Loading...
HomeMy WebLinkAbout1/24/2018 - STAFF REPORTS - 1.L. ���?ALMSA4 c v w 4 �eOgpikO cq`1,V001% CITY COUNCIL STAFF REPORT Date: January 24, 2018 CONSENT CALENDAR Subject: AWARD CONTRACT TO GA TECHNICAL SERVICES IN THE AMOUNT OF $32,459.89 FOR AIRPORT FIBER INFRASTRUCTURE SYSTEM RE- TERMINATION PROJECT (IFB 18-03) From: David H. Ready, City Manager Initiated By: Department of Aviation SUMMARY This action considers the award of a bid contract to GA Technical Services for the Palm Springs International Airport's Fiber Infrastructure System and Re-Termination Project. RECOMMENDATION: 1. Award a contract to GA Technical Services of Upland, CA in the amount of $32,459.89 for the Fiber Infrastructure System Re-Termination Project at Palm Springs International Airport (IFB 18-03). 2. Authorize the City Manager to execute all documents, including execution of change orders up to ten percent of the contract amount ($3,246). BUSINESS PRINCIPAL DISCLOSURE: A Search of records available through the Secretary of State of California shows that a certified record for GA Technical Services Inc., a California Corporation, filed on February 3, 2017, listing Frank Cervantes as President. No other corporate officers have been listed. STAFF ANALYSIS: On August 7, 2016, a fire broke out in the Palm Springs International Airport's mechanical room located in the main terminal. The fire ignition originated from the malfunction of a 30kVA Uninterrupted Power Supply (UPS) unit in that room. Although the fire was contained, there was smoke infiltration throughout other parts of the building and heat damage to numerous panels, servers, and switches within that room. It has taken several months to bring the components within that room back into full M:m N0.--1•L;,�,.� City Council Staff Report January 24, 2018 -- Page 2 Award Contract to GA Tech Services (IFB 18-03) reliable operation and during this time there has been no interruption to airline flight activity. The majority expenses for the fire damage repair and clean up have all been paid for by the City's insurance policy, and this Fiber Infrastructure Re-termination project under consideration is one of the final fire remedial projects. Based on the recommendation from the insurance adjuster's information technology consultant, all fiber optic cables inside the utility/mechanical room need to be re-terminated to ensure functional reliance that can be typically compromised with exposure to smoke, fire, and then water from the fire deployed suppression system. A second work element recommendation involved using a modified deployment methodology of the Wi-Fi access points throughout the terminal and concourses which support the courtesy internet connectivity currently provided by the airport to the traveling public. Both of these recommendations make-up the Airport Fiber Infrastructure System Re-Terminal Project Airport and IT Staff worked closely to prepare the specifications for the project and Procurement posted, distributed and advertised IFB 18-03 on November 16, 2017. A pre-bid walk-through was held on December 5 with 14 prospective contractors registering for the project. Three addendums were issued during the bid process and six bids were received and opened on December 28. The results of the lump sum bids are as follows: Company Name Bid Amount GA Tech Services $32,459.89 X Act Technology $37,816.00 Netperts Inc. $49,934.20 CSW Comm Wiring Specialist $66,174.45 DBX Inc. $70,862.00 Federal Tech Solutions $73,109.25 Staff recommends awarding the contract to GA Technical Services (Attachment 1), as the lowest, responsive, responsible bidder. ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines are required to include a list of classes of projects which have been determined not to have a significant effect on the environment and which are exempt from the provisions of CEQA. In response to that mandate, the Secretary for Resources identified classes of projects that do not have a significant effect on the environment, and are declared to be categorically exempt from the requirement for the preparation of environmental documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects consist of operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible or no expansion of use beyond that existing C2 City Council Staff Report January 24, 2018 -- Page 3 Award Contract to GA Tech Services (IFB 18-03) at the time of lead agency's determination; therefore, the Airport Fiber Infrastructure System Re-Termination Project (IFB 18-03), is considered exempt from CEQA. FISCAL IMPACT: Upon completion of this Project, all mitigation measures related to the damage caused by the fire will have been completed. In August 2017, the City and insurance company settled the Airport's claim ($338,461.86, excluding the City's $10,000 deductible); with the City receiving $48,850.00 for all equipment, supplies, and labor related to the re- termination of the fiber optic cables and related infrastructure repairs. Sufficient funding is available in Account 540-5904-43101 to pay for this contract. SUBMITTED Thomas Nolan David H. Ready, Esq., Ph Executive Director, Airport City Manager Attachment: 1) Contract Agreement � 3 Attachment 1 o< CONTRACT SERVICES AGREEMENT AIRPORT FIBER INFRASTRUCTURE SYSTEM RE-TERMINA TION GA TECHNICAL SERVICES, INC. THIS AGREEMENT FOR CONTRACT SERVICES ("Agreement') is made and entered into on , 201 , by and between the City of Palm Springs, a California charter city and municipal corporation ("City"), and GA Technical Services, Inc., a California Corporation, ("Contractor"). City and Contractor are individually referred to as "Party" and are collectively referred to as the "Parties". RECITALS A. City requires the services of GA Technical Services, Inc. for Airport Fiber Infrastructure System Re-Termination, ("Project'). B. Contractor has submitted to City a proposal to provide Airport Fiber Infrastructure System Re-Termination, to City under the terms of this Agreement. C. Based on its experience, education, training, and reputation, Contractor is qualified and desires to provide the necessary services to City for the Project. D. City desires to retain the services of Contractor for the Project. In consideration of these promises and mutual agreements, City agrees as follows: AGREEMENT 1. CONTRACTOR SERVICES 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contractor shall provide Airport Fiber Infrastructure System Re-Termination services to City as described in the Scope of Services/Work attached to this Agreement as Exhibit "A" and incorporated by reference (the "services" or "work"). Exhibit "A" includes the agreed upon schedule of performance and the schedule of fees. Contractor warrants that all services and work shall be performed in a competent, professional, and satisfactory manner consistent with prevailing industry standards. In the event of any inconsistency between the terms contained in the Scope of Services/Work and the terms set forth in this Agreement, the terms set forth in this Agreement shall govern. 