Loading...
HomeMy WebLinkAboutLocator Services Inc dba Able Patrol & Guard; 2022-07-28;City Attorney Approved Version 6/12/18 1 AGREEMENT FOR POINSETTIA PARK SECURITY SERVICES 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 Locator Services, Inc. dba Able Patrol & Guard, a corporation, ("Contractor"). RECITALS A. City requires the professional services of a contractor that is experienced in professional security patrol services. B. Contractor has the necessary experience in providing professional services and advice related to security patrol services. 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 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional two (2) year periods or parts thereof. 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 twelve thousand nine hundred dollars ($12,900) per agreement year. 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 nine hundred dollars ($12,900) 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: 2EE3139E-1282-4C44-8855-8E4F7C37A785 July LOCATOR SERVICES, INC. DBA ABLE PATROL & GUARD 28th 22 accordance with this Agreement's terms and conditions. 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 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. makes to or on behalf - 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 Contract 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 List of Approved Surplus Line Insurers (LASLI) with a rating DocuSign Envelope ID: 2EE3139E-1282-4C44-8855-8E4F7C37A785 Agreement. At the City's election, City may deduct the indemnification amount from any balance The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or of an injured employee under the City's self administered workers' or or Contractor's line insurer on the State of California's City Attorney Approved Version 6/12/18 3 ; 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 $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. 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: 2EE3139E-1282-4C44-8855-8E4F7C37A785 in the latest Best's Key Rating Guide of at least "AX" "occurrence" basis, including personal & advertising injury, with limits no less than ________ Errors and omissions liability appropriate to Contractor's 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 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 Ariel De Le Paz Name George Grauer Title Parks Superintendent Title Senior Vice President Department Parks & Recreation Address 4616 Mission Gorge Place City of Carlsbad San Diego, CA 92120 Address 799 Pine Ave. Phone No. 619-229-6100 Carlsbad, CA 92008 Email george@ablepatrolandguard.com Phone No. 442-339-2837 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: 2EE3139E-1282-4C44-8855-8E4F7C37A785 of the work product for Contractor's records. 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: 2EE3139E-1282-4C44-8855-8E4F7C37A785 □ 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: 2EE3139E-1282-4C44-8855-8E4F7C37A785 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 By: By: (sign here) Parks & Recreation Director George Grauer, Vice President (print name/title) ATTEST: By: (sign here) FAVIOLA MEDINA Diane Edwards, Secretary 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: CELIA A. BREWER, City Attorney BY: _____________________________ Deputy City Attorney DocuSign Envelope ID: 2EE3139E-12B2-4C44-8855-8E4F7C37A785 City Attorney Approved Version 6/12/18 8 SCOPE OF SERVICES Poinsettia Park, 6600 Hidden Valley Road, Carlsbad Ca. 92011 Contractor will provide security patrol service at Poinsettia Park pricing as follows: Secure tennis courts gates, pickle ball courts gates and dog park gates seven (7) nights per week, Monday through Sunday The monthly rate is $1,075.00 The annual rate is $12,900 Invoicing will be performed monthly based on $1,075.00. Patrol includes a patrol officer in a company vehicle on site at the closing hours of the tennis courts, pickle ball courts and dog park at 10 P.M., Monday through Sunday. Total cost not to exceed $12,900 per agreement year. DocuSign Envelope ID: 2EE3139E-1282-4C44-8855-8E4F7C37A785 • • • EXHIBIT "A" SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE 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 on this 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 POLICIES BELOW. 