Loading...
HomeMy WebLinkAboutA7258 - METRO VIDEO SYSTEMS INC - CP 14-23 - KEYLESS ENTRY SYSTEMS - PHASE 1Recording Requested By: City of Palm Springs When Recorded Mail To: Name Anthony J. Mejia, City Clerk Street Address 3200 E. Tahquitz Canyon Way City 8 State Palm Springs, CA 92262 ING1 1:1RE1914:3:IxeyiAWi Win 2. 3. 4. 5. 6. 7. 8. 9. 10. >r 2020-0572724 11/17/2020 20:48 AM Fee: $ 0.00 Page 1 of 2 Recorded in Official Records County of Riverside Peter Aldana ��11 Assessor -County Clerk -Recorder 1032 FIVE RMUINNI III SPACE ABOVE THIS LINE FOR RECORDERS USE NOTICE OF COMPLETION (CA Civil Code §§ 8180-8190, 8100-8118, 9200-9208) The undersigned is an owner of an interest of estate in the hereinafter described real property, the nature of which interest or estate is: Fee (e.g. fee, leasehold, joint tenancy, etc.) The full name and address of the undersigned owner or reputed owner and of all co -owners or reputed co -owners are: Name Street and No. City State City of Palm Springs 3200 E. Tahquitz Canyon Way Palm CA 92262 The name and address of the direct contractor for the work of improvement as a whole is: Metro Video Systems, Inc. -1220 East Imperial Avenue, El Segundo, California 90245 This notice is given for (check one): 0 Completion of the work of improvement as a whole. ❑ Completion of a contract for a particular portion of the work of improvement (per CA Civ. Code § 8186). If this notice is given only of completion of a contract for a particular portion of the work of improvement (as provided in CA Civ. Code § 8186), the name and address of the direct contractor under that contract is: Not Applicable The name and address of the construction lender, if any, is: Not Applicable On the 29th day of May 20 20 , there was completed upon the herein described property a work of improvement as a whole (or a particular portion of the work of improvement as provided in CA Civ. Code § 8186) a general description of the work provided: City Project 14-23, Keyless Entry Project, Phase I The real property herein referred to is situated in the City of Palm Springs County of Riverside State of California, and is described as follows: Keyless Entry Project, Phase I The street address of said property is: Various City buildings If this Notice of Completion is signed by the owner's successor in interest, the name and address of the successor's transferor is: Not applicable I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Date: LO By: Signature of Owner or Owner's Authorized Agent Joel Montalvo/City Engineer City of Palm Springs Page 1 of 2 VERIFICATION 1, Joel Montalvo , state: I am the City Engineer _ ("Owner", "President", "Authorized Agent", "Partner", etc.) of the Owner identified in the foregoing Notice of Completion. I have read said Notice of Completion and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 24 (date), at Palm Springs (city), CA (state). JOHN PAUL MAIER Notary Public - California _ San Luis Obispo County Z Commission # 2165677 M Comm. Expires Sep 24, 2020 Signature of Owner or Owner's Authorized Agent Joel MontalvolCity Engineer City of Palm Springs PROOF OF SERVICE DECLARATION STATE OF CALIFOR A n COUNTY OF KtJ�SiO_Q. 0 (date), before me, , Notary Public (name and title of officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Page 2 of 2 Signature PALM Sp W CITY OF PALM SPRINGS CHANGE ORDER City Project No. 14-23 Keyless Entry Phase CgZIFOR��P Bid Schedules A, B, and C Change Order Number: One (1) Date: 10/30/2019 Contractor: Metro Video Systems, Inc. CHANGE ORDER SUMMARY During the course of field installations thus far, various out of scope items have been requested by the following departments: • At the request of the Police Department, the card readers for the Men's and Woman's restrooms have been changed to keypads (number pads) and the readers will be used at two (2) exiting doors that were not marked on the plans. In addition, there are three existing card readers that were not marked on the plans and one new door that is being added. At the request of IT, the access control panels are being moved to the down stairs sever room and will require coring from the top floor down to the basement. • At the request Human Resource (HR) and IT, a remote release button will be added to the new card reader for the main entry door into HR. • At the request of Maintenance and Facility and IT, since the initial design of the plans and specifications, some room contents has changed and in need for additional security. Having a card reader to restrict and record access will address these security needs. Metro Video Systems, Inc. has provided an estimate to purchase, install, and configure the proposed card readers. This work will be completed at the lump sum agreed price indicated. --- CHANGE ORDER COST BREAKDOWN QTY DESCRIPTION UNIT UNIT PRICE AMOUNT Police Department—Keypads at restrooms, include 1 five (5) existing card reader doors, one (1) new LS $25,128.05 $25,128.05 door, and relocation of the Access Control Panel. 1 City Yard & Fleet—Additional doors (2), materials LS $10,573.32 $10,573.32 and partiallabor. 1 City Hall— Install RR button at HR Door(CHDR- LS $686.82 $686.82 110), materials and partial labor. 1 Genetec Licensing for additional doors LS $504.00 $504.00 Total: $36,892.19 Page 1 of 2 CP 14-23 Keyless Entry Contractor Change Order No. 01 October 29, 2019 CHANGES TO CONTRACT TIME: Thirty-five (35) working days are being added as a result of this changer order due to the additional scope of work, and delays in getting the HID Corporate agreement signed and executed with Palm Springs additional language required. SOURCE OF FUNDS: Funds are available from the following accounts(s): 260-4500-59458 Summary of Costs: __Ori inal Contract Amount___$399,240 Ori final Completion:____ — 55_W_orkDa s_ This Change Order: $36,892.19 Days Added: 35 Work Days Previous Change Orders: $0 Previous Days Added: 0 Work Days Revised Contract Amount: $436,132.19 Revised Completion Date: 90 Work Days if Contractor #' %Approved By: ��//" 3 o Video Syste Date City of Palm Springs Recommended By: Marcus Fuller, t Engineer Date Approved By: 1 t t t `j Z0l`'7 O-D"thony d , City Manager Date Attest By: i� f3tzot ejia Cit Date ---Distribution: — —- — — Original Conformed Copy: Conformed Electronic File Copy: Contractor (1) Project Correspondence File Engineering Pay File (1) Sr. Inspector APPROVER BY CITY COUNCIL . 712-5t 'X _T- Page 2 of 2 pAU1,11i1;s { ~40 City of Palm m Springs Y Engineering Services Department TlFORN�¢: Memorandum To: Office of the City Clerk From: Engineering Services Department Subject: CP 14-23—KEYLESS ENTRY SYSTEMS,PHASE 1 Date: April 22,2019 Attached are the following documents: ✓ Contract Abstract 2 sets of contract documents executed by Contractor and notarized Performance Bond Payment Bond Original Bid ICopy of Bid Bond --v/ Certificates of Insurance for the required policies V Copy of Bid Abstract Confirmation of status of contractor's license METRO-5 OP ID: JU 4C4C.:>RO`. DATE(MMMDIYYYY) CER"L%ICATE OF LIABILITY INSU -44CE 11/14/2018 ,. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND,CONFERS'NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY.THE POLICIES BELOW.. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE- CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endoesement(s). 310-473-9611 CONTACT Gil Grosslight PRODUCER NAME:- Grosslight Insurance,Inc. H FAX 310-312-4993N ,Ext (A/c;No):License#0247283 (AC =4 - 9611 1333:Westwood Blvd. E-MAIL Los Angeles,CA 90024 ADDRESS: GII-Grosslight INSURERS AFFORDING COVERAGE NAIC# INSURER A:Philadelphia Indemnity Ins Co 18058 INSURED Metro Video Systems Inc. INSURERB:Hartford Ins Co of Midwest 37478- Attn:Tim Weir . 1220 E Imperial Ave INSURERC: EI Segundo,CA 90245 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM.OR CONDITION OF ANY CONTRACTOR 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. . INSR TYPE OF INSURANCE DDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR- INSD WVD MM/D MMIDDIYYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE X OCCUR PHPK1863842 08/06/2018 08/06/2019 DAMAGE TO S( RENTED 100,000 X PREMISES Ea occurrence) $ IVIED EXP An oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY jE 0 a LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: Emp Ben. $' 1,000,000 A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO PHPK1863842 08/06/2019 08106/2019 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS / BODILY INJURY Per accident $ X AUTOS ONLY X AUTOS ONLY = l// PROPERTY DAMAGE _- Per accident $ A 'X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 3,000,000 EXCESS LIAB CLAIMS-MADE PHUB642438 08/06/2018 08/06/2019 AGGREGATE $ 3,000,000 DED X I RETENTION$ 10,000 B WORKERS COMPENSATION - — - X( PER----- - OTH--- ----- -- AND EMPLOYERS'LIABILITY STATUTE ER YIN 72WECAB8YAL __ _ OS/06/2018 08/06/2019 -1,000,000 — ANY PROPRIETORIPARTNER/EXECUTIVE--❑ X E.L.EACH ACCIDENT $ -- OFFICER/MEMBER EXCLUDED? NIA / (Mandatory in NH) J E.L.DISEASE-EA EMPLOYE $ 1'000'000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ SCRIPTION O E IONS/LO TION VEH CLES AC RD 101 Additi hal Rem rks Schedule m b attached if more space is required) die city of a�mi prings i s officials,er>SpPoyees,an agents are Included as additional insure with respects to'Gen r I Liabil' Where required by Wri a rac ,subject to the.terths,conditions,an exclusion of.the policy. CoVerage,is &non-contributory.Waiver of subrogation applies for Workers Compensa ton. 'CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION. DATE THEREOF, NOTICE WILL BE DELIVERED IN CIty.Of Palm $pringS ACCORDANCE WITH THE POLICY PROVISIONS. 3200 E Tahquitz Canyon Way Palm Springs,CA 92262 AUTHORIZED REPRESENTATIVE ` ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD, HOLDER CODE f/�� METRE-``,' PAGE 2 NOTEPAD. INSURED'S NAME\._ztro Video Systems Inc. OP IDU Date 11/14/2018 *10 days notice of cancellation for non-payment; 30 days all other. PI-GLD-SG(10/13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY DELUXEENDORSEMENT:. SECURITY SERVICES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed that the following extensions'only apply in the event that`no other specific coverage for these extensions are provided under this policy. If such specific coverage applies,the terms,coriditions and limits of that coverage are thesole and exclusive coverage applicable under this policy, unless otherwise noted on this endorsement. The'following'is a summary of the Limits of Insurance,a6d additional coverages provided by this endorsement.''.For complete details on specific coverages, consult the policy contract wording. Coverage Applicable Limit of Insurance Page# Damage to Premises.Rented to You $1,000,000 2 Watercraft Used in Security 2 ' Services only Medical Payments $20,000, 2 Medical Payments-Extended Reporting.Period 3 years 2 Supplementary Payments-Bail Bonds $2,500 ` 3 Supplementary Payments-Loss of Earnings $500-per day-. 3 Employee Indemnification Defense Coverage for Employees $15,000 3 Additional Insured-Broadened Named Insured Included 3 Additional Insured-Managers-and Supervisors Included : 3 Additional Insured",Managers, Landlords, or Lessors,of Included 3 Premises Additional Insured-Lessors of Leased Equipment--.Automatic Included 4 Status When Required in Lease Agreement With Your-- Additional Insured-Grantors of Permits Included 4. Additional.Insured-Blanket Additional Insureds by Contract Included 4 Limited Rental Lease Agreement Contractual Liability -$50,000. _ 5. 'Transfer of Rights of Recovery Against Others To Us Clarification 5 Duties in the Event of Occurrence, Offense, Claim or Suit Included 5 Unintentional Failure.to Disclose Hazards Included 6 Liberalization Included: 6 Bodily.lnjury=Mental Anguish Included,- 6 Assault and Battery.Coverage with Extended Property Damage Included 6 Errors and Omissions Coverage Included 7 Incidental Medical Malpractice 'Included. 9 Page 1 of 10 ©2013-Philadelphia Indemnity Insurance Company Includes copyrighted material of Insurance`S-bNices,Office'Inc.,with"its permission: PI-GLD-SG'(10%13) A. Damage to Premises Rented to,You 1. If damage by fire to premises rented to you is not otherwise excluded from this Coverage Part, the word fire is changed to fire,Lightning,explosion,smoke,or leakage from automatic fire protective systems where:it appears in: a. The.,.last paragraph of SECTION I COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY,Subsection 2.Exclusions; b. : SECTION III-LIMITS OF INSURANCE, Paragraph 6.;and c. SECTION V-DEFINITIONS, Paragraph 9.a. 2. If damage.by fire to premises rented to you is not otherwise excluded from this.Coverage Part, the words fire insurance are changed to insurance for fire, lightning,explosion,smoke,or leakage from automatic fire protective systems where it appears in SECTION IV-COMMERCIAL. GENERAL LIABILITY CONDITIONS,Subsection 4.Other Insurance, Paragraph b.Excess . Insurance. 3. The Damage To Premises Rented To You Limit section of the Declarations is amended to the . greater of: a. $1,000,000; or b. The amount shown in the Declarations as the Damage to Premises Rented to You Limit. This is the'most we will pay for all damage proximately caused by the same event,whether su_ch damage results from fire,lightning,explosion,smoke, or leaks from automatic fire protective systems or any combination thereof. - B. Watercraft - - -- SECTION I-COVERAGES,COVERAGE A BODILY INJURY AND PROPERTY DAMAGE• LIABILITY,Subsection 2. Exclusions, Paragraph g.Aircraft,Auto Or Watercraft does not_-apply to security services performed on or about watercraft. C. Medical Payments-Limit Increased, Extended Reporting Period - - If COVERAGE C MEDICAL PAYMENTS is not otherwise excluded from this Coverage Part: 1. The Medical,Expense Limit is changed subject to all of the terms of SECTION III-LIMITS OF INSURANCE to the greater of: a.. $20,000;or b. The Medical Expense Limit shown in the Declarations of this Coverage Part. 2. ..Under SECTION I-COVERAGES,'COVERAGE C MEDICAL PAYMENTS,Subsection 1. Insuring Agreement, Paragraph a., Item(b)is amended to read: provided that: (b) The expenses are incurred and reported to us within three years of the date of the accident;and Page"2 of 10. 