Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05229 - MAXWELL SECURITY SECURITY SERVICES AT TRAIN STATION
^b^N+" -ny f"v°iMf„ "�l+�^"•.,�,,, ^;`;4 nr'xrMrw� " �'r _,���. ry,,."rrrw, r ,n" "r q,eor+� Pi F r,.),r ,ryq- yl —r r ,i:^i pW b`1�gr"�';'�'ri qr- n,M4.^Ya�V eY�, I�ti&n�m brp'4�.'e'0.'oP,6-r�r V�n„�-Y^.w fd�r wy,`,,.�^,�. ,[ �,:".,ir.ws:.{.,'drra ,p,.pr7Y�r'4?^•�1 +,�,)r''v„ frn.", y"• � "�,� vtrYY x'Y^Im«d^w�rra Ir o'a1"�r+bnr"r� 'II,`.� o{..,,.a 1,"n�l�i nw .ropM.�,p�,r;y4'-,�,,+•w6.+�•' ,i, oY.w t,�,`,A,;.sl mw+d'"y,r W ' r,yw,; ,,✓Mw+i+fib �, �P��I +�`�V�Gt arp»,, r. ,,;,W""r wd•^��Y?""+n�.rr Zr I 1 "� '1� � .1. ,,yy,drvr �'• �,,,a.r17�r'�'' rAv^;"'x,�"q,47r+,I"''+ r"'N.,;i,^wlbdvwi�' 111 - y r r.• dv ri r 'ul r,r' r ' IYr (.�,� � ti — _ rr1 i 4 IL; 4 1, - � r i liJ, Y_ � r•U Ir I'r ar: zl "� ' In t _ , ' au.• p ZI' '[y�y r Er. ,N - 1,a�i'I W 1, Iwc ti r 1 _ rC ca u Ail' M x�..�' n1iG�'" Sire L7 VY7; 111 C Ln I a1,-, c _� e, �.r y ( 10 , q 1s Iv � �- .V. rr did of N7 I' q IU +s 01 y I k MI I ❑ d R_ � 41rL1�•r � l � rip.�i m v ty ,fie; —.. . - r•M •i�'�nr�, p�rr�`i�i'; " ;.W A' J',P+';yd d:r,',;,'G'r iii�,W1w'I rrly tiw�rµhw?»rere�+^�w,,"7iiwavw:;r�;.%+-w..,...;nr, n ., i _ eanilyW+,M d+rb ' ,.'Jy,r'. I>.w,4#"IVnP,p"r N'h'-.r%";A°✓wl.dw"aip,`, ",n;, .��.,'. ,'�,�.plly� ,i+°.' ^'r1u°,.,•-,�:rr ll,k�wogµ'inv,.�Ar°>t IYY`V,��'�Ir=N, V:4,kJed!p.1,+„`aY� •..�,4W.emry.:rV.prn.r'wl'.:x tll '• ....NJ Y.e.uN4�ua 3GM4 }x.°Me�p.r 4..IrPw''7f,L am,n.�r �W" {-n r+k�rlalFlo");,e� , I,� " iI In:•, r�6.d,.rq,Mw"n.M'•' v�Yrv•4'."dG'�lµ' gr1'Mk�ki�M"r�,�lu1W,M�'1'�rNY�:dk #r'd�rvWl�jvAb' 'pn. A, rr�r 'a 'nYed.+„r.l,.^d4w4,✓aa.knp.d,JwAr<lµ+«�� .u. n,wT ✓:,rx :,7"Gr7FrurFrrwY,,4,',A�.."'�`� 'J •�'y 9 w.Glaoh A.,:, ^ ;.j,i'r ", fiW$1+ F�1 "'+qnw•47✓iNnriy„u'' �rFllw'�Wdrx6%a' 1 Y'•± " 7/Vi M8Y r dds" ` •rG`• 'VrNu'''irµp r N A a ,ktl Nd„%dp'"+e'�' n,wwr�•,,�lr^,wsiNd'1'ugyV.n`e+ „wr �.'uroYrV'r ow,..r,r^Iw..-(,n,�F:'b,°5° +w.4�wi` ry iy,�r �, m .M r+b'��11 �RAxI^ Ir 'W/�r11 WX p7 I'� ..rY p 'nt„s'+nr^."4n'R.SaI:^" r,e e4w..Fu�rw,rnq;.r.«hhn, ..I»rxr r v�.usv 1'ry{4u rW�d.'n,"x ':p, °1S.1+UJJdrRG'rYfFA'°"�v" � I` ~.� rWr«r.'aerAp�lY,q^ryds�� .,.;drwr4Ar.:wrp° ,r •tl°Y r,rl Plmwn`,n.m �e ' .r I, .rwx,wlnPo•,#41ry.^rvu4drXh ipbR^�nr,�>.r,^adw'M.r"�°w.a M'. ' ' �� .._.. . k„,„Hn wrv�ddl�,."" sr'W~f+p"warsa e. � 1,r,„•' �r%r'„erg, � w,r r, +aral,�.>WekJ�s�,�6o�r�' Y�(.H�.16�rd � " ,�Vdwd4"��1d��ilaw'�'1 'nw• , ,iPYp YW±4'`wxlr'' 1" N,A ,' i.,,ww,l rnT., w,. arittlAarv"W„rpl.ks4x4 *#6YM"FLiA,FISh+1'wFW5 ` t � i+° d^ r,4wK;} Vy'Arwi� fk! MWNP'rl' .d w bJdglmWW 1 1 r�l.r�, ;+r,G," rw rW n.,t,,r �Ft;tl "rFlnn,lY' r.r•.+�ry;.,If�YI,�'"Y, arNr� yr WfY�II • odraYe,M�ryllw , �,' � � :6, t ue � m +�^'"w �r�'r a N {I •I�rWPd4, ,' i. „ ny 1 w' r�r a i L7 d e ', � �'MNnr"" I ',, .�M 4ga+q•e°u''�fi .M"r^°yr!, p�"- r7,a11•. „rrt'd7•p."n,.Y LL� �;rM I%M;fYrr,J^,17F1AI t"v 1' � i.i,;r"q, r ''+h n1 p•,��,rp�, r.{,• tn' rl Y^rp„Ydfl;. �;p,y. „H^,vP"/� 01/12/2006 17:12 7903184080 LT. BECKWITH Maxwell Security aiiiuivo 11:11 rea rna axa 6236 r*s rxocrmFNEW Security at train station AGREEMENT NO. A5229 Under $25,000 CM auth 02-15-06 CONTRACT SERVICES AGREEMENT FOR SECURITY SERVICES THISNTRACT SERVICES AGREEMENT(herein"Agreement', is made and entered into this �day of e,�f'va 2006, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "Cirn and Maxwell Security Services. Inv,, (herein "Contractor"). (The term Contractor Includes professionals performing in a consulting capacity) The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR ' 1.1 Sggnq of Servogm, In compliance with all terms and conditions of this Agreement, the contractor shall provide those services specified in the "Scope of Services" attached hereto as ' . "A"and incorporated herein by this reference,which services may be referred to herein as the "services" or"work" hereunder. As a material inducement to the City entering Into this Agreement,Contractor represents and warrants that Contractor Is a provider of first class work and servico and Contractor is experienced in performing the work and services contemplated herein and,In light of such status and experience,Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement,the phrase"highest professional standards"shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar cirr umstances. 1.2 -Q-ontractor's mposal. The Scope of Service shall Include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement,the terms of this Agreement shall govern. 1.3 Compliance with law. All services rendered hereunder shall be provided in accordance v,1th all ordinanrfs, resolutions,.statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction In effect at the time service is rendered. 1.4 Licenses,Permits,Fees and Assessments. Contractor shall obtain at Its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services roquired by this Agreement, Contraotorsholl have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the'Contractor's performance of the services required by this Agreement,and shall indemnify,defend and hold harmless City against any such fees,assessments,taxes penalties or interest levied,assessed or imposed against City,hereunder. 1.5 Fft11Rl1Ry with Wdrk, By executing this Contract, Contractor warrants that Conractor(a)has thoroughly investigated and considered the scope of Services to be perfvmred, (b)has carefully considered how the services should be performed,and (c)fully understands the faailifi0 difficulties and restrictions attending performance ofthd services underthis Agreement. If the services involve work upon any site,Contract orwarrants that Cantreator has or will investigate the site and is or will be fully acquainted with ttre conditions there existing,prior to Commencement of services hereunder. 5hauld the ContraCfordiscoveranylatentOr unknown conditions,whlrth will materiallyaffect the perforrarae afthe services tmen under,Contractorshall immadiatery inkMmthe City of such fact and shall not proceed except at Cantrao es risk until written instructions are received from the Contract Officer. OR0N�e L f3 D t ,PP'AC/ORAdsPAF 4W0k',r 01,/12/2006 17:12 7603184080 LT. BECKWITH PAGE 04118 V1/1V/VV 11;1z YM YOU .7X8 8238 PS PROCUREKRW IA003 1.6 Carg of Work. The Contractorshall adopt roasonable methods during the life of the Agreement to famish continuous protection to the work,and the equipment,materials,papers, documents,plans,studies andlorothercomponents thereofto prevent losses or damages,and shall be responsible for all such damages,to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City$own negligence. 