1.2 Compliance with Law. Contractor services rendered under this Agreement shall comply with all applicable federal, state, and local laws, statutes and ordinances and all lawful orders, rules, and regulations. 1.3 Licenses and Permits. Contractor shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. 1 Revised:1/211 B 720599.1 05 1.4 Familiarity with Work. By executing this Agreement, Contractor warrants that it has carefully considered how the work should be performed and fully understands the facilities, difficulties, and restrictions attending performance of the work under this Agreement. 2. TIME FOR COMPLETION The time for completion of the services to be performed by Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the work of this Agreement according to the agreed upon schedule of perfornance set forth in Exhibit "A." Contractor shall not be accountable for delays in the progress of its work caused by any condition beyond its control and without the fault or negligence of Contractor. Delays shall not entitle Contractor to any additional compensation regardless of the party responsible for the delay. 3. COMPENSATION OF CONTRACTOR 3.1 Compensation of Contractor. Contractor shall be compensated and reimbursed for the services rendered under this Agreement in accordance with the schedule of fees set forth in Exhibit"A". The total amount of Compensation shall not exceed $32,459.89. 3.2 Method of Payment. In any month in which Contractor wishes to receive payment, Contractor shall submit to City an invoice for services rendered prior to the date of the invoice, no later than the first working day of such month, in the form approved by City's finance director. Payments shall be based on the hourly rates set forth in Exhibit "A" for authorized services performed. City shall pay Contractor for all expenses stated in the invoice that are approved by City and consistent with this Agreement, within thirty (30) days of receipt of Contractor's invoice. 3.3 ChanEes. In the event any change or changes in the Scope of Services/Work is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or work,when required by the enactment or revision of any subsequent law; or B. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor's profession. 3.4 Appropriations. This Agreement is subject to, and contingent upon, funds being appropriated by the City Council of City for each fiscal year. If such appropriations are not made, this Agreement shall automatically terminate without penalty to City. 4. PERFORMANCE SCHEDULE 4.1 Time of Essence. Time is of the essence in the performance of this Agreement. 2 Revised:112118 O 720599.1 4.2 Schedule of Performance. All services rendered under this Agreement shall be performed under the agreed upon schedule of performance set forth in Exhibit "A." Any time period extension must be approved in writing by the Contract Officer. 4.3 Force Maieure. The time for performance of services to be rendered under this Agreement may be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contractor, if Contractor notifies the Contract Officer within ten (10) days of the commencement of such condition. Unforeseeable causes include, but are not limited to, acts of God or of a public enemy, acts of the government, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, and unusually severe weather. After Contractor notification, the Contract Officer shall investigate the facts and the extent of any necessary delay, and extend the time for performing the services for the period of the enforced delay when and if, in the Contract Officer's judgment, such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. 4.4 Term. Unless earlier terminated in accordance with Section 4.5 of this Agreement, this Agreement shall continue in full force and effect for a period of 60 days from the date of the Notice to Proceed, unless extended by mutual written agreement of the parties. 4.5 Termination Prior to Expiration of Term. City may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor. 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 determined by the City. Upon receipt of the notice of termination, Contractor shall immediately cease all services except such as may be specifically approved by the Contract Officer. Contractor shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by the Contract Officer after such notice. Contractor may terminate this Agreement, with or without cause, upon thirty(30) days written notice to City. 5. COORDINATION OF WORK 5.1 Representative of Contractor. The following principal of Contractor is designated as being the principal and representative of Contractor authorized to act and make all decisions in its behalf with respect to the specified services and work: Frank Cervantes, Operations Manager. It is expressly understood that the experience, knowledge, education, capability, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services under this Agreement. The foregoing principal may not be changed by Contractor without prior written approval of the Contract Officer. 5.2 Contract Officer. The Contract Officer shall be the City Manager or his/her designee ("Contract Officer"). Contractor shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the services. Contractor shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. 3 Revised:1018 720599A 07 5.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, education, capability, and reputation of Contractor, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Contractor shall not contract with any other individual or entity to perform any services required under this Agreement without the City's express written approval. In addition, neither this Agreement nor any interest may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. 5.