2013 Philadelphia Indemnity Insurance Company nolUdas coPjrrighted.mater f-I ial-onsurance-Services Office.,Inc.,w th..its..psrmission. PI-GLD-SG'(10/13) D. Supplementary Payments In the SUPPLEMENTARY PAYMENTS COVERAGES A AND B provision, Items 1.b.and 1.d.are -amended as follows: 1. The limit for the cost of bail bonds is changed from$250 to$2;500;and 2r The limit for loss_of eamings is-changed from$250 a day to$500 a day. E. Employee Indemnification Defense Coverage In the SUPPLEMENTARY PAYMENTS=COVERAGES A AND B provision,the following is added: . We Will pay,on your behalf;defense costs incurred by an"employee"-in a criminal proceeding. The most we will pay for any"employee"who is alleged to be directly involved in a criminal proceeding is$15,000 regardless of the numbers of"employees,"claims or'"suits"brought or persons or organizations making claims or bringing"suits:"' . F. Who is an Insured SECTION II—WHO IS AN INSURED is amended as follows: .1. If coverage.for newly acquired or formed organizations is.not otherwise excluded from this Coverage Part, Paragraph 3.a.is changed to read: a. Coverage under this provision is afforded until the end of the policy period; 2. Each of the following is also an insured: a. Broadened Named Insured—Any organization and subsidiary thereof which you control and actively manage on the'effective date of this Coverage Part. However,coverage does.not apply to any organization or subsidiary not-named in the Declarations as Named Insured,if they are also insured under another similar.policy, but for-its termination or-the exhaustion of -- --- -:its limits-of insurance. b. Managers and Supervisors—If you are an organization other than a partnership or joint venture,your managers and supervisors are also insureds, but only with respect to their duties as your managers and supervisors;` c. ; Managers,Landlords,or Lessors of,Premises—Any person or organization with respect to their liability arising out of the ownership, maintenance or use of that part of the premises leased or rented to you subject to the following additional exclusions: This insurance does not apply to: (1) Any."occurrence"which takes place after you cease to be a tenant in that premises;or . (2):Structural alterations;'new construction or demolition operations performed by or on behalf of that person or organization.. Page 3 of-10 2013 Philadelphia Indemnity Insurance Company Includes copyrighted material of lnsurance Services Office :Inc;With its perrriission. PI-GLD-SG(10/13). d. Lessors of Leased Equipment—Automatic Status When Required in Lease Agreement With You=Any.person or organization from whom you lease equipment when:you and such person or organization haveagreed in'writing in a contract or agreement that such person or organization is to be added as an additional insured on your policy. Such person or- organization is an insured only with respect to liability for"bodily injury,""property damage". . or"personal and advertising injury"..caused, in whole or in part, by your'maintenance, operation or use of equipment leased to.you by such person or organization: A person's or.organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. With respect to the insurance afforded to these additional insureds,this insurance does not' apply to any"occurrence"which takes place after the equipment lease expires: e. Grantors of Permits—Any state or political subdivision granting you a permit in connection. with your premises subject to the following additional provision: (1)..This insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with the premises you own,rent or control and to which this insurance applies: (a) The existence, maintenance, repair,construction, erection,or removal of advertising signs, awnings, canopies,cellar entrances;coal holes,driveways, manholes, - marquees, hoist away openings,sidewalk vaults,street banners or decorations and similar exposures; (b),The construction, erection,or removal of elevators;or (c) The ownership,_maintenance,or use of any.elevators covered by this insurance. f. Blanket Additional Insureds by Contract—Any person or organization for whom you are = performing operations when you and such person or organization have agreed in writing in a - contractor agreement that such person or organization be added as an additional insured on your policy.Such person or organization is an additional insured only with respect to liability for"bodily injury,""property damage".or"personal and advertising injury"caused, in whole or in part, by: (1) Your acts or omissions;or (2) The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your.operations for that additional insured are completed. With respect to the insurance afforded to these additional insureds,the following,additional exclusions apply: This insurance does not apply to: B:o-diLyJnjury,_".'prQpetty dater]age"or'"personal and advertising injury"arising out of the rendering of,or the failure to render,any professional architectural,engineering or surveying services,including: Page 4 of 10 ©2013 Philadelphia Indemnity Insurance Company; - Includes-copyrighted-material-of Insurance-Ser%nces-Office,.lnc,with its.perrWssron. . PI-GLD-SG(10113) (a) The preparing,approving,or failing to prepare or approve, rnaps,'shop drawings, opinions, reports,surveys,field orders,change orders or drawings and specifications; or (b) Supervisory, inspection,architectural or engineering activities. (2) "Bodily injury"or"property damage"occurring after: .. (a) All work, including materials, parts or equipment fumished in connection with such work,on the project(other than service,maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed;or (b) That portion of"your work"out of which the injury or damage'arises has.been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations-for a principal as a-part of the same project. G. Limited Rental Lease Agreement Contractual Liability . The following is added to SECTION I-COVERAGES, COVERAGE A BODILY-INJURY AND PROPERTY DAMAGE LIABILITY,Subsection 2.Exclusions, Paragraph b.Contractual Liability: (3) Based on the named insured's request at the time of claim,we agree to indemnify the named insured for their liability assumed in.a contract or.agreement regarding the rental or lease of a premises on behalf of their client, up to$50,000. This coverage extension only applies to rental lease agreements. This coverage,is excess over any renter's liability insurance of the client. H. Transfer of Rights of Recovery Against Others To.Us As a clarification,the following is added to SECTION IV-COMMERCIAL GENERAL LIABLITY CONDITIONS, Paragraph 8.Transfer of-Rights of Recovery Against Others To-Us:- - Therefore,the insured can waive the insurer's rights of recovery prior to the occurrence of a loss,provided the waiver is made in a written contract. I. Duties in the Event of Occurrence,Offense,Claim or Suit 1. When you report an"occurrence"(coverage for which is provided by this policy)to your compensation insurance carrier,and this"occurrence"later develops into a liability:claim, ' failure to report such"occurrence"to us at the time of such"occurrence"shall not be deemed in violation of SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS;Paragraph_2. Duties in the'Event of Occurrence,Offense, Claim or Suit. This is upon the distinct understanding and agreement however,that you,the insured, as soon as made aware that this particular"occurrence"is a liability case, rather than a compensation case shall give us notification immediately. 2. The-requirement in Condition 2.a. of SECTION IV-COMMERCIAL'GENERAL LIABILITY CONDITIONS that you must see to it that we are notified as soon as practicable of an "occurrence"or an offense,applies only when the"occurrence or offense is known to: Page 5 of 10_ ©2013 Philadelphia Indemnity Insurance Company Includes copyrighted material of Insurance'Service's Office-lnc:;with its permission'.: : PI-GLD-SG(10/13) . . a. You,if you are an individual;. b. A partner, if you are a partnership;or c. An"executive officer"or insurance manager,if you are a corporation. . 3.• The requirement in Condition 2.b.of SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS that you must see to it that we receive notice of a claim or"suit"as soon as . practicable will not be considered breached unless the breach occurs after such claim or"suit"is known to: a. You,if you are an individual; b. A partner, if you are a partnership;or c: An"executive officer"or Insurance manager, if you area corporation. J. Unintentional Failure To Disclose Hazards It is agreed that,.based on our reliance upon your representations as to existing hazards,if you should unintentionally-fail to disclose all such hazards prior to the beginning of the policy period of this Coverage Part,we shall not deny coverage under this Coverage Part because of.such failure. K. Liberalization If we revise this endorsement to provide more coverage,without additional premium charge,we will automatically provide the additional coverage to all endorsement holders as of the day the revision is effective in your state. L. Bodily Injury-Mental Anguish SECTION V—DEFINITIONS,Paragraph 3.is changed to read: „Bodily Injury': - a. Means bodily injury,sickness or disease sustained by a person,and includes mental anguish resulting from any of these;and b. Except for mental anguish, includes death resulting from the foregoing(Item a.above)at any time. M. Assault and Battery with Extended Property Damage SECTION I—COVERAGES,COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY;Subsection 2.Exclusions, Paragraph a.is deleted in its entirety and replaced-by the following: a. 'Expected or Intended Injury "Bodily injury"or"property damage"expected or intended from the standpoint of the insured. .--This-exclusion-does-not_apply_to`___ . -Page 6 of 10 ©2013, Philadelphia Indemnity Insurance Company Includes ccpyrighted-��_�atena!-3f insurance-Ser-vicbs-Office Inc,with its-per"missio.n. PI-GLD-SG(10/13) , (1) "Bodily injury"or"property damage"resulting from the use of physical.forceto protect persons.or property;or (2) Allegations of vicarious liability on the part of a Named Insured arising solely from the acts of your"employees." However,acts of your"employees"shall not include theft. N. Errors and Omissions Coverage 1. SECTION I—COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is amended by adding the following: ERRORS AND OMISSIONS This insurance applies to negligent acts,errors or omissions committed by you relating to your services described in the Declarations. - 2.. SECTION 1—COVERAGES,COVERAGE B PERSONAL AND.ADVERTISING INJURY LIABILITY is amended by adding the following: ERRORS AND OMISSIONS The insurance that applies to"personal injury"includes negligent acts,errors or omissions committed by you relating to your services described in the Declarations. 3. SECTION_I—COVERAGES is amended by adding the following: COVERAGE D—'ERRORS AND OMISSIONS LIABILITY a. Insuring Agreement - (1) We will pay those sums.that the insured becomes-legally obligated to pay as damages because of errors or omissions committed by you relating to your services described in the Declarations. However,we will have no duty to defend the insured against any"suit' seeking damages for errors or omissions committed by the insured to which the insurance does not apply.We will have the right and duty to defend-any"suit"seeking those.damages. We may, at our discretion, investigate any claim or"suit"that may - result. But: - - (a) The amount we will pay for damages is limited as described in.•SECTION III—LIMITS OF INSURANCE; and (b) Our right and,duty to defend ends when we have used up the applicable limit of insurance in the payment of-judgments.or settlements under Coverages A, B,or D, or medical expenses under Coverage.C. - No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for-under SUPPLEMENTARY PAYMENTS—COVERAGES A,B, AND D. (2) This,insurance applies onlyif'the error_oromission occurs during the policy period. .b. Exclusions This insurance does not apply to: .'Page 7'of 10 - ©2013'Philadelphia Indemnity lnsurarice Company Includes copyrighted material of Insurance Services Office,-Inc:,with its permission.- PI-GLD-SG(10/13) (1) "Bodily injury'or"property damage"; "(2) "Personal and advertising injury"; (3) Intentional.injury,nor injury arising out of willful violation of a penal statute or ordinance, committed by or with the knowledge or consent of the insured; (4) Any claim seeking relief or redress in any form other than monetary damages; (5) Any claim arising out of any insured's.activities,or as a fiduciary,under the Employment Retirement Income Security Act of 1974, any amendments`or any regulation or order issued thereto; (0) Any claim arising from warranties or guarantees made by any insured; (7) 'Liability"assumed by the insured under any contract or agreement. This exclusion does not apply to liability for damages: (a) That the insured would have in the absence of the contract or agreement;or (b).Assumed in a contract or agreement that is an insured contract; (8) Liability arising from any fraudulent,dishonest,or criminal act of any insured; (9) Liability arising from a claim made by a parent or subsidiary organization of the insured'or another subsidiary organization of such parent or other subsidiary,nor.any officer, director or."employee"of any of the above;and . .(10) Any claim alleging,arising out of, resulting from,based upon or in consequence of, - directly or indirectly,any employment practices or any discrimination against any person or entity on any basis;additionally, any'actual or alleged-violation of the Fair Labor Standards Act or any similar law or regulation applicable to the payment of wages or. = overtime. (11). Liability arising directly or indirectly out of any action, error or omission that violates or is alleged to violate:- • --" (a) The Telephone Consumer Protection Act(TCPA), including any amendment of or addition to such law; (b) The CAN-SPAM Act of 2003;including any amendment of or addition to such law; (c) The Fair Credit Reporting Act(FCRA),and any amendment of or addition to such law,including the Fair and Accurate Credit Transactions Act(FACTA);or (d) Any federal,state or local statute,ordinance or regulation,other than the TCPA, CAN-SPAM Act of 2003 or FCRA and their'amendments and additions,that addresses, prohibits,or limits the printing,dissemination, disposal, collecting, recording,sending,transmitting,.communicating or distribution of material or information. C. SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended to read SUPPLEMENTARY PAYMENTS-COVERAGES A,B,AND D Page of 10 2013 Philadelphia Indemnity Insurance Company Includes-copyrighted-matarial-of Insurance Ser-jicesrffice,!nc vvith..its.-permission. PI-GLD-SG(10/13) d, SECTION III—`LIMITS OF INSURANCE is amended as follows: . (1) Item 2.is replaced by the following-. 2. The General Aggregate Limit is the`most we will pay for the sum of: a. Medical expenses under Coverage C; 'b.. Damages under Coverage A, except damages because of"bodily injury or property damage"included in the"products-completed operations hazard'; c. Damages under Coverage B;and d. Damages under Coverage D. (2) Item 5.is replaced by the following: •5. Subject to 2.or 3.above,whichever applies,the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A;and b. Medical expenses under Coverage C,. because of all"bodily injury"and"property damage"arising out of any one "occurrence";and` c. Damages under Coverage D. e. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance is amended as follows: (1) The first paragraph is replaced by the following: If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A,B,,or D of this Coverage Part,our obligations are limited as•follows: (2) Paragraph b.Excess Insurance, Item(2)is replaced by the following: When this insurance.is excess,we will have no duty under Coverages A,B,or D to defend the insured against any claim'or"suit'if any other insurer has a duty to defend,the insured against that claim or"suit." If no other insurer defends,we will undertake to do so, but we will be entitled to the Insured's rights against all those other insurers. . O. Incidental Medical Malpractice We will pay for injury arising out of the rendering of or failure to render the following treatment or services by an"employee"for an accidenfoccurring during the policy period: 1. 