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 SUBR WVD ADDL INSD 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 COMPENSATION AND 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 OCCURRENCE DAMAGE 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 4/1/2022 Benchmark Commercial Insurance Services2530 Gateway RoadCarlsbad CA 92009 Robert A. Cohen 760-632-4840 760-632-4841 rob@benchmarkcis.com Crum & Forster Specialty Ins 44520 LOCAT-1 Locator Services, Incdba Able Patrol & Guard4616 Mission Gorge PlaceSan Diego CA 92120-4133 2141353319 A X 1,000,000 X 100,000 5,000 1,000,000 5,000,000 X Y GLO-087666 4/1/2022 4/1/2023 1,000,000 A X X 1,000,000SEO-117879 4/1/2022 4/1/2023 1,000,000 X 10,000 A Errors & Omissions GLO-087666 4/1/2022 4/1/2023 LimitDeductible $1,000,000$5,000 *30 days notice of cancellation will be given, except in the event of non-payment of premium, 10 days DNOC will be sent.Re: All Projects Regarding the above referenced General Liability policy, the City of Carlsbad/CMWD is named as Additional Insured, but only with respect to the negligent acts,errors or omissions of the Named Insured. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 947Murrieta CA 92564 ~ □ □ ~ f------ Fl □ □ '-- ~ ~ '--'-- ~ f------ ~ H I I I I I □ POLICY NUMBER: GLO-087666 COMMERCIAL GENERAL LIABILITY CG 20 12 1219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION -PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: Any agency or subdivision you have agreed in a written contract to add as an additional insured on your policy provided the written contract is executed prior to the "bodily injury", "property damage" or "personal and advertising injury" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended toinclude as an additional insured any state orgovernmental agency or subdivision or political subdivision shown in the Schedule, subject to thefollowing provisions: 1.This insurance applies only with respect tooperations performed by you or on your behalffor which the state or governmental agency or subdivision or political subdivision has issued apermit or authorization. However: a.The insurance afforded to such additionalinsured only applies to the extent permittedby law; and b.If coverage provided to the additionalinsured is required by a contract oragreement, the insurance afforded to suchadditional insured will not be broader than that which you are required by the contractor agreement to provide for such additionalinsured. 2.This insurance does not apply to: a."Bodily injury", "property damage" or"personal and advertising injury" arising outof operations performed for the federalgovernment, state or municipality; or b."Bodily injury" or "property damage"included within the "products-completedoperations hazard". B.With respect to the insurance afforded to theseadditional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most wewill pay on behalf of the additional insured is theamount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable limits ofinsurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 1212 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 lob Seelos From: Sent: To: Cc: Subject Dear Insurance Professional, EXIGIS RiskWorks <notifications@riskworks.com> Monday, July 4, 2022 3:00 AM Bob Seelos George Grauer [EXTERNAL] Updated Insurance Documentation Required for locator Services dba Able Patrol Ci.ty of Carlsbad (CA) requires that locator Services dba Able· Patrol submits proof of insurance in compliance w ith the agreed upon contract requ.ircments. To streamline this process, Locator Services dba Able Patrol has partnered with 8<IGIS Risk Manairement Services to collect and verify