Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Emergency Vehicle Systems LLC; 2022-12-19; PSA23-2040FLT
PSA23-2040FLT City Attorney Approved Version 8/2/2022 1 AGREEMENT FOR OUTFITTING - K9 UTILITY SERVICES EMERGENCY VEHICLE SYSTEMS, LLC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2022, by and between the City of Carlsbad, California, a municipal corporation ("City") and Emergency Vehicle Systems, LLC, a California limited liability company ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in upfitting stock vehicles with emergency services systems. B. Contractor has the necessary experience in providing professional services and advice related to upfitting stock vehicles with emergency services systems. 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. 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 twenty-four thousand six hundred forty-seven dollars and fifty-nine cents ($24,647.59). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. 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." 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 DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF December 19th PSA23-2040FLT City Attorney Approved Version 8/2/2022 2 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 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. DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF PSA23-2040FLT City Attorney Approved Version 8/2/2022 3 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: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF PSA23-2040FLT City Attorney Approved Version 8/2/2022 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 Bradley Northup Name Evan Sickels Title Public Works Superintendent Title Project Manager Department Public Works Address 1493 N. Cuyamaca City of Carlsbad El Cajon, CA 92020 Address 2480 Impala Drive Phone No. 619-599-5614 Carlsbad, CA 92010 Email esickels@hotmail.com Phone No. 760-473-1267 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. Yes No DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF □ PSA23-2040FLT City Attorney Approved Version 8/2/2022 5 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. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party 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: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF PSA23-2040FLT City Attorney Approved Version 8/2/2022 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. /// /// /// /// DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF PSA23-2040FLT City Attorney Approved Version 8/2/2022 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 EMERGENCY VEHICLE SYSTEMS, LLC, a California limited liability company By: By: (sign here) Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager Evan Sickels, Managing Member (print name/title) By: (sign here) Danielle Sickels, Managing Member (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: CINDIE K. McMAHON BY: _____________________________ City Attorney DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF PSA23-2040FLT City Attorney Approved Version 8/2/2022 8 EXHIBIT “A” SCOPE OF SERVICES Perform all upfitting work as outlined in the attached quotes. DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF Estimate Date 10/3/2022 Estimate # 973 Name / Address City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, Ca. 92008 P.O. No.Rep ES Project Patrol K9 Make/Model/Year Ford/Utility/2022 This Estimate is good for 90 days as of the date above. Phone # 6195995614 Total Emergency Vehicle Systems LLC. 1493 N. Cuyamaca El Cajon, Ca. 92020 Item DescriptionQty Rate Total ***2022 FORD