1 irst aid treatment including.cardiopulmonary resuscitation(CPR);and Page 9 of 10 2013 Philadelphia Indemnity-Insurance.Compeny Includes copyrighted matenal.of Insurance Services Office Inc.,with its permission. PP3LD-SG(10/13) • 2. Medical, surgical,dental,x-ray,or nursing service or treatment,or the furnishing of food or beverages in connection therewith;and the furnishing or dispensing of drugs;or medical,dental, or surgical supplies or appliances. 'However,this coverage does not apply to any insured onto any entity engaged in the business or . occupation of providing the services or treatments described in 1.and 2:.above.. .Page 1.0.of 10 2013 Philadelphia Indemnity Insurance Company . Includes copyrigtited-mate ial-of insurance-Sernces-Officp,:Ina.,with.-its.-permission: . i PI-CA-003(04/14) THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT.CAREFULLY . BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS.AUTO COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. A. SECTION II—COVERED AUTOS LIABILITY COVERAGE,A.Coverage, 1.Who Is An Insured is amended by adding the following: The following are also"insureds": Any person or organization for whom you are required by an"insured contract"to procure"bodily injury" or"property damage"liability insurance arising out of the operation of a covered"auto"with your permission. However,this additional insurance does not apply to: 1. The owner or anyone else from whom you hire or borrow a covered"auto." This exception does not apply if the covered"auto" is a"trailer"connected to a covered"auto"you own; 2. 'Your"employee"if the covered"auto"is owned by that"employee"or a member of his or here household; 3. Anyone using a covered"auto"while he or she is working in a business of selling,servicing, repairing, parking or storing"autos"unless that business is yours; 4._ Anyone other than your"employees,"partners(if you are a partnership), members(if you are a_ _ limited liability company), or a lessee or borrower or any of their"employees,"while moving property to or from a covered"auto';or 5. A partner(if you are a partnership),or a member(if you are a limited liability company)for covered"auto"-owned by him or her or a member of his or her household. B. -The"insured contract"must be in effect during the,policy period shown in the Declarations and must have been executed prior to the"bodily injury"or"property damage".C. This person or organization is an"insured"only to the extent you are liable due to your ongoing operations for that"insured",whether the work is performed by you or for you, and only to the extent you are held liable for an"accident"occurring while a covered"auto"is being driven by you or one of your employees; D. There is no coverage provided to this person or organization for"bodily injury"to its employees or for "property damage"to its property. E. Coverage for this person or organization,shall be limited to the extent of your negligence or fault according to the applicable principles of comparative negligence or fault. F. The defense of any claim or."suit"must be tendered by this person or organization as soon as practicable to all other insurers which potentially provide insurance for such claim or"suit". G. A person's or organization's status as an"insured"under this endorsement ends when your operations for that"insured"are completed. Page 1 of 2 ___-__ , _ � �� _ o , . . , ___ �� •. a� POLICY.NUMBER: PHPK1863842 COMMERCIAL AUTO . . CA 04 44 010 THIS ENDORSEMENT CHANGES THE POLICY. ,PLEASE READ IT.CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAI NST OTHERS TO US (WAIVER OF SUBROGATION) .This endorsement modifies.insurance provided under the following: BUSINESS AUTO COVERAGE FORM. BUSINESS AUTO PHYSICAL DAMAGE 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 applyunless modi- 'fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. . Named insured: Metro Video Systems.Inc. Endorsement Effective Date: 08/06/2018 . i SCHEDULE Names)Of Person(s)Or Organ ization(s): Blanket •whe're required by written_•-contract - - ' Information reg wired to co m p Iete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of.Rights Of Recovery Against Oth- ers To Us Condition does not apply.,to the-person(s) or organization(s)shown in the Schedule, but only to the extent that subrogation is waived pnorto the "ac- cident"or the'loss" under a contract with that person or organization. -CA 044440310' ©Insurance Services Offce, Inc:,2669 Page 1 of 1 . 0 z A i t i io I i I PI-GL-005 (07/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -PRIMARY AND NON-CONTRIBUTORY INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Effective Date: 08/06/2015 Name of Person-or Organization(Additional.lnsured): Blanket As Required By Written Contract '.SECTION 11-WHO-IS AN INSURED its amended to include as an additional insured the person(s)or organizations)shown in'the endorsement Schedule, but only with respect.to liability for"bodily injury," "property damage"or"personal and advertising injury"arising out of or relating to your negligence in the performance of"your work"for such persons)or organization(s)that occurs on or after the effective date shown in the endorsement Schedule. This insurance is.primary to and non-contributory with any other insurance maintained by the person or organization (Additional Insured), except for loss resulting from the'sole negligence of that person or organization. This condition applies even if,other valid and collectible insurance is available to the'Additional Insured for a loss or"occurrence"we.cover for this Additional Insured. The Additional Insured's limits,of insurance do not increase our limits of insurance, as described in SECTION III—LIMITS OF INSURANCE. All oth6rterms;conditions, and exclusions under the policy are applicable to this endorsement and remain unchanged: :Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. � � �p � I i �R � I �' � ���� 1 � � � � � _ i ' I .. i .., - �� � � � i 1:F�., .. .. _ .. � .. .. .� i .. � I i THIS-ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF-OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA Policy Number: 72 WEC AB8YAL Endorsement Number: Effective Date: 08/06/18 Effective hour is the same as stated onthe Information Page of the policy. Named Insured and Address: METRO VIDEO SYSTEMS, INC 1220 E IMPERIAL AVE EL SEGUNDO CA 90245 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2%of the California workers'compens on such remuneration. ation premium otherwise due - SCHEDULE — - - Person or'Organization Job Description Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us ' Countersigned by Authorized Representative Form WC 04,03 06 (1)Printed in U.S.A.' Process Date.: 08/06/18 Policy Expiration Date:08/06/19 I i i • i I • i - i - i I i i I 1 i I i I AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made thisday of , 2019, by and between the City of Palm Springs, a charter city, organized and xisting in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Metro Video Systems, Inc., a California corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: Keyless Entry System Phase 1, City Hall, Police Department, & City Yard/ Fleet Building, City Project No. 14-23 The Work comprises replacing the existing functioning card access systems at the Palm Springs City Hall, Police Department Headquarters, City Yard and Fleet buildings with a new system that is expandable. The new work must be brought up to current codes, such as card reader locations and heights must meet ADA requirements. The new system will include access control that will have the capability to interface with the alarm intrusion system to allow the alarm to be deactivated with an access card as part of a future project. The new system will include access control that will have the capability to interface with the video surveillance system as part of a future project. The City of Palm Springs utilizes 2100 access cards. The proposed system must provide application-specific software to incorporate all hardware proposed. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. KEYLESS ENTRY SYSTEM PHASE 1: CITY HALL, POLICE DEPARTMENT&CITY YARD/FLEET BUILDIN oGINAL BAD AGREEMENT AND BONDSN-PFOR CITY PROJECT NO.14-23 AGE 1 JANUARY 23,2019 ANDIOR AGREEMENT Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Contractor forty-five(45)days written notice. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be reasonably determined by the City given the facts and circumstances. Upon such notice, City shall pay Contractor for Services (inclusive.of profit, overhead and general conditions for the work completed) performed through the date of termination in accordance with the Contract Documents; and shall reimburse Contractor for its actual costs incurred in terminating any subcontracts, purchase orders, and any other contracts entered into on behalf of City, together with Contractor's demobilization costs. Upon receipt of such notice, Contractor shall promptly cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Contractor shall have no further claims against the City under this Agreement, (except costs incurred due to delays caused by City or anyone controlled by City). Upon termination of the Agreement under this section, Contractor shall submit to the City an invoice for work and services performed prior to the date of termination. ARTICLE 3 -- CONTRACT PRICE BID SCHEDULES A, B, AND C The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is Three Hundred Ninety-Nine Thousand Two Hundred Forty Dollars and Zero Cents ($399,240.00). Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local Business Preference Program—Good Faith Efforts, Non-Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addendum Number 1 through 3 inclusive, and all Construction Contract Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. KEYLESS ENTRY SYSTEM PHASE 1: CITY HALL, POLICE DEPARTMENT&CITY YARD/FLEET BUILDINGS AGREEMENT FORM CITY PROJECT NO.14-23 AGREEMENT AND BONDS-PAGE 2 JANUARY 23,2019 ARTICLE 5 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. KEYLESS ENTRY SYSTEM PHASE 1: CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET BUILDINGS AGREEMENT FORM CITY PROJECT NO. 14-23 AGREEMENT AND BONDS-PAGE 3 JANUARY 23,2019 ARTICLE 9 -- CONFLICT OF INTEREST Conflict of Interest. Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Contractor enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. ARTICLE 10 -- NON-DISCRIMINATION Covenant Against Discrimination. In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 11 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE KEYLESS ENTRY SYSTEM PHASE 1: CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET BUILDINGS AGREEMENT FORM CITY PROJECT NO. 14-23 AGREEMENT AND BONDS-PAGE 4 JANUARY 23,2019 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, CALIFORNIA APPROVED BY THE CITY.COUNCIL: B Date 3 (0 ` 01 Yet. S Y David H. Rea City Manager ,n TW Agreement No. �'1 ATTEST: By Anth ny J. , City Cl rk APPROVED AS TO FORM: • e By J City Attorney RECOMMENDED- ' arcus L..Fuller, P.E., P.L.S. Assistant City Manager/City Engineer KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL, AGREEMENT FORM POLICE DEPARTMENT&CITY YARD/FLEET AGREEMENT AND BONDS-PAGE 5 CITY PROJECT NO. 14-23 CONTRACTOR By: f � C, Firm/Company Name By. By: Signs a(notarized) Signature (notarized) Name: T} Name: Title: y S 4 (� V1.� Title: A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. (This Agreement must be signed in the above (This Agreement must be signed in the above space by one having authority to bind the space by one having authority to bind the Contractor to the terms of the Agreement.) Contractor to the terms of the Agreement.) State of 4A 116✓1 01 1 State of ) County of Lw, 44Q . )ss County of )ss On Ucl uA 11, u On before me, —A0 .—Mlil u u ,Cbefore me, personally appeared IM 01 ut"111r personally appeared who proved to me on the basi of satisfactory who proved to me on the basis of satisfactory evidence to be the person) whose name,K evidence to be the person(s) whose name(s) is/afk subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/sp(e/tlpe;y executed acknowledged to me that he/she/they executed the same in his/f e'r/tp&ir authorized capacityWs), the same in his/her/their authorized capacity(ies), and that by his/f Ir/*reir signaturesA on the and that by his/her/their signatures(s) on the instrument the person), or the entity upon behalf instrument the person(s), or the entity upon behalf of which the person() acted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. 1 Notary Signature: Notary Signature: Notary ..«...........»..«....» Notary Seal: JESSICA DIANE MUNOZ `, Commission No. 2212552 UI NOTARY PUBLIC-CALIFORNIA LOS ANGELES COUNTY • � My Comm Expires SEPTEMBER 2,2021 KEYLESS ENTRY SYSTEMS, PHASE 1:CITY HALL, AGREEMENT FORM POLICE DEPARTMENT&CITY YARD/FLEET AGREEMENT AND BONDS-PAGE 6 CITY PROJECT NO. 14-23 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedules List of Subcontractors Local Business Preference Program Good Faith Efforts Non-Collusion Declaration Non-Discrimination Certification Bid Bond (Bid Security Form) • Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET CITY PROJECT NO. 14-23 COVER SHEET BID FORMS-PAGE 1 BID PROPOSAL BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: KEYLESS ENTRY SYSTEM, PHASE 1: CITY HALL, POLICE DEPARTMENT & CITY YARD/FLEET CITY PROJECT NO. 14-23 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date 1 /25/1 Number Date 11 /15/ 1 Number Date 11 /29/1 Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, .the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET BID SCHEDULE A CITY PROJECT NO.14-23 BID FORMS-PAGE 2 In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-Collusion Declaration, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents,, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: 1 /1 /1 Bidder: Metro Vide® S" ystems, 9- co By: 1CWL( (Signature) Title: General n r KEYLESS ENTRY SYSTEMS, PHASE 1:CITY HALL, POLICE DEPARTMENT&CITY YARD/FLEET BID SCHEDULE A CITY PROJECT NO. 14-23 BID FORMS-PAGE 3 5owAsA. City of Palm SPrings Nn: Engineering Services Department .' 