Loading...
HomeMy WebLinkAboutSecurity First; 2021-06-23;City Attorney Approved Version 6/12/18 1 AGREEMENT FOR HOSPITAL PRISONER WATCH SECURITY SERVICES SECURITY FIRST THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 20___, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Security First, a security company ("Contractor"). RECITALS A. City requires the professional services of a security company that is experienced in guarding prisoners. B. Contractor has the necessary experience in providing professional services and advice related to guarding prisoners. 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 three (3) additional one-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 will be thirty-five thousand dollars ($35,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed thirty-five thousand dollars ($35,000) 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". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 June 21 23rd City Attorney Approved Version 6/12/18 2 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an 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 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 City Attorney Approved Version 6/12/18 3 in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase 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. DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 City Attorney Approved Version 6/12/18 4 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Pete Pascual Name Lance Ruiz Title Captain Title Chief Operating Officer Department Police Address 554 N. Second St. City of Carlsbad El Cajon, CA 92021 Address 2560 Orion Way Phone No. (619) 243-3992 Carlsbad, CA 92010 Email lance@securityandpatrol.com Phone No. (760) 931-2152 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 categories. DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 City Attorney Approved Version 6/12/18 5 Yes No X 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product 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. DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 City Attorney Approved Version 6/12/18 6 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY 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. DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 City Attorney Approved Version 6/12/18 7 CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Chief of Police (print name/title) ATTEST: By: (sign here) BARBARA ENGLESON City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 Lance Ruiz A/Police Chief Sayfe Salem 4/10/2018 City Attorney Approved Version 6/12/18 8 EXHIBIT “A” See attached Scope of Services DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 We keep the bad guys away and brighten your day! DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 March 5, 2021 Captain Pascual Carlsbad Police Department 2560 Orion Way Carlsbad, CA 92010 (760) 931-2152 Dear Captain Pascual: Thank you for considering Security First for your security needs. We are confident that you will be very satisfied with the services that we offer. Security First is a San Diego based security company that is committed to providing quality service at competitive rates. Security First prides itself in working directly with each client as a partnership to establish a personalized security plan that promotes a safe and secure working and living environment. Security First uses advanced technology to further meet the security challenges that inhibit our client’s success. The diversity of our clients is the foundation of our services. We are cognizant of each client’s unique need and thoroughly customize a specialized security plan. We are committed to addressing potential changes or concerns that may arise by steadily working with each client to ensure the maximum security benefit of our services. The following information is based on our assessment of your personal needs: • We will provide you with an on-call, armed, uniformed, standing security officer at a location deemed by the City of Carlsbad for prisoner watch. The officer’s duties will include: • Keeping a strong visible presence to deter criminal activity. • Conducting random and/or scheduled rounds of the location, if required. • Removing all unauthorized persons from the premises. • Calling Carlsbad PD or local law enforcement if necessary. • Standing by, monitoring prisoner, any additional duties requested by Carlsbad PD. DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 Service Bill Rate Carlsbad Police Department Hospital Prisoner Watch ARMED, Uniformed, Standing Officer - Year – 2021 $38.50/hour Holiday rate – Year – 2021 $57.75/hour Rate Year – 2022 $40.00/hour Holiday rate – Year – 2022 $60.00/hour Minimum of (2), two hours of detail Holidays recognized: New Year’s Day, Memorial Day, 4th of July, Labor Day, Thanksgiving, and Christmas. Our patient/prisoner watch, based on-call, will provide courteous, respectful and professional services for law enforcement and heath care professionals alike. Security First will provide a well-trained, well equipped, armed security officer for patient/prisoner observation. The officer will remain with the patient/prisoner providing constant, uninterrupted supervision. If the contents of this proposal do not meet your needs, please feel free to contact me. I will be more than happy to reevaluate your needs and offer you the services that will help you achieve your new goals. Again, thank you for considering Security First. Sincerely, Lance A. Ruiz, MAOL Chief Operating Officer 554 N. Second St. El Cajon, CA 92021 Office: 619-243-3992 Lance@securityandpatrol.com DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 Our Company Introduction Security First prides itself in working directly with each client in a partnership to establish a personalized security plan that promotes a safe and secure working and living environment. We are cognizant of each client’s unique needs and customize a specialized security plan that is tailored to precisely fit those needs. We provide services to a wide variety of clients ranging from casinos and supermarkets to large condominium complexes and shopping centers. History Security First was founded by Sayfe A. Salem shortly after graduating from McGeorge School of Law in 2005. His skills as an attorney in addition to his previous entrepreneurial experience have enabled the company to grow and succeed. These goals were achieved with the help of the staff, led by supervisors with over fifty years of combined experience in security management. During the last ten years Security First has serviced clients all over San Diego County. Our clients range from small privately owned business to large corporations. Our success in keeping our clients is due to our customer service. We are available 24 hours a day, including holidays, and are very quick to solve any issue a client may encounter. Employees When adding to our team, our company is cautious and selective. Each new hire undergoes a thorough background check and drug screening. We select energetic and diligent security professionals who are passionate about excellence and customer satisfaction. We offer our employees competitive wages