Loading...
HomeMy WebLinkAbout06170 - ALLIANCE PROTECTION INSTALLATION OF FIRE ALARM SYSTEM AT PLAZA THEATER CONTRACT SERVICES AGREEMENT ALLIANCE PROTECTION THIS AGREEMENT FOR CONTRACT SERVICES ("Agreement") is made and entered into on OY. 2� , 2011, by and between the City of Palm Springs, a California charter city and municipal corporation ("City"), and Alliance Protection, a Security and Fire Alarm Service and Monitoring Company, ("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 a certified security and fire alarm Company, for upgrading of the existing security and fire alarm system at the Plaza Theater, located at 128 S. Palm Canyon Drive, Palm Springs, California. B. Contractor has submitted to City a proposal to upgrade the existing security and fire alarm systems providing the necessary drawings, labor and materials to bring these systems up to code, according to NFPA 72 Edition 2010, 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. CONTRACT SERVICES 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contractor shall provide the required fire alarm upgrade including, smoke detection sensors in the air conditioning ducts and security alarm upgrade 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:6/16/10 720599.1 ORIGINAL BID AND/OR AGREEMENT 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 performance 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 Consultant. 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 $ 24,298.48. 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 Changes. 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. 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:6/16/10 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, commencing on the date entered into, 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: Mr. Ashley May, Certified Fire/Life Safety Technician. 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 3 Revised:6/16/10 720599.1 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. 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: Ashley May Certified Fire/Life Safety Technician 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, 4 Revis d:6/16/10 720599.1 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 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 Design Professional Services Indemnification and Reimbursement. If the Agreement is determined to be a "design professional services agreement" and Consultant 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 Consultant'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 Consultant 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. 5 Revised.6/16110 720599.1 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 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 terns 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. Revised:6/16110 720599.1 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. 9.4 Rights 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. No officer or employee of the City shall have any direct or indirect financial interest in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects their financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third parry any money or other consideration in exchange for obtaining this Agreement. 10.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination or segregation in the performance of or in connection with this Agreement regarding any person or group of persons on account of race, color, creed, religion, sex, marital status, disability, sexual orientation, national origin, or ancestry. 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 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. 7 Revised:6/16/10 720599.1 To City: City of Palm Springs Attention: City Manager/City Clerk 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 To Contractor: ALLIANCE PROTECTION Attention: Ashley May 45130 Golf Center Parkway, Suite A Indio, CA 92201 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. g Revised:6/16/10 720599.1 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs c Date: By. ! David H. Ready City Manager AP OWL) BY Liiali� APPROVED AS TO FORM: ATTEST J4By: By: Doug C. Holland, (� James Thompson, City ttorney `V� City Clerk "CONTRACTOR" ALLIANCE PROTECTION Date: r7 B4Asay a Date: (name) (secretary) 9 Revised:6/16/10 720599.