Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
JMG Security Systems Inc; 2014-04-24; PEM1075
PEM1075 AMENDMENT NO. 4 TO EXTEND AND AMEND AGREEMENT FOR SECURITY CAMERA SYSTEM EXPANSION AND ANNUAL PREVENTATIVE MAINTENANCE SERVICES JMG SECURITY SYSTEMS, INC. Th~~ No. 4 is entered into and effective as of the 9-/)J. day of '-fYJi , 2018, extending and amending the agreement dated April 24, 2014, (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and JMG Security Systems, Inc., a California corporation, ("Contractor") (collectively, the "Parties") for Security System Expansion and Annual Preventative Maintenance Services. RECITALS A On April 24, 2015, the Parties executed Amendment No. 1 to the Agreement to add prevailing wage language to the Agreement per the requirement of the Department of Industrial Relations (DIR), and to extend and amend the Agreement for a period of one (1) year; and B. On March 29, 2016, the parties executed Amendment No. 2 to extend the Agreement for one (1) year; and C. On April 10, 2017, the parties executed Amendment No. 3 to extend the Agreement for one ( 1) year; and D. The Parties desire to alter the Agreement's scope of work to extend and fund the Agreement for a period of one (1) year. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year ending on ending on April 24, 2019, on a time and materials basis not-to-exceed two thousand five hundred dollars ($2,500). 2. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. Ill Ill Ill Ill City Attorney Approved Version 1 /30/13 PEM1075 4. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR (print name/title) By: Q" ~ J ~ )> CITY OF CARLSBAD, a municipal corporation of the State of California By: Elaine Lukey / Pu lie orks Director as authorized by City Manager (sign here) SJsllf'\ l)e\/\'\Q L~, VPaf-Mrn,n (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A BREWER, City Attorney BY:~k .......... · ~~V:.~~-----t-t----- Deputy City Attorney City Attorney Approved Version 1 /30/13 2 ~JMnsEcuRrrv USYSTEMS Our service is your security."' • Intrusion Det&t:-on • Fire D&ecton • Video Surveillance • A~cess Control Corporate Resolution RESOLVED, that this corporation, JMG Security Systems, Inc .. , is hereby authorizing the below individuals to execute agreement(s) for the City of Carlsbad on behalf of the corporation. RESOLVED FURTHER, that Gil Ledesma, Vice President of Sales and Marketing, whose signature is set forth below be and is hereby authorized, directed and empowered to execute documents and deliver to the City of Carlsbad on behalf of the co~~ C::~< Gi I Ledesma, VP of Sales & Marketing RESOLVED FURTHER, that Sue Tjelmeland, the Vice President of Administration whose signature is set forth below be and is hereby authorized, directed and empowered to execute documents and deliver to the City of Carlsb on behalf of the Corporation. RESOLVED FURTHER, that the above individuals are authorized to act upon this resolution until written notice of its revocation is delivered to Creditor at its principal place of business in Fountain Valley, CA. I, Kenneth C. Jacobs, President/CEO of the above named corporation, do hereby certify that the foregoing is a full, true and correct copy of resolutions of the Board of Directors of said corporation duly and regularly adopted at a meeting of said Board of Directors duly and regularly held on the September 26, 2016. I further certify that said resolutions are still in full force and effect and have not been amended or revoked, and that the specimen signatures appearing above are the signatures of the officers of this corporation authorized to sign the City of Carlsbad agreement on behalf of this corporation. "RESOLVED FURTHER, that all acts and deeds done by any of such officers of this corporation for and on behalf of this corporation in entering into, executing, acknowledging or attesting any of the above referenced documents or other instruments or agreements, or in carrying out the terms and intentions of these resolutions are ratified, approved and confirmed." IN WITNESS WHEREOF, I have hereunto set my hand as CEO/President of the above corporation this 26th day 0/4~~~ Kenneth C. Jacobs CEO/President J MG SECURITY SY STEMS I INC. Tel: 800-90(}4564 • fax: 714-545-0352: • 17150 N-ewhope St., Ste.