3200 East Tahquitz Canyon Way • Palm Springs, California 92262 Tel: (760) 323-8253 Fax: (760) 322-8360 - C4tlFORN`P Web:www.palmspringsca.gov Addendum Number 1 Keyless Entry Systems,Phase 1: City Hall, Police Department; & City Yard/Fleet City Project No. 14-23 To all prospective bidders under Specifications for the above subject project, which are to be received by the City of Palm Springs at the. Office of the Procurement and Contracting Manager at, 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 P.M. on. November 1, 2018. The intent of this Addendum No. 1 is to extend the bid opening date from November 1 to November 21, 2018, revise the Contractor license requirement to C-10, update technical specifications regarding required warranties, and . respond to certain request. for information. I. The following changes shall be acknowledged in the:Specifications. Part 1, BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS, Notice Inviting Bids, delete section N-1 in its entirety and replace it with the following: N4. NOTICE IS HEREBY GIVEN that sealed.bids for the KEYLESS ENTRY SYSTEMS, PHASE 1: CITY HALL, .POLICE DEPARTMENT & CITY YARD/FLEET, City Project No. 14-23, will be received by the Office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3:00 P.M. on November 21, 2018 at which time they will be opened and read aloud. The Engineer's estimate range is $360,000 to$420,000. Part 1, BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS, Notice Inviting Bids, .delete section N-6 in its entirety and replace it with the following: N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The_Contractor and their subcontractors shall possess a valid C-10 at the time of submitting bids. Section 10-1, TECHNICAL SPECIFICATIONS, 08 71 00 Door Hardware, Section 1.71 ;Warranty, remove section C.in its entirety and replace it with the following: C. Standard.Warranty Period: Three.(3) years from date of Acceptance, except where any specific guarantees from a supplier or equipment manufacturer extends for a longer time. Section 1071,TECHNICAL SPECIFICATIONS, 08 71 00 Door Hardware, Section 1.8, . Maintenance Service, remove section B in its.entirety.and replace it with the following: B. Maintenance Service: Beginning ..at Substantial Completion, and running concurrent with the specified warranty period, provide continuous one (1) year full maintenance including repair and replacement of worn or defective components, lubrication`, cleaning, and adjusting as required - for,proper door opening operation. Provide.parts and supplies as used in-the manufacture.and installation of original.products. Addendum No.1 for. CP#`I4-21 Keyless Entry Systems;Phase 1 Page 1 October 25,Wfa: =pA sA City of Palm Springs Engineering Services Department f. 3200 East Tahquitz Canyon Way • Palm.Springs, California 92262 • Tel: (760) 323-8253 Fax: (760) 322-8360 - �4tr�ottN�P Web: www.palmsprin-sca.gov Addendum Number 1 Keyless Entry Systems, Phase 1: City Hall, Police Department, & City Yard/Fleet City Project No. 14-23 Section 10-1, TECHNICAL SPECIFICATIONS, 08 74 00 Access Control Hardware, Section 1.7, Warranty, remove section C in. its entirety and replace it with the following: C. Standard Warranty Period: Three (3) years from date of Acceptance, except where any specific guarantees from a supplier or equipment manufacturer extends for a longer time. Section 10-1,TECHNICAL SPECIFICATIONS, 08 74 00 Access Control Hardware, Section 1.8, Maintenance Service, remove section B in its entirety and replace it with the following: B. 'Maintenance Service: Beginning at Substantial Completion, and running concurrent with the specified warranty period, provide continuous one (1) year full maintenance including repair and replacement of worn or defective components, lubrication, cleaning, and adjusting as required for proper door opening operation. Provide parts and supplies as used in the manufacture and installation of original products . Section 10-1, TECHNICAL SPECIFICATIONS, 28 06 00 Common Work Results for Electronic Safety and 3ecurity,'Section 1.11, Warranty,-remove.section A in its entirety and - replace it with the following: A. Provide a three (3) year parts and service warranty at no additional cost to the Owner from date of acceptance of the system by the owner. Section 10-1, TECHNICAL SPECIFICATIONS, 28 13 00 Access Control, Section 1.16, Warranty, remove section A in its entirety and replace it with the following: Contractor shall fully warrant all materials, equipment, hardware, software and workmanship' against poor or inferior quality equipment, materials or workmanship for a period not less than three (3)'years from the date of final acceptance of the system by the City. The warranty shall include all. parts and all labor. ,Any equipment found to be defective shall be replaced by the Contractor free of charge, including any labor and any inbound and outbound shipping costs. Defective equipment is defined as any equipment that requires three (3) or more repairs or service calls within a one (1.} year period. Contractor .shall repair or replace inoperable equipment or:material in a timely manner so as to'minimize the possible disruption of.City . operations resulting from said inoperable equipment or material. With regard to software, Contractor shall provide, install, program, configure, and test patches and service pack releases for all equipmen#under warranty orservice agreement a#no additional charge to the City. Section 104, TECHNICAL SPECIFICATIONS,:28 13' 00 Access Control, Section 1.16, Warranty,"remove section C in its entirety and replace it with"the following: A. Contractor shall,provide a parts and labor guarantee on all.Work. Contractor's guarantee shall. be for a period of three (3) years from date of Acceptance, except where.any specific guarantees from a supplier or equipment manufacturer extends for longer.time. Addendum No.1 for. CP#14-23:Keyless Entry Systems,Phase 1 Page ,. October 25,2018 `"'�A City of Palm Springs N- Engineering Services Department ,.' 3200 East Tahquitz Canyon Way - Palm Springs, California 92262 Tel: (760) 323-8253 - Fax: (760) 322-8360 - c'4l FORN�P. Web: www.palmspringsca.gov Addendum Number'2 Keyless Entry Systems, Phase 1: City Hall, Police Department, & City Yard/Fleet City Project No. 14-23 To all prospective bidders under Specifications for the above subject project, which are to be received by the City of Palm Springs at the Office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 P.M. on November 21, 2018. The intent of this Addendum No. 2 is to extend the bid opening date from November 21 to December 6, 2018, revise the contractor license requirement to C-7, with high voltage work performed with a C-10, and respond to a request for information; I. The following changes shall be acknowledged in the Specifications. Part 1, BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS, Notice Inviting Bids, delete section N-1 in its entirety and replace it with the following: N-1. NOTICE IS HEREBY GIVEN that sealed bids for the KEYLESS ENTRY SYSTEMS, PHASE 1: CITY HALL, POLICE DEPARTMENT & CITY YARD/FLEET, City Project No. 14-23, will be received by the Office of the Procurement and'Contracting Manager of the City of Palm Springs, California, until 3:00 P.M. on December 6, 2018 at which time they will be opened and read aloud. The Engineer's estimate range is $360,000 to $420,000. Part 1, BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS, Notice Inviting Bids, delete section N-6 in its entirety and replace it with the following: N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid C-7 or C-10' at the time of submitting bids. High voltage electrical work shall be performed by a qualified licensed C-10 contractor or subcontractor. II. The following response to a Request for Information shall be acknowledged: Question 1: 1 am interested as to why the City is requiring a C10 (High Voltage License) and not a C7 (Low Voltage License) on this project. The majority of the work (95%) is low voltage with maybe 5% is high voltage. We currently hold a C7 license with the state, any and all high voltage work would be performed by our subcontractor holding a C10 license. Would the City consider allowing a contractor holding a valid C7 license to bid on this project? Answer 1: Confirmed that a C7 contractor may bid on the project as long as all high voltage electrical work is performed by a qualified licensed C10 contractor. No Addendum No.2 for: CP#14-23: Keyless Entry Systems, Phase 1 Page 1 November 15,2018 _ ep`"'sA . City of Palm Springs IT N, Engineering Services Department =x. 3200 East Tahquitz Canyon Way • Palm Springs, California 92262 • ' Rgpgq�l • Tel: (760) 323-8253 • Fax: (760) 322-8360 - cq`f- VRL P Web: www.palmspringsca.gov Addendum Number 2 Keyless Entry Systems, Phase 1: City Hall, Police Department, & City Yard/Fleet City Project No. 14-23 Question 2: Can a summary table of door types receiving upgrades be provided? Answer 2: Plans will be updated and provided in a separate addendum. Refer to updated plans when they become available. Date: November 15, 2018 BY ORDER OF THE CITY OF PALM SPRINGS r By Marcus L. Fuller, M.P.A, P.E., P.L.S Assistant City Manager/City Engineer RCE 57271 Addendum No.2 for: CP#14-23: Keyless Entry Systems, Phase 1 Page 2 November 15, 2018 ALMS, City of Palm Springs Engineering Services Department 3200 East Tahquitz Canyon Way • Palm Springs, California 92262 Tel: (760) 323-8253 • Fax: (760) 322-8360 - CQ<1FORN�P Web: www.paimspringsca.gov Addendum Number 3 Keyless Entry Systems, Phase 1: City Hall, Police Department, & City Yard/Fleet City Project No. 14-23 To all prospective bidders under Specifications for the above subject project, which are to be received by the City of Palm Springs at the Office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 P.M. on December 6, 2018. The intent of this Addendum No. 3 is to extend the bid opening date from December 6, 2018 to December 19, 2018, update Access Control and Door Hardware technical specifications to reflect the removal of wireless locksets, update all bid schedules, provide updated plans, and respond to a request for information: I. The following changes shall be acknowledged in the Specifications. Part I, BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS, Notice Inviting Bids, delete section N-1 in its entirety and replace it with the following: N-1. NOTICE IS HEREBY GIVEN that sealed bids for the KEYLESS ENTRY SYSTEMS, PHASE 1: CITY HALL, POLICE DEPARTMENT & CITY YARD/FLEET, City Project No. 14-23, will be received by the Office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3:00 P.M. on December 19, 2018 at which- time they will be opened and read aloud. The Engineer's estimate range is $360,000 to $420,000. Part I, BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS, BID SCHEDULES A, B, and C delete Bid,Schedules A, B, and C in its entirety and replace with the attached, revised bid schedules. In summary, the changes include: • Language in regards to the Wireless readers and hubs have been removed; • Language in regards to the Genetec quote have been updated for Bid schedule A, and removed for Bid Schedule B and C. Genetec quote attached; • Language has been added in regards to emergency release hardware installed at the Police Department for Bid Schedule B. Part II, Section 10-1, TECHNICAL SPECIFICATIONS, 08 71 00 Door Hardware, remove subject specification and replace with the attached 08 71 00 Door Hardware Revised November 19, 2018. Part II, Section 10-1, TECHNICAL SPECIFICATIONS, 08 74 00 Access Control Hardware, remove subject specification and replace with the attached 08 74 00 Access Control Hardware Revised November 19, 2018. 1/14 (6 Addendum No.3 for: CP#14-23: Keyless Entry Systems, Phase 1 Page 1 November 29, 2018 ll �4A""sA City of Palm Springs Engineering Services Department 3200 East Tahquitz Canyon Way • Palm Springs, California 92262 Tel: (760) 323-8253 • Fax: (760) 322-8360 - 'c44100 `P Web: www.palmspringsca.gov Addendum Number 3 Keyless Entry Systems, Phase 1: City Hall, Police Department, & City Yard/Fleet City Project No. 14-23 Part II, Section 10-1, TECHNICAL SPECIFICATIONS, 28 13 00 Access Control, remove subject specification and replace with the attached 28 13 00 Access Control Revised November 19, 2018. II. The following changes shall be.acknowledged in the Plans. .Delete CITY OF PALM SPRINGS KEYLESS ENTRY SYSTEM CAPITAL PROJECT NO. 14- 23 PHASE 1 PLANS, dated September 1.1, 2018 in its entirety and replace with CITY OF PALM SPRINGS KEYLESS ENTRY SYSTEM CAPITAL PROJECT NO. 14-23 PHASE 1 PLANS, in its entirety, dated October 17, 2018. In general, the following changes have been made: • Wireless readers and hubs removed; • removed some doors from the Police Department and Fleet buildings; • relocated some doors to correct position in City Hall and the Police Department; • Five (5) doors will have emergency release buttons at PD; • and plans have been signed and stamped. Refer to delta changes as shown on the plan sheets. The revised plans have been placed at the following link: https://www.dropbox.com/sh/o3aamkouku3bzm6/AACviisxBEPAOzSA9CSpkeiNa?d1=0 III. The following response to a Request for Information shall be acknowledged: Question 1: Can a summary table of door types receiving upgrades be provided?. Answer 1: Plans have been updated and placed at the link above. Refer to updated plans for tables/schedule. Date: November 29, 2018 BY ORDER OF THE CITY OF PALM SPRINGS Byf Marcus L. Fuller, M.P.A, P.E., P.L.S Assistant City Manager/City Engineer RCE 57271 Addendum No.3 for: CP#14-23: Keyless Entry Systems, Phase 1 Page 2 November 29, 2018 BID SCHEDULE A KEYLESS ENTRY SYSTEM, PHASE 1: CITY HALL, POLICE DEPARTMENT & CITY YARD/FLEET CITY PROJECT NO. 14-23 (LOCATION - CITY HALL) Description The scope of work of this Lump Sum Bid Schedule A indicated for the Keyless Entry System Project: City Hall includes all work identified in the Construction Plans titled: CITY OF PALM SPRINGS KEYLESS ENTRY SYSTEM PLANS CAPITOL PROJECT NO. 14-23 The scope of work of this Lump Sum Bid Schedule A consists of an upgrade to the keyless entry (access control) system for the Palm Springs City Hall, located at 3200 E. Tahquitz Canyon Way. The scope of work shall include, but is not limited to: removal of existing keyless entry system components, replacement of existing keyless entry system components, and installation of new keyless entry components in locations as noted in the Construction Documents; replacing the Schlage SMS system with a more flexible less proprietary system platform; adding access control panels with all associated boards, power supplies, pathways, cabling, labeling, and dressing; ensuring that all card reader locations meet ADA standards; adding required electrified locking door hardware at locations with new card readers; field relabeling of modified fire rated doors and frames; install related accessories and system components which may include conduit, raceways, cables, back boxes, access cards, card readers, alarm contacts, request-to-exit sensors, door loops, electric transfer hinges, and electrified locking door hardware, add door hardware with tamper-resistant hinges and high-security hardware sets with pick resistant locks which utilize a restricted keyway; add door hinges for exterior out swinging with concealed metal hinge pins which inhibit exterior removal of the hinge pin; add "fail secure" electrified hardware for any new doors unless otherwise required by code; ensure that all access control card readers shall be integrated for use with the new access control system; provide badging workstations with badge printers; ensure that the access control system is a networked system of controllers serving all access-controlled points (the access control system may be fully integrated with the video surveillance system for automatic camera call-up and digital video recording associated with access control events in the