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of 91 �u q;as, On HIOM�t 1 1,Mll before me, C.utVIr4�/ 11 A 1/fi0,164 �y G�✓� 11� pgm Here am[Name am 1," "mw personally appeared NwnpJ W sve w who proved to me on the basis of satisfactory evidence to be the persons o whose name909*subscribed to the within instrument and acknow,;-le,�d�e�d to me that �h`�s�0/ W executed the s me i=h' /ttjau au8xxized CCYNTHIA A.BERARDI capacity(i�),and that b hi /heir sigrlaiiire*on the ommission i 1819529 = instrument it* person(, or the entity upon behalf of Notary Public-California which the personM acted,executed the instrument. RI rside County my Comm.Fx 'fes Feb 18.2014+ 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 d official seat. Signature vlaec obmry ewl nUo`e Y" ��tummwmq werE OP77ONAL Through the intimation below is not re9uhed by taw.It may Prove valuable to persons retying on ere docvr t and could prevent haudrdent removal and reattachment of We tom to another document. Description of Attached Document title or type of Document: ✓J, /L 7�IyiC t� 2L /n11 1�'� Ll, ��/ Document Date: ___. Number of Pages: Signers)Other Than Named Above_ Capecity(tes)Claimed by Signer(s) Sign am Signers Name: p aldivldu ❑individual ❑ Corporate Offic Title(sy ❑Corporate Officer—Tifle(s): 0 Partner—❑Limited rat ❑Partner—❑Limited C General ❑ Attorney in Fact ❑Attorney in Fact ❑ Trustee Toc o , Hare ❑Trustee !Top a cnvnt,here ElGuardian or Conservator. rdian or Conservator i ❑ Other. ❑Other: - Signer Is Representing: Signer Is Representing: 9alm NaUmrl Nopry AisodaWn•9SSOOr smo Ave.,PA.ear?ROY•Chamevnh,Ca B13is08DT•wwwNaLariBNlafmY:ma I[arnx�r Rambr.EaGTal4Feci&IP67e8327 10 Revised:6/16/10 720599.1 EXHIBIT "A" See Attached ] Revised:6/16/10 720599.1 ALLIANO law, `; Alliance Protection Quote i € r j > Phone:760-342-8406 Fax:760-342-2746 43"f7 s 45130 Golf Center Parkway,Suite A No.: Indio, CA 92201 Date: 11/10/2011 G P Prepared_for: Prepared by: Ashley May Account No.: 3451 Plaza"Theater 128 N.Palm Canyon Drive City of Palm Springs Palm Springs, CA 92262 U.S.A. Qty. Item ID Description UOM Sell Total Alliance Protection is pleased to present this proposal to install a fire alarm system per code and add an addition to the - exis*secur4 system. - - Scope of Work:Replace the existing fire alarm panel with a new system as perNFPA72 standards.Installation of duct detectors connected to th fire system.The security system will be extended with door contacts and motion sensors. Work is scheduled for completion within 60 days from finalized contract. Total: $24,298.46 Prices are finri until 2/8/2012 Quoted by: Ashley May Date: 11/10/2011 You understand we are only inspecting the existing equipment and are not liable for a failure of the system,the monitoring service or the components. Accepted by: Date: This agreement is not binding unless approved by an authorized representative of Alliance Protection(AP). In the event of failure of approval,as aforesaid,the only.Gali ty of AP sha0'be to return to the client the amount,if any,paid to AP upon sighing this Change Order/Contract Addendum. Ifthis transaction is with a residential client,you may cancel at any time prior .to midnight of the third day from the date of this Change Order/Contract Addendum. Changes may be charged on a Time& 'Material Basis. Contractors License#859369,Security Bureau License#ACO5333 . Quaterpt, Printed:111104201112:1939PM R10.4.4 Page I of 1 /. ❑BURGLARY ❑FIRE. ALLIANCE ❑PURCHASE ❑UPGRADE Alliance Protection ❑RESIDENTIAL ®COMMERCIAL 45-130 Golf Center Parkway Suite A ❑EXT.WARRANTY ❑TAKEOVER Indio,CA 92201 - ❑MONITORING ❑OPEN/CLOSE Phone:760-342-8406 ❑TELEPHONE ❑RE-SIGN Alarm Campaey Iinnae gAC05333 Fax:760-342-2746 ❑CELLULAR BACKUP ❑ SITE C.Iffib aiscentncturstleeaseaRS9369 ❑INTERNET ❑ CLIENT ACCOUNT# 0VofP DIGITAL PHONE LOC1051 SECURITY SYSTEM SALE AND SERVICES RETAIL INSTALLMENT CONTRACT THIS AGREEMENT is made this 4°day of November.2011 by and betweer Homeland Protection Services,fna&Wa Alliance Pmtcuiom,a California Corporation("AP"),and: City of Palm Springs—Plaza Theater Clients Name Promise Phone Number 128 N.Palm Canyon Drive Palm Springs CA 92262 Address city . - State zip Social Security Number Date ofSirth Beacon Scare Tracking Number Billing Address - This agrcunent is written