HYBRID UTILITY PATROL K9 OUTFITTING *** ***Emergency Lights & Siren*** 21-32215-CM CODE 3, 21 Series Matrix multi-color Lightbar, 52” in length, pursuit rated mounting kit for 2021 Ford Utility Interceptor., ADJBKT011-B, Lightbar mount for 2021 Ford PI-U Included with bar. 1 2,075.00 2,075.00T Z3SXP-1 CODE 3, Z3 MATRIX SIREN REMOTE SYSTEM, DUAL 100W SIREN OUTPUTS 1 775.00 775.00T Z3S-OBD-PIU-G CODE 3, OBDII INTERFACE CABLE, 2020-21 FORD PI-U, F150-350 and Expedition 1 260.00 260.00T CC-UV20-OH Troy Products Overhead center console for 2020 Ford Utility.1 276.00 276.00T C3 C3100U Code3 100W Siren Speaker with U Bracket Mount2 155.00 310.00T MR6-R CODE 3, SINGLE COLOR LED, RED (Mount 1 in driver side push bumper crossbar and 1 on driver side 45* side bracket) 2 69.00 138.00T MR6-B CODE 3, SINGLE COLOR LED, BLUE (Mount 1 in passenger side push bumper crossbar and 1 on passenger side 45* side bracket) 2 69.00 138.00T MR6MC-R/B CODE 3, MULTICOLOR LED, RED/BLUE (Mount under rear spoiler in rear window one on each side and 1 in each rear side window) 4 82.00 328.00T Page 1 Exhibit A PSA23-2040FLTDocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF ~ Estimate Date 10/3/2022 Estimate # 973 Name / Address City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, Ca. 92008 P.O. No.Rep ES Project Patrol K9 Make/Model/Year Ford/Utility/2022 This Estimate is good for 90 days as of the date above. Phone # 6195995614 Total Emergency Vehicle Systems LLC. 1493 N. Cuyamaca El Cajon, Ca. 92020 Item DescriptionQty Rate Total M180SMC-RW CODE 3, UNDER MIRROR LEDs RED / WHITE (Mount under driver side mirror) 1 108.00 108.00T M180SMC-BW CODE 3, UNDER MIRROR LEDs BLUE / WHITE (Mount under passenger side mirror) 1 108.00 108.00T BSM-BKT-PIU20 CODE 3, UNDER MIRROR BRACKET 2021 FORD UTILITY, (PAIR) FOR M180SMC-XX LEDs 1 26.00 26.00T HB12PAK-PI-W CODE 3, HIDE-AWAY STROBE TWIST LOC, WHITE (Mount one in each headlight housing) 2 65.00 130.00T HB12PAK-PI-DC-RB CODE 3, HIDE-AWAY STROBE TWIST LOC, DUAL COLOR, RED/BLUE (Mount one in each taillight housing ) 2 72.50 145.00T ULTMC-RB Code 3 6 LED Mega Thin Surface Mount Red/Blue (Mount on rear hatch visible when open) 2 81.00 162.00T Note, A headlight flasher is not needed for the 2021 Utility interceptors it is built into the vehicle. 5344-2L91 GO RHINO, Push Bumper, 2020+ Ford PIU, 2 Light for CODE 3 MR6 LEDs 1 430.00 430.00T *** Center Equipment Console and Computer Mount*** INV-CON-DN-ISUV-20 Innovative Emergency Equipment center console for 2020 Ford Utility, Includes mounting plate and standard faceplates for equipment. Please specify faceplates when ordering console. 1 710.00 710.00T INV-ACC-CON-FP-4-POCK... ACCESSORY, CONSOLE, FACEPLATE, 4", POCKET1 50.00 50.00T Page 2 PSA23-2040FLT Exhibit "A" (Cont.) DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF ~ Estimate Date 10/3/2022 Estimate # 973 Name / Address City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, Ca. 92008 P.O. No.Rep ES Project Patrol K9 Make/Model/Year Ford/Utility/2022 This Estimate is good for 90 days as of the date above. Phone # 6195995614 Total Emergency Vehicle Systems LLC. 1493 N. Cuyamaca El Cajon, Ca. 92020 Item DescriptionQty Rate Total KBA-BLTXR-USNNR-US TG3 Electronics, Rugged Keyboard with touchpad and straight USB cable 1 205.00 205.00T TM-5126AP-PIU-20 Hint, On Dash Mount computer mounting solution bracket with keyboard tray, 2020 Ford Utility Interceptor 1 590.00 590.00T DS-PAN-1112-2 HAVIS, Docking Station with Dual Pass-Through Antenna connection for Panasonic TOUGHBOOK 33, 2-in-1 Laptop with LIND Power Supply 1 1,060.00 1,060.00T 400W INV Ampeak, 400W Power inverter 