~C3. Fountain Valley. CA 92708 www.jmgsecurity.com AJcrm Lie .. t.COl759 • Cont. Lie. 575070 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 10/2/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement{s). PRODUCER ~~~~~CT Jessica Wilkison Tolman & Wiker Insurance Services LLC #OE52073 ~.~~Nr-Tn c • .,. (661) 616-4700 I FAX !A/C Nol: (661) 616-4500 5001 California Ave. !tl~~ss: j wilkison@tolmanandwiker.com Suite 150 INSURER(S) AFFORDING COVERAGE NAIC # Bakersfield CA 93309 INSURER A :Steadfast Ins Co 26387 INSURED INSURER B :American Guarantee and Liabili 26247 JMG Security Systems Inc INSURER C :Everest National Ins Co 10120 17150 Newhope #109 INSURER D: INSURER E: Fountain Valley CA 92708 tMC'IIDCD ~. COVERAGES CERTIFICATE NUMBER:17/18 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT\I\/ITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE l"~n ,.n,n POLICY NUMBER IM M/DD/YYYY\ IMM/DD/YYYY\ LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 4,000,000 f---~ CLAIMS-MADE [iJ OCCUR DAMAGE TO RENTED A PREMISES /Ea occurrence! $ 100,000 f--- X Errors & Omissions X EOL9322546-11 f--- 8/1/2017 8/1/2018 MED EXP (Any one person) $ 5,000 X $2,500 Deductible PERSONAL & ADV INJURY $ 4,000,000 f--- GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 5,000,000 ~ DPRO-DLOC PRODUCTS -COMP/OP AGG $ 5,000,000 POLICY JECT OTHER: Employee Dishonesty Endt $ 100,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ /Ea accident) - ANY AUTO BODILY INJURY (Per person) $ --ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ f---AUTOS f---AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS fPer accident) f---f---$ X UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ 1 000 000 f--- B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1 000 000 DED I I RETENTION$ AUC017670503 8/1/2017 8/1/2018 $ WORKERS COMPENSATION X I ~~:TUTE I I OTH- AND EMPLOYERS" LIABILITY ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVE [i] EL EACH ACCIDENT $ 1 000 000 OFFICER/MEMBER EXCLUDED? N/A C (Mandatory in NH) y 5300003299-171 8/1/2017 8/1/2018 EL DISEASE -EA EMPLOYEE $ 1 000 000 If yes, describe under DESCRIPTION OF OPERATIONS below EL DISEASE -POLICY LIMIT $ 1 000 000 A Employee Dishonesty EOL9322546-11 8/1/2017 8/1/2018 $100,000 Limit $2,500 Deductible DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) GL: The City of Carlsbad is Additional Insured as respects to operations of the Named Insured per form (GL)UGL1175FCW0413. WC: A Waiver of Subrogation is added in favor of the Additional Insured per form (WC)WC040306. Endorsements apply only as required by current written contract on file. CERTIFICATE HOLDER CANCELLATION certificates-carlsbad@risk SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Carlsbad/CMWD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN c/o EXIGIS Insurance Compliance Services ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 4668-ECM #35050 New York, NY 10163-4668 AUTHORIZED REPRESENTATIVE I J Wilkison/ASHLES ~7~ ~~ © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) INS025 (201401) The ACORD name and logo are registered marks of ACORD i 0 POLICY #5300003299-171 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC040306 WAIVE:" Or' OU" "1<:iHTTO "l:COVI:" r'"OM OTHl:"S 1:NDO"Sl:Ml:NT- CAl..lfQRNIA We have the right to recover our payments fran anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization naned in the Schedule. (This agreement ~plies only to the extent that you perform work under a written contract that requires you to obtain this agreement fran us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be otherwise due on such remuneration. PERSON OR ORGANIZATION Blanket where required by written contract % of the California workers' compensation premiun SCHEDULE JOB DESCRIPTION -1998 by the ¥«ricers' CoR1J81111ltlon lnairance Rating 8.lreau of Calitrria. All righls reserved. Fran the WCIRB's California Workers' Ccmpensatlon Insurance Fonns Manual -1999. Additional Insured -Automatic -Owners, Lessees Or Contractors Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem EOL9322546-11 08/01/2017 08/01/2018 ~8/01/2017 ZURICH Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: JMG Securi1y Systems Inc. Address (including ZIP Code}: 17150 Newhope #109 Fountain Valley, CA 92708 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part ® A. Section II -Who Is An Insured is amended to include as an