future); warranty; and all appurtenant work as identified for the City of Palm Springs Keyless Entry System Details, as illustrated in the Construction Plans, Special Provisions, and all other applicable General Notes, details, and associated information shown on the Drawings. The proposed system will include, at a minimum, the following hardware components: a) Access Control System Software and Licensing (Genetec Synergis, Enterprise, including Visitor Management, Threat Level Management, Microsoft Active Directory Integration, and Global Cardholder Management and Federation Options) b) Card Readers and card reader door assemblies including request-to-exit sensors and alarm contacts Wireless k4tegn9ted GaFdReadeFLeGksetsinGA4dWg t4,i Iess hub d) Access Control Panels e) Reader Interface Panels f) Low Voltage Security Power Supplies g) Electric locking door hardware including electric strikes and electric exit devices; retrofit door hardware electrification kits; and door hardware accessories h) All necessary cabling Contractor shall provide, install, program, configure, and test one badging workstation. The City will provide one computers for this purpose (Dell AIO 7460; i7; 15GB RAM; Windows 10 Professional; 512GB SSD disk drives). The badging workstation shall communicate over the Owner's LAN/WAN to the centralized-access control server. The proposed badging workstation shall have the capability of communicating with other stations to allow for the addition of future badging work stations. The badging workstation shall include badging station client licenses, Fargo HDP5000 badge printers with sufficient color and black ribbons for 700 badges, cleaning kit, accessories such as webcam with tripod, and other supplies as needed to produce 700 badges. Confirm final installation location with City. Contractor's bid shall include services provided by Genetec Professional Services for integration, programming, and configuration support, in accordance with Section 281300 — Access Control. Contractor's bid shall make reference to the attached Genetec quote GEN- 884074 and shall include a $ 12,500 allowance for Genetec Professional Services. Contractor shall include a $5,000 allowance for field change orders. Contractor shall provide a phased cutover from the existing access control system to the new access control system. City facilities must remain secured and lockable throughout the duration of the project. Existing controls shall remain operational until cutover to the new controls. Contractor shall include the phased cutover plan in the project schedule. Contractor shall first ,provide, install, program, and configure the new access control system server in parallel with the existing system, develop the new cardholder database and configure access rights, issue new credentials (badges), and then conduct the access controlled door cutovers to the new system in a phased sequence. Note: All work identified on the Construction Drawings, and required by the Special Provisions, shall be furnished, complete in place, including all associated trades, furnishing all fixtures and furnishings, construction of all site improvements, and completing all associated work necessary to deliver the improvements in complete working order. The plan sheets applicable to this bid schedule are shown below: Sheet ID Description CH-SEO-01 Symbols, Legend, and Notes CH-SE1-01 City Hall Floor Plan CH-SE3-01 Riser Diagram CH-SE4-01 Detail Sheet CH-SE5-01 Schedule Sheet/ Summary Tables TOTAL BID PRICE- KEYLESS ENTRY SYSTEM: CITY HALL - BID SCHEDULE A: For the lump sum price of: 6 4,1�6� � (Price in figures) T40UEJAO �SFSVIEO �Up4blyfD PIEN INL(-VA-�'s (Price in words) SPECIAL ACKNOWLEDGEMENT: The Lump Sum Price identified in this Bid Schedule identifies and commits the Bidder to a "Firm Fixed Price" cost, and all other incidental or additional costs required to complete the work as identified in the technical specification requirements. The Lump Sum Price is inclusive of all other costs, including all materials, supplies, labor, vehicles, equipment and ancillary costs required to complete the work. Name of Bidder or Firm BID SCHEDULE B KEYLESS ENTRY SYSTEMS, PHASE 1: CITY HALL, POLICE DEPARTMENT& CITY YARD/FLEET CITY PROJECT NO. 14-23 (LOCATION— POLICE DEPARTMENT HEADQUARTERS) Description The scope of work of this Lump Sum Bid Schedule B indicated for the Keyless Entry System Project: Police Department includes all work identified in the Construction Plans titled: CITY OF PALM SPRINGS KEYLESS ENTRY SYSTEMS PLANS CITY PROJECT NO. 14-23 The scope of work of this Lump Sum Bid Schedule B consists of an upgrade to the keyless entry (access control) system for the Palm Springs Police Department Headquarters, located at 200 South Civic Drive. The scope of work shall include, but is not limited to: removal of existing keyless entry system components, replacement of existing keyless entry system components, and installation of new keyless entry components and emergency release hardware in locations as noted in the Construction Documents; replacing the Schlage SMS system with a more flexible less proprietary system platform; adding access control panels with all associated boards, power supplies, pathways, cabling, labeling, and dressing; ensuring that all card reader locations meet ADA standards; adding required electrified locking door hardware at locations with new card readers; field relabeling of modified fire rated doors and frames; install related accessories and system components which may include conduit, raceways, cables, back boxes, access cards, card readers, alarm contacts, request-to-exit sensors, door loops, electric transfer hinges, and electrified locking door hardware; add door hardware with tamper- resistant hinges and high-security hardware sets with pick resistant locks which utilize a restricted keyway; add door hinges for exterior out swinging with concealed metal hinge pins which inhibit exterior removal of the hinge pin; add "fail secure" electrified hardware for any new doors unless otherwise required by code; ensure that all access control card readers shall be integrated for use with the new access control system; provide badging workstations with badge printers; ensure that the access control system is a networked system of controllers serving all access-controlled points (the access control system may be fully integrated with the video surveillance system for automatic camera call-up and digital video recording associated with access control events in the future); warranty; and all appurtenant work as identified for the City of Palm Springs Keyless Entry System Details, as illustrated in the Construction Plans, Special Provisions, and all other applicable General Notes, details, and associated information shown on the Drawings. A fingerprint background check will be required to work within the Police Department Headquarters. The contractor should anticipate up to two (2) months for the live scan process. Please refer to Part II, paragraph 2-16, Security Screening for Contractor, for more details. KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL, POLICE DEPARTMENT&CITY YARD/FLEET BID SCHEDULE B CITY PROJECT NO. 14-23 BID FORMS-PAGE 4 The proposed system will include, at a minimum, the following hardware components: a) Access Control System Software and Licensing (Genetec Synergis, Enterprise, including Visitor Management, Threat Level Management, Microsoft Active Directory Integration, and Global Cardholder Management and Federation Options) b) Card Readers and card reader door assemblies including request-to-exit sensors and alarm contacts nl WiFeless /7teg tee Card ► eader I eGkseto inGk4ding inii eo ss hubs install emergency release hardware with push buttons as shown on the plans. d) Access Control Panels e) Reader Interface Panels f) Low Voltage Security Power Supplies g) Electric locking door hardware including electric strikes and electric exit devices; retrofit door hardware electrification kits; and door hardware accessories h) All necessary cabling Contractor shall provide, install, program, configure, and test one badging workstation. The City will provide one computers for this purpose (Dell AIO 7460; i7; 15GB RAM; Windows 10 Professional; 512GB SSD disk drives). The badging workstation shall communicate over the Owner's LAN/WAN to the centralized access control server.. The proposed badging workstation shall have the capability of communicating with other stations to allow for the addition of future badging work stations. The badging workstation shall include badging station client licenses, Fargo HDP5000 badge printers with sufficient color and black ribbons for 700 badges, cleaning kit, accessories such as webcam with tripod, and other supplies as needed to produce 700 badges. Confirm final installation location with City. Contractor shall include a $5,000 allowance for field change orders. Contractor shall provide a phased cutover from the existing access control system to the new access control system. City facilities must remain secured and lockable throughout the duration of the project. Existing controls shall remain operational until cutover to the new controls. Contractor shall include the phased cutover plan in the project schedule. Contractor shall first provide, install, program, and configure the new access control system server in parallel with the existing system., develop the new cardholder database and configure access rights, issue new credentials (badges), and then conduct the access controlled door cutovers to the new system in a phased sequence. KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET BID SCHEDULE B CITY PROJECT NO. 14-23 BID FORMS-PAGE 5 Note: All work identified on the Construction Drawings, and required by the Special Provisions, shall be furnished, complete in place, including all associated trades, furnishing all fixtures and furnishings, construction of all site improvements, and completing all associated work necessary to deliver the improvements in complete working order. The plan sheets applicable to this bid schedule are shown below: Sheet ID Comment PD-SEO-01 Symbols, Legend, and Notes PD-SE1-01 Police Department Floor Plan PD-SE1-02 Security Training Center Floor Plan PD-SE3-01 Riser Diagram PD-SE4-01 Detail Sheet PD-SE5-01 Schedule Sheet/Summary Tables TOTAL BID PRICE—KEYLESS ENTRY SYSTEM: POLICE DEPARTMENT-BID SCHEDULE B: For the lump sum price of: $ ((�2 , (,q) o�$ (Price in figures) cam_ 1�00 000) TWb 114)0�4WND bN- AdNOU--r) N"r--7�i (Price in words) SPECIAL ACKNOWLEDGEMENT: The Lump Sum Price identified in this Bid Schedule identifies and commits the Bidder to a "Firm Fixed Price" cost, and all other incidental or additional costs required to complete the work as identified in the technical specification requirements. The Lump Sum Price is inclusive of all other costs, including all materials, supplies, labor, vehicles, equipment and ancillary costs required to complete the work. ab ram Name of Bidder or riFrrI KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET BID SCHEDULE B CITY PROJECT NO. 14-23 BID FORMS-PAGE 6 BID SCHEDULE C KEYLESS ENTRY SYSTEM, PHASE 1: CITY HALL, POLICE STATION & CITY YARD/FLEET CITY PROJECT NO. 14-23 (LOCATION — CITY YARD & FLEET BUILDINGS) Description The scope of work of this Lump Sum Bid Schedule C indicated for the Keyless Entry System Project: City Yard includes all work identified in the Construction Plans titled: CITY OF PALM SPRINGS KEYLESS ENTRY SYSTEMS PLANS CITY PROJECT NO. 14-23 The scope of work of this Lump Sum Bid Schedule C consists of installing a keyless entry (access control) system for the Palm Springs City Yard & Fleet Buildings, located at 425 North Civic Drive. The scope of work shall include, but is not limited to: installation of new keyless entry components in locations as noted in the Construction Documents; consisting of a more flexible less proprietary system platform; adding access control panels with all associated boards, power supplies, pathways, cabling, labeling, and dressing; ensuring that all card reader locations meet ADA standards; adding required electrified locking door hardware at locations with new card readers; field relabeling of modified fire rated doors and frames; install related accessories and system components which may include conduit, raceways, cables, back boxes, access cards, card readers, alarm contacts, request-to-exit sensors, door loops, electric transfer hinges, and electrified locking door hardware; add door hardware with tamper- resistant hinges and high-security hardware sets with pick resistant locks which utilize a restricted keyway; add door hinges for exterior out swinging with concealed metal hinge pins which inhibit exterior removal of the hinge pin; add "fail _secure" electrified hardware for any new doors unless otherwise required by code; ensure that all access control card readers shall be integrated for use with the new access control system; provide badging workstations with badge printers; ensure that the access control system is a networked system of controllers serving all access-controlled points (the access control system may be fully integrated with the video surveillance system for automatic camera call-up and digital video recording associated with access control events in the future); warranty; and all appurtenant work as identified for the City of Palm Springs Keyless Entry System Details, as illustrated in the Construction Plans, Special Provisions, and all other applicable General Notes, details, and associated information shown on the Drawings. The proposed system will include, at a minimum, the following hardware components: a) Access Control System Software and Licensing (Genetec Synergis, Enterprise, including Visitor Management, Threat Level Management, Microsoft Active Directory Integration, and Global Cardholder Management and Federation Options) b) Card Readers and card reader door assemblies including request-to-exit sensors and alarm contacts KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET BID SCHEDULE C CITY PROJECT NO.14-23 BID FORMS-PAGE 7 d) Access Control Panels e) Reader Interface Panels f) Low Voltage Security Power Supplies g) Electric locking door hardware including electric strikes and electric exit devices; retrofit door hardware electrification kits; and door hardware accessories h) All necessary cabling Contractor shall include a $10,000 allowance for field change orders. Special Note: All work identified on the Construction Drawings, and required by the Special Provisions, shall be furnished, complete in place, including all associated trades, furnishing all fixtures and furnishings, construction of all site improvements, and completing all associated work necessary to deliver the improvements. in complete working order. The plan sheets applicable to this bid schedule are shown below: Sheet ID Comment CY-SEO-01 Symbols, Legend, and Notes FL-SE1-01 Fleet Building Floor Plan CY-SE1-02 City Yard Floor Plan CY-SE3-01 Riser Diagram CY-SE4-01 Detail Sheet CY-SE5-01 Schedule Sheet/ Summary Tables TOTAL BID PRICE—KEYLESS ENTRY SYSTEM: CITY YARD & FLEET BUILDING - BID SCHEDULE C: For the lum!