12V DC to 110V AC1 50.00 50.00T ***Radio Communications *** PWAT-182-LT-SKE-EVS1 Custom antenna kit, includes the following: * Sharkee antenna base * 762-870 MHz Whip * Radio cable with mini-uhf connector * GPS cable with TNC connector for laptop/tablet dock * LTE cable with TNC connector for laptop/tablet dock * Wi-Fi cable with TNC connector for laptop/tablet dock 1 265.00 265.00T HMN1090 D MOTOROLA, APX / XTL Microphone1 105.00 105.00T HKN4191C Motorola TR Pack (Transceiver) Power Cable, 12GA1 60.00 60.00T HKN6188 Motorola APX/XTL Radio head power cable1 60.00 60.00T MMSU-1 Magnetic Mic Mount (For Radio Mic and PA Mic)2 30.00 60.00T HKN6169B MOTOROLA, APX / XTL Remote control head cable.1 105.00 105.00T Page 3 PSA23-2040FLT Exhibit "A" (Cont.) DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF ~ Estimate Date 10/3/2022 Estimate # 973 Name / Address City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, Ca. 92008 P.O. No.Rep ES Project Patrol K9 Make/Model/Year Ford/Utility/2022 This Estimate is good for 90 days as of the date above. Phone # 6195995614 Total Emergency Vehicle Systems LLC. 1493 N. Cuyamaca El Cajon, Ca. 92020 Item DescriptionQty Rate Total ***Electrical System*** EGIS 2602B 14 Circuit PDM (Power distribution module) plus ground bar. 1 155.00 155.00T EGIS 4703-150B Thermal Circuit Breaker 150 A, Surface Mount1 25.00 25.00T ECVDMLTAL00 Dome light red/white universal (Mount one overhead above center console and one on rear cargo hatch) 2 77.50 155.00T Install Supplies Install supplies, Wire, Connectors, loom, ect., Labeled GXL wire 1 500.00 500.00 TK2307ITU20 Setina, EZ LIFT Cargo deck with electronics tray for 2020 PI SUV 1 1,180.00 1,180.00T *** K9 Heat Alarm and Transportation System*** F3 K-9 Deployment and Heat Alert System with Pager1 1,700.00 1,700.00T Hav K9-F28-1 Havis K9 Insert 36" for 2020-2023 Ford PIU1 2,800.00 2,800.00T Hav-K9-A-301 K9 Transport Fan Option For Heat Alarm Hot-N-Pop Unit (10" Hi Flow Fan) (Mount one fan in each rear door window) 2 455.00 910.00T Hav-K9-A-102 Havis K9 Transport Air Circulation 4" Fan Option (Mount 1 on each side of kennel to blow AC in to kennel area) 2 175.00 350.00T Shipping Shipping Charge for K9 Kennel1 300.00 300.00 Page 4 PSA23-2040FLT Exhibit "A" (Cont.) DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF ~ Estimate Date 10/3/2022 Estimate # 973 Name / Address City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, Ca. 92008 P.O. No.Rep ES Project Patrol K9 Make/Model/Year Ford/Utility/2022 This Estimate is good for 90 days as of the date above. Phone # 6195995614 Total Emergency Vehicle Systems LLC. 1493 N. Cuyamaca El Cajon, Ca. 92020 Item DescriptionQty Rate Total Whe 3SRCCDCR Whelen 3" Round Super LED compartment/ dome light, Split Red/White with independent control or each color (K9 Dome Lights) 2 60.00 120.00T ***Cargo Protection*** CargoRAXX PIU-2021 CargoRAXX 2020-2021 Ford PIU Model with Clear Access 1 550.00 550.00T INV-WG-3PC-PIU WINDOW GUARDS, 3 PIECE PUNCHED STEEL, SURROUNDING REAR CARGO AREA, 2021 FORD INTERCEPTOR, POWDER COATED 1 438.00 438.00T INV-BRKT-LONG Pair of long mounting brackets for CODE 3 MR6 series LED lights. (Mount 1 set in side windows 1 on each side and other set in upper rear window) 2 48.00 96.00T ***Weapon Mounting System*** GK1119B1SSSCA Setina, Dual Gun Rack 870 shotgun and AR-15 Rifle1 748.00 748.00T ***Install Labor*** Labor Installation Labor to build 1 K9 vehicle.1 4,250.00 4,250.00 Shipping Shipping Charge1 250.00 250.00 Sales Tax 7.75% 1,391.59 Page 5 $24,647.59 PSA23-2040FLT Exhibit "A" (Cont.) DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF ~ 1/31/2022 