1.7 Funhgr 8mRgnsibllNes of Parries, Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement Both parties agree to act In good faith to execute all Instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement unless hereafter specified, neither party shall be responsible for the service of the other. 1.8 Additional Services. City shall have the right at any time during The performance of the services,without invalidating this Agreement,to order extra work beyond that specified in the Scope of Senfioas or make changes by altering,adding to or deducting from said work. No such extra worts may be undertaken unless a written order Is first given by the Contract Officerto the Contractor,incorporating therein any adjustment in(1)the Contract Sum,andlor(it)the time to perform this Agreement,which said adjustments are subject to the written approval of the Contractor. Any increase In compensation of up to five percent (5%n) of the Contract Sum or $26,000;whichever is less,or in the time to perform of up to one hundred eighty(180)days may be approved by the Contract Officer. Any greater increases,taken either separately or cumulatively must be approved by the.City Council. It is expressly understood by Contractor that the provisions of this Section shall nut apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contracor hereby acknowledges that 4 accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 S)eclat Requirements. Additional terms and conditions ofthis AgreemeM if any,which are made a part hereof are set forth in the"Sp6oial Requirements"attached hereto as Exhibit "S.„ and Incorporated herein by this reference. In the event of a conflict between the provisions of Exhlbg"S and any other provisions of this Agreement,the provisions of i it"W shall govern. 2.0 CAMPENSA71ON 2.1 Contract Sum. For the services rendered pursuant to this Agreement,the Contractor shall be compensated In accordance With the "Schedule of Compensation"attached hereto as Exhibit"C"and ineorporatod herein by this reference, but not exceeding the maximum contract amount of Twenty FourThousand Dollars,($24,000,00)(herein 'Contract Sum"),except as provided in Section 1.8. The method of compensation may include: (i)a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (01) payment for lime and materials based upon the Contractor's rates as specified In the Schedule of Compensation,but notexceeding the Contract Sum or(iv)such other methods as maybe specified In the Schedule of O:ompensalion. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer In advance, and no other expenses and only If specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City;Contractor shall not be entitled to any additional compensation for attending said meetings- 2 01/12/2006 17:12 7603184000 LT. BECKWITH PAGE 05/16 • .., ..., ..v aa.is am ,uu ucu ciao A'� t"A(U1:UYSC;nCn 1' I�a04 2.2 ' Method of Payment. Unless some other method of payment Is specified In the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first(1st)working day of such month,Contractor shall submit to the City in the form approved by the City's Director of Finance,an invoice for services rendered prior to the date of the Invoice. Except as provided in Section 7.3,City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 10 PERFORMANCE SCHEDULE 31 Time of Essence. Time is of the essence In fife performance of this Agreement. 3.2 Schedule of Performs Gontractorshall commence the services pursuant to this Agreement upon raceipt of a written notice to proceed and shall perform all services within the time period($)established in the"Schedule of Performance"attached hereto as Exhibit"D", If any,and incorporated herein by this reference. When requested by the Contractor,extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty(160)days cumulatively. 3,3 &jgg ylaieure. The time period(s)specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement Shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor,including,but not restricted to,acts of God or of the public enemy,unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, fncluding the City, if the Contractor shall within ten(10)days of the oommencement of such delay notdythe Contract Officer in writing of the causes of the delay, The Contract Officer shall ascertain the facts and the extent of delay,and extend the time for performing the services for the period of the enforced delay when and If Inthejudgmentof the Contmot Officer such delay isjustified. The ContractOfticer'sdetermination shall be final and conclusive upon the parties to this Agreement In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section, 3.4 Term. Unless earlier terminated in accordance with Section 7,8 of this Agreement,this Agreement shall continue in full force and effect until completion of the services but not exceeding one(1)year from the date nereef,except as otherwise provided In the Schedule of Performance(Exhlblt'D"), 4.0 COORDINAIION OF WORK 4.1 Reoreserdatrve of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions In connection therewith: Fritz Maxwell, President Clifford Harts, Branch Manager it is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into thisAgrealnent Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all 3 i I 01/12/2006 17:12 7603184080 LT. BECKWITH PAGE 06/18 VVIVU0 14:1a NAX 78U 323 82,38 P5 PRUC;R8UM Q00,$ activities of Contractor and devoting sufficient time to personallysupervise the services hereunder. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractorwithout the express written approval of City, 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer Is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer, Unless otherwise specified herein,any approval of City required hereunder shall mean the approval of the Contract OHioer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terns of this.Agreement, 4_3 Prohibition 6gainst $pboontrafta or ssgnment The experience, knowledge,capability And reputation of Contractor,its principals and employees were a substantial inducement for the City to enter into this Agreement Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express wdoen approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whetherfor the benefit of creditors or otherwise,without the pdorwritten approval of City. Transfers restricted hereunder shall Include the transfer to any person or group of persons acting in concert of more than"my five percent(25%)of the presentownership and/orcontrol of