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contractor, its agents or employees, perform the services required, except as otherwise specified. Contractor shall perform all required services as an independent contractor of City and shall not be an employee of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role; however, City shall have the right to review Contractor's work product, result, and advice. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 5.5 Personnel. Contractor agrees to assign the following individuals to perform the services in this Agreement. Contractor shall not alter the assignment of the following personnel without the prior written approval of the Contract Officer. Acting through the City Manager, the City shall have the unrestricted right to order the removal of any personnel assigned by Contractor by providing written notice to Contractor. Name: Title: Frank Cervantes Operations Manager 6. INSURANCE Contractor shall procure and maintain, at its sole cost and expense, policies of insurance as set forth in the attached Exhibit "B", incorporated herein by reference. 7. INDEMNIFICATION. 7.1 Indemnification. To the fullest extent permitted by law, Contractor shall defend (at Contractor's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Contractor's employees included), for damage to property, including property owned by City, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Contractor, its officers, employees, representatives, and agents, that arise out of or relate to Contractor's performance under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in 4 Revised:112i1 S 720599.1 this Agreement be construed to limit Contractor's indemnification obligation or other liability under this Agreement. Contractor's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 7.2 Desien Professional Services Indemnification and Reimbursement. If the Agreement is determined to be a "design professional services agreement" and Contractor is a "design professional" under California Civil Code Section 2782.8, then: A. To the fullest extent permitted by law, Contractor shall indemnify, defend (at Contractor's sole cost and expense), protect and hold harmless City and its elected officials, officers, employees, agents and volunteers and all other public agencies whose approval of the project is required, (individually"Indemnified Party'; collectively "Indemnified Parties") against any and all liabilities, claims,judgments, arbitration awards, settlements, costs, demands, orders and penalties (collectively "Claims"), including but not limited to Claims arising from injuries or death of persons (Contractor's employees included) and damage to property, which Claims arise out of, pertain to, or are related to the negligence, recklessness or willful misconduct of Contractor, its agents, employees, or subcontractors, or arise from Contractor's negligent, reckless or willful performance of or failure to perform any term, provision, covenant or condition of this Agreement ("Indemnified Claims"), but Contractor's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness or willful misconduct of the City and its elected officials, officers, employees, agents and volunteers. B. The Contractor shall require all non-design-professional sub-contractors, used or sub-contracted by Contractor to perform the Services or Work required under this Agreement, to execute an Indemnification Agreement adopting the indemnity provisions in sub- section 7.1 in favor of the Indemnified Parties. In addition, Contractor shall require all non- design-professional sub-contractors, used or sub-contracted by Contractor to perform the Services or Work required under this Agreement, to obtain insurance that is consistent with the Insurance provisions as set forth in this Agreement, as well as any other insurance that may be required by Contract Officer. 8. RECORDS AND REPORTS 8.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer reports concerning the performance of the services required by this Agreement, or as the Contract Officer shall require. 8.2 Records. Contractor shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Contractor shall keep such books and records as shall be necessary to properly perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all reasonable 5 Revised:1/2118 720599.I Q times, including the right to inspect, copy, audit, and make records and transcripts from such records. 8.3 Ownership of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Contractor in the performance of this Agreement shall be the property of City. Contractor shall deliver all above-referenced documents to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights or ownership of the documents and materials. Contractor may retain copies of such documents for Contractor's own use. Contractor shall have an unrestricted right to use the concepts embodied in such documents. 8.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 8.5 Cost Records. Contractor shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred while performing under this Agreement. Contractor shall make such materials available at its offices at all reasonable times during the term of this Agreement and for three (3) years from the date of final payment for inspection by City and copies shall be promptly furnished to City upon request. 9. ENFORCEMENT OF AGREEMENT 9.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 9.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 9.3 Waiver. No delay or omission in the exercise of any right or remedy of a non- defaulting party on any default shall impair such right or remedy or be construed as a waiver. No consent or approval of City shall be deemed to waive or render unnecessary City's consent to or approval of any subsequent act of Contractor. Any waiver by either party of any default must be in writing. No such waiver shall be a waiver of any other default concerning the same or any other provision of this Agreement. 6 Revised:1/2118 720599.1 t 9.4 Riahts and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative. The exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 9.5 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain injunctive relief, a declaratory judgment, or any other remedy consistent with the purposes of this Agreement. 10. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 10.1 Non-Liability of City Officers and Employees. No officer or employee of City shall be personally liable to the Contractor, or any successor-in-interest, in the event of any default or breach by City or for any amount which may become due to the Contractor or its successor, or for breach of any obligation of the terms of this Agreement. 10.2 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. 10.3 Covenant Aeainst 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. Contractor's 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; provision of benefits, rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor shall fully comply with the provisions of Palm Springs Municipal Code Section 7.09.040 relating to non-discrimination in city contracting. 11. MISCELLANEOUS PROVISIONS 11.1 Notice. Any notice, demand, request, consent, approval, or communication that either party desires, or is required to give to the other party or any other person shall be in writing and either served personally or sent by pre-paid, first-class mail to the address set forth below. Notice shall be deemed communicated seventy-two (72) hours from the time of mailing 7 Revised:1/2/18 720599.1 if mailed as provided in this Section. Either party may change its address by notifying the other party of the change of address in writing. To City: City of Palm Springs Attention: City Manager/ City Clerk 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 To Contractor: GA Technical Services, Inc. Frank Cervantes - President 1224 W. 91h Street Upland, CA 991786 P: 909-981-8600 F: 909-382-9897 Email: Jasmine.Cervantes(a,gatechsery ices.com 11.2 Integrated Agreement. This Agreement contains all of the agreements of the parties and supersedes all other written agreements. 11.3 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement by all Parties. 11.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement, which shall be interpreted to carry out the intent of the parties. 11.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 11.6 Third Party Beneficiary. Except as may be expressly provided for in this Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party to this Agreement. 11.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 11.8 Authority. The persons executing this Agreement on behalf of the Parties warrant that they are duly authorized to execute this Agreement on behalf of Parties and that by so executing this Agreement the Parties are formally bound to the provisions of this Agreement. 8 Revised:1/2/18 720599.1 12 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: By: David H. Ready, PhD City Manager APPROVED AS TO FORM: ATTEST By: By: Edward Z. Kotkin, Anthony Mejia City Attorney City Clerk "CONTRACTOR" GA Technical Services, Inc. Date: By: Frank Cervantes President Date: (Secretary) 9 Revised:112118 720599.1 t '� CALIFORNIA ALL-PURPOSE ACKNOWLEDQMENT CIYIt CODE§1180 A notary public or otlier ad5w Ong this cw Tmw verifies only the idempr of she indiidhal who signed die decunera so which this ceroficale a suaclhed and not the tulhhdne t acasacy,a vatndty of t a downent. State of Caiiforriie ) County of ) On before me, Date Hare heart Name and Tide of the Officer peracraly appeared Names)of Sig>ar(s) who proved to me on the basis of satisfactory evidence to be die peraan(a) whose rame(s) islare subscribed to the within instrument and ecknowledped to me that heyaheAhey executed the same in hisAwAheir authorized capaWws).and that by hm4wAtmw sigtahae(s)on die instrument the penson(a), or the enfity upon beW of which the person(s)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the%sta of California Mat the foregoing paragraph is true and correct. Wf IN ESS my hard and official asel. Signature Signature of Alotary Public Piece Wary Seal Above OPTIONAL Though this section is optional.completing fins Wiorm shon can deter afternoon of the document or fraudrrfa t reattachment of firs form to an urrritanded document. Description of Attactoed Document Title or Type of Document Document Date: Number of Pages: Signer(a) Of ter Than Named Above: Copacity(ee)Clawned by Signer(a) Signer's Name: Signers Name: ❑Corporate Officer—TAIe(s): ❑Corporate Officer—Tft(s): ❑Parbar— ❑Lwnded ❑Genera! ❑Partner— ❑Limited ❑General ❑Individual ❑Attorney in Fast ❑Individual ❑Atthmiey in Fact ❑Truatse ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other.. ❑Other. Signer Is Repreaeriting: Signer Is Represenfirig: OM14 Natrona!NotayAssociabon•www.Nalkna#4otwy.org•14Bg US NOTARY 04=-878-M7) hlem ff5W 10 Revised:112118 720599.1 4P I EXHIBIT "A" CONTRACTOR'S SCOPE OF SERVICES/WORK Including, Schedule of Fees And Schedule of Performance 1 Revised:1/2118 720599.1 I BID SCHEDULElPRiCING PAGES(IFB 18-03) AIRPORT FIBER INFRASTRUCTURE SYSTEM RE-TERMINATION All labor, equipment, materials, supervision, service, and proof of insurance to replace ALL housing and Re terminate ALL existing fiber optic cable connections serving as shared infrastructure at the Palm Springs International Airport, per the scope of work and specifications as defined in this document. No changes to the quantities or sizes defined in the specifications will be allowed unless directed and approved by the City. Pricing to include: • ALL labor and ALL new materials to Install a new Equipment Rack to serve as the new centralized termination point for all existing fiber optic cabling within the Pit room. • ALL labor and ALL new materials to extend and re-terminate existing fiber optic cabling within PIT Room onto newly installed rack. • ALL labor and ALL new materials to install 15 access points and three switches in the main terminal, Bono and Regional concourses Airport Fiber Infrastructure System Re-Termination Total Materials Labor(Prevailing Wage Rates Apply) s �O t fl 1 $3 Applicable Palm Springs Tax 8.75% $ GranLTotil $ 3 2 19 5 You must include product specification sheets,data sheets with your bid. GRAND TOTAL LUMP SUM PRICE (in rrgures) $ za g !