Business & Contractors Insurance Services, Inc. 1941 Friendship Dr Suite F El Cajon CA 92020 Gina Galvas (619)592-4440 (619)592-4449 Gina@bcisinc.net Emergency Vehicle Systems 1493 N Cuyamaca Street El Cajon CA 92020 StarStone Specialty Ins Co 44776 Mesa Underwriters Specialty Insurance Company36838 CL2213116550 A X L72011220ALI 1/14/2022 1/14/2023 1,000,000 1,000,000 B GARAGE LIABILITY X MP0042018003447 1/14/2022 1/14/2023 3Mil AGG / 1MIL EACH ACCIDENT DED 1,000 GARAGEKEEPERS/PREMISES INCLUDED Certificate Holder has been named as Additional Insured per written contract. RE: Various Locations. *Endorsement is attached. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 947Murrieta, CA 92564 support@exigis.com Gina Galvas/JMR The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE Ifyes,describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. 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. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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), AUTHORIZEDREPRESENTATIVE 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 thecertificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF ACORD® I ~ l ..__ D □ ..__ ..__ R □ □ --- -'--- -- ..__ H I I I T I □ I DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF POLICY NUMBER: MP0042018003447 COMMERCIAL AUTO CA20480299 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 01;14;2022 12:01 AM Countersigned By: Named Insured: EMERGENCY VEHICLE SERVICES <Authorized Reoresentative) SCHEDULE Name of Person(s) or Organization(s): CITY OF CARLSBAD/CMWD clo EXIGIS INSURANCE COMPLIANCE SERVICES (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA20480299 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 □ 12/05/2022 Evan Sickels 22011 Japatul Rd Alpine CA 91901 RE:Letter of Experience Policy Number:PACA5221988 Named Insured:Evan Sickels Inception Date:11/15/2013 Current Term Effective Date 11/15/2022 Current Term Expiration Date 05/15/2023 Liability Limits Bodily Injury: $250,000/$500,000 Property Damage: $100,000 as of: 11/15/2022 as of: 11/15/2022 Please accept this letter as verification for the Esurance policy listed above. This letter does not include any information regarding the loss history for the above account. To receive a claims experience letter, please contact us by phone at 1-800-378-7262. This policy included coverage for the following drivers: Name Dates of Coverage Evan Sickels 11/15/2013 - 05/15/2023 Danielle P Sicklets 05/19/2020 - 05/15/2023 Michelle Landisi 11/15/2013 - 05/19/2020 This policy included coverage for the following vehicles: Year Make Model VIN Dates of Coverage 2011 Ford F-250 1FT7W2BT5BEA62743 06/11/2020 - 05/15/2023 • Comprehensive $1,000 as of: 06/11/2020 • Collision $1,000 as of: 06/11/2020 2021 Toyota 4RUNNER 4D 4X4 JTERU5JR6M5894676 01/22/2021 - 05/15/2023 • Comprehensive $500 as of: 01/22/2021 • Collision $500 as of: 01/22/2021 1993 Jeep GRAND CHEROKEE LIMITED 1J4GZ78YXPC681309 11/15/2013 - 05/19/2020 • Comprehensive No coverage as of: 05/19/2020 • Collision No coverage as of: 05/19/2020 1999 Jeep CHEROKEE SPORT/CLASSIC 1J4FF68S8XL545030 12/18/2014 - 06/28/2017 • Comprehensive No coverage as of: 06/28/2017 • Collision No coverage as of: 06/28/2017 P.O. Box 660637, Dallas, TX 75266-0637 www.esurance.com T 800-378-7262 F 800-926-2869 Page 1 DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF 1989 Ford RANGER 1FTCR14T3KPB33181 01/15/2017 - 06/06/2017 • Comprehensive No coverage as of: 06/06/2017 • Collision No coverage as of: 06/06/2017 2005 Toyota 4RUNNER SR5/SPORT EDITION V6 JTEBU14R558046987 06/06/2017 - 07/19/2021 • Comprehensive $1,000 as of: 07/19/2021 • Collision $1,000 as of: 07/19/2021 2004 Ford F-250 1FTNW21P34EA04001 03/19/2019 - 07/05/2020 • Comprehensive $1,000 as of: 07/05/2020 • Collision $500 as of: 07/05/2020 Loss Payees, Additional Insured – Lessors, and Lien Holders that are listed Vehicle Loss Payee Name Loss Payee Address as of: 2011 Ford F-250 Navy FCU PO Box 5793 CINCINNATI, OH 45201 06/11/2020 2021 Toyota 4RUNNER 4D 4X4 Toyota Lease Trust PO Box 4102 Carol Stream, IL 60197 01/22/2021 If you have any further questions, please do not hesitate to contact us by phone at 1-800-378-7262, or by fax at 1-800-926-2869. Thank you, Allen Meil, Authorized Representative Esurance Property and Casualty Insurance Company P.O. Box 660637, Dallas, TX 75266-0637 www.esurance.com T 800-378-7262 F 800-926-2869 Page 2 DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF O--¼.J2 12/05/2022 Evan Sickels 22011 Japatul Rd Alpine CA 91901 RE:Letter of Experience Policy Number:PACA5221988 Named Insured:Evan Sickels Inception Date:11/15/2013 Current Term Effective Date 11/15/2022 Current Term Expiration Date 05/15/2023 Liability Limits Bodily Injury: $250,000/$500,000 Property Damage: $100,000 as of: 11/15/2022 as of: 11/15/2022 Please accept this letter as verification for the Esurance policy listed above. This letter does not include any information regarding the loss history for the above account. To receive a claims experience letter, please contact us by phone at 1-800-378-7262. This policy included coverage for the following drivers: Name Dates of Coverage Evan Sickels 11/15/2013 - 05/15/2023 Danielle P Sicklets 05/19/2020 - 05/15/2023 Michelle Landisi 11/15/2013 - 05/19/2020 This policy included coverage for the following vehicles: Year Make Model VIN Dates of Coverage 2011 Ford F-250 1FT7W2BT5BEA62743 06/11/2020 - 05/15/2023 • Comprehensive $1,000 as of: 06/11/2020 • Collision $1,000 as of: 06/11/2020 2021 Toyota 4RUNNER 4D 4X4 JTERU5JR6M5894676 01/22/2021 - 05/15/2023 • Comprehensive $500 as of: 01/22/2021 • Collision $500 as of: 01/22/2021 1993 Jeep GRAND CHEROKEE LIMITED 1J4GZ78YXPC681309 11/15/2013 - 05/19/2020 • Comprehensive No coverage as of: 05/19/2020 • Collision No coverage as of: 05/19/2020 1999 Jeep CHEROKEE SPORT/CLASSIC 1J4FF68S8XL545030 12/18/2014 - 06/28/2017 • Comprehensive No coverage as of: 06/28/2017 • Collision No coverage as of: 06/28/2017 P.O. Box 660637, Dallas, TX 75266-0637 www.esurance.com T 800-378-7262 F 800-926-2869 Page 1 DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF 1989 Ford RANGER 1FTCR14T3KPB33181 01/15/2017 - 06/06/2017 • Comprehensive No coverage as of: 06/06/2017 • Collision No coverage as of: 06/06/2017 2005 Toyota 4RUNNER SR5/SPORT EDITION V6 JTEBU14R558046987 06/06/2017 - 07/19/2021 • Comprehensive $1,000 as of: 07/19/2021 • Collision $1,000 as of: 07/19/2021 2004 Ford F-250 1FTNW21P34EA04001 03/19/2019 - 07/05/2020 • Comprehensive $1,000 as of: 07/05/2020 • Collision $500 as of: 07/05/2020 Loss Payees, Additional Insured – Lessors, and Lien Holders that are listed Vehicle Loss Payee Name Loss Payee Address as of: 2011 Ford F-250 Navy FCU PO Box 5793 CINCINNATI, OH 45201 06/11/2020 2021 Toyota 4RUNNER 4D 4X4 Toyota Lease Trust PO Box 4102 Carol Stream, IL 60197 01/22/2021 If you have any further questions, please do not hesitate to contact us by phone at 1-800-378-7262, or by fax at 1-800-926-2869. Thank you, Allen Meil, Authorized Representative Esurance Property and Casualty Insurance Company P.O. Box 660637, Dallas, TX 75266-0637 www.esurance.com T 800-378-7262 F 800-926-2869 Page 2 DocuSign Envelope ID: 2F7DCC07-73B3-464C-ACD8-778FD58DFDEF O--¼.J2