-Mob rice of:p3 $ ! (Price in figures) Af, Tkm&/�,\D IU�E �kuww M AF ) (Price in words) SPECIAL ACKNOWLEDGEMENT: The Lump Sum Price identified in this Bid Schedule identifies and commits the Bidder to a "Firm Fixed- Price" cost, and all other incidental or additional costs required to complete the work as identified in the technical specification requirements. The Lump Sum Price is inclusive of all other costs, including all materials, supplies, labor, vehicles, equipment and ancillary costs required to complete the work. Name of Bidder or Firm KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET BID SCHEDULE C CITY PROJECT NO.14-23 BID FORMS-PAGE 8 PROPOSAL TOTAL ("BASIS OF AWARD") Bid Schedule A: $ , 7 City Hall Bid Schedule B: $ I 9 D 21 Police Department Bid Schedule C: $ City Yard & Fleet Buildings Field Order Allowance $ 20,000 Genetec Technical Support Allowance $ $12,500 TOTAL OF ALL BID SCHEDULES A, B, and C: $ 40 � (no optional items shall be included) (Price in figures) �MO PUT n ail M;, 11AW&VAD ICU 0 k4 I?-�.+� (Price in words) Bids must be submitted on all schedules. Failure to bid on all schedules may result in the bid being rejected as non-responsive. MU 0) Q d) Name of Bidder or Firm KEYLESS ENTRY SYSTEMS, PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET BID SCHEDULE C CITY PROJECT NO. 14-23 BID FORMS-PAGE 9 BIDDER'S LIST OF SUBCONTRACTORS As required under Section 4104 of the Public Contract Code, the Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of bids for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive. A. BIDDER'S PORTION OF WORK Page 1 of 1. Name of Prime Contractor: Metro Video systems, Inc. 2. Bid Items/Portion of Work to be Self-Performed (if less than 100%of the contract): hard Readers, Loc s, ®r Controls, Wire 3. Dollar Amount of Work Self- 4. Percentage of Work Self- 5. Date: Performed: Performed: � �� 399,24�0.00 100% rBy signing the Bid Form, Contractor hereby certifies that it will perform not less than 50%of the Contract Work with its own forces. B. LIST OF SUBCONTRACTORS 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ <$1 M ® <$5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET CITY PROJECT NO. 14-23 LIST OF SUBC BID FORMSS--PAGE AGE 13 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount P entage Normally ($) Of Performs Item Contract (Y/N) D. The names, addresses and phone numbers of reje,ted local firms, the reasons for the bidder's rejection of the local firms, the firms selydfoat work (please attach copies of quotes from the firms involved), and the price differeh firm if the selected firm is not a local firm: Names, addresses and phone numbersd local firms and the reasons for the bidder's rejection of the local firms: Names, addresses and phone/umbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. KEYLESS ENTRY SYSTEMS, PHASE 1:CITY HALL, POLICE DEPARTMENT&CITY YARD/FLEET LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO. 14-23 GOOD FAITH EFFORTS BID FORMS-PAGE 17 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No. 14-23 Bid Opening Date 12��q 16 The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FO S MAY BE SUFFICIENT CAUSE TO FIND THE BID NON-RESPONSIVE. BIDD S SHALL ENSURE ALL APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED. Bidders shall provide sufficient information to demons ate that they have made good faith efforts to comply with Palm Springs Ordinance No. 17 In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontract on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontr ctors not required to be identified on the List of Subcontractors, and/or shall identify local fir s with whom the Bidder has solicited to furnish materials and supplies for incorporation into e work of this project. Local Subcontractors not listed on ty"st Subcontractors: Local firms that will /furishmaterials or supplies to the Bidder for this project: KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO. 14-23 GOOD FAITH EFFORTS BID FORMS-PAGE 15 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of Vertisements or proofs of publication): Publications Dates of Advertise ent B. The names and dates of written notic sent to local firms soliciting bids for this project and the dates and methods used for followi �up initial solicitations to determine with certainty whether the local firms were interested ease attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation KEYLESS ENTRY SYSTEMS, PHASE 1:CITY HALL, POLICE DEPARTMENT&CITY YARD/FLEET LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO. 14-23 GOOD FAITH EFFORTS BID FORMS-PAGE 16 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally ($) Of Performs Item Contract (Y/N) D. The names, addresses and phone numbers of/rejecdl firms, the reasons for the bidder's rejection of the local firms, the firms selected foplease attach copies of quotes from the firms involved), and the price difference forhe selected firm is not a local firm: Names, addresses and phone numbers o ejected local firms and the reasons for the bidder's rejection of the local firms: Names, addresses and 58ne numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. KEYLESS ENTRY SYSTEMS, PHASE 1:CITY HALL, POLICE DEPARTMENT&CITY YARD/FLEET LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO. 14-23 GOOD FAITH EFFORTS BID FORMS-PAGE 17 NON-COLLUSION DECLARATION The undersigned declares: I am the of Metro Video Systems, Inc. the (Title of Officer) (Firm/Company) party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 12/15/2018 at El Segundo,.CA 90245 (Date) (City) (State) Sig ture KEYLESS ENTRY SYSTEMS, PHASE 1:CITY HALL, POLICE DEPARTMENT&CITY YARD/FLEET CITY PROJECT NO. 14-23 NON-COLLUSION DECLARATION BID FORMS-PAGE 18 CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS As suppliers of goods In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition. Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. We agree specifically: 1. To establish or observe employment policies, which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM e-r® "Video Systems, Inc. NAME OF PERSON SIGNING Russell Massrey TITLE OF PERSON SIGNING General Manager DATE 12/15/20100 Please include any additional information available regarding equal opportunity employment programs now in effect within your company. KEYLESS ENTRY SYSTEMS, PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET NON-DISCRIMINATION CERTIFICATION CITY PROJECT NO. 14-23 BID FORMS-PAGE 19 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: Metro Video Systems, Inc 1220 East Imperial Ave El Segundo, CA 90245. Telephone Number: ( ) 310 640-9250 Facsimile Number: ( ) 310 640-9347 E-Mail. russell@metrovideosystems.com Tax Identification Number: 95-2623985 2. TYPE OF FIRM V �� Individual Partnership Corporation (State CA ) X Minority Business Enterprise (MBE) Women Business Enterprise (WBE) X Small Disadvantaged Business (SDB) Veteran Owned Business Disabled Veteran Owned Business 3. CONTRACTOR'S LICENSE: Primary Classification —7 State License Number(s) 274337 Supplemental License Classifications 4. BUSINESS LICENSE: X Yes No License No.: 1301 5. Surety Company and Agent who will provide the required Bonds: Name of Surety United Surety Insurance Company Address 292 Newbury Street Suite 105 Boston, MA 02115 Surety Company United Surety Insurance Company Telephone Numbers: Agent ( 319 689-5374 Surety ( 800)829-2663 KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL, POLICE DEPARTMENT&CITY YARD/FLEET BIDDER'S GENERAL INFORMATION CITY PROJECT NO.14-23 BID FORMS-PAGE 21 BIDDER'S GENERAL INFORMATION (Continued) 6. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm; also include those who have greater than $2,000 interest in the corporation or firm: Tim Weir President 7. Number of years experience as a contractor in this specific type of construction work: 50 8. List at least three related projects completed to date: a. Owner See AftacheA dress Contact Kerry Morrison Class of Work Access/Video Phone Contract Amount 1 ,500,000.00 Project Date Completed Continuous Contact Person Telephone number b. Owner Address Contact David Walbeck Class of Work Video Phone Contract Amount 358,000.00 Project Date Completed Continuous Contact Person Telephone number C. Owner Address Contact Dion Tate Class of Work Video Phone Contract Amount 490,000.00 Project Date Completed 5/20 1 6 Contact Person Telephone number 9. Name of Project Manager/Superintendent: i i e I e n 10. Name(s) of person(s) who inspected job site: Allen Delen/Fussell .Massrey KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL, POLICE DEPARTMENT&CITY YARD/FLEET BIDDER'S GENERAL INFORMATION CITY PROJECT NO. 14-23 BID FORMS-PAGE 22 Metro Video Systems,Inc. Vic'eo.A¢ess CortrJ and Intnaim Since 1959 References KERRY MORRISON Executive Director Hollywood Property Owners Alliance 6562 Hollywood Blvd I Los Angeles, CA 90028 323.463-6767 1 kerrV(a)hollywood bid.org DAVID WALBECK Sanitation Districts of Los Angeles County 1955 WORKMAN MILL ROAD, WHITTIER CA 90601 (310) 830-2400 EXT. 52511 DWalbeck(c-)Iacsd.orq DION TATE Parking Supervisor (Maintenance) City of Santa Barbra — Parking 630 Garden Street Santa Barbara, CA 93101 (805) 564-5377 1 DTaitgSantaBarbaraCA.gov SUSAN LEVI Executive Director SLAIT Property Owners Association 13300 Victory Blvd., Suite 320 Van Nuys, CA 91401 (818) 780-9100 JENNIFER LINCOURT Director of Purchasing G924 W. Sunset Blvd. Los Angeles, CA 90012 GH Palmer Associates 213-346-9796 ilincourt(o-).ghpalmer.com Trusted Partner in Security for Over 45 Years! LLMetro Video Systems,Inc. Ydec,A—Cw:nd and Intnsicn since 1969 REFFRENCE PROJECT 1 CUSTOMER - Sanitation Districts of Los Angeles County DATES OF SERVICE—2/17 to present CUSTOMER POINT OF CONTACT: DAVID WALBECK Sanitation Districts of Los Angeles County (310) 830-2400 EXT. 52511 DWalbeck(a)lacsd.orc1 PROJECT: JOINT WATER POLLUTION CONTROL PLANT SECURITY UPGRADE, CARSON CA PROJECT NARITIVE Design & Build - Two phased project consisting on a first phase where an old DVR is replaced with a Digital Sentry NVR and user workstations are replaced with Digital Sentry workstations. All existing analog cameras were temporarily brought into digital IP encoders to transition all analog signals digital IP video signals. _ . .r Phase II consists of removing, replacing and repositioning all analog cameras with high- resolution IP cameras. Each desired camera view is matched with an appropriate comer for the desired shot. All encoders are removed and replaced with IP over coax transceivers. The system is then hosted on the network backbone provided by the Los Angeles County Sanitation District's IT department. Commissioning Includes configuration of all workstations, NVR, cameras and other devices. Trusted Partner in Security for Over 45 Years! Metro Video Systems,Inc. Udeo.A=ss C=rd and Intrusion Since 1969 REFFRENCE PROJECT 2 CUSTOMER — City of Santa Barbara DATES OF SERVICE —2012 to present CUSTOMER POINT OF CONTACT: DION TATE Parking Supervisor (Maintenance) (805) 564-5377 1 DTait SantaBarbaraCA.cLov PROJECT NAME - Citywide Public Parking Surveillance Design Build and 1 Year Video Retention PROJECT NARITIVE Design & Build — Multi-phased multi-year project consisting of providing and installing IP video surveillance and remote monitoring for 12 city owned and operated parking areas. The over 100 video signals mostly travel on the city's fiber optic network, but some cameras are wireless. Parking o[rallablilty __ _— �"`d'P"E �-ca�wemuuuuum ♦ ♦ CD m nmmc...en.... BARBARA .o: ]'p cilia 11 i' ` 1 —a ©� to[r EI P.Htd10 1' and the DowntownWaterfmnr Shuttle.Enjoy the beautifull P� W_CANON PEPDIDO ST. ,I-I __ 1iM1u 5[e[c Pa`— ,•{ that conr�t the lots and garagesi State,Stn�ar andshutdo stops. I 1 1 C.nt Ttwa[ar NOuesy �I �l�Nnll NI loUc.1 [a W.OE IA GUEMAST. Y ___ _ .— _•�Afuuvm of�� C.nt.t Gueira _Dovwntown, staffaneto offerdirections and InfornriationPo[.[1 Plain n.l ;h. �nl _s Elk about dostinations,not shown m _F.__ __ _�l__W.o1ITEGA this rnap. 3- --- 3 — -- II- t A Remote monitoring and video storage takes place in the city parking offices. The Storage array consists of a 500 TB Veracity Coldstore array and the VMS is ONSSI. Trusted Partner in Security for Over 45 Years! Metro Video Systems,Inc. Video,Az s C-1 ard Intrusive Since 1969 REFFRENCE PROJECT 3 CUSTOMER - SOUTH LOS ANGELES INDUSTRIAL TRACT (SLAIT) DATES OF SERVICE —2/12 to present CUSTOMER POINT OF CONTACT- SUSAN LEVI Executive Director SLAIT Property Owners Association 13300 Victory Blvd., Suite 320 Van Nuys, CA 91401 (818) 780-9100 PROJECT NAME - Public Surveillance System PROJECT NARITIVE - Link to media - https://securitytoday.com/Articles/2016/07/26ISecuring- the-Backstreets-of-South-LA.aspx?Pape=1 Redesign & Build — Public surveillance system to provide remote monitoring and control as well as recording. All cameras and infrastructure is housed on city light poles including all the components that were required to install at a light pole: Camera, antenna, switches, UPSs, enclosures, cables, etc. Other components include Server and one client running the software. The two are connected via Cisco Switches to the Fluidmesh infrastructure, which comprises tens of VOLO 1200 and MITO 3100. x, f r, wry r _ The FM1200 VOLO is a 2x2 MIMO-based Ethernet radio designed for mission-critical video, voice and data. VOLO is intuitive, easy to deploy and used to create point-to-point, point-to- multipoint, mesh and mobility networks with a real throughput of 150Mbps. There are approximately forty SONY Full HD cameras capturing outdoor video around Tract. Trusted Partner in Security for Over 45 Years! • 3 Bond No. UCSX372X1613 PERFORMANCE BOND—PUBLIC WORKS Final premium based on final contract amount. KNOW ALL MEN BY THESE PRESENTS, WHEREAS, the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, as Obligee, (hereinafter referred to as the "City"), has awarded to the undersigned Contractor, (hereinafter referred to as the"Contractor'), an agreement for the work described as follows: KEYLESS ENTRY SYSTEMS, PHASE 1: CITY HALL, POLICE DEPARTMENT& CITY YARD/FLEET CITY PROJECT NO. 14-23 (hereinafter referred to as the"Public Work"); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain Agreement (Construction Contract) for the said Public Work awarded to the Contractor and approved by the City for the Project hereinabove named, (hereinafter referred to as the "Contract"), which Contract is incorporated herein by this reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof, and to provide a bond both for the performance and guaranty thereof. NOW,THEREFORE,we, the undersigned Contractor, as Principal, and: United Surety Insurance Company a corporation organized and existing under the laws of the State of Nebraska , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City in the sum of Three hundred ninety-nine thousand two hundred forty 00/100 Dollars ($399,240.00 ), said sum being not less than 100 percent of the total amount payable by the City under the terms to the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the bounden Contractor, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or its parts, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the City, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration of addition to the terms of the Contract, or to the Public Work or to the Specifications. No final settlement between the City and the Contractor shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied. PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET PERFORMANCE BOND CITY PROJECT NO.14-23 AGREEMENT AND BONDS-PAGE 8 Contractor and Surety agree that if the City is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay City's reasonable attorney's fees incurred, with or without suit, in addition to the above sum. SIGNED AND SEALED, this 9th day of April , 2019. CONTRACTOR: Metro Video Systems, Inc. Check one: individual,_partnership, X corporation (This Performance Bond must be signed by representatives and/or officers having appropriate authority to bind the Contractor and Surety to the terms of the Performance Bond.) CONTRACTOR: SURETY: By: B sic ature signature. (NOTARIZED) (NOTARIZED), - - Print Name and Title: Print Name and Title: ^ ��!4 illt Steven A. Swartz, Attorney-in-fact -t-I IMF �� I , Pr v- By: signature (NOTARIZED) Print Name and Title: By submitting this Performance Bond, the Contractor and Surety acknowledge the provisions of the Contract Documents with regard to Section 6-4 "Default by the Contractor", as further amended by the Special Provisions. KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET PERFORMANCE BOND CITY PROJECT NO.14-23 AGREEMENT AND BONDS-PAGE 9 PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) The rate of premium on this bond is $50.00 per thousand. The total amount of premium charged: $19,962.00 (The above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with Federal, grant, or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) United Casualty and Surety Insurance Company 292 Newbury Street Ste 105, Boston MA 02115 (Name and Address of Agent or South Coast Surety Insurance Services LLC Representative for service of 1060 Calle Cordillera Ste 101-103, San Clemente, CA 92673 process in California if different from above) (Telephone Number of Surety and 617-471-1112, 949-361-1692 Agent or Representative for service of process in California) KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET PERFORMANCE BOND CITY PROJECT NO.14-23 AGREEMENT AND BONDS-PAGE 10 PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of Orange On April 9, 2019 before me, Debbie McGilligan, Notary Public Date Name,Title of Officer personally appeared Steven A. Swartz NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(X) whose name(g) is/Rw subscribed to the within instrument and acknowledged to me that he/Xk%tWexecuted the same in his/kNodbet authorized capacity0", and that by his/l4MD4tfM.signatures(k) on the instrument the person(sr), or the entity upon behalf of which the person(SO acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State identified herein,that the foregoing paragraph is true and correct. Witness my hand and official seal. DIEB1Notary P tic-CaliforniaIGAN GL/L� Notary Public-C a i Orange County z Signature of Notal Z Commission#2164883 My Comm.Expires Oct 14,2020 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document Performance Bond No. UCSX372X1613 MUST BE ATTACHED TO THE DOCUMENT Number of Pages 3 DATE of DOCUMENT April 9, 2019 DESCRIBED AT RIGHT: Signer(s) Other Than Named Above KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET PERFORMANCE BOND CITY PROJECT NO.14-23 AGREEMENT AND BONDS-PAGE 11 i UNITED CASUALTY AND SURETY,INSURANCE COMPANY US Casualty.and Suretyansurance Company United Surety Insurance Company POWER'OF ATTORNEY Agency No. 171372 KNOW ALL MEN BY THESE;PRESENTS:That United Casualty.and Surety Insurance Company, a corporation of the State of Nebraska,and US Casualty and Surety Insurance Company and United Surety Insurance Company;assumed-names.of United Casualty.and Surety.Insurance Company(collectively,the Companies"),do by these presents make;constitute and appoint: Steven A.Swartz,Kelly A.Specht, Kandis Gregory,Richard P.Ford,Thomas C.Buckner, Michael Herranen its true and lawful Atforney(s)-in Fact;eacl in their.separate capacity if more than one is named above;with full power and authority hereby conferred in its name, place and stead,to execute,acknowledge and'deliver any and all bonds,recognizances,undertakings or other:instruments or contracts of suretyship to include riders,amendments,_and consents of surety.This Power of Attorney shall expire without further action.on December 31",2023. This Power of Attorney.is granted under and by authority of the:following resolutions-adopted by the Board of Directors of the Companies at a meeting duly called and held-onthe 1S°day:�ofJuly,r1993:` Resolved that:the President;Treasurer,or Secretary be'and-they are hereby authorized and empowered to appoint Attorneys-in-Fact of the Company,in its name and as its acts to execute and acknowledge for and on its behalf as'Surety any and all bonds,recognizances,contracts of indemnity,waivers of citation and all other writings obligatory16 the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-Fact shall be binding upon the Company as!f they had been duly executed;and acknowledged by the:regularly elected Officers of the Company in their own proper persons. That the signature of any officer authorized by Resolutions of.this Board and:the.Company seal may be affixed by facsimile:to anypower of attorney or special power of attomey or certification of elthergiven for.the execution.of anyborid,:undertaking;•recognizance or othee written obligation in the nature thereof;.such signature and seal, when so used being hereby adopted by the Company as the originalsignature of such of cer and the original seal of the Company to be valid and binding upon the Company with the same force and'effect as though manually.affixed: ; IN WITNESS WHEREOF,'the-Companies have cause-d this instrument to be signed"and their,corporate;seals to be hereunto:affixed,this 31"day of December,2013. UNITED CASUALTY AND SURETY INSURANCE COMPANY; h���°suncrrgsc o5°�Err'1st� ���y`ySUR��oF US Casualty and Surety Insurance Company - sr,Zg, cJ on"°DR^a `i rApP°^'TF 'S, 'W ,d"°A"tF o United Surety Insurance Company ,- m SEAL naSEAL o SEAL iaell ,' ..........IN-. Michael J.Scholl,,president Corporate Seals- Commonwealth of Massachusetts County of Suffolk ss: On this 31" day,of December, 2019,before me,. itally Schafer,,a.notary public;,personally appeared Michael 1-Scholl,President of United Casualty and Surety .Insurance'Comparty-U$Casualty and Surety Insurance Company and United Surety Insurance Company,who provedto rrie.on the basis of satisfactory evidence to be the person whose,name is subscribed to the within instrument and:acknowledged to me that fie-executed the same in his authorized capacity,and that by his signature on the instrument theP;erson(s},'or the_entityupon tiehalf of which the,person(s)acted,executed ttie instrument:: I certiN.under PENALTY-OF,PERJUR.Y under the,laws of the Commonwealth of Massachusetts that the.4oregoing paragraph is.true and correct,. WITNESS my hand-and seat`,, - ffi VITALIY SCHAFER Notary Public Mtn Not GOMMONWEALTHOfhirtACi{USEtfS ; Vitally Schafer,Notary.Public Commission Expires:.08/20/2024 My,Commission Expires AUgyst-202024 1, Robert F.Thomas; Chief Operating Officer of United Casualty and Surety Insurance Company, US'Casualty and-Surety Insurance'Company and United Surety Insurance Company do hereby certifythat the,above and foregoing is_a true and correct copy of a Power,of Attorney executed by said Companies,which is still in full force and effect;furthermore,the resolutions of the Board of Directors,set out in the:Power_of Attorney are in full force and effect: In Witness Whereof,I-have,hereunto setmy,hand and affixed the seals of said Companies at Boston,Massachusetts this.....,.- 9th_........ day of April 2019 23kSEAL�< ���SSAL t�SE L,tr .. Corporate Seals Robert F.Tho 1.mas Chief Operating Officer TO CONFIRM AUTHENTICITY OF THIS BOND OR DOCUMENT EMAILrCONFIRMBOND@UNITEDCASUALTY.COM - I CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California / } County of On y�/��l before me, Ccr btam ere insert toile or t ie o -er personally appeared Weir , who proved to me on the basis o satisfactory evidence to be the person whose name(() is/*e subscribed to the within instrument and acknowledged to me that he/sue/tl'y executed the same in his/her/their authorized capacity�s), and that by his/f 6r/t Ir signature(s) on the instrument the person,(), or the entity upon behalf of which the person) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. JESSICA DIANE MUNOZ WITNESS my hand and official seal. Commission No. 2212552 g NOTARY PUBLIC-CALIFORNIA LOS ANGELES COUNTY / My Comm.Expires SEPTEMBER 2.2021 Notary Pubic 'gnatu a J (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT ifneeded,should be completed and attached to the document.Acknowledgments fu•om other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document 3 • signer(s)personally appeared before the notary public for acknowledgment. / lU Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages 3 Document Date / /� commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. Ise/she/they,-is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. I� COfpOratPry ,goer • The notary seal impression must be clear and photographically reproducible. i 1/1-� Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 20151Jersioa wr v%>r.i,irttary0lasses.tcn:80-97":-9865 • Securely attach this document to the signed document with a staple. t PAYMENT BOND—PUBLIC WORKS Bond No. UCSX372X1613 Final premium based on KNOW ALL MEN BY THESE PRESENTS, final contract amount. WHEREAS, the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, as Obligee, (hereinafter referred to as the "City"), has awarded to the undersigned Contractor, (hereinafter referred to as the"Contractor"), an agreement for the work described as follows: KEYLESS ENTRY SYSTEMS, PHASE 1: CITY HALL, POLICE DEPARTMENT& CITY YARD/FLEET CITY PROJECT NO. 14-23 (hereinafter referred to as the"Public Work"); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain Agreement (Construction Contract) for the said Public Work awarded to the Contractor and approved by the City for the Project hereinabove named, (hereinafter referred to as the "Contract"), which Contract is incorporated herein by this reference; and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract and pursuant to Section 9550 of the California Civil Code. NOW,THEREFORE, we, the undersigned Contractor, as Principal, and: United Surety Insurance Company a corporation organized and existing under the laws of the State of Nebraska and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City, and to any and all persons, companies, or corporations entitled to file stop payment notices under Section 9100 of .the California Civil Code, in the sum of Three hundred ninety-nine thousand two hundred forty 00/100 Dollars ($399,240.00 ) said sum being not less than 100 percent of the total amount payable by the City under the terms to the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors, or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery, or power used in, upon, for, or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Sections 9550 through 9560 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies, and corporations entitled to serve stop payment notices under Section 9100 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET PAYMENT BOND CITY PROJECT NO.14-23 AGREEMENT AND BONDS-PAGE 12 PAYMENT BOND—PUBLIC WORKS (CONTINUED) The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the City and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety, an admitted surety insurer, further agree that if the City or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection with the enforcement of this bond, each shall be liable for the reasonable attorney's fees incurred, with or without suit, in addition to the above sum. SIGNED AND SEALED, this 9th day of April 2019. CONTRACTOR: Metro Video Systems, Inc. Check one: individual,_partnership, X corporation (This Payment Bond must be signed by representatives and/or officers having appropriate authority to bind the Contractor and Surety to the terms of the Payment Bond.) EXECUTED FOR THE CONTRACTOR: EXECUTED FOR THE SURETY: By: By si ature signature (NOTARIZED) (NOTARIZED) _ Print Name and Title: Print Name and Title: �•t�,,,o 6 ,�W6 1,K, C �t,� Steven A. Swartz,Attorney-in-fact By: signature (NOTARIZED) Print Name and Title: KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET PAYMENT BOND CITY PROJECT NO.14-23 AGREEMENT AND BONDS-PAGE 13 PAYMENT BOND—PUBLIC WORKS (CONTINUED) The rate of premium on this bond is$ n/a per thousand. The total amount of premium charged: $ n/a (The above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with Federal, grant, or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) United Casualty and Surety Insurance Company 292 Newbury Street Ste 105, Boston MA 02115 (Name and Address of Agent or South Coast Surety Insurance Services LLC Representative for service of 1060 Calle Cordillera Ste 101-103, San Clemente, CA 92673 process in California if different from above) (Telephone Number of Surety and 617-471-1112, 949-361-1692 Agent or Representative for service of process in California) KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE DEPARTMENT&CITY YARD/FLEET PAYMENT BOND CITY PROJECT NO.14-23 AGREEMENT AND BONDS-PAGE 14 1 PAYMENT BOND—PUBLIC WORKS (CONTINUED) ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of Orange On April 9, 2019 before me, Debbie McGilligan, Notary Public Date Name,Title of Officer personally appeared Steven A. Swartz NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(x) whose nameQ9) is/am subscribed to the within instrument and acknowledged to me that he/xDmAlb ycexecuted the same in his/kow&)6r authorized capacity(W x), and that by his/koa dbeir signatures(x) on the instrument the person(x), or the entity upon behalf of which the person(l) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State identified herein,that the foregoing paragraph is true and correct. Witness my hand and official seal. DEBBIE MCGILLIGAN Notary Public-California z Orange County m Signature of Notary ZJ& Commission#2164883 My Comm.Expires Oct 14,2020 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document Payment Bond No. UCSX372X1613 MUST BE ATTACHED TO THE DOCUMENT Number of Pages 3 DATE of DOCUMENT April 9, 2019 DESCRIBED AT RIGHT: Signer(s) Other Than Named Above KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE PAYMENT BOND DEPARTMENT&CITY YARD/FLEET AGREEMENT AND BONDS-PAGE 15 CITY PROJECT NO.14-23 UNITED CASUALTY AND SURETY.INSURANCE COM_ PANY US Casualty and Surety Insurance Company United.Surety Insurance Company - "POWER OF ATTORNEY Agency No. 171372 : KNOW-ALL IiNEN BY THESE;PRESENTS:That United.Casualty and Surety Insurance Company, a corpora an of the.5tate of.Nebraska,and US Casualty and Surety Insurance Company and United Surety Insurance Company,'assumed names of United Casualty arid_Surety Insurance Company(collectively,the Companies"),do by these presents make;,constitute'and appoint: Steven A.Swartz,Kelly A.Specht, Kandis Gregory,Richard P.Ford,Thomas C.Buckner, Michael Herranen its true and lawful Attorney(s)-in-Fact,each in their separate capacity if more than one is named above,with full power and authority hereby conferred in its name; place and stead,to execute;acknowledge and deliver any and all bonds,recognlzances,undertakings or other Instruments or contracts of suretyship to include riders,amendments,.and consents of,surety. This Power.of Attorney shall,expire without further.action.on December 31",2023. This Power of Attorney:Is.granted under and by authority:of the.following resolutions adopted by-the-Board of Directors of the Companies at a meeting duly called and held on the Vt day of July,1993: Resolved that the President,Treasurer,or Secretary be and they are hereby authorized and empowered.to appoint Attorneys-in-Fact of the Company,in its name and as its acts to execute'and acknowledge for and on its behalf as Surety any and all bonds,recognizances;contracts of indemnity,waivers of citation and all other writings obligatory In the nature thereof,with power to attach thereto the seal of the Company.