in plain language. Client is nmuimes refened am-ye axy.mand AP is smmtimss refund to u"y ""vs"m"au." 1. SALE AND INSTALLATION We agree to sell to you and install the security system(s) described on the Schedule of Protection at the address shown above(collectively the"System")and provide(I)warmly and after warrenty time and material repair service, III)monitor the Slams system at an independently owned and operated monitoring facility we select(the"Monitoring Center").and(iii)provide the other services selected below. SCHEDULE OF PROTECTION Quantity Lion Location Comment Installation Per Attached Quotes:#4076,#4153,94336. Starting the installation of wiring and/or delivery of equipment to yor.premis ca will constitute substantial commencement of the work to be petitioned.ed. For a residential system,a What by AP without legal marine to substantially commerce work within twenty(20)days from the approximate installation smiting date is a violation of the Alarm Company Act'Upon completion of the installation,we will thoroughly instruct you in the proper use ofihe System. Approximate Installation Starting Date: .2011 Approximate Installation Completion Doe: .2011 CONTRACT,PAYMENT&FINANCIAL DISCLOSURES Total Sales Price S 24298.49 City Permit Required: Yes❑ No❑ Initial Deposit Upon Signing S 4,859.71) Billing Frequency: Me❑ Qt❑ An❑ Balance Due Upon Completion S 19,43&78 - 3.Year Original Term Initial Monthly Ext.Warranty - Yes❑ No Total Monthly S N/A - The total services sum shown above is the total ash price you will pay na for services during the initial term. There is no financing charge or cost of credit(0%APR)associated with this agreement.See separate form for credit card payment authorization. You acknowledge and agree that pricing for equipment on a prawimd or existing system is based upon all wirestpurts being inmct and functional. Any mining or non-foctidaal'wine or pans will be repaired or replaced at an additional charge. Should CLIENT agree to the Extended Warranty Service,a$25.00 trip charge for each visit ce the site will be billed Initial: N/A (Security Only) We may choose not to smart monitoring the System or provide now services will the total sales prim is paid in full. We will retain title to the System until the complete total sales prim is paid If you fail to make my payment for the installation or services.when due we may discontinue installation,monitoring and service,terminate this agrament and recover all damages towhich we am entitled,including the value of the work performed and loss of profits. .In addition wo may impose a We charge an all payments team than tea days past due in the maximum mount permitted by California law. .. AC03191 I L041t011 Am=.Representative At..Asset Dam Clint Name(PfirsuO - Management Approval Date Client Sigoorm, - Date THIS AGREEMENT WILL NOT BE BINDRrO UFON AP UNTIL amIFR(1)APPROV®BY om OF Olaf WNABS S OR(2)WE START THE INSTALLATION M SERVICES. A Ot®IT CtmCR WBL M t9MPUSafETI.AN THE EVENT OF OUR NON-APPROVAL,OUR ONLY LIABa1TY SHALL,BE W REFUNn TO YOU You AMOUNTYHATYOUPAIDYoua, CIIFNI'ACYNOWIJmOE.SAtm MR084'THATe9.rail'MAYNOTRBC61VEACOPYOFTMSAGRE@.ffi43A WVMBY AP'S MANAGER,AND SUCH IAC60F RAT SHALL NOT.IN ANYWAY.INVALIDAM OR OHiERAME AFFECT THIS AGREE.ffin. 0s49345.4/39944-00001 ALLIANCE Alliance Protection Quote Phone:760-3424406 Fax:760-342-2746 45130 Golf center Parkway,Suite A No.: 4076 . . Indio, CA 92201 Date: 7/21/2011 Prepared for: Prepared by: Ashley May Account No.:3451 Plaza Theater 128 N.Palm Canyon Drive City of Palm Springs Palm Springs, CA 92262 U.S.A. - Qty. Item ID Description UOM 1 VSI-RD VS1,i Loop,64 Intel Dev,214AC;DID EA 1 RLCD-R Red Annunciator EA I SA-232 RS2321nV:f=fbrVSl EA 2 WA-NP712 Battuy Mnah EA I V-PS Phan Smoke EA 1 B4U Standard Detector Base EA i GSA-M270 Single Action Pull Station EA 2 GSA-Cfl Single Input Module EA 14 MGIR-ADVM Multi-cd temporalhorn-strobe,hillo dB- EA 24V,RED I MG1R-VM Multkd strobe-24V,RED EA 1.00 Plans Fire Al.Plans EA 1,000 1g2 FPL-R 182H.Vre FT 50 18/4 FPL-R 1814 Fire Wire FT 2,000 142 FPL-R 14.2 Fire Wne Fr 200 Conduit 3/4^EMT Condult3/4'EMT FT 1 FRERADIO AM Fire Radio w/Intellitap EA Pricing for design and insuBedon is based on the equipment listed on our proposal,any additions or changes required by the building dcl mmmt orAIU/Fue Marshal are billed at an additional charge. Ron dedicated power to the FACU Fire Almon radio monitoring wig be$55 per month Qoote.rpt, Primed:1111020111134:55AM RIOAA Page I oft ALLIANCE Alliance Protection Quote Phone:760-342-9406 Pas 760-342-2746 45130 Golf Center Parkway,Suite A No.: 4076 PROTECTION `, * Indio, CA 92.201 Date: 7/21/2011 Prepared for: Prepared by: Ashley May Account No.:3451 Plaza Theater 128 N.Palm Canyon Drive City of Palm Springs Palm Springs, CA 92262 U.SA. Qty. Item m Description UOM Total: S21,863.03 Prices are firm until 2/10/2012 Quoted by: Ashley May Date:7/21/2011 Accepted by: Date: This agreement is not binding unless approved by an authorized representative of Alliance Protection(AP). In the event of fail=of approval,as aforesaid,the only liability of AP shall be to rdmn to the client the amount,if any,paid to AP upon signing this Change Order/Contract Addendum. If this transaction is with a residential client,you may cancel at any thou prior to midnight of the third day from the date of this Change Order/Contract Addendum. Changes my be charged on a Time& Material Basis. Contractors License#859369,Security Bureau License#AC05333 Qoote.rpt,Pruned 11/1020111 C34:55AM R10.4.4 Page 2 of2 ALLIANCE Alliance Protection Quote Phone:760-342-8406 Fax:760-342-2746 45130 Goff Center Parkway,Suite A No.: 4153 PROTECTION Indio, CA 92201 Date: 8/10/2011 Prepared for. Prepared by: Ashley May Account No.:3451 Plaza Theater 128 N.Pahn Canyon Drive City of Palm Springs Palm Springs, CA 92262 U.S.A. Qty. Item ID Description UOM 1 RV-RVt36CSRN Siren 30W with Housing Tamper FA 1 SC401R Strobe 12v Red FA 1 5800PIR-RFS PIR,801b,WL PA I Vista-GSM Total Connect ForVista2lip PA Connection W costing Honeywell Cannot Pand Total: 51,025.00. Prices are firm until 2/10/2012 Quoted by: Ashley May Date:8/10/2011 Accepted by: Date: This agreement is not binding colas approved by an authorized representative of Alliance Protection(AP). In the event of failure of approval,as aforesaid,the only liability of AP shall be to cannot to the client the amount,if my,paid to AP upon signing this Change Order/Contract Addendum. If this transaction is with a residential client,you may cancel at any time prior to midnight ofthe third day from the date of this Change Order/Contract Addendum. Changes may be charged on a Time& Material Basis. Contractors License#859369,Security Bureau License#ACO5333 Quate.tpt,Footed:11110/201112:3131PM RI0.4.4 Page I of i ALLIANCE Quote Alliance Protection Phme:760-342-8406 I=760-342-2746 No.: 4336 45130 Golf Center Parkway,Suite A Indio, CA 92201 Date: 11/7/2011 PROTECTION Prepared for: - Prepared by: Ashley May Account No.:3542 City of Palm Springs-Duct Detectors U.S.4- Qty. Item ID Description UOM 2 BK-D412dW System Sensor Weathettigtt Duct Smoke EA Detectors . 2 GSA-CTI Single Input Module. EA 200 182 FPL-R 10 Fire Wue Fr 1 Conduit Flu Conduh EA 1 Misc Supplies MiW..Comectm5upplies _ EA Installation,connection and panel programming for 2 Duct SmokeDekGors Yom Price: $1,470.45 Total: $1,470.45 Prices are firm until2/52012 Quoted by: Ashley May Date:11/72011 Accepted by: Dom: This agreement is not binding unless approved by an authorized representative afAlliance Proom im(AP). In the event of failure of approval,as aforesaid,the only liability of AP shall be to ietum to the client the summit if any,Paid to AP upon - signing this Change Order/Contract Addendum. If this transaction is with a residential client,you may cancel at my time prior to midnight ofthe third day from the date of this Change.order/Conuuct Addeadma, Cbmgu may be charged on a Time& Material Basis. ` Contractors License#859369,Security Burem License#AC05333 Qunteupt.Printed:11/1020111z33:WPM R10.4.4 - Page 1 orl - EXHIBIT "B" 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) 12 Revised:6/16/10 720599.1 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 Scope 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 x 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 13 Revised:6/16/10 720599.1 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, affecting 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 Na" 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. 14 Revised:6/16/10 720599.1 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. 15 Revised 6/16/10 720599.1