and incentives that foster a highly motivated working environment. Security First promotes a learning environment through our own training program that provides updated specialized continuous training in bioterrorism, safety in the workplace and loss prevention. We provide our employees with opportunities to excel and grow in a work environment that values diversity, employee participation, and individuality. DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 Services Security First provides the highest quality security officers who are licensed, bonded, and insured. Our services include: • Uniformed Services: Our uniformed officers are trained to convey a conspicuous presence to deter criminal activity while protecting personal or corporate assets. We train our officers to be constantly alert to suspicious activity and report details about any situation which warrants monitoring. Security First offers both armed and unarmed security officers. We will help you choose the service that most fits your needs. • Mobile Patrol Services: Consists of random or scheduled security checks conducted by an officer in a marked vehicle. Based on the Client’s needs, the officer may lock/unlock specific areas and conduct foot patrol at the property. This service deters suspicious or illegal activity by establishing a highly visual security presence day or night. • Special Operations and Events: Implements security services to a variety of private and public functions such as conferences, conventions, meetings, community events, grand openings, carnivals, church and political events and any other events requiring security services. A custom security plan is created by our supervisors to assure maximum security and safety for each event. • Executive Protection: A personalized security service that provides one on one protection for high profile clients and their families to ensure that they conduct their daily lives without unwelcome intrusion or potential threat to their safety. Our agents are able to blend into any type of environment or setting without being intrusive. • High Rises & Office Buildings: Whether commercial or residential, access control is of utmost importance when it comes to securing large buildings. Our officers will ensure that no unauthorized persons gain access and conduct routine or random checks of each floor and parking garages as needed. Blazer, suit and tie or police style, we will help you choose the uniform that best suits your business. DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 Why Choose Security First ✓ We are very selective when choosing our Employees. Each new hire undergoes a thorough background check and drug screening. We choose candidates that demonstrate a high level of professionalism and hold our employees to a very high standard. The only officers that will be at your property are those who continue to meet our standards. ✓ Our Rates are very competitive when compared to other companies in the security industry. We will not give you an “introductory rate” and raise it a few months later. Your rate will be locked for at least one year. ✓ We are Available 24 Hours to respond to any emergencies that may occur. Our supervisors work through the night and can be at your property within minutes when needed. ✓ We use Technology to ensure that you get the most accurate data as soon as it occurs. Our officers utilize smart phones, where photos of events can be captured and emailed to you as soon as they occur. This online reporting system is admired by many of our clients. All actions are reported with accurate GPS markings. ✓ We develop a very close Relationship with our clients. We are on constant communication with our clients by phone email and we visit our clients on a regular basis to ensure that their needs are met. ✓ Our company is Insured for up to Two Million Dollars. We will also name your company as additional insured on our policy. You can rest easy knowing that we are responsible for our own actions and your liability will be limited by using our services. You can try our services and if for any reason you are not satisfied, you will always have the option to terminate the services with a 30-day notice without penalty. DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 References Our clientele is very diverse and we are able to effectively meet all of their need’s no matter how unique. We service Shopping Plazas, Residential Communities, RV Parks, Industrial Sites, Office Buildings, Grocery Stores, Restaurants, Wholesale Companies, and various other businesses. We are also the main San Diego Subcontractor to a national company that handles major department stores, clothing chains and major jewelry stores. The list below contains some of our clients. Feel free to contact them to get a better idea about our company. Pacific Coast Commercial Commercial & Industrial P.O. Box 420950 San Diego, CA 92142 Contact: Michelle Torres (619) 469-3600 Regency Centers Commercial Real Estate 420 Stevens Ave Solana Beach, CA 92075 Contact: Laura Borenstein (858) 847-4625 La Jolla Management Group Commercial Real Estate 11750 Sorrento Valley Rd. San Diego, CA 92121 Contact: Jelita Mayville (858) 481-7726 ext. 219 American Assets Trust Residential Real Estate 11455 El Camino Real Ste # 200 San Diego, CA 92130 Contact Abigail Rex (858) 350-2656 Mission Bay RV Resort Residential 2727 De Anza Rd. San Diego, CA 92109 Contact: Lety Lopez (858) 270-4300 City of Coronado Police Dept. Law Enforcement 700 Orange Ave. Coronado, CA 9118 Contact: Lt. Kevin Shank (619) 522-7350 Golden Eagle Management Commercial Real Estate 2775 Via De La Valle #200 Del Mar, CA 92014 Contact: Mark Ramer (858)-755-1069 BOSA Development Real Estate Developer 121 West Market St. San Diego, CA 92101 (619) 702-0760 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 05/28/2021 FALCON WEST INSURANCE BROKERS, INC. License # 0616640 2525 Camino Del Rio S Ste 100 San Diego CA 92108 Dove Sholk (619) 930-9838 (619) 930-9838 doves@falconwest.com Salem & Biddle Inc. DBA: Security First 554 N. Second St El Cajon CA 92021 Everest Indemnity Insurance Co 10851 Everest Denali Insurance Co 16044 Everest National Ins Co 10120 21-22 Master A Y 51GL004111-211 04/04/2021 04/04/2022 1,000,000 50,000 10,000 1,000,000 2,000,000 2,000,000 Errors & Omissions Included B 51CAD00367-211 04/04/2021 04/04/2022 1,000,000 A 51CC004722-211 04/04/2021 04/04/2022 2,000,000 2,000,000 C Y 5300001011-211 04/01/2021 04/01/2022 1,000,000 1,000,000 1,000,000 Certificate Holder is named Additional Insured as required by written contract. City of Carlsbad Risk Management 1635 Faraday Ave. Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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 POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 51GL004111-211 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 51GL004111-211 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 51GL004111-211 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 51GL004111-211 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 Policy# 51CAD00367-211 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3 DocuSign Envelope ID: 62D10F57-5DB4-4E6F-B4A2-8661C5CFB8B3