Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RCS Investigations and Consulting LLC; 2018-02-14;
AGREEMENT FOR BACKGROUND AND ADMINSTRATIVE INVESTIGATION SERVICES (RCS INVESTIGATIONS AND CONSULTING, LLC) TH AGREEMENT is made an<! entered into as of the / t/th day of · , , 20..lF, by and between the CITY OF CARLSBAD, a municipal corporation, ("Cit , and RCS Investigations and Consulting LLC, a background and administrative inves · ative service, ("Contractor"). RECITALS A. City requires the professional services of an as needed professional background investigation service that is experienced in performing pre-employment background investigations for prospective police recruits, lateral police officers, communicators, and civilian staff over the term of the Agreement. B. Contractor has the necessary experience in providing professional services and advice related to pre-employment qualifications for employment within the Carlsbad Police Department. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for 3 additional 1 year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed sixty thousand dollars ($60,000) per Agreement year and shall be billed as follows: (1) flat rate for sworn police officer and dispatcher background investigations shall be billed at one thousand six hundred fifty dollars ($1,650.00) and (2) flat rate for non-sworn background investigation shall be billed at one thousand five hundred dollars ($1,500.00). No other compensation for the Services will be allowed except for items covered by subsequent City Attorney Approved Version 4/1/15 amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed sixty thousand dollars ($60,000) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". There are no mileage cost associated with work performed in the Southern California area, which includes the following counties: San Diego, Imperial, Riverside, San Bernardino, Orange, and Los Angeles. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' City Attorney Approved Version 4/1 /15 2 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-VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability Insurance. $2,000,000 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. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. City Attorney Approved Version 4/1/15 3 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 any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. City Attorney Approved Version 4/1/15 4 For City Name Peter Pascual /Steve Thomas Title LieutenanU Sergeant Department Carlsbad PD ----------- City of Carlsbad Address 2560 Orion Way Carlsbad, CA 92009 Phone No. 760 931 2152 For Contractor Name Steve Rodig Title Partner/Project Manager Address P.O. Box 29798 Anaheim Hills, CA 92809-9798 Phone No. 714-779-2300 Email steve@rcsinvestigations.com 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 Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version 4/1 /15 5 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 payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor City Attorney Approved Version 4/1/15 6 and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY 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 By: (print name/title) (sign her 0HAR.<..c...s C'.i-lA.VEZ (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: ATTEST: CLPK21Z~0~ BARBARA ENGLESON D __, '-- 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. City Attorney Approved Version 4/1/15 7 APPROVED AS TO FORM: ::LIA AMR, tttorney Assistant City Attorney City Attorney Approved Version 4/1/15 8 EXHIBIT "A" SCOPE OF SERVICES When notified and assigned a Background Investigation by the Police Department, the Contractor will administer pre-employment investigations in conformance with all State of California and City of Carlsbad regulations and policies. • Contractor shall conduct a comprehensive background investigation using current POST guidelines, recommendations and requirements. Personal History Statement (PHS), Pre-Employment Investigative Questionnaire (PIQ), polygraph and other required documents will be provided by agency. • Contractor shall communicate with the Professional Standards Sergeant with the City of Carlsbad Police Department throughout the investigation(s) and notify the Police Department of any information that would immediately disqualify the applicant from employment. In the event this occurs, the cost of the investigation should be prorated. • Conduct an in-person interview on each applicant and provide written documentation. • Perform criminal records inquires for each applicant (mail inquiries should be sent to every city, county and college law enforcement agency where the applicant lived, worked and attended college). Any returns received after the file has been submitted to the Police Department shall be returned to Police Department for inclusion in the applicant's file. • Perform reference inquiries for each applicant (all references listed on PHS and any secondary references identified by investigator). Three documented attempts shall be made. Mail inquiries should be sent after three failed attempts to contact by phone. Any returns received after the file has been submitted to Police Department shall be returned to the Police Department for inclusion in the file. • Perform residence/neighborhood inquires/verification for each applicant for all locations applicant has lived over the last year. Mail inquiries are to be sent to residences where the applicant lived from 15th birthday to present. Any returns received after the file has been submitted to Police Department shall be returned to the Police Department for inclusion in the file. • Perform prior and/or current employment checks for each applicant (mail inquiries to all law enforcement agencies where applicant has previously applied). An in-person review of the applicant's background file, if available, as reported by the agency through mail inquiry return, is to be completed. Due to the duration of time it takes to receive mail inquiry