�� �1� � � rdollars $ °rl� �W O nu�Cn�eY S tMrJ�t+c� � it' n/wo s) In the event that additional services are required beyond the scope of work as defined in this document,please provide your hourly labor rate(regular business hours only'): s_ 210 per hour. 15 12 Revised:112/18 720599.1 WARRANTY: Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship against poor or inferior quality equipment, materials or workmanship that they provide for the Installation for a period not less than Five (5)years from the date of final acceptance of the system by the City. The successful Bidder shall repair or replace inoperable equipmentimaterial in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. *Include with your bid copies your valid C-7 or C-10 Contractor's license,to install the system you are bidding. (Signatures): Name of contractor suu m` ittin id rr GA Technical Services,Inc Authorized signature V Printed name Frank Cery tes Title Operations Manager Address 124 W 9th St. City, State,Zip Telephone No: 909-981-86 Fax No: 909-382-9897 E-mail Jasmine.Cervantes@gatechservices.com Please check below whichever applies: x Yes, our company certifies that it meets the Non-Discrimination and Equal Benefits requirements as provided herein. No, our company does not meet the Non-Discrimination and Equal Benefits requirements as provided herein. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including the acknowledgment with your Bid. Failure to acknowledge the Addenda Issued may result in your Bid being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addendum: Addendum(s)# 1-3 Islare hereby acknowledged. 13 Revised:1/2/1 B 720599.1 17 REFERENCES The City is seeking a qualified contractor who has the required license, certifications, experience and capability to replace all housing and re-terminate all existing fiber optic cable connections serving as shared infrastructure at the Palm Springs International Airport as per the scope of work and specifications contained herein. A minimum of three (3) references shall be submitted below with the bid, Including contact name and phone number, for projects of a similar scope to this Invitation for Bids. 1) Name of contractor or agency: Beverly Hills Unified School District ggContactPerson: Anthony Talbert Phone#310-551-5100 X 2334 grief descriptioneng ngetr, install, test and warranty complete turn-key information Transport Systems for Lore Mann Crhnnl Ri� ac 1`ii ng��{Sf +• � rahl ti ng �+ f }��� 2) Name of contractor or agency, Contact Person: Ray Perez Phone# 949-137-5163 Brief descnption of project: Removal of existing fiber optic cables interconnecting existing MD£c and TDF' c and in a111 nQ•1 fiber nn it gables 3) Name of contractor or agency: Chaffey Joing Union High School District Contact Person: Thomas Vonderharr Phone# 909-988-7411 PAv&SfT'P1" ef'fn%'e?�e, label, test and document cabling for Locai Area Network cable plant rn ras ruc ure in ail classrooms Remove existing CATS Cab1 and Install CAt6 14 Revised:112/18 g 8 720599.1 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BIDS No.18-03 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA } ) SS COUNTY OF RIVERSIDE } The undersigned, being first duly sworn, deposes and says that he or she is President of GA Technical Services, Inc. , the party making the foregoing bid. That the bid is not made in the interests of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that 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 thereof, or paid, and will not pay, any fee to any corporation, partnership, company, as n, anization, bid depository, or any other member or agent thereof to effectuate a sive or sham By' WA Title ( 51C,�I"l� Subscribed and sworn to before me this 71 day of_ DCC P,"c-(- ,20_0 Notary Public in and for said County and State FIDAVLFRM 15 Revised;1/2118 720599.1 � 9 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 ' ;-1 ri b R'-L1Clr d I I')Ca Subscribed and sworn to (or affirmed) before me on this 2-1 day of 20-n, by F Y ( r � y/1 r Vr <, proved to me on the basis of satisfactory evidence to be the persons whoa pearedl before me. JASMINE CEI ANTES Nolery PUMIC-CalIttanla Sate Bttanndlao County CvmmhNOn#2169052 WOM01,hpkes OC122 2020 r'- (Seal) Signature . it 16 Revised:1/2118 720599.1 20 BIDDER'S GENERAL INFORMATION AIRPORT FIBER INFRASTRUCTURE SYSTEM RE-TERMINATION IFB 18-03 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: GA Technical Services 1224 W 9th St. U land Ca 91786 2. CONTRACTOR'S Telephone Number ( 909 ) 9R 1_R600 Facsimile Number: ( 909 ) 382-9897 3. CONTRACTOR'S License: Primary Classification B,C-7,C-10 State License Number(s) 916080 Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: NamecfSurety Amarinan Cnntrartnrg Tnclamnitg Cnmpang Address 601 S FIGUEROA STREET SUITE 1600 . LOS ANGELES, CA 90017- Surety Company _American Contractors Indemnity Company Telephone Numbers: Agent P09) 886-9861 Surety( 213 ) 330-1309 5. Type of Contractor(Individual, Partnership or Corporation): Corporation 6. Corporation organized under the laws of the State of: Califomia 7. List the names and addresses of the principal members of the contractor or names and titles of the principal officers of the corporation or contractor: Frank Cervantes President,Treasurer,and Secretary_ Lorena Cervantes Vice President 17 Revised:112118 720599.1 BIDDER'S GENERAL INFORMATION (Continued) B. Number of years experience as a contractor in this speck type of work: 15 years 9. List the name and title of the person who will supervise full-time the proposed work for this project: 10. Is full-time supervisor an employee x contract service ? 11. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the City_ "WAIVED` 18 Revised: 112118 720599.1 9 ? CITY OF PALM SPRINGS, CALIFORNIA AIRPORT FIBER INFRASTRUCTURE SYSTEM RE-TERMINATION IFB 18-03 KNOW ALL MEN BY THESE PRESENTS, That GA Technical Services,Inc. as Principal,and American Contractors Indemnity Company as Surety, are held and contractually bound unto The City of Palm Springs, hereinafter called the"City" in the sum of: Ten percent of amount bid 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 severalty, contractually by these presents. WHEREAS,said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the City's Contract Documents entitled: AIRPORT FIBER INFRASTRUCTURE SYSTEM RE-TERMINATION 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 bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this 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 7th day of December 20 17 GA Technical Servic (SEAL) (SEAL) (SEAL) ( rin I) American Contractors Indemnity Company (SEAL) (Surety,) J (Si n ture) (SEAL AND NOTARIAL By: Cynthia J.Young,Attomey-in-Fact ACKNOWLEDGMENT OF SURETY) (Signature) 21 19 Revised:1Z18 720599.1 23 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT Fotary public or other officer completing this certificate verifies only