`Any such writings so executed by such Attorneys-in-Fact shall be binding upon the Company as If they had been duly executed and acknowledged by the-regularly elected Officers:of the:Company in theirown proper persons. That the signature of any officer authorized by Resolutions of this Board and the Company seal maybe affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond,undertaking,recognizance or otheewritten obligation inthe nature thereof;such signature and seal, when soused being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and,effect as though manually affixed; , IN WITNESS WHEREOF the Companies have caused this instrumentto be signed and their corporate seals to fie'hereunto affixed;this 3V day of December, UNITED CASUALTY AND.SURETY INSURANCE.-COMPANY- —_ ��'�osvnEry�"G o9V....r..... �yttNsuRq�c° US and InsuranceCom an = ,_ ;�" F, y , Y p y zaRo°^��� 'm` 'a ��"°�'jF �z United.Surety.InsuranceCompany SS SEAL, S)AL is - ilsn fNs M1cha_el J.Scholl,President Corporate Seals Commonwealth of Massachusetts County:of Suffolk ss: On this 31" day of-'December, 2618, before me,Vitaliy.Schafer, a notary public,:personally appeared Michael-L Scholl,President of United Casualty and Surety Insurance Company,"US Casualty and Surety Insurance Company,and United Surety Insurance Company,who proved to rre on the basis of satisfactory evidence to be the person whose name is subscribed to`the.within instrument and.acknowledged to me that he executed the same in his authorized capacity,and that by his signature on the Instrument the persori(s),or the entity-upon behalf of which the person(s);acted,executed the instrument.. I certify under PENALTY OF PERJURY under the laws of the.Commonwealth of Massachusetts that the.foregoing paragraph is true and correct.. WITNESS my handand seal:, VITALiY SIC HAFER Notary. Public .,✓ y (Seal) GOMMOi IEAI-TH Of'2 A�WH(ISETT3 , E Vitaliy Schafer My.Notary Public. Commission Expires:.08/20/Z024 Commission xpi res•August'.20, 2024 I, Robert F.Thomas, Chief Operating.Officer of.United Casualty and Surety Insurance Company;,US-Casualty and_.Surety'Insurance Company and United Surety Insurance Company-do_hereby certify that,the above and foregoing is a true and,correct copy of a Power of._Aftorney,executed 6y said Companies,which is still in full force and effect;furthermore,the resolutions of the Board of Directors,set out in the Power of Attorneyare-in-full force and effect. In Witness Where4,,,have hereunto set my hand and affixed the'seals of said Companies at Boston,Massachusetts this: 9tla..:....__-day of April 2019 j' It., 2. Corporate Seals Robert F.fhomas,Chief Operating Officer To CONFIRM AUTHENTICITY OF THIS,BOND OR DOCUMENT EMAIL CONFIRMBOND@UNITEDCASUALTY.CONt CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California / } County of ('O's a-h f } On y h before me, Adna _tld74pl�ziP'td�'ic, ere insert name anO title othe officer personally appeared , Lit/-Cif- , who proved to me on the basis of satisfactory evidence to be the personw whose name( is/ale subscribed to the within instrument and acknowledged to me that he/spie/they executed the same in his/k(er/Weir authorized capacity(los), and that by his/h ,/t,Mir signature) on the instrument the personkg), or the entity upon behalf of which the personV) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. JESSICA DIANE MUNOZ WITNESS my hand and official seal. Commission No. 2212552 NOTARY PUBLIC-CALIFORNIA A LOS ANGELES COUNTY .. My Comm.Expires SEPTEMBER 2.2021 Notary Public i ature (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT ifneeded,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long Payn2��� ��� as the wording does not require the California notary to violate California notary i law. (Title or de cription of attached document) • State and County information must be the State and County where the document 3 O�L/ to J J( / / /2 signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description bf attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages 3 Document Date C commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/the}-is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. C rporat Off er • The notary seal impression must be clear and photographically reproducible. M&V(Zeo Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. s • Signature of the notary public must match the signature on file with the office of El Partner ( ) the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other Indicate title or type of attached document,number of pages and date. El Other the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 201 r t/ersio r wi?,,�v.NotaryC:lasses.con Su;-87:s-IBkiv • Securely attach this document to the signed document with a staple. BID BOND copy KNOW ALL MEN BY THESE PRESENTS, That Metro Video Systems Inc. as Principal, and United Surety Insurance Company as Surety, are held and firmly bound unto the City of Palm Springs, California, hereinafter called the "City" in the sum of: 6 Ten percent of the total bid amount(10%) dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: KEYLESS ENTRY SYSTEMS, PHASE 1: CITY HALL, POLICE DEPARTMENT& CITY YARD/FLEET CITY PROJECT NO. 14-23 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement included with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this i obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED,this 18th day of December , 2018. i 4 I Metro Video Systems Inc. EXECUTED FOR THE PRINCIPAL: r s By i ignature . (NOTARIZED) EXECUTED FOR THE SURETY: United Surety Insurance Corhpainy Print Name and Title: By u Signature By (NOTARIZED) z Print Name and Title: Signature(NOTARIZED) Steven A. Swartz,Attorney-in-fact - k Print Name and Title: f KEYLESS ENTRY SYSTEMS,PHASE 1:CITY HALL,POLICE BID BOND(BID SECURITY FORM) DEPARTMENT&CITY YARD/FLEET BID FORMS-PAGE 20 CITY PROJECT NO.14-23 rs-=;�� California All-Purpose Certificate of Acknowledgment An otary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of_ .Orange S.S. On December 18,2018 before me, Bethany Johnson, Notary Public 1 T Name of Notary Public,Title personally appeared Steven A. Swartz - Name of Signer(1) N/A T - Name of Signer(2) ? who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/me subscribed to the within instrument and acknowledged to me that he/shy executed _ the same in his/kaithak authorized capacity(i®(s), and that by his/tic signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted,,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is A HETHANYJOHNSON true and correct. r'"" Notary Public-California Z: ®range County W E y hand an cial seal. T Ummission#2207129 My Comm,Expires Jul 27,2021 t Signature of Notary.P c Seal OP AL I FORMATION Although the information in thl secti n is not require y la , if could prevent fra dulent removal and reattachment of this acknowledgment to an Lin uthor* d document an ma prove useful toper ns relying on the attached document. Description of Attached ocum t Additional Information The preceding Certificate of Ack owledgment's attac ed a Method of Signer Identification document titled/for the purpose of Bid Bond Proved to me on the basis of satisfactory evidence: i 1 ❑form(s)of identification ❑credible witnesses) containing 1 pages, and dated December 18, 2018 Notarial event is detailed in notar y on: i r The signer(s)capacity or authority is/are as: Page# Entry# ❑ Individual(s) Notary contact: El Attomey-in-fact ❑ Corporate Officer(s) other Title(s) ❑ Additional Signer ❑ Signer(s)Thumbprints(s) i ❑ Guardian/Conservator ❑ - ❑ Partner-Limited/General ❑ Trustee(s) ❑ Other: representing: United Surety Insurance Company Names)of Person(s)Entity(ies)Signer is Representing i ©2009-2015 Notary Learning Center-All Rights Reserved You can purchase copies of this form from our 77 site`at www.TheNotarysStore.com �I POWER OF ATTORNEY UNITED CASUALTY AND SURETY INSURANCE COMPANY Agency Code: 171372 US CASUALTY AND SURETY INSURANCE COMPANY UNITED SURETY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That United Casualty and Surety Insurance Company, a corporation of the Commonwealth of Massachusetts, and US Casualty and Surety Insurance Company and United Surety Insurance Company,assumed names of United Casualty and Surety.Insurance Company(collectively,the"Companies"),'do by these presents make,constitute and appoint: Steven A.Swartz,Kelly A.Specht,Kandis Gregory,Richard P.Ford,Thomas C.Buckner,Michael Herranen its true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances,undertakings or other instruments or contracts of suretyship to include riders,amendments,and consents of surety,providing the bond penalty does not exceed Two Million Dollars(S2,000.000.00). This Power of Attorney shall expire without further action on December 3131.2020. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Board of Directors of the Companies . at a meeting duly called and held on the I"day of July, 1993: Resolved that the President,Treasurer,or Secretary be and they are hereby authorized and empowered to appoint Attorneys-in-Fact of the Company,in its name and as its acts to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company_ Any such writings so executed by such Attomeys-in-Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected Officers of the Company in their own proper persons. That the signature of any officer authorized by Resolutions of this Board and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond,undertaking,recognizance or other written obligation in the nature thereof.such signature and seal,when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereunto.affl ed, this 161^day of November,2018. UNITED CASUALTY AND SURETY INSURANCE COMPANY US CASUALTY AND SURETY INSURANCE COMPANY Corporate Seale UNITED SURETY INSURANCE COMPANY 3yEAL ism l aairt raw, W Michael J.Scholl,President Commonwealth of Massachusetts County of Suffolk ss; On this 16'h day of November,2018,before me,Thomas P.Carrigan,Jr.,a notary public,personally appeared Michael J.Scholl,President of United Casualty and Surety Insurance Company and US Casualty and Surety Insurance Company and United Surety Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity,and that by his signature on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the Commonwealth of Massachusetts that the foregoing paragraph is true and correct. WITNESS my hand and seal. ^—� - THMP WAN,A. (Seal) is NOWY PU*,CAIIIlAOrnYedtll O(AlilsdidNAlift Thomas P.Carrigan,Jr.,Not Public My Comm'h;ft Expires October 31,2025 I,Joel R.Chachkes,Chief Financial Officer of United Casualty and Surety Insurance Company and US Casualty and Surety Insurance Company and United Surety Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companies, which is still in full force and effect;furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof,I have hereunto set my hand and affixed the seals of said Companies at Boston,Massachusetts this day of Corporate Seals G) OZ-F&D" ®R Joel R.Chachkes,Chief Financial Officer TO CONFIRM AUTHENTICITY OF THIS BOND OR DOCUMENT EMAIL: CONFIRMBOND@UNITEDCASUALTY.COM CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of oS A�1�S } On apt before me, ,�PSs�r�.��c�vin kAjAiV1-b21 ,Nol'cvlt ?O i (Here Inserl name and MEo the ofricer personally appeared oL4 Wby^ , who proved to me on the basis of s isf�t actory evidence to be the personA whose name(� is/gre subscribed to the within instrument and acknowledged to that he/sVOAXy executed the same in his/hdr/tleir authorized capacity ' s), and that by his/hKr/thjtr signature) on the instrument the person,(), or the entity upon behalf of which the person acted, executed the instrument. I .certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing.paragraph is true and correct. WITNESS my ha[ d and official seal. MJESSICA DIANE MUNOZ . Commission No. 2212552 me . NOTARY PUBLIC-CALIFORNIA LOS AN9ELES COUNTY Nota Ut) C natu My Comm.t)o ss SEPTEMBER 2,2NI ry (Notary Public Seal) ..••»«•».•�•• ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT ifneeded,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. �� �A� (Tile or description of attached document) . State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. lie/she/tliey,—is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. In Corpora a Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines.If seal impression smudges,re-seal if a ( Itle sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s)- • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact . Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other Indicate title or type of attached document,number of pages and date. Indicate the capacity claimed by the signer.If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). 201 r Version vrulrr.NotaryC.lasses.con:80"-873-9865 Securely attach this document to the signed document with a staple. f 1 MEMO own " � _ nowwoom wm rrrr��►�r will I � ��j CONTRACTORS STATE LICENSE BOARD. Contractor's License Detail for License # 274337 DISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17,only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. Data current as of 12/20/2018 7:46:29 AM Business Information METRO VIDEO SYSTEMS INC 1220 EAST IMPERIAL AVE EL SEGUNDO, CA 90245 Business Phone Number:(310)640-9250 Entity Corporation Issue Date 02/29/1972 Expire Date 06/31/2019 License Status This license is current and active. II information below should be reviewed. Classifications iC-7-LOW VOLTAGE SYSTEMS Bonding Information Contractor's Bond his license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number:287903 Bond Amount:$15,000 ;Effective Date:01/01/2016 'Contractors Bond History Bond of Qualifying Individual The qualifying individual ROBERT LEE WEIR certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. ,Effective Date:01/01/1980 Workers'Compensation his license has workers compensation insurance with the HARTFORD INSURANCE COMPANY OF THE MIDWEST Policy Number:72WECAB8YAL Eorkers' ective Date:08/05/2018 pire Date:08/06/2019 Compensation History