Contractor,taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shell release the Contractor or arty surety of Contractor of any liability hereunder without the express consent of City. The CiVs policy is to encourage the awarding of subcontracts to persons or amities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available,to persons orentfties with offices located In the Coachella Vallay("Lacal Subcontractors")- Contractor herebyagmes to use good faith efforts to award subcontract to Local Subcontractors,if Local Subcontractors are qualified to perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor,the Contractor shall submit evidence to the City that such good (faith efforts have been made or that no Local Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors, The City may consIderContractors efforts in determining whether ftvk4ll consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts:hereunder for the period specified In Section 6,22, 4.4 IndRggndgnt_Co0kgctor. Neither the City nor any of its employees shall have any control over the manner,mode or means by which Contractor,its agents orempkryees,perform the services required herein,except as otherMso set forth herein. City shall have no voice in the selection,discharge,supervision orcontrol of Contractor's employees,servants,representatives Or agents, or In fixing their number, compensation or hours of service, Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at anytime or in any manner represent that it orany of its agents or employees are agents or employees of City. City shall not in anyway or for any purpose become or be deemed to be a partner of Contractor In Its business or otherwise or joint venturer ora member of anyjaint enterprise with Contractor. 4 01/12/2006 17:12 7603184000 LT. BECKWITH PAGE 07/18 v A,aulvu A.,,:As reu. !04 J2J 6ZI35 P9 PROCnRENRNT IA000 6.0 INSURANCE, INDEMNIFICATION AND BONDS 5.0 INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance, The Contractorshall procure and maintain,at Its sole cost and expense, In a form and content satisfactory to City, during the entire term of this Agreement Including any extension thereof,the following policies of insurance: (g) Commercial General Liability Insurancq A policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least $1,000,000 bodily injury and property damage including coverages for contractual liability,personal injury,Independent contractors,broad farts property damage,products and completed operations. The Commercial General Liability Policy shall nametha City of Palm Springs as an additional insured via provision of an additional insured endorsement The Commercial General Liability Insurance shall name the City, its officers,employees and agents as additional insureds, f¢) Workers Qomo_gg_sgt g Insurance A policyof Worker's Compensation Insurance In an amount which fully complies with the statutory requirements of the State of California and which includes$1,000,000 employer's liability. U Business AutQm9bike, losurange A policy of business automobile liability insurance written on a peroccurrence basis with a single limit liability in the amount of$1,000,000 bodily injury and property damage, Said policy shall'Include coverage for owned,non- owned, leased and hired cars. jrd) Additional Insurance Additional limits and coverages, which may include professlonal liability insurance,will W spedfled In Exhibit B. 11 of the above policies of insurance shall be primary insurance. (Reference Section 5.4 regarding suffiioienoy.) The insurer shall waive all rights of subrogation and contribution it may have against the City,its officers,employees and agents,and their respective insurers, In the event any of said policies of insurance are canceled,the Contractor shall,pdorto the cancellation date,submit new evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance, endorsements or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance,endorsements, or binders are approved by the City. The contractor agrees that the provisions of this Section 5.1 shall nut be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractors activities or the activldes of any person or person for which the Contractor is otherwise responsible_ In the event the Opmractorsubconfracts any portion of the work in compliance with Section 4.3 of this Agreement the contract between the Contractor and such subcontractor shall require the suboontractortp maintain the same polices of Insurance that the Contractor is required to maintain pursuant to this Section. 5.2 Ia&DMIficaflon. Contractaragmee to indemnify the City,Its officers,agents and employees against and will hold and save them and each of them fmrmless from,any and all actions,suits,claims,damages to persons or property,losses,costs,penalties,obligations,errors, S 01/12/2006 17:12 7603184080 LT. BECKWITH PAGE 08/10 VA/AV/VV 11:14 k'AA 780 M 8288 PS PROCURE7IPM goo? omissions or liabilities,(herein"claims orliabilities")that maybe asserted ordalmed byanyperson, firm or entity arising out of or in connection with the negligent performance of the work,operations or activities of Contractor, its agents, employees,subcontractors, or invitees,provided for herein,or arising from the negligent acts or omissions of Contractor hereunder,or arising from Contractor's negligent performance of or failure to perform any term; provision, covenant or condition of this Agreement,whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims of liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith; (a) Contractor will defend any action or actions filed in connection with any of said claims or Ilabllities and will pay all costs and expenses, Including legal costs and attorneys'fees incurred In connection therewith; (b) Contractor will promptly pay anyjudgment rendered against the City, As officers,agents;or employees forany such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work,operations or activities of Contractor hereunder. and Contractor agrees to save and hold the City, Its officers, agents,and employees harmless therefrom; (c) In the eventthe City,its officers,agents oremployees is made a party to anyaction or proceeding filed orprosecuted against ConmaotarforsuM damages orotherdaims arising out of or in connection with the negligent performance of or failure to perform the work, operation or ac4vities of Contractor hereunder, Contractor agrees to pay to the City, Its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding,including but not limited to,legal costs and Atlpmeys'fees. 5.3 Performance