the identity of the individual who signed the cument to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. of California ty of San Bemardino On 12/07/17 before me,_ Salisha T Averhart Notary Public Name and Title of OXKer(a.g.,'Jana Dop,Notary Pubk*) personally appeared Cynthia J Young Nameta)of 5igner(s) 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 she executed the same in her authorized capacity, BALISNA T.AVE'R�HA`R`T'�`� and that by her signature on the instrument the mission As 2as4e2s [ person,or the entity upon behalf of which the person =d Notary Pualc-calitornla acted,executed the instrument. San eetnardino County My Comm.ExpiresJan17 4a 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 5ionaturoof Nolarypuec OPTIONAL Though the Information below Is not required bylaw.it may prove valuable to persons rolyitg on the doctrrrenl and could prevent fraudulent removal and reallechment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: O Individual Top of lhuoo nem O Corporate Officer Title O Partner -- ❑ Limited ❑ General ❑ Attomey-in-Fact O Trustee O Guardian or Conservator Other: Signer is Representing: 720599.1 20 Revised:1015 24 DEPARTMEN T OY 1N N U RAIN Uh SAN FRANCISCO Certificate of Authority THIS IS TO CERTIFY, 77tat,pursuant to the Insurance Code of the State of California, American Contractors Indemnity Company of Los Angeles, California,organized under the laws of California,subject to its Articles of Inc arporation orotherfundamental organizational documents,is hereby authorized to transact within this State,subject to all provisions of this Certificate, the following classes of insurance: Surety as such classes are now or may hereafter be defined to the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are,or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 23rd day of May,1994,1 have hereunto set my hand and caused my oJicial seal to be affixed this 24th day of December, 2005. Fee $2,361.00 John Garamendi 14MMnce COMMi ntwner Rec.No. 578370 Filed 10/04/90 By Victoria S.Sidbury Depwy Cerdfleation I, the undersigned Insurance Commissioner ofthe Slate of California,do hereby cer107 that 1 have compared the above copy of Certificate of Authority with the duplicate of original now on file in my office, and that the same is a full, true,and correct transcript thereof,and of the whole of said duplicate,and said Certiftcate ofAuthorily is now in full force and effect. Di WITNESS WHEREOF, I have hereunto set my hard and caused my oficial seal to be affixed this Mth day of December, 2006. John Garamendi lnsuronce Canmtssianer 21 Revised:1/2118 720599.1 5 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY US.SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas mg Company,an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland ,Tvralion and U.S.Specialty Insurance Company,a Texas corporation(collectively,the"Companies"),do by these presents make, constitute and appoint: Jay P.Freeman,Laurie B.Druck,or Cynthia J.Voung of San Bernardino,California its true and lawful Altomey(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 *****Three Million***** Dollars(S **3.000,000.00a*). This Power of Attorney shall expire without further action on November 3,2019.This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be It Remlvrd,that the President,any Vice•I'Midcnl,my Assistant Vice-President,any Secretary or my Assistant Scercluy shall be and is hereby vested with full power and authority to appoint airy one or mole suitable persons as Anomcy(s)•in•Fact an represent and act far and on behalf of the Company subject to the following provisions: Auamcy-ImFact may be given fun power and authority far and is give ratan of end on behslr of the Company,to accute,uknowledge and deliver,any and all bads, reeogncarim, contracts,agmemenls or inderrmity and other conditional or obligatory undcnaldngs, including any and all contemn for the micax of retained pcmmmgn and/or nual climates on engineering and construction contracts,and my and all noticm until documents canceling w terminating the Company's liability thcrcurdcr,and my such ins mments so executed by my such Atloracyin-Fact shall be binding upon The Company as If signed by the Prcidcm and staled and effected by tire Corporate Secroary. Be L Rewivrr(that the signature of any authorized officer and seal of the Company hemafare or bacaaer aff ixod to Any power of anemcy or my certificate relating thereto by focsimik,oral my power of anorney or eenifseato bearing facsimile signmum or facsimile seat shall be valid and binding upon the Company with respect to any boad or undertaking to which it is crashed, IN WITNESS WHEREOF,The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 1 in day of November,2016. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY (-'irporale Seals UNITED SfATFS SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY �YUah ,ES]1M*f *OYOIM_a ea �y Mu,a,� By- Daniel P.Agullar,VicePres eat +.•. -.8 's t err.. w �..._/ A notary public or other officer completing this certificate verities only the ideatityaf the individual who signed the document to which this certificate is alached,and not the trulhfuluess,accuracy,or validity of that document. State of Califomia County of Los Angeles SS: On this lot day of November,2016, before me,Sabina MorlimsTeia,a notary public, personally appeared Daniel P.Aguilar,Vice President of American Contractors Indemnity Company,Texas Bonding Company,Untied Sates Surety Company end U.S.Specialty Insum a Company who proved to me on the basis of satisfactory evidence to be the person whose nation Is subscribed to the within instrumem and acknowledged to me that he executed the same in his authorized capacity,and that by his eigmmre on the Instrument the person,or the emiTy upon beitalf of which the person acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State orcatifamha that the foregoing paragraph is true and correct. WITNESS my hand and ollicial seal. SABINA MORBENSHIN Commission as 2129256 Signamrc (Seat) Notary Public-California Los Ang nst county My coma.Ewlm Nor 3,2019 I,Kio Lo,Assisiaat Secretary orAmeriean Contractors Indemnity Company,Texas Bonding Company,United States Surety Company and U.S. Specialty Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Atiomey,executed by said Companies,which is still in full force and effect;furthermore,the resolutions orThe Boards of Directors,act