rnsurance documentation. The insurance information provided for l ocator Services dba Able Patrol will expire on 07/14/2022. Please provide renewal insurance information for the following coverage line(s}: Bob Seelos, Agent State Farm Insurance 5034 Bonita Rd. Suite D Bonita, CA 91902 Automobile Liability -07/14/2022 Please also note t hat we have not r.eceived the following coverage line(s): Pleas~ submit proof of insurance via the following li'nk: https://cityofcarlsbad.riskworks.com/h.asp7h=QRMOJl3 EmaJI· bob.seelos.c4by@statefarm.com (619) 475-5300 Important, The City of Carlsbad requires that Certificates submitted apply to "All Projects" with the City. Please do not submit separate certificates for each specific project. The following should be evidenced on the certificate: !Commercial General Liability I ,Automobile Liability !Workers' Compensation/Employer's ,liability r Each Occurrence Limit must be greater than or equal to $2,000,000 r What text is in t he Certificate Holder field? must be contains City of Ca.rlsbad General Aggregate limit must be greater than or equal to·$4,000,000 Coverage must be written on an Occurrence basis. !Financial Size Category must b.e greater than or equal to VII The policy must provide 30 day nptice of Cancellation. -•inancial Strength Rating must be greater than or equal to A-f The policy must provide 30 day notice of Cancellation. [Financial Strength Rating must be greater than or equal to A- -Property Damage limit ~ust be greater than or equal to $1,000,000 f Financial Size Category must be greater than or equal to VII Bodily Injury l imit must be greater than or equal to $1,000,000 Combined Single limit must be greater than or equal to $1,000,QOO -------< LFinancial Sfze Category must be greater than or equal to VII ~Employers Liability Disease -Each Employee Limit must be greater than or !equal to $1,000,000 r The policy must provide 30 day notice of Cancellation. [ISO CG 24 04 or CG 7555 Waiver of Subrogation endorsement in favor of the City must be attached. l . Certificate Holoe~. City of Carlsbad/CMWD -financjal Strength Rating must be greater than or equal to A- -Employ1~,Sta"fe~ Limit must be great er than or equal to $1,000,000 l-fmployers Liability -Policy Limit must be greater than or equal to $1,000,000 -Statutory Limits must be provided • c/o EXIGIS lnsuraoce Compliance Service~ P.O. Box.947 Murrieta, CA 92564 endorsement naming City as additlonal Insured PLEASE NOTE: Insurance documents received via U._S. Postal mail will not be processed. Please email the requested insurance documentation to the email address provided above. If you have any questions, please contact EXIGIS Risk Management.Services at support@exigis.com or 800-430-1589. Thank you in advance for your cooperation with this important matter. Sincerely, EXIGIS Risk Management Services On behal f of City of Carlsbad (CA) 800-430-1589 :)rganizational Unit : City of Carlsbad-> Community Services-> Parks & Recreation Agreement Name : Open Space Security Patrol Services 2 ACORD® CERTIFICATE O~ LJ4~JLll_Y_lliSURANCE I 0.AlE: {MM,'DOJ'VYY't) ~ 07/05/2022 THJS CER.TIFICATE IS ISSUED AS A MATTER OF INFORM~"Tlffi>.I 'ONt.' 0 ' NO, RIGHTS UPON THE CERTIFICATE HOLDER. THIS ~- CERTIFICATE OOES 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 i:ERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an AODITlONAL INSURED, the po'licy(fes) must b9 endorsed. If SUBROGATION IS WAIVED. $Ubject tci the terms. -and conditions of tho policy. cGl'filin policios may require an endorsement. A statement on this certificat'8 doos not co·nfor rights to tho c-ertlficate holder in llcu of ,uch endoN>t'mf!"nt($). P-ROOUC6 c~~l~CT BOB SEELOS BOB SEELOS. AGENT ~r.:Q.EicJ'· 619 475.5300 I~ No':619 ,n5-5'1S3 STATE FARM INSURANCE f:O?:~ss: bob.seclo.s.~by@statef~rm.com ~ 5034 BONITA ROAD, SUITED ~ROOuCER ~ .~.U.SIOt\!.ERJO.F_ BONITA, CA 91902 INSURER(SJ_ Aff ORDlHG COVERAGE NAIC# lNSURED INSURER A: S:ate Farm Mutual Automobile Insurance _2~.:u'ly 2S176 ABLE PATROL AND GUARD SERVICES, ._!!SUR§R8: - INC !N:SUl<OCC: 1-~ .