Bond. Concurrently with execution of this Agreement, Cordraotor shall deliver to City a performance bond in Via sum of the amount of this Agreement,in the form provided by the City Clerk, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and vold only if the Contractor prompts and faithfully performs all terns and conditions of this Agreement 5.4 Sufficiency of Insurer or 5unakv. Insurance or bonds required by this Agreement shall be satisfactory only N issued by oompanies qualified to do business in Galifomia, rated"A"or better in the most recent edition of Best Rating Guide,The Key Rating Guide or in the Federal Register,unless such requirements are waived by the City Manageror designee ofthe City ("City Manager")due to unique circumaranoes. In the event the City Manager determines that the work or services to be performed under this Agreement creates an Increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 6 may be changed accordingly upon receipt of written notice from the City Manageror designee;provided that the Contractor shall have the right to appeal a determinatSon of increased coverage by the City Manager to the City Council of Gtywithin ten(10) days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 _Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the 6 01/'12/2006 17:12 7603184080 LT. BECKWITH PAGE 09/19 U1/lUIUU 11:15 NAd 784 323 8238 PS PROrncsavaam ¢1 OOU Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. Forthis reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that mayorwill materially increase or decrease the oostof the work orsenrioes contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact,circumstance,technique or event and the estimated increased or decreased cost related thereto and,If Contractor is providing design services,the estimated increased or decreased cost estimate for the project Ding designed. 8,2 Records_ Contractor shall keep, and require subcontractors to keep,such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officerto evaluate the performance of such services. The Contract Ofiicershall have full and free access to such books and records at all times during normal business hours of City,including the right to inspect,copy,audit and make records and transcripts from such records. Such records shall he maintained fora period of three(3)years following completion of the services hereunder,and the City shall have access to such records in the event any audit is required. 6.3 OwneMhio of Dose ants_ All drawings, specifications, reports, records, documents and other materials prepared by Contractor,its employees,suboonbactors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement,and Contractor shall have no claim for further employment or additional compensation 00 a result of the emrclse by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the CV9 sole risk and without liability to Contractor,and the City shall indemnify the Contractor for all damages resulting therefrom, Contractor may retain copies of such documents for its own use, Contraotor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor falls to secure such assignment,Contractor shell indemnify City for all damages resulting therefrom. 0,4 release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor In the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California law. This Agreement shall be construed and interpreted both as to validity and to perrormance of the parties in accordance with the laws of the State of California_ Legal actions concerning any dispute,claim ormatter arising out of or in rotation to this Agreement shall be instituted in the Superior Court of the County of Riverside,State of California,or any other appropriate court in such county,and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action, 72 Disputes In Vie event of any dispute arising under this Agreement, the injured party shalt notify the injuring party In writing of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten(10)days of service of such notice and completes the cure of such default within forty-five(45)days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an Immediate danger to the health,safetyand general welfare,such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition present to termination of this Agreement for cause 7 01/12/2006 17:12 76031B4080 LT. BECKWITH PAGE 10/18 uxi Sul uu ax:to rAA YOU 3Z7 09S5 PS PROCITR.EMOT 16008 and to any legal action,and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured,provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retenflon of Furxfs. Contractor hereby authorizes City to deduct from any amount payable to Contractor(whether or not arising out of this Agreement)(1)any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties,by reason of Contractor's sots or omissions in performing or falling to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor,or any indebtedness shall exist which shall appear to be the basis for a claim of lien,City may withhold from any payment due,without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however,affect the obligations of the Contractor to insure,indemnify,and protect City as elsewhere provided herein. 74 Waiver. No delay or omission in the exercise of any right or remedy by a nondefautting parry on any default shall impalr such right or remedy or be construed as a waiver. A pariy's consent to or approval of any act by the other party requiring the parry's consent or approval shall not be deemed to waM or render unnecessary the other party's consent to or approval of any subsequent act Any waiver by either party of any default must be In writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement, 7.6 Rights and RemedlM are Cumulative_ Fxoept with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it,at the same or different times,of any other rights or remedies for the same default or any other default by the other party. 7.6 Lecai Action. In addition to any other rights or remedies, either party may take legal action,In law or in equity,to cure,correct or remedy any default~to recover damages for any default, to compel specific performance of this Agreement,to obtain declaratory or injunctive relief,or to obtain any other remedy consistent with the purposes of this Agreement 7.7 Llguida%d Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement,the Contractor and its sureties shall be liable for and shall pay to the City the sum of NONE ($ 1 as liquidated damages for each working day of delay in the performance of any service required hereunder,as specified In the Schedule of Performance(Exhibit"D"). The City may withhold from any monies 1 payable on account of services performed by the Contractor any accrued liquidated damages. 