out in the Power of Attomey me in full force and effmi. �7 In W' ss Whc of,1 have hereunto set my hand and affixed the seals of said Companies at Los Angeles,California this I (lay �J Corporate Seals 1a.cV cE�Ip�Br`t jfeawo n^o co F 1'= � 060 (roi.7%I; )Ee! Kio Lo,Assistant Secretary Hand No. e^ �}'s?, /v+ y Agency No. 3501 22 Revised:112/18 720599A ^IA, fi f•----J'. INVITATION FORBID FOR AIRPORT FIBER INFRASTRUCTURE SYSTEM RE-TERMINATION (18-03) ADDENDUM NO. 1 This Addendum is being issued for the following changes and Informational items: THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. CLARIFICATION OF INSTRUCTIONS TO BIDDERS: Pre-Bid Walk-Through of the work site and existing facilities,which will be conducted by the City to acquaint the Bidders with existing site conditions. The NON-MANDATORY Pre Bid Conference and tour will be from 8:30 a.m. — 10:00 a.m, local time, on Tuesday, December 5, 2017 at the Palm Springs International Airport, 3400 E. Tahquitz Canyon Way, Palm Springs, California,in the 2nd Flom Conference Room. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Procurement Specialist II DATE: December 4,2017 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: A chnical Servic 5, Inc Authorized Signature: Date: 12/2 7/17 Acknowledgment of Race of Addendum required by signing and including the acknowledgment with your B' Failure to acknowledge this Addendum may result in your Bid being deemed non-responsive. 720599.1 23 Revised.1/2118 �� 0 46: The sequence of activity involving the interception, transfer and testing of the existing fiber optic cables to the new termination housings will include an interruption of service. Are there guidelines in place for this,for example:airport scheduled times to perform the work that requires the interruption of service, the coordination with airport techs to install the new patch cords to bring up service through the new cable condition? A 48., The contractor will coordinate a schedule with the airport for service Interruption and be responsible for installing new patch cords. BY,ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA 4p Procurement Specialist 11 DATE: December 12, 2017 ADDENDUM ACKNOWLEDGME Proposer Firm Name: /� i✓C i r rA ( v( U-S Authorized Signature: Date: Acknowledgment of Receip f Addendum 2 is required by signing and including the acknowledgment with your Bid. Failure to acknowledge this Addendum may result in your Bid being deemed non-responsive. 24 Revised:1/2118 720599.1 r? INVITATION FOR BID FOR AIRPORT FIBER INFRASTRUCTURE SYSTEM RE-TERMINATION (18-03) ADDENDUM NO.3 This Addendum Is being issued for the following changes and informational items: THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and/s hereby providing answers thereto: Q 1: It was brought up in the Pre-Bid Walk-Through what type of connectors were to be placed in the(2)new 4U rack mount fiber patch panels. A 1: See Question and Answer 11 Addendum#2 Q 2: 1 would also like to get a count on the number of jumpers currently patched to accurately estimate cut-over costs in labor&material. A 2: 106 Q 3: It was also brought up in the Pre-Bid Walk-Through about a cut-over schedule,whether this would be an after-hours (night)cut-over? Is it possible there are sufficient spare fibers to do a roll over cut or will this be an out of service cut-over? A 3: !t is possible to do a roll over cut given the number of spares Q 4: Will a drawing be provided for the approximate locations of the (15)WAP's so we can get approx.distances, environment, elevations, possible lift requirements etc.? A 4. See Question and Answer 28 Addendum#2 Q 5: Will there be a requirement for an additional Cat 6 cable for the WAP's for redundancy or another programmed bandwidth? A S: No. Q 6: For the fiber optic extensions in the Pit Room,will there be a Service Loops requirement for each cable? A 6: !f stack Is not available, then no service loops will be required. Q 7: For the fiber optic extensions in the Pit Room,will the multimode=requirements be OM3 or OM4. 25 Revised:1/2J18 720599.1 � Q A 7: See Question and Answer 38 Addendum#2 Q 8: For the fiber optic extensions in the Pit Room at the Corning 4U rack mount fiber patch panels,will the fiber termination requirements be SC or LC connectors? A 8: See Question and Answer 11 Addendum#2 09: Instal the following sections of new fiber optic cabling between consolidation splice point and new frame to extend fiber from current locations to centralized management point. Please identify and clarify"consolidation splice point"and"centralized management point'. A 9: -Consolidation splice point is simply the splice point - Centralized management Is the rack with fiber patch panels Q 10: Will there be a requirement for fiber optic patch cords? A 10: See Question and Answer Addendum#2 Q 11: Will there be a requirement for copper patch cords for the WAP's? A 11: See Question and Answer 4 Addendum #2 Q 12: When I add up the number of fiber strands comes to 190 but rip says: "Install related cassettes,Subscriber Connector coupler panels and factory pre- terminated pigtals as required to re-terminate(214)strands of existing fiber optic cabling to support customer's active components." Is there one location missing? A 12: Please refer to DWG. NO. SS-WIB Plan for 214. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Q� Procurement Specialist it DATE: December 20,2017 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: GA hnical 3ervic s. Inc Authorized Signature: Date: 12/2 7/17 Acknowledgment of Receip of Addendum # i required by signing and including the acknowledgment with your B . Failure to acknowledge this Addendum may result in your Bid being deemed non-responsive. 