained (POST). Campbell participates in all phases of APG training along with the administration of contract security services and is responsible for the production of post orders for all APG clients. MOBILE PATROL OFFICERS, Currently, there are twelve (12) APG officers available to meet the requirements and scope of work for the City of Carlsbad. Each officer has a minimum of two (2) years security/safety experience and has successfully completed all aspects of the APG training curriculum. Able Patro! and Guard! PPOW598614616 Mission Gorge Place, San Diego, CA 921201 (6! 9) 229-61001 Fax (619) 229-6106 City of Carlsbad - Security Patrol Services EXHIBIT A 22 Training APG has developed training programs on our own initiative that exceed published industry standards. Our training is specific to the role and responsibility our security/safety officers assume for our clients. The licensing agency, Bureau of Security and Investigative Service (BSIS), mandates all officers to participate in training. Our training enhances the skills of our officers, and prepares them to succeed as an officer representing APG. Effective July 1, 2004 The Bureau of Security and Investigative Services (BSiS) revised the training requirements for registered security officers in the Private Security Services Act, California Senate Bill 2880 (SB2880). BSIS requested submission of training course and certification for their acceptance and approval. APG staff wrote our entire training program in compliance with SB2880 and on October 4, 2004, Enforcement Manager George H. Paddeeh of BSIS approved the APG training course, certificate format and assorted materials, to achieve compliance with the requirement (SB2880) of (he Department of Consumer Affairs training course for security officers. APG is in full compliance with the BSIS requirements that mandate officers have successfully completed the Powers to Arrest, entry level and site-specific training prior to assignment. APG training is divided into six (6) categories: » Powers to Arrest * Entry Level •» Site Specific * Advanced * Refresher » Supervisor Once an officer successfully completes a category of training, a certificate of completion is awarded and a copy is placed in the officer's personnel file. The APG commitment to provide the client with well-trained security officers is a valuable service to the client and our officers. This process will tie trainers directly to the unique needs for security/safety of the critical infrastructure sites, and will ensure the proper dissemination of new training programs, materials and methods as needed at the client site. Able Patrol and Guard IPPCW598614616 Mission Gorge Place, San Diego. CA 921201 (619)229-61001 Fax (619) 229-61(56 www.abfcpatrulonilguiiiii.ciOT City of Carlsbad - Security Patrol Services EXHIBIT A 23 A.PG Trainers are fail time employees whose role is to: * Conduct training in a variety of settings including class participation, role-playing and field exercises. * Analyze performance of individuals. * Manage performance enhancement throughout the training effort. * Develop a partnership with the client that will identify training opportunities, which will enhance the delivery of security/safety services, Powers To Arrest The BS1S manual includes sixty-five (65) practice questions and forty-five (45) final exam questions. The candidate must receive a 100% score on the final exam. Entry-Level Training: Requires pass/fail of the twenty (20) modules; consisting of: * The Training Mission * Security and Asset Protection » Observation Skills * Laws of Evidence & Overview of the Law * Emergency Procedures * Health & Safety (HPP) * Communication * Verbal Communication * Payroll Administration * Schedule Discussion « APG Drug Free Workplace * Fire Awareness and Suppression * Ethics, Quality Care and Service * Vehicle and Driver Safety * Professional Image-Uniform, Equipment and Grooming * Introduction to Site Specific Training » Client Care and Quality Service * How APG Can Help You * Awards and Recognition * Terrorism Awareness Abie Patrol and Guarf I PPO#S9g614616 Mission Ctorge Place, San Diego, CA 02120') (619) 229-WOO1 Fax (619) 229-6106 www tibtcpatr*>1atidguaixt WIMH City of Carlsbad - Security Patrol Services EXHIBIT A 24 Site-Specific Training: Includes classroom, site familiarization, and detailed post orders and scope of work, including the following topics: * Equipment * Emergency response and evacuation procedures » Liability implication » Reporting processes/procedures » Work schedules » Internal policies; processes and procedures * Opening and closing procedures * Fire Extinguisher locations * Emergency exits » APG officers conduct on client property Advanced Training: Advanced officer traming is accomplished after an officer has successfully completed the ninety (90) day probation period with APG and includes: * Security awareness and crime prevention * Enhanced customer service * Investigative techniques, reports and procedures * Special security/safety concerns Refresher Training: All APG officers receive refresher training on an annual basis. Refresher training reinforces the critical elements presented in entry level and site-specific training and other material that directly relates to the development of officer job skills. Special refresher training may be required when a major policy or procedure is introduced. Able Patrol and Guarf f PPCW598614<ilS Mission Gorge Place, San Diego, CA 921201 (619) 229-6100 i Fax (619) 229-6106 City of Carlsbad - Security Patrol Services EXHIBIT A 25 Supervisor Training: Supervisors have received entry level, advanced and site specific training. Supervisor training includes: » Uniform and grooming standards •» Site inspection procedures * Written and verbal order techniques * Employee motivation * Managerial public relations * Scheduling and overtime control « APG polices Supervisors receive additional training for major policy and procedure revisions. All APG patrol officers will possess a current and valid drivers license, California Guard License and have undergone a thorough FBI and DOJ background investigation. Additionally, APG utilizes a program sponsored by DHS to verify employment eligibility with INS and SSA, AMe Patrol and Guard I PPQS59861 4616 Mission Gorge Place, San Diego, CA 921201 (619) 229-6100 I Fax (619) 229-6106 City of Carlsbad - Security Patrol Services EXHIBIT A 26