returns, the Contractor should contact by telephone those agencies where the applicant advised there was a background investigation started or completed. Any returns received after the file has been submitted to Police Department shall be returned to Police Department for inclusion in the applicant's file. • Perform employment checks for each applicant. Employment checks include interviewing coworkers and supervisors for both current and past employment (in-person checks are City Attorney Approved Version 4/1/15 9 required for employment over the last three years and mail inquiries are sufficient for all others) and reviewing personnel files, if available, with follow-up documentation filed. • Review of legal, department of motor vehicle, education, and military documents for verification (some provided by applicant and others provided by agency). • Produce an executive summary, following the format established by City of Carlsbad Police Department that includes the following categories: o Personal o Education o References o Agencies Applied o Residences o Employment o Financial History and responsibility o Legal o Polygraph o Department of motor vehicle o Social Media o Tattoos • Provide complete background packet using established format dividers. Documents shall be in order as provided by Carlsbad Police Department and all pages, except for divider pages, should be numbered. • Completed background file for each applicant shall be hand delivered to the Carlsbad Police Department. • Contractor must be able to handle a caseload of five to twenty background investigations at one time. • Contractor must be able to provide a four to eight week turnaround. Extension allowed upon authorization by the Carlsbad Police Department. • Contractor with access to City of Carlsbad Police Department background investigation packets/files (investigators, typists, etc.) shall sign a confidentiality agreement to be provided by the Carlsbad Police Department. City Attorney Approved Version 4/1 /15 10 CERTIFICATE OF LIABILITY INSURANCE OP ID: DR DATE (MM/DD/YYYY) 10/23/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemen s . PRODUCER Alliance Mgt. & Insurance Serv 355 Via Vera Cruz #7 CA Agent/Broker Lie# 0737966 San Marcos, CA 92078 Michelle A. Nowell ,iisuReo--RCS investigations & · Consulting, LLC PO Box29798 Anaheim, CA 92809-9798 COVERAGES CERTIFICATE NUMBER: rgNio,E~t760-471-7116 __ Ao"l,1t~ss, mnowell@amiscorp.com i (A/C. NaJ: 760-471~9378_ PRoollCER ·-R-CS-·1··N --CJ!STOMERID #: __ . -1 _ _____ INSURER(SJ AFFORDING COVERA-=G=E __ 1NsuRE~A.,Acceptance Casualty I~ Collle __ INSURERB: INSURERC: INSURERD: INSURERE: INSURERF: REVISION NUMBER: NAIC# -----· -- 110349 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ·~,r TYPE oF INSURANCE iAD!)L,sue1t,··--P~Y NUMBER -::2fl}iJJF!., : :Sfb~"""T___ LIMrrs ' GENERAL LIABILITY A X j COMMERCIAL GENERAL LIABILITY ~ ·1-~ CLAIMS-MADE ~ OCCUR X , Errors & Omission A GEN'L AGGREGATE LIMIT APPLIES PER: ;)( POLICY I PRO· ,--LOC AUTOMOBILE LIABILITY , ANYAUTO I ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN X X CP00960873 CP00960873 ANY PROPRIETOR/PARTNER/EXECUTIVE D I N / A OFFICER/MEMBER EXCLUDED? · (Mandatory In NH) 1 If yes, describe under DESCRIPTION OF OPERATIONS below I , EACH OCCURRENCE I $ 06/19/2011 I 06/19/2018 [~~~JfE~~~ceJ 1 s MED EXP (Any one person) _ $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE : PRODUCTS -COMP/OP AGG $ 1---- $ ! COMBINED SINGLE LIMIT $ ! 06/19/2017 06/19/2018 (Ea accident) BODILY INJURY (Per person) $ lll_C:DILY INJURY (P-;;r accide_nt) l $ PROPERTY DAMAGE (PER ACCIDENT) 1$ $ $ ' EACH OCCURRENCE AGGREGATE $ $ $ $ I WC STATU-OTH-TORY.J.IMIT_$ __ c..ER I E.L. EACH ACCIDENT $ EL DISEASE -EA ~MPLOY.f:E; $ E.L. DISEASE -POLICY LIMIT $ 1,000,0 1,000,00 .,/ ./ A Professional Liab CP00960873 1 06/19/2017 06/19/2018 Prof Liab I 1,000,00 / DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (Attach ACORD 101, Additional Remat1<s Schedule, If more space Is required) See Pag_e 2 continued City of Carls;d eta I Waiver of Su rogation, Primary Non-Contributory Wording,30 NOC pete.pascual carlsbadca.gov CERTIFICATE HOLDER City of Carlsbad Human Resources Department 1635 Faraday Avenue Carlsbad, CA 92008 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ~~~ © 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD '!NOTEPAD· HOLDER CODE RCSIN-1 , • 1NsuReo·s NAME RCS Investigations & OP ID: DR ~ ty of Carlsbad Red~vel~~nt JY!ency,Housing Authority or Carlsb~d nicipal Water District)its officials,employees 1 and volunteers must be amed as an additional insured with respect to liability arising out of 'activities performed by or on behalf of the Named insured(General Liability only) with 30 Days Notice of Cancel and Waiver of Subrogation and Primary Non-Contributory Insurance PAGE Dale 10/23/2017 POLICY NUMBER: CP00960873 / COMMERCIAL GENERAL LIABILITY CG 20 2607 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Oraanization(s} City of Carlsbad Redevelopment Agency, Housing Authority, or Carlsbad Municipal Water District, its officials, employees and volunteers. Forms CG2404 (05-09) Waiver of Transfer of Rights of Recovery Against Others to Us and CIGL30 (01-14) Primary and Non-Contributing Insurance Endorsement apply to this additional insured, and it is agreed as respects this coverage, thirty (30) days notice of cancellation, except as respects non-payment of premium, for which ten (10) days notice will apply, or other regulatory requirements that may apply, will be provided to this additional insured. 1635 Faraday Avenue Carlsbad, CA 92008 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II -Who Is An Insured is amended to in- clude as an additional insured the person(s) or organi- zation(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omis- sions of those acting on your behalf: A. In the performance of your ongoing operations; or B. In connection with your premises owned by or rented to you. CG 20 26 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 D