26 Revised:1018 720599A CONTRACTORS STATE LICENSE BOARD t"„• Contractor's License Detail for License # 816080 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. CS1.8 complanl disclosure is restricted by low 18&P 7124.6)1Ifis entity R UbJeCt Io public Complaml dmckhsure,a Ink for comptaml dmClosum win appear below Clck m the linh or button to obtan oanpaint and/or legal action intonation Per S&P 7071.17,only construction releled clw IuOgtnenl5 reported to u*CSLB are disclosed Arbiaalions am not listed ashes the contractor fails to comply with the terms aline a,wralion Oue to wo,kload.there maybe relevant inronnalsorh that has+,et yet bean onlered onto the Board's license dalabase Data current as of 12/28/2017 3:20 48 PM Business Information G A TECHNICAL SERVICES INC 1224 W 9TH ST UPLAND,CA 91762 Business Phone Number:(909)981-8600 Entity Corporation Issue Date 12/20/2002 Expire Date 12131/2018 Lisense Status This license is current and active. All information below should be reviewed. Classifications C-7-LOW VOLTAGE SYSTEMS C 10-ELECTRICAL 8-GENERAL BUILDING CONTRACTOR 13ondlno Information Contractor's Bond This license filed a Contractor's Bond with WESTERN SURETY COMPANY Bond Number 62599330 Bond Amount:$15,000 Effective Date:01/0 9120 1 6 Contractors Bond History Bond of Qualifying Individual The qualifying individual FRANK CERVANTES certified that he/she owns 10 percent or more of the voting stockimembership merest of this company:therefore,the Bond of Qualifying Individual is not required. Effective Date:0111312010 BON Bond History Workers'Com nsation This license has workers compensation insurance with the INSURANCE COMPANY OF THE WEST Policy Number:WSD5027838 Effective Date: 10/09/2014 Expire Date: 1 010 912 01 8 Workers'Compensation History 27 Revised:1/2118 720599.1 7 EXHIBIT 66B)9 INSURANCE PROVISIONS Including Verification of Coverage, Sufficiency of Insurers, Errors and Omissions Coverage, Minimum Scope of Insurance, Deductibles and Self-Insured Retentions, and Severability of Interests (Separation of Insureds) 28 Revised:112118 720599 I 32 INSURANCE 1. Procurement and Maintenance of Insurance. Contractor shall procure and maintain public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Contractor's performance under this Agreement. Contractor shall procure and maintain all insurance at its sole cost and expense, in a form and content satisfactory to the City, and submit concurrently with its execution of this Agreement. Contractor shall also carry workers' compensation insurance in accordance with California workers' compensation laws. Such insurance shall be kept in full force and effect during the term of this Agreement, including any extensions. Such insurance shall not be cancelable without thirty (30) days advance written notice to City of any proposed cancellation. Certificates of insurance evidencing the foregoing and designating the City, its elected officials, officers, employees, agents, and volunteers as additional named insureds by original endorsement shall be delivered to and approved by City prior to commencement of services. The procuring of such insurance and the delivery of policies, certificates, and endorsements evidencing the same shall not be construed as a limitation of Contractor's obligation to indemnify City, its elected officials, officers, agents, employees, and volunteers. 2. Minimum Scone of Insurance. The minimum amount of insurance required under this Agreement shall be as follows: 1. Comprehensive general liability and personal injury with limits of at least one million dollars ($1,000,000.00) combined single limit coverage per occurrence and two million dollars ($2,000,000) general aggregate; 2. Automobile liability insurance with limits of at least one million dollars ($1,000,000.00) per occurrence; 3. Professional liability (errors and omissions) insurance with limits of at least one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000) annual aggregate is: required is not required; 4. Workers' Compensation insurance in the statutory amount as required by the State of California and Employer's Liability Insurance with limits of at least one million dollars $1 million per occurrence. If Contractor has no employees, Contractor shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. 3. Primary Insurance. For any claims related to this Agreement, Contractor's insurance coverage shall be primary with respect to the City and its respective elected officials, officers, employees, agents, and volunteers. Any insurance or self-insurance maintained by City and its respective elected officials, officers, employees, agents, and volunteers shall be in excess of Contractor's insurance and shall not contribute with it. For Workers' Compensation and Employer's Liability Insurance only, the insurer shall waive all rights of subrogation and 29 Revised:112/18 7205991 1 J contribution it may have against City, its elected officials, officers, employees, agents, and volunteers. 4. Errors and Omissions Coverage. If Errors & Omissions Insurance is required, and if Contractor provides claims made professional liability insurance, Contractor shall also agree in writing either(1) to purchase tail insurance in the amount required by this Agreement to cover claims made within three years of the completion of Contractor's services under this Agreement, or (2) to maintain professional liability insurance coverage with the same carrier in the amount required by this Agreement for at least three years after completion of Contractor's services under this Agreement. Contractor shall also be required to provide evidence to City of the purchase of the required tail insurance or continuation of the professional liability policy. 5. Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless otherwise acceptable to the City. 6. Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, effecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Contractor's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured... " ("as respects City of Palm Springs Contract No. " or 'for any and all work performed with the City"may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No._" or 'for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof; the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 30 Revised:112118 7205991 34 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Contractor's obligation to provide them. 7. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City prior to commencing any work or services under this Agreement. At the option of the City, either (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its elected officials, officers, employees, agents, and volunteers; or (2) Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Certificates of Insurance must include evidence of the amount of any deductible or self-insured retention under the policy. Contractor guarantees payment of all deductibles and self-insured retentions. 8. Severability of Interests (Separation of Insureds). This insurance applies separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. 31 Revised:112118 720599.1 �� 5