7,a Temlln@tion Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section fortermimtIon for cause. The City reserves the right to terminate this Agreement at any time, with or without cause,upon thirty(30)days'writtan notice to Contractor,except that where termination is due to" fault of the Contractor,the period of notice may be such shorter time as may be determined by the Contract Officer. In addition,the Contractor reserves the right to terminate this Agreement at any time upon, with or without cause, upon sixty (60) days'written notice to City, except that where termination Is due to the fault of the City, the period of notice may be such shorter time as the Contactor may determine_ Upon receipt of any notice of termination,Contractor shall immediately j cease all services hereunder except such as may be specifically approved by the Contract Officer. I , I I I I I I I 01/12/2006 17:12 7603184080 LT. BECKWITH PAGE 11/18 ��, •.-, -� ... ...m .vv ac,r vc.av ro ICIRVWiCISAG,ry 1' IQI070 Exoept where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective data of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer,except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of thew Rproductactuallyproducedhereunder. Inthe evem of termination without cause pursuant to this Section,the terminating party need not provide the non-terminatIng party with the opportunity to cure pursuant to Section 7.2. 7.9 . -erminatlon for l35buftofCordractor. IftarminaSonisdustothefailuroofthe Contractor to fulfill its obligations under this Agreement, City may, after compllanoe with the I provisions of Section 72,take aver the work and prosecute the same to completion by contractor I otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the I services required hereunder exceeds the compensation herein stipulated(provided that the City shall use reasonable efforts to mitigate such damages),and City may wft hhold any payments to the j Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees, If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in anyway connected with this Agreement,the prevailing party In such action or proceeding, In addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys fees. Attomeys fees shall include attorneys fees on any appeal, and In addition a parry entitled to attorneys fees shall be entitled to all other reasonable casts for investigating such action,taking deposition-q and discovery and all other necessary costs the court allows which are Incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment, &0 CITY OFFICERS AND EMPLOYEM NON-DISCRIMINATION 8,1 Non-llability of City Officers and FgMployees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in Interest, In the event of any default or breach by the City or for any amount which may become due to the Contractor or to Its successor,odor breach of any obligation of the terms of this Agreement. 9,2 Qg00j tc�r&sL No officer or employee of the City shall have any financial interest,director indirect,in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation,partnership or association in which~he is,direotly or indirectly,interested,In violation of any State statute or regulation_ The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other oon3lderstion for obtaining this Agreement. 8,3 (�pyenantAgalnstDiscrimineliatl, Contractor covenants that,by and for itself, its heirs,executors,assigns,and all persons ciaiminQ under or through them,that there shall be no discrimination against or segregation of,any person or group of persons on acoourtt of race,color, creed,religion,sex,marital status,national origin,or ancestry in the performance of this Agreement Contractor shall take alfimlative action to insure that applicants are employed and that employees are treated during employment without regard to their race,color,creed,religion,sex,marital status, national origin,orancestry. 9 01/1?/2006 17:12 7603184080 LT. BECKWITH PAGE 12118 Vl/1VY VV ir;I rne, '(RV JYJ OZJtf FS PROCUREWNT 1@¢1.1 9.0 MISCELLAKOUS PROVISIONS 9.1 N, otice. Any notice, demand, request, docume% consent, approval, or communication either party desires oris required to give to the other party or any other person shall be in writing and elther served personally or sent by prepaid,first-class mall,In the case of the City. to the City Manager and to the attention of the Contract Officer,CITY OF PALM SPRING$,P.O.Box 2743, Palm Springs, Califiomis 92263, and In the case of the Contractor, to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifft the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two(72)hours from the time of mailing if mailed as provided in this Section. 9.2 Interamtatatton. The terms of this Agreement shall be construed in accordance t with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Integration Amendment. It is understood that 1i'we are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations,arrangements,agreements and understandings,if any,between the parties,and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing, 9.4 Severe II In the event that any one or more of the phrases,sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent Jurisdiction,such invalidity or unenforceabillty shall not affect any of the remaining phrases,sentences,clauses,paragraphs,or sections of this Agreement which are herebydeclared as severable and shall be Interpreted to carry out the Intent of the parties hereunder unless the invalid provision Is so material that Its Invalidity deprives either party of trite basic benefit of their bargain or renders this Agreement meaningless. 