addi1ional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an addi1ional insured only wi1h respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such addi1ional insured. B. With respect to the insurance afforded to these additional insureds, the following addi1ional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional archi1ectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or moni1oring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-1175-F CW (04/13) Page 1 of 2 C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV - Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV -Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV -Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section Ill -Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-1175-F CW (04/13) Page 2 of 2 JMGSE-2 OP ID: LW ACORD" CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 10/09/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~2~I~cT Jeannine Cetta GREG LERUM INS AGENCY, INC rA~gN:o Extl: 949-492-7331 I FAX 302 N. EL CAMINO REAL #118 IA/C Nol: 949-498-1016 SAN CLEMENTE, CA 92672 ~oMl~~ss: jeannine@gregleruminsurance.com Greg Lerum INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Mid-Century Insurance Companv 21687 INSURED JMG Security Systems, Inc. INSURERS: 17150 Newhope St #109 INSURERC: Fountain Valley, CA 92708 INSURERD: INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE ,.,en ""n POLICY NUMBER IMM/DD/YYYY\ IMM/DD/YYYYl COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ -D CLAIMS-MADE OoccuR uAMAGE TO RENTED AGENCY DOES NOT INSURE PREMISES !Ea occurrence\ $ MED EXP (Any one person) $ - PERSONAL & ADV INJURY $ - GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ =i DPRO-DLOC PRODUCTS -COMP/OP AGG $ POLICY JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident\ $ 2,000,000 -A ANY AUTO 015070033 05/01/2017 05/01/2018 BODILY INJURY (Per person) $ x ALL OWNED X SCHEDULED BODILY INJURY (Per accident) $ AUTOS _ AUTOS X HIRED AUTOS X NON-OWNED iP~?~&:~le~t?AMAGE $ -_ AUTOS $ UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ - EXCESS LIAB CLAIMS-MADE AGENCY DOES NOT INSURE AGGREGATE $ OED I I RETENTION $ $ WORKERS COMPENSATION I PER I I OTH- AND EMPLOYERS" LIABILITY STATUTE ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVE D AGENCY DOES NOT INSURE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: ALL OPERATIONS REGARDING AUTO LIABILITY. 30 DAYS NOTICE OF CANCELLATION EXCEPT 10 DAYS FOR NON PAYMENT. CERTIFICATE HOLDER CANCELLATION CITY111 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF CARLSBAD/CMWD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. C/O EXEGIS INSURANCE COMPLIANCE SERVICES AUTHORIZED REPRESENTATIVE PO BOX 4668 -ECM #35050 _;Ae@ --NEW YORK, NY 10163-4668 I © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD AMENDMENT NO. 3 TO EXTEND AND AMEND AGREEMENT FOR SECURITY CAMERA SYSTEM EXPANSION AND ANNUAL PREVENTATIVE MAINTENANCE SERVICES JMG SECURITY SYSTEMS, INC. PEM1075 mendment No. 3 is entered into and effective as of the ll>-\l day of -----~o<..>....JL....4----2017, extending and amending the agreement dated April 24, 2014 (the "Agree ent") by and between the City of Carlsbad, a municipal corporation, ("City"), and JMG Security Systems, Inc., a California corporation, ("Contractor") (collectively, the "Parties") for Security Camera System Expansion and Annual Preventative Maintenance Services. RECITALS A. On April 24, 2015, the Parties executed Amendment No. 1 to the Agreement to alter the Agreement's scope of work to extend and fund the Agreement for a period of one (1) year; and B. On March 29, 2016 the parties executed Amendment No.2 to the Agreement to add prevailing wage language to the Agreement per the requirement of the Department of Industrial Relations {DIR) and to extend and amend the Agreement for a period of one (1) year; and C. The Parties desire to alter the Agreement's scope of work to extend and fund the Agreement for a period of one (1) year. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year ending on ending on April 24, 2018, on a time and materials basis not-to-exceed two thousand five hundred dollars ($2,500). 2. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. /II /II /II /II City Attorney Approved Version 1/30/13 PEM1075 4. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR JMG SECURITY SYSTEMS, INC., a California corp~ By:~----- (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California By: ~~h #~s/;41~. (print name/title) '¥7oft"? If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY:~ -----------------=~------Deputy City Attorney City Attorney Approved Version 1/30/13 2 ..: JMG~~~vrrs Our service is your security."" Corporate Resolution RESOLVED, that this corporation, JMG Security Systems, Inc .. , is hereby authorizing the below individuals to execute agreement(s) for the City of Carlsbad on behalf of the corporation. RESOLVED FURTHER, that Sue Tjelmeland, the Vice President of Administration whose signature is set forth below be and is hereby authorized, directed and empowered to execute documents and deliver to the City of Carls on behalf of the Corporation. RESOLVED FURTHER, that the above individuals are authorized to act upon this resolution until written notice of its revocation is delivered to Creditor at its principal place of business in Fountain Valley, CA. I, Kenneth C. Jacobs, President/CEO of the above named corporation, do hereby certify that the foregoing is a full. true and correct copy of resolutions of the Board of Directors of said corporation duly and regularly adopted at a meeting of said Board of Directors duly and regularly held on the September 26, 2016. I further certify that said resolutions are still in full force and effect and have not been amended or revoked, and that the specimen signatures appearing above are the signatures of the officers of this corporation authorized to sign the City of Carlsbad agreement on behalf of this corporation. "RESOLVED FURTHER, that all acts and deeds done by any of such officers of this corporation for and on behalf of this corporation in entering into, executing, acknowledging or attesting any of the above referenced documents or other instruments or agreements, or in carrying out the terms and intentions of these resolutions are ratified, approved and confirmed." IN WITNESS WHEREOF. I have hereunto set my hand as CEO/President of the above corporation this 26th day ~~s~ Kenneth C. Jacobs CEO/President JMG SECURilY SYSTEMS, INC. -el 300 900 4564 • Fax: 714 :>45 0352 • 171 SO Newhope St. Ste 109, Foun~a n Valley, CA 9~708 www .Jmgst>nlnty tom A;arml.J: 1.,(03759 • Cont l.Jc 575070 PEM1075 AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR SECURITY CAMERA SYSTEM EXPANSION AND ANNUAL PREVENTIVE MAINTENANCE SERVICES JMG SECURITY SYSTEMS, INC. This Ajllendment No. 2 is entered into and effective as of the l.,4_ ~ day of Y\~(U\A. , 2016, extending and amending the agreement dated April24, 2014 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and JMG Security Systems, Inc., a California corporation ("Contractor") (collectively, the "Parties") for Security Camera System Expansion and Annual Preventative Maintenance Services. RECITALS A. On April 24, 2015, the Parties executed Amendment No. 1 to the Agreement to alter the Agreement's scope of work to extend and fundthe Agreement for a period of one (1) year; and B. The Parties desire to extend and fund the Agreement for a period of one (1) year. C. The Parties desire to add prevailing wage language to the Agreement per the requirement of the Department of Industrial Relations (DIR). NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year ending on April24, 2017 on a time and materials basis not- to-exceed two thousand five hundred dollars ($2,500). 2. The following prevailing wage language is added to the Agreement as paragraph number 6 titled Prevailing Wage Rates and subsequent paragraphs renumbered chronologically. "Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776." 3. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect City Attorney Approved Version 1/30/13 PEM1075 AGREEMENT FOR SECURITY CAMERA SYSTEM EXPANSION AND ANNUAL PREVENTATIVE MAINTENANCE SERVICES (JMG SECURITY SYSTEMS, INC.) /;7THIS^ AGREEMENT is made apd entered into as of the day of ^/pA-/^/ , 20 yg<^v and between the CITY OF CARLSBAD, a municipal cdr^iration, ("City"), and JIVIG SECURITY SYSTEMS, INC., A Califomia corporation, ("Contractor"). RECITALS A. City requires the professional services of a security systems service provider that is experienced in the installation, programming, and preventative maintenance of ceiling and wall mounted security systems to include the systems that currently exist at the Carlsbad Safety Training Center (STC). B. Contractor has the necessary experience in providing professional services and advice related to the installation and servicing of various types of security equipment and has the proper equipment and expertise to incorporate additional cameras into existing facility infrastructure. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein. City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for four (4) additional one (1) year periods or parts thereof in an amount not to exceed two thousand five hundred dollars ($2,500) per Agreement year for extended maintenance and miscellaneous repairs per Exhibit "A". Extensions will be based upon a satisfactory review of Contractor's performance. City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be eleven thousand five hundred dollars ($11,500). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City City Attorney Approved Version 1/30/13 PEM 1075 reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election. City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may City Attorney Approved Version 1/30/13 PEM1075 arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-iVM". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate. Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five vears following the date of completion of the work. I I If box is checked. Professional Liability Contr^r's Initials Insurance requirement is waived. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. City Attorney Approved Version 1/30/13 PEM1075 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv For Contractor Name Jason T. Kennedy Name Mike Tremblay Title Facility Manager Title Senior Agent Property and JMG Security Systems San Diego Environmental 8148 Ronson #H Department Management Address City of Carlsbad San Diego, CA. 92111 Address 5750 Orion Street Phone No. 800-900-4564. ext 316 Carlsbad, California 92078 Email mtremblayi^jmgsecurity.com Phone No. 760-931-2236 City Attorney Approved Version 1/30/13 PEM1075 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be fon/varded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for City Attorney Approved Version 1/30/13 PEM1075 work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty. City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount ofthe fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seg.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false infonnation or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of Califomia, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version 1/30/13 PEM1075 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California r City^Wllitlagftr nr il</laynr or DivisioB-Director jthorized by the City Manager Jim Howell By: / (sign here) (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney Assistant City Attorne; City Attorney Approved Version 1/30/13 PEM1075 EXHIBIT "A" SCOPE OF SERVICES 1. JMG Security Systems, Inc. will expand the current IP video security system at the Carlsbad Safety Training Center (STC) by adding the following cameras: • One (1) Peico Sarix IM10LW IP 2.0 Megapixel external vandal resistant color dome inside the range equipment storage room II, (Room #128). The external camera being installed inside Room #128 will be a vandal resistant low light IP based dome camera. • One (1) PeIco Sarix IMIOLW IP 2.0 Megapixel camera with vandal resistant color dome installed to side wall behind ballistic wall plate located at the 50 yard line firing line on the 100 yard indoor shooting range. • One (1) PeIco Sarix IM10LW IP 2.0 Megapixel camera with vandal resistant color dome installed to side wall behind ballistic wall plate located at the 25 yard firing line on the 100 yard indoor shooting range. 2. All cameras will be IP based and programmed using the existing PeIco Digital Sentry network recording platform. This monitoring system is located inside the STC server room. Room #107. JMG Security Systems will request appropriate PeIco IP camera licenses. 3. JMG Security Systems, Inc. will install one (1) 24 Port POE switch to support the IP camera installation. 4. JMG Security Systems, Inc. will install one (1) external fixed vandal resistant PeIco color dome camera on the external wall of the 100 yard indoor range (streetscape resource) facing North. This camera will be installed to monitor activity along the areas located behind the live fire burn props. This camera will be a fixed analogue type camera. 5. The analogue camera will be connected to existing CAT 5 cable network port numbered 1- 141-01-03. Signal will be routed back to the main PeIco digital Sentry switch located in the STC server room. Room #107. 6. JMG Security will provide two (2) NVT 214A network modules to support the analogue camera installation. 7. JMG Security agrees to provide all low voltage materials, installation equipment, programming, client training and labor during this project. 8. JMG Security Systems, Inc. will provide City of Carlsbad with a preventative maintenance service plan for the term of this contract. This preventative maintenance service consists of two (2) scheduled site inspections to keep the camera systems and Digital Sentry System functioning properly. Exhibit B outlines the preventative maintenance checklist that will be used during these semi-annual checks. JMG Security Systems, Inc. will contact the STC facility manager for scheduling. City Attorney Approved Version 1/30/13 PEM1075 9. Materials, Labor and Cost Summary: • Year 1: Includes security camera expansion, preventative maintenance service and spare parts not covered under warranty. (1) PeIco Sarix IMIOLW IP 2.0 Megapixel external vandal resistant dome. (2) PeIco Sarix IMIOLW IP 2.0 Megapixel Camera with flex base. (1) PeIco Analogue Color Dome Camera (3) PeIco IP Camera Licenses (1) 24 Port POE Switch (2) NVT 214A Network Modules STC Security Camera Installation & Equipment Total $9,625 Year one (1) Preventative Maintenance Service Total $1,610 Spare parts and repairs not covered under warranty Total $265 Total: $11.500 * • Years 2-5: Annual preventative maintenance service consisting of two semi-annual service checks of entire STC security camera and video monitoring systems (see Exhibit B). (1) Preventative Maintenance Program Total per year $1,610 (1) Camera, parts, or labor outside of warranty $890 Total: $2.500 * *Taxes included in total. City Attorney Approved Version 1/30/13 EXHIBITS Preventative Maintenance Checldist Tiiii'l'Tl' CRanL- Aacotmt* LBfiSdfiSBC • Review 12 nwnlhs prtor senriBeaflcHor alarni hUory • Compare osnlmJ station and panal data for accunacyL • Revlow Bmergeocy caB Dsts. • Rouiaw dlent spaeW IratiucHans and operaUng pracadures. • Olher. Training Needs • IdanOfyanydenllninlngiBquirainanla. • other:. System Performance • Bnunaystam Is iinclkMMng as ii was originally designed and Iratelled. • Test all davkies per mainlenance chedc M isr each system lype. n othar Software UDdates • DatarmlnalfanyBonimiatvciBtasa n Othan IB laqulred «)d InstaU or schedule tham. • RavlaiM system equtpmenl snd Identify any that may bs damaged or obsolete. Make lecon replaoenianls. n Olher: MnendaHons for hitiHB Securitv avstam Malnte>«»w« chanicihy^ • Check buiding and equlproent tor proper decals and yard sIgnB • Teal aH audUaMsual devlcas • ltet BV panel, poww supply and other baHarias. • Check all panel connections. • Vlaualinspacllan of aldevie8s,oondiill and luncHon boxes tor damage. • Test communicsikin to the CenbBi Statton • Inspect any devices as laquesled by clenL • Clean alka)(pads,inoltondeteek>n end other apiMeaUeaiyifpnienl. • Othen Closed Cliwm TV CheeMIrt • Check dale, lkne,raeaRlng and playback oparaUon on aHVCRk and OVM. • Check monlkiiB tor piduiequeiity and bumHa • Check al equipment and caman cable eomecUons. • Check aamera tocus and auto Ms apataUon. D Check cameia dkaclton view and pan, Ml ztxnn opefadon. Q Clean hotisino and cameni lens, monHMS and control equipniBnt Uft laes ndrtWnnnd y necessary • Check alconlioleis and equipment for proper apanttan,lnekidhgtIVR ian and cooling • other: A«e»ss Cnwtnil Mehrienanne Checklist • Check CMenl Back-up, aleimftiansaclton activity and herd drive capacity: Q Check al computer aquipment connacliona. • Teet all eonliollar and toek power aupplybatlaries. n Check alnedeaaiKitocks tor proper qiemlton. dean as needed Q Check al exH iMrdiMfe and lequest to Hdl aeneoie tor proper operaUon. • OBiar; Qeneral ftfatem Beirlur • Review iacffty and dhmt operational changes thai may raquira systam addHkxw or modUicalions. • Raoommend mw lachcwiogy or equipmant lhal may ifflpcDve Uia cSanfi aacutty. • Ohar. • Testing completed. System in worMng order at time of testing - no ackMