Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Security Guards of America Inc; 2022-06-20; PSALCA-22100CA
PSALCA-22100CA City Attorney Approved Version 6/12/18 1 AGREEMENT FOR UNARMED EVENT SECURITY SERVICES FOR 2022 TGIF CONCERTS IN THE PARKS SERIES SECURITY GUARDS OF AMERICA, INC THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2022, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and SECURITY GUARDS OF AMERICA, INC, a California Corporation, ("Contractor") (collectively, the “Parties”.) RECITALS A.City requires the professional services of an unarmed event security management company that is experienced in event security. B.Contractor has the necessary skillset to provide professional services, advanced crowd control and risk mitigation for large public events. 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 (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 provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed twelve thousand three hundred sixty-two dollars and eighty-five cents ($12,362.85). 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 twelve thousand dollars ($13,000) 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: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD June 20th PSALCA-22100CA 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 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’ 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 DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD PSALCA-22100CA City Attorney Approved Version 6/12/18 3 line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this 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 DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD PSALCA-22100CA City Attorney Approved Version 6/12/18 4 maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11.BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12.ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13.OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14.COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15.NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Richard Schultz Name Masood Tawafi Title Cultural Arts Manager Title President/CEO Department Library & Cultural Arts Address 15233 Ventura Blvd., Ste. 500 City of Carlsbad Sherman Oaks, CA 91403 Address 1775 Dove Lane Phone No. 800-747-5145 Carlsbad, CA 92011 Email info@securityguardsofamerica.com Phone No. 442-339-2086 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. DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD PSALCA-22100CA City Attorney Approved Version 6/12/18 5 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. Yes No 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 DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD □ ■ PSALCA-22100CA City Attorney Approved Version 6/12/18 6 under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21.COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22.CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23.JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24.SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25.ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. \\\ \\\ DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD PSALCA-22100CA City Attorney Approved Version 6/12/18 7 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 CITY OF CARLSBAD, a municipal corporation of the State of California SECURITY GUARDS OF AMERICA, INC. By: By: (sign here) SUZANNE SMITHSON Library & Cultural Arts Director as authorized by the City Manager MASOOD TAWAFI, President/CEO (print name/title) ATTEST: By: (sign here) For FAVIOLA MEDINA City Clerk Services Manager (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: For CELIA A. BREWER, City Attorney BY: _____________________________ Deputy/Assistant City Attorney DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD PSALCA-22100CA City Attorney Approved Version 6/12/18 8 EXHIBIT “A” SCOPE OF SERVICES The Contractor was selected because of their requisite skill and experience as a large event security management company. A key priority of City is to provide a clean, safe, and fun event in keeping with spirit of the last 35 years of City concerts. Providing a licensed, experienced security service at the concerts will offer that peace of mind, while also bringing additional support to manage the large crowds that have become expected at the TGIF Concerts in the Parks events. 1.CONTACT INFORMATION Contractor Director of Contract Services David Newman, 800-747-5145, info@securityguardsofamerica.com City •Cultural Arts Manager Richard Schultz, 442-339-2068, richard.schultz@carlsbadca.gov •Program & Venues Coordinator Thomas Johnston, 442-339-2093, thomas.johnston@carlsbadca.gov •Cultural Arts Administration 442-339-2090 2.SERVICE LOCATIONS PROVIDED BY CONTRACTOR Fridays, June 24 through August 19 3:30 – 9 p.m. per day Dates Locations June 24, and July 1, 2022 Stagecoach Community Park 3420 Camino de los Coches, Carlsbad, CA July 8, July 15 and July 22, 2022 Poinsettia Community Park 6600 Hidden Valley Road, Carlsbad, CA July 29 and August 5, 2022 Calavera Hills Community Park 2997 Glasgow Drive, Carlsbad, CA August 12 and August 19, 2022 Alga Norte Community Park 6565 Alicante Road, Carlsbad, CA 3.CONTRACTOR’S RESPONSIBILITY On-site security plan •Contractor will arrive at 3:30 p.m. at each venue site; receive a briefing from the City Event Organizer, Thomas Johnston. •Control the flow of foot traffic at both the entrances and exits to the baseball field(s), before, during, and after the concert(s.) •Conduct foot patrols inside the baseball field(s) and designated venue spaces during the concert(s.) •Provide quality customer service when interacting with the public. •Help with and support the event safety protocols for a lost or missing child, parent, or guardian. DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD PSALCA-22100CA City Attorney Approved Version 6/12/18 9 Contractor’s security officers have a crucial and highly visible role in support of the City’s mission for TGIF Concerts in the Parks. They are usually the first (and sometimes only) contact TGIF concert visitors have with the City and other attendees at a concert venue, and they are usually the first line of contact at an incident. Visitors and city employees perceive the need for contract security officers to be integral with a successful TGIF Concerts in the Parks concert experience. It is crucial that the Contractor ensure that their employees realize the importance of their role and perform their duties courteously and professionally at all times. As an integral component of this security effort, the Contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screenings, reports, and files necessary to accomplish security guard services as described and required in this Scope of Services. The Contractor shall perform to the standards required in this jurisdiction and will be expected to work closely with City representatives and City Police Department throughout the duration of this Agreement. The Contractor bears the sole burden for ensuring that all legally required licenses and permits are obtained and renewed as specified by the regulating agency. 4.CONTRACTOR’s ON-SITE SCHEDULE TIME ACTIVITY 3:30 p.m. Arrive at park location. Check-in with event organizer. 4 – 6 p.m. Prepare to receive attendees at baseball field(s) entrances. 6 – 9 p.m. Maintain a physical presence walking patrols inside the baseball field and designated venue spaces. 5.CITY’s RESPONSIBILITY •Provide Contractor with a site map, and on-site contact list. •Provide a location for staging equipment. •Provide a canopy tent. 6.HEALTH & SAFETY During the COVID-19 health-related pandemic, all activities occurring at City facilities, all parties must adhere to the guidance from the state, country, and local authorities on health and safety protocols. City staff will inform Contractor what the current guidelines are prior to their arrival and upon entering a City facility. Safety protocols may include, but are not limited to, hand washing, temperature testing, requiring face coverings, and maintaining physical distancing of six (6) feet. DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD PSALCA-22100CA City Attorney Approved Version 6/12/18 10 7.FEES Labor Per Event TOTAL for nine (9) events (1) supervisor @ event rate of $49.95 per hour x 5.5 hours = $274.73 $274.73 $2,472.57 (4) unarmed guards @ event rate of $49.95 per hour x 5.5 hours = $274.73 per guard $1,098.92 $9,890.28 TOTAL $12,362.85 8.INVOICING/PAYMENT All invoices shall be submitted monthly for payment to the Cultural Arts Manager or designee and shall be sufficiently detailed to include related activities, location, hours and total costs. Final invoice approval will be completed by the City’s Library & Cultural Arts Director or designee. DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD CERTIFICATE OF INSURANCE ISSUE DATE 5/20/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: IF THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED, THE POLICY(IES) MUST 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 ENDORSEMENT(S). PRODUCER Tracy Clayton 16507 SOLEDAD CANYON RD STE F SANTA CLARITA , CA 91387 INSURED Security Guards of America Inc 15233 Ventura Blvd #500 Sherman Oaks, CA 91403 INSURER(S) AFFORDING COVERAGE INSURER A: Mesa Underwriters Specialty Insurance Company INSURER B: N/A INSURER C: N/A INSURER E: N/A INSURER D: N/A COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRLTR TYPE OFINSURANCE POLICYNUMBER POLICYEFFECTIVE DATE POLICYEXPIRATION DATE LIMITS Med Expense (Any one person) Damage Prem Rented To You Each Occurrence Personal & Adv. Injury Products-Com/Op Agg. A General Liability 6/1/2021 6/1/2022 General Aggregate MP0004019007598 $2,000,000 See Below Excluded $1,000,000 $100,000 $5,000 Combined Single Limit Personal LiabilityB Medical Payments To Others AggregateCExcess Liability Each Occurrence D LossOfUse ContentsEProperty Building Description of Operations / Specialty Items Security & Patrol Agencies Certificate Holder City of Carlsbad 1635 Faraday Ave Carlsbad, CA 92008 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 Signature DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD I ~~ POLICY NUMBER:MP0004019007598 ENDORSEMENT NUMBER:002 ALL OTHER PROVISIONS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. POLICY ENDORSEMENT Name of Assured Producer Security Guards of America Inc 15233 Ventura Blvd #500 Sherman Oaks, CA 91403 520907 Tracy Clayton 16507 SOLEDAD CANYON RD STE F SANTA CLARITA , CA 91387 COMPANY:Mesa Underwriters Specialty Insurance Company 06/01/2021 07/06/2021 06/01/2022 ENDORSEMENT EFF. DATE: POLICY EXP. DATE:POLICY EFF. DATE: Endorsement 002 Form MUS 01 01 20127 0316-Blanket Limited AI-Primary and Non-Contributory Wording and Waiver of Subrogation is amended to include the following as additional insured, City of Carlsbad There is no change in premium as blanket form applies. Authorized Representative Page of1 1 This Endorsement is issued by RVEJT-PTAPCO Insurance Services Post Office Box 286 Burlington, NC 27216 800-334-5579 CA License Number: 0778135 1002 1635 Faraday Avenue Carlsbad, CA 92008 DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD -- 11111111111111 ---- 1004361 142987.4 04-24-2020 listed herein by policy number(s). Select one of the following: A request has been submitted to add the additional interest described below to the policy(ies) The additional interest described below has been added to the policy(ies) listed herein by policy number(s). SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CANCELLATION AUTHORIZED REPRESENTATIVE FINANCEDVEHICLE / EQUIPMENT INTEREST: LENDER'S LOSS PAYEE LOSS PAYEEADDITIONAL INSURED DESCRIPTION OF THE ADDITIONAL INTERESTLEASED ADDITIONAL INTEREST NAME AND ADDRESS OF ADDITIONAL INTEREST LOAN / LEASE NUMBER 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. This form is used to report coverages provided to a single specific vehicle or equipment. Do not use this form to report liability coverage provided to multiple vehicles under a single policy. Use ACORD 25 for that purpose. INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : INSURER(S) AFFORDING COVERAGE NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: CUSTOMER ID #:PRODUCER PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES CLAIMS MADE OCCURRENCE GENERAL LIABILITY $ $ $EACH OCCURENCE GENERAL AGGREGATE $ $ VEHICLE LIABILITY COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ VEHICLE OR EQUIPMENT CERTIFICATE OF INSURANCE DATE (MM/DD/YYYY) SERIAL NUMBERDESCRIPTION BODY TYPEMAKE / MANUFACTURER VEHICLE IDENTIFICATION NUMBERMODELYEAR DESCRIPTION OF VEHICLE OR EQUIPMENT THIS IS TO CERTIFY THAT THE POLICY(IES) OF INSURANCE LISTED BELOW HAS/HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD(S) INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TOWHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICY(IES) DESCRIBED HEREIN IS/ARE SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICY(IES). ADD'L INSRD INSR LTR POLICY EXPIRATION DATE (MM/DD/YYYY) POLICY EFFECTIVE DATE (MM/DD/YYYY)TYPE OF INSURANCE POLICY NUMBER LIMITS REMARKS (INCLUDING SPECIAL CONDITIONS / OTHER COVERAGES) (Attach ACORD 101, Additional Remarks Schedule, if more space is required) ACORD 23 (2016/03)The ACORD name and logo are registered marks of ACORD © 1997-2015 ACORD CORPORATION. All rights reserved. DED$ LIMIT$ DED$ LIMIT$ STATED AMT AGREED AMTACV DED$ LIMIT$ RC SPECIAL BROADBASIC EQUIPMENT LOSS PAYEE INSR LTR STATED AMT AGREED AMTACV VEH OTC LIMITS / DEDUCTIBLE STATED AMT AGREED AMTACV POLICY EXPIRATION DATE (MM/DD/YYYY) POLICY EFFECTIVE DATE (MM/DD/YYYY)POLICY NUMBER VEH COMP TYPE OF INSURANCE VEH COLLISION LOSS VEHICLE/EQUIPMENT VALUE $ HERNY RODRIGUEZ 18978 SOLEDAD CANYON ROAD SANTA CLARITA CA 91350 SECURITY GUARDS OF AMERICA, INC 9800 Topanga Canyon Blvd Ste D144 Chatsworth CA 91311 HENRY RODRIGUEZ 6612504892 HENRY@YOURSFTEAM.NET State Farm Mutual Automobile Insurance Company 25178 2011 TOYOTA PRIUS 4DR JTDKN3DU9B5324417 TOYOTA PRIUS Y 671-7708-D01-75B 11/19/2021 06/18/2022 1,000,000 1,000,000 1,000,000 DEDUCTIBLE 1,000 MEDICAL PAYMETNS - $50,000 City of Carlsbad 1635 Faraday AvenueCarlsbad, CA 92008 DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD ACORD® I ~ State Farm I A . .xJ ~ □ □ -□ □ LJ □ □ -□ □ □ □ -Fl □ □ -□ - ~ I I I I ~ Fl I DocuSign Envelope ID: F7AB5843-4CFF-46D3-8E05-EE7DA195CDAD P.O. BOX 8192, PLEASANTON, CA 94588 ISSUE Doi.TE: OS-19-2022 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE GROUP: TMI onv o, 0,A,IU .. SIAO ,en PM/i,OA.Y AVI OAAI.SIIIO QA 12000•1S14 •• POI.ICY NUIVIBER: 9238021-2021 CERTIFICATE IC: 51 CERTIFICATE EXPIRES: 08-07-2022 08-07-2011/08-07-2022 THIS CfRTJFICATE SI.FERSEOES NIIJ CORRECTS CERTIFICATE # SO OATEO os-12-202-2 This Is lo certify tNl we have tss..,e,d • ..-•lid 'Norke1$' Compenu'tion ir,s1,nf\Ce pol'CY lf'I • fCf'M eppro.,e,(1 by the Catirorni11 tnsurlrlee ConYl'lission!'!' 10 tf'ktt emplO'(er named below for 1he poOey penod ll'ldic•ted. This ceruhca1e ot trmranc. 1s no~ .,-. in$u-~e poliq-,id doos not ;im~d. oxiond or 11hor tho c:O'leu91 alfordflS by lhe pot.icy li&ted herein, Notwith;u,,ding MY'/ roquiroment,. t~m or <;:ondition of any con1rai;.t or othfr docum~t wtltl tNP•et 10 which ;h,.t c.+ttltlcwie of 1n,11anco mwt bo iu.u,d or lO whu:h 11 ml1f per-tJon. tlwl insuunctt •Hord~ by the policy described herein is s\Jbject to .ill the ierma. ei.:cl14ion&. .1nd concluona. of &uch pol.cy, ~tc:t( ,q I! .. ,,,, _.fl.,.~.,,._ Avthodted Aepre~Mt..tive President and ceo 11111,1.0Ylft'S 1.l A.aZL,.l TV 1.IMIT INOWDINC; DIPINH OOSTS: $1,000,000 PU OOCIUllltllltlNOI. INDOllltSININT #200 INTITLIO 011irn,zcaAT1 ICI..Dllllti" NOTIOI .,,IOTZ'VI oo•o:-•2020 ZS AffAO(ID TO NC ,ofl!MS A ,AJtT a, THU ,01..IO'Y. --INDOltHNINT #1Cl1 • TAVA'1,MA$00D ,ttH HO TllltH • IXOLUDIO. EMPLOYER SIOUIUTY WAA.i>S OP AMIUOA INO HOO T O I IL.VD STI 0144 OMATSVOltTH QA t t) H so (PIS.HO) ••