9.5 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(f)such party is duly organized and existing,(rr)they are duly authorized to execute and deliver this Agreement on behalf of said party,(iri)by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv)the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound, SIGNATURES ON NEXT PAGE t4 '01I12(2006 17.12 7603184080 LT. BECKWITH PAGE 13/16R1012 aui uu li:ie 1'M !tlV J2;J dYStl P$ PRC1C[1REN£N7' IN WITNESS WHEREOF,the parties have executed and entered into this First Amendment as of the date first written above. CITY OF PALM SPRINGS ATMST: a municipal corporation _ -1- ,-�1 _ � z A y Cle k City Manager ID cHY MANER C.ONTRAC'raR: Maxwell Sxurity,Services,Inc CFlepk one:_ Indlvidual_Partnership X CnrporaGon 35325 Date Palm Drive Cathedral City,CA 92234 The City requires two notarized signatures from Corpomtons: One from dean of the kdlowing two groups: A Chairman of Eaord, t president,or any Vito President AND 8,e'aeferary,Assistant Secretary.Treasurer,Assistant Treaxm+,or Chief Fnandal Officer. I S By: Si4naJ3 (no died) 'Signature(notartied)' r Name: ( /l'� r� • r �k�s GC_ Name ��7� I c�N ell E state of AL State of ° stlC- C.ormryat nA3 1 �ss CountyaF - eJC- an on�,2L-Ub�1wre mlla,,� A e I ( u Dn f-'A 1 d 6 oarare me, tn7-t 0—o peso �lyapp rcd fit" . � U y W Pe I paraonallyaPPeared��..yoJll('C VYletixlwetl pwaasally known to me (or proved to me on the basis of pemonaily known to me (or proved to me on the beau of *Aftlaatoy,evidence)to ba the parson( )whose rmm2,(s)Islam aads,14O ry evidence)to be the person(owhose name(e)Ibl/are subsaibedfathewifidninabumontand ir�cknowledgedlomelhat nubsaibod tv thewithin lnsbumont and admowledged to me that helsha!#lay axeoutad the some In hlolharMalr su;vrized h6shaft!W executed the same in h oortfh*'pthorized rapacity(Ies), and that by NsrrrorMrcnr slgnature(sy on the capacity(ig6y, And that by hlSf�rer/ihelrslgnetura( ) on the inaeumant the porson(s)or the an*upon bahotf of Which the Insdvment the person(e)',or ma anmy upon pahalf of which the pemspn(syarAed,executed the ktstrumant, person(s)acted,exacutad the Incbument. WETNESS my hand And official seal. �p WITNESS my hand and official 5eall. Notary SlgnaWre:�a- Notary Signature: Notary Seal: Notary Seal: J. WILCOX ,,.,.,,;;r, J. WILCOX ! Z Commission# 1351265 Commission# 1351265 z: Notary Public - Califomlo 3:ea - ' ' Notary Public - California m, Los Angeles County � Los Angeles County My Comm.Expires Apr 14,2(X)6 ` My Comm.Explres Apr 14,2006 b^ "-mp•- 11 01/12/2006 17:12 7603104080 LT. BECKWITH PAGE 15/18 ro Y1tUl:0"MEN'r Q013 EXHIBIT"A" SCOPE OF SERVICES General-. Contractor shall furnish all labor, equipment, materials, unifomta and supervision necessary to provide armed security patrols of designated City locations,and additional services on an as-needed basis as directed by the City's Contract Services Agreement. Designated Patrol Locations; Contractorsha ll perform patrols in the time frames designated in Exhibit ID"at the following localion; Palm Springs Train Station, North Indian Canyon Descriptions of Services. Palm$prings Train Station m Contractor shall provide patrol services In conjunction vAth Amtrak's arrival schedule at the Station. Contractorshall'check with Amtrak dailyforarrival time;secure the station'/rhour prior to Vain arrival;unlock the restrooms upon arrival at station;meet passengers; assist passengers and conductors as needed; keep embarking passengers advised of any train delays:keep passengers awayfrom railroad tracks;secure station sfierdebarking passengers have departed;and report any incidences of vandalism to the Palm Springs Police Department, Addllional Services. On an as-needed basis Contractor shall perform variety of security services in support of City operations and special events, When such services are needed, the City's Contract OfficarvAll contact Contractor and Contractor shall prepare a quotation for the services requested by the City. Contractorshall not engage in providing any adds lonal services until a scope ofservices and related compensation are approved by the City's Contract Officer for the additional services. Ctual'dications of Personnel: All staff ulllized by Contractor In providing patrols services to the City shall be physically fit, uniformed, aimed and shall possess all qualifications required by the State of California for tine services W be provided hereunder. Patrol Log: Contractor shall keep logs of patrols made at the City fawdy covered by this agreement. The logs shall report the date and time of each patrol and a description of any incidents encountered and measures taken. The logs shall be transmitted to a City-designated Police Department contact on a weekly basis. 12 01/142/2006 17:12 7603184080 LT. HECKWITH PAGE 15/18 ..xi ram.vv +r.•ao rm you rca axaa P6 YHUCUREMENT 1A014 EXHIBIT•B" SPECIAL REQUIREMENTS Section$.3 The requirements of Section 6.3 far a Performance Bond are hereby waived, Section TY The requirements of Section 7.7 for Liquidated Damages is hereby waived. 13 01/1,2/2006 17:12 7503184080 LT. BECKWITH PAGE 17/16 040 040Q ra PRUUUREMENT IA 016 EXHIBIT"C" SCHEDULE OF COMPENSATION For services provided hereunder, Contractor shall be compensated at the folloWing rates: For Train Station patrols: $1500 per month Allowance for Additional As-Needed Services(when authorized by CiVs Contract Officer),- Total compensation shall not exceed$24,000. 14 01/1,2/2006 17:12 7603184080 LT. BECKWITH PAGE 16/18 UArIVIVU AA;la rAA 7GU 498 GYJB P9 PROCnRsF'AIENT INIG EXHIBIT"Do SCHEDULE OF PERFORMANCE Term: The term of this agreement shall be 1 year commencing in January of 2006. Schedule of Performance, Contractor shall provide patrol services in conjunction with Amtrak's arrival schedule at the Station. The fallowing represents the Ciiys understanding of the scheduled arrival dmes: Palm Springs Train Station: Wednesdays, Fridays&Sundays 03,23 AM Mondays, Thursdays&Saturdays 01;04 AM As Needed: On an es-needed basis Oontractor shall perform variety of security services in support of City operations and special events. When such services are needed, the City's Contract Officer will contact Contractorand Contractor shall prepare a quotation for the services requested by the City. 15 AC-�RD 2ATE/7/2, CERTIFICATE OF LIABILITY INSURANCE D47/2mprrvYY) 006 PRODUCER (866)544-8273 FAx (866)544-3486 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Elizabeth Souther Insurance GroupONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4550 Now Linden Hill Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 504 Wilminc ton DE 19608 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA EVBreSt. Inde=it. Maxwell Security Services, Znc. INSURER9,EVOrG0t Natl Onal 2505 Chandler AVenu® 1INSUReR0. Suite 1 INSURER D. Las Ve -as NV 89120 INSURERE COVERAGES 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 AGGREG,A.IE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRADD'L POLICY EFFEO'pVE POLICY EXPIRATION LTR p TYPE OF INSURANCE PDLICYNUMBER PATE MN/DOM DATE MMIDDMY LIMITS GENERAL LIABILITY EACH OCCURRENCE aCOMMERCfAL 1,000,000 DAMAGE TO RENTED --]CLAIMS LIABILITY PREMISESEIIWCWfPOP9 S 50,000 A CLAIMS MADE OCCUR S1GL001194-051 9/5/2005 9/5/2006 MEO EXPA one arson S 5,000 X Erroxe S Ommvssions PERSONAL B ACV INJURY S 1,000,000 X AedSU1t 6 Battery GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATELpoIIT APPLIES PER PRODUCTS-COMPIOP AGG $ 1,000,000 X POLICY JECT LOC AUTOMOBILE LIADILIT' COMBINED SINGLE LIMIT ANY AUTO (EBQCCId0nO S ALL O WNED AUTOS DDDILY INJURY SCHEDULED AUTOS (PPr PPrean) S HIRED AUTOS BODILY INJURY S NON-OWNED AUTOS (P W So Veen) PROPERTY DAMAGE S (Par awaanl) DARABE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC b AUTO ONLY qGG 3 j FXCE5$/UMBRELLA LIABILITY EACH OCCURRENCE S OCCUR ❑CLAIMS MADE AGGREGATE s i j $ DEDUCTIBLE $ RETENTION S S j H WORKERS COMPENSATION AND o i l s ER EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E L.EACH ACCIDENT $ 1,000,000 ' OFFICEIVMEM9ER EXCLUDED? 