~~· 4616 MISSION GORGE PLACE INSUi:t£A: 0 : -·------- SAN DIEGO, CA 92120-4133 INS:URl!RE: INSUReRF: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· 1HIS IS 1'0 CEl<11FY THA1 THE PQUCIES OF INSUR/,NCE LISTED BELOW MAVE BEEN ISSUED 10 lllE INSURED NAf,JED ABOVE FOR Tl-IE POLICY PERIQD INO'tCA'T£0, NOTWl'l'l-iSTANOING MY REQUIREMENT, TERM OR CONDITION OF /..,NY CONTRACt OR OTMf:R. DOCUMENT WITH RESPECT TO 'M-IIC.H THIS Cl:RTll=ICATE MAY SE ISSUED OR MAY PERTAIN. TrlE INSURANCE AFFORDED BY TtlE POLICIE:S Dl:SCR19EO HEREIN IS SU8Jec·r TO bll THE rERMS·, EXCLUSfONS AND CONDITIONS OF SUCH POLICIES. llMrT.S SHO\"IN MAY HAVE B~ REDUCED ·BY PAID CLAIMS. 1 l!'fJ.Ci T'Yr(. Of' IN:)tJAANC!C ADOL SUBR POLM:Y NUM.8ER ~ ,&S~%.U!t. 1u:~~9..~ ""'"· ! GENERAL LIAOtUTY GENERAL LIABILITY E;o.(:H ot.CURRI:~ ' ~-~--.. POLICY PAEMIS>Es ,e::, rr-.:,(}Oei • ClAIIJ ... ~\!AOE □ OCCUR NOT C.OVERED BY MED E)CP (,:.rt,/ on& peero,J s STATE FARM f'fHSONALsl'·AvV INJUKY • GENEAAt AGGREGATE s GEs'b\GGREGA.TE UMrT APPLIES PER: I PRODUCTS· COMl"/OP AOO s 7 eotJCY n ~i.9.: n ,oc s A ~TOMOBILE UABIUTY CO!JalNl:D $INCi£ UMil $ 2.000.00P ~ A~AIJTQ -[!] · fE9 accicenu, y 220 0346-A 14-SSA 07/141202,1 07UAJ2023 DOOILY 11'WRY :P11r pcr11lt1) • X AU. OWNED AUTOS --QOOILY OOLIRY !Per ~cnlJ i X SC!-fE.OU'_EQ AUTOS rf(QPEH1'v 0,1.,\1~$E x s tll~EO ,AUTOS 1oer aocder,1) ·-iK NON,O'NKCT> ,\UTOS s Rl7•2599•F 11 ·550 NON-OWNED AUTOS 0,7/14/2021 01/14/2023 s 1.000,000 L__ lJ"'-BRB.LAi LIAS HOGCUH e,,.,o-, occunnENce s ' O'.C"SUAB ~l,A.IMS·tl.ADE A.(i<;Ht;QA~ • i-OCO.JCl!BLE s ro=!ENTION S I I WOR.)(ERS COMPENS.ATION WORK COMP -11~'&:f ~W$1 IOJtf-AND EMPWYERS' LIABJUT"t y N ANY P(l.o;>ruc-,rOR1PAArnERt0:£cunvE 0 -NOT COVERED BY E.L E.o\CU ACCIDENT ' I Oi'RCE.IVl,IEMBER EXClUOE87 .,. jh1ancl~IOt)' In Nl-4j -STATE FARM E.L. OIBEASE ·V.. E..,i'LQYEE S 1 tt-s. d!i~\11' ~ -. .:.,~, 0' •'-''""'"'~· E.L O~EASE -~U:CY UINT s I DESCRIPTION OF OPG!:tATIOHS I LOCATIOHS I VDllCLES IAtbch A CORO 101, Addition.al R11m:1rlls $cticd'ul<.t, ffn.ii,~ spac.t be roctUl«-dl Ci1y of Carlsbad, Its elected officials. officers, employees. agents-and representatives are named as additional insured. ALL.PROJECTS.Alt OPERATIONS CERTIFICATE HOLDER CANCEL' ATJO" ,..-} CITY Of CARLSBAD/C.MWD SK ~~VE. . "OLl<IOS •• CAK~• ,o OEFOSE 1"E c/o EXIGIS INSURANCE COMPLIANCE SERVICES EX TIO ~ OEUVEREO IN ROANCE VIJTH· THE O,i l'-:y • P·o BOX~7 I .,.,_ MURRIE'.TA. CA 92564 .AUTI )mzt:D REPRf.SENT A 11VE I BOB SEELOS. AGENT FOR STATE FARM INSUAANCE .. © 198.8-2009 ACORD CORPORATION. All nghts reserved. ACORD 2S (2009/09) Tho ACORD name _and logo are registered marks of ACORD 1001486 · 132849.4 02-11-2010 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE 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), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 4/1/2022 (858) 200-3361 (858) 200-3362 18023 Locator Services Inc dba: Able Patrol & Guard4616 Mission Gorge Place San Diego, CA 92120 A X WC086463101 4/1/2022 4/1/2023 1,000,000 1,000,000 1,000,000 RE: Insured's operations per written contract. Waiver of Subrogation for WC applies in favor of City of Carlsbad/CMWD. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 ABLEPAT-01 AGUAL Assured Partners of CA Insurance Services, LLC dba: Wateridge Insurance Services10717 Sorrento Valley Rd, Ste 200San Diego, CA 92121 Vickie Carlton vcarlton@wateridge.com Star Insurance Company X ACORD" I ~ I -D □ --- Fl □ □ ------ - -H I I I I I □ I ~rJL_ This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Endorsement No. Insured Premium $ Insurance Company Countersigned by WC 04 03 06 (Ed. 4-84) Hart Forms & ServicesReorder No. 14-2420 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsementshall be %of the California workers'compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description 04-01-2022 Policy No. WC086463101 Locator Services Inc dba: Able Patrol & Guard BLANKET AS REQUIRED BY WRITTEN CONTRACT CA