5300000287051 9 15/2005 9/15 12006 1 000,00 ) Ilyn,d9wribPondPI / I EL DISEASE r SPECIAL P ROVISIONS EaIow E.L.DISEASE-POLICYLIMIT S 1,000,000 OTHER i 1 DESCRIPTION OF OPFR VONWLMAnONSNEHICLESFXCLUSIONB ADDED BY ENDORSEMENTISPECIAL PRONSIONS City of Palm Spring$ i$ named additional ineuxed. The city, its efficass, and agents are additional ineuxede- All p0liciae are primary and noncontzibuatory. Waiver of subrogation Applies. CERTIFICATE HOLDER CANCELLATION (760)323-8238 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED EEFORE THE City of Palm Springs FXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Attu; Marilynn Rom Weill 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT 3200 E. TahquSprings, CA Canyon92263 Way FAILURE TO DO SO SHALL IMPOSE NO OBDGATION OR LIABILITY OF ANY KIND UPON THE Palm Springs, CA 92263�2743 INSURER,ITS AGENTS OR RlPpE$ENTATIVES. AUTHORIZED REPRESENTATIVE Jayne Bruder/JAYNE ACORD 26(2001/00) ®ACORD CORPORATION 1980 INS025(0102),o6 AMS VMP MOrtpsge Sdumns,Inc.(900)3274545 Pete i of 2 800/Z0018 SUI .Iayknog Ulage2TI3 IP7) QR770) I u,j nn rI O 7 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. I I r iI I I i I i I I i i i it i ACORN 25(200-1/08) IN8026toioel.oe AM$ Pade2N2 E00"E00@I suJ aaq}noS glacCZTTa IPIJQo 1101i VU , � , Best's Rating Center- Search Results Page 1 Page 1 of 1 Ii F e I xA - Y ]' k.-+ terl ° r ' P Y View Ratings Financial Strength IsSuer Credit Securities AdA�eetl Search Other Web Centers SelectOne Search Results page 1 of 1 I Rated and non-Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with Everest Indemnity To refine your search, please use our Advanced Search or view our Online Help for more information. t I New Bearch Everest Indemnity View results starting with: A B C D E F G H I J K L M N O P Q R S T U V W X t Company Information Financial Strength Ratings Issuer Credit Ratings t ` # Outlook/ . Outlook/ ; AMBN '• Company Name *"' Rating " Implication T Long-Term 'r' Implication Short-Term "" Be t j 12096 Everest indemnity Company A+ Stable aa- Stable US (Property/Casualty-Insurance Company) t I i i Note:Financial Strength Ratings as of 02/07/2006 04:41 PM E.S.T. Financial Strength Ratings (FSR) are sometimes assigned to Property/Casualty-A.M. Best Consolidated G/ 1:note that Life/Health -A.M. Best Consolidated Groups and Company Consolidated Financial Statements are FSR ratings. * Denotes Under Review Best's Ratinass Visit Best's Rating Center for a complete overview of our rating process and methodologies. Important Notice:Best's Ratings reflect our independent opinion,based on a comprehensive quantitative and qualitative evaluation of a company' strength,operating performance and business profile.These ratings are neither a warranty of a company's financial strength nor its ability to meet l obligations,including those to policyholders.View our entire notice for complete details. Customer Service I Product Support I Member Center I Contact In I Careers About A K Best I Site Map I Privacy Polic_I Security_I Terms of Use I Le at&Licensing Copyright©2006 A.M Best Company,Inc.All rights reserved. A.M.Best Worldwide Headquarters,Ambest Road,Oldwick,New Jersey,08858,U S.A. littp://www3.ambest.com/ratings/RatingsSeareli.asp?AltSrc=9 2/7/2006 Best's Rating Center- Search Results Page 1 Page 1 of 1 ri e st Ra ' ter t� View Ratings Financial Strength Issuer Credit Securities Adv�Search Olher Web Censers Selecl One Search Results page 1 of 1 1 Rated and non-Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with Everest National To refine your search, please use our Advanced Search or view our Online Help for more information. New search Everest National View results starting with: A B C D E F G H I J K L M N O P Q R S T U V W X Company Information Financial Strength Ratings Issuer Credit Ratings ` Outlook/ } Outlook/ ". AMB# + Company Name Rating '+' Implication `' Long-Term + Implication 'r Short-Term '*' Do 02799 Everest National Insurance COmoany A+ Stable aa- Stable us (Property/Casualty•Insurance Company) Note:Financial Strength Ratings as of 0210712006 04:41 PM E.S.T. Financial Strength Ratings (FSR) are sometimes assigned to Property/Casualty-A.M. Best Consolidated Gi note that Life/Health -A.M. Best Consolidated Groups and Company Consolidated Financial Statements are FSR ratings. * Denotes Under Review Best's Ratings Visit Best's Rating Center for a complete overview of our rating process and methodologies. Important Notice:Best's Ratings reflect our independent opinion,based on a comprehensive quantitative and qualitative evaluation of a company' strength,operating performance and business profile.These ratings are neither a warranty of a company's financial strength nor its ability to meet I obligations,including those to policyholders.View our entire notice for complete details. Customer Service I Product Sup-port I Member Center I Contact Info I Careers About A.M Best I Site Ma I Privacy Policy I Security I Terms of Use I Legal&Licensing Copyright©2006 A.M.Best Company,Inc All rights reserved. AM Best Worldwide Headquarters,Ambest Road,Oldwlck,New Jersey,08858,u.S A I I i http://vvww3.amhest.cofrilratings/RatingsSearch.asp?Alt5rc=9 2/7/2006 Best's Rating Center- Search Results Page 1 Page 1 of 2 Best'- .. .. Rad ter I � I i View Ratings Financial Strength Issuer Credit Securities Advanced Search Other Web Centers: Ssad One - I I I Search Results page 1 of 3 1 41 Rated and non-Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with progressive To refine your search, please use our Advanced Search or view our Online Help for more information. I I Newsear n progressive View results starting with: ABC D E F G H I J K L M NO P Q R S T U V W X I Company Information Financial Strength Ratings Issuer Credit Ratings Outlook/ Outlook/ I AMB# „ Company Name *' Rating Implication Long-Term T Implication `' Short-Term •` Dc 18637 t Progressive Agency Pool A+ Stable as Stable US (Property/Casualty-A M.Best I Consolidated Group) 1 04456 Progressive American Insurance Company A+ Stable as Stable US (Property/Casualty-Insurance Company) I 11758 Progressive Auto Pro Insurance Company A+ Stable as Stable US (Property/Casualty-Insurance Company) i � 00638 Progressive Baysrtle Insurance Company A+ Stable as Stable US I (Property/Casualty-Insurance Company) i i 02407 Progressive Casualty Insurance Company_ A+ Stable as Stable US (Property/Casualty-Insurance Company) I 87742 Progressive Casualty Insurance Cc CAB NR-5 Not CA (Property/Casualty-Insurance Company) Applicable 11088 Progressive Choice Insurance Cc A+ Stable as Stable US (Property/Casualty-Insurance Company) 01864 Progressive Classic Insurance Company A+ Stable as Stable US (Property/Casualty-Insurance Company) i 18673 $Progressive Commercial Auto Group A+ Stable as Stable US r (Property/Casualty-A.M.Best Consolidated Group) 11759 Progressive Consumers Insurance A+ Stable as Stable US Company_ (Property/Casualty-Insurance Company) 1 I 58454 Progressive Corporation a Stable US i (Property/Casualty-Other) r 03690 Progressive County,MutualInsurance Co A+ Stable as Stable Us i (Property/Casualty-Insurance Company) 1 18638 $Progressive Direct Pool A+ Stable as Stable US (Property/Casualty-A.M.Best Consolidated Group) i 11760 Progressive Express Insurance Company A+ Stable as Stable Us r i hitp://www3.ambest.com/ratings/RatingsSearch.asp?AltSrc=9 2/9/2006 02I09A'2006 11:49 6G12943166 PACIFIC PAGE 02103 i I ,I PROGRESSIVE,CASUALTY INSURANCE co. COMMERCIAL VEHICLE DIVISION 6300 wIL50N MILLS ROAD ��© ��•�N// � MAYFIELD VILIAGE,OH 4414.7 COMMERCIAL AUTO MSURANCE r 800-444-4481 I Policy number: 03377620-0 February 9,2Do6 Page 1 of 2 I I I " I Certificate of Insurance i 4Z9rdfirate Holder insured Agent .,•.,......�..�.�.•..�.......... ......... .�.���..••�..�. �...�,. .....�• .. ....... FRITZ MAXWELL FRITZ MAXWELL PACIFIC WEST INS j P.O. BOX 220723 MAXWELL SECURITY 25050 AVE KEARNY #203 NEWHALL, CA 91322 P,O, BOX 220723 VALENCIA, CA 91355 NEWHALL, CAlbo(AXID1322 i 1 This document certifies that insurance policies identified below have been issued by the designated insurer to the insured named above for the periods) indicated. This Certificate is issued for information purposes only. It Confers no rights upon the Certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies j listed below, The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations. endorsements, and conditions of these policies. Effectly t ......c:....J.an......30...2,0,66. t e Da ,200 Polic Ex iration Date; Jan 30,2007 Insurance coveragels) Limits ..I....I..... .......... . . . . . ..i..o..... I ...•........ ..... •..�,.�.........� �. ..... BODILY INIURY/PROPERTY DAMAGE $1,000,000 COMBINED 51NGLE LIMIT I UNINSURED/UNDERINSURED MOTORIST...................$•15,000/$30,000 i Description of Location/Vehicles/Specled items Scheduled autos only ...... ........................... ........ .. ....•,,,,......,.•...,.......,....,.... ......... ........... ...,.,,•,,....,,,,,.,....... ................ ......,. . ... i 2002 CHEVROLET CAVALIERICAVAI.1 1G110524927461242 Stated Amount $3,000 COMPREHENSIVE $500 DED i COLLISION $500 DED 71R7 �.........................................2'R'10747, ..... .................••................... . ...... Stated. Amount.. .......... . .....,.. .. ! 2002 FORD ESCORT 3FAFP13P7 $3,000 COMPREHENSIVE 5500 DED COLLISION $500 DED F ..................... .....................• . ...,...,•....,..,,,,,,,.......,........ ....... . .................... 2002 FORD ESCORT 3FAfP13P82R205336 Stated Amount $3,000 COMPREIIEN51VE $500 DED COLLISION $500 DED 11 .. ............ .......... .. ........_..,.......................................... ,........ ......... ...... 2003 FORD FOCUS SE COMFOR 1 FAFP347.33W229795 UNINSURED MOTORIST PROPERTY DAMAGE $3,500 ! 2002 FORD FOCUS LX 1'APP33P52W189217 UNINSURED MOTORIST PROPERTY DAMAGE $3,500 1996 FORD CRN VIC POL INT 2FALP7195TX201581 UNI%URED MOTORIST PROPERTY DAMAGE 53,500 .. .......... I........... ....... ..........,.••..,..... ........ ...,. . 200S TOYOTA PRIUS JTDKB20U157050311 Stated Amount $22,000 COMPREHENSIVE $500 DED COLLISION $500 WANAIVER DED s '—............ . .. .........•..,......••............•.......•.. .................. ....... . .......... . .... ..... 2005 TOYOTA PRIUS JTDKB20UX55116755 Stated Amount $22,000 COMPREHENSIVE S500 DED COLL15ION S500 VVtWAIVER DED I Continued 1 02/M/2006 11:49 G612943196 PACIFIC PAGE 03/03 Policy number: 03377620-0 February 91 N06 Page 2 Of 2 2005 TO40TA PRIUS JTDK820U155117108 Stated Amount S22,000 COMPREHENSIVE S500 DED COLLISION $50D W/dAIVER DED Certificate number 04OD6NET620 Please be advised that certificate holders will be notified in the event of a mid-term cancellation. Form 520 001021 I I i i i 1 1 i I I i i I i I I I I i A� FALAJ • l U u MEMORANDUM a � I TO: Mari Lynn Boswell I Procurement FROM: t�'Kathie Hart, CIVIC`Y Chief Deputy City Clerk I DATE: February 16, 2003 SUBJECT: Maxwell Security. j A5229 (security services at train station) i cc: File Attached is a duplicate original of the above referenced agreement for your distribution and records. We have retained the original for our files. Please feel free to contact me if there are any questions, ext. 8206. /kdh attach. I i CONTRACT ABSTRACT i i Contract I Company Name: MAXWELL SECURITY I Company Contact: FRITZ MAXWELL I Summary of Services: SECURITY AT TRAIN STATION I Contract Price: NOT TO EXCEED $24,000 Funding Source: 4471-43200 Contract Term: ONE YEAR E I I. Contract Administration Lead Department: Ass't City Manager I Contract Administrator: Troy Butzlaff I I Contract Approvals I Council/ Community Redevelopment Agency Approval Date: r Minute Order/ Resolution Number: ft)"✓91W 6 15A 006 Agreement No: Contract Compliance Exhibits: Attached Signatures: Complete Insurance: Attached Bonds: Waived Contract prepared by: Procurement & Contracting Submitted on: By: Mari Lynn Boswell �OF PALM S,s�y mac+ tl FOUL From: Office of Procurement& Contracting Subject: Train Station Security Date: February 7, 2006 I Attached are the following documents: Contract Abstract —11 2 sets of Contract documents executed by Contractor and notarized I � Certificates of Insurance for the required policies Confirmation of status of insurance carriers. C�,��,L,SL d�,Piifl�LY✓1 �1��(r� litl'L�!'G�C.� ��-° P E:\USERS\WPPUBLIC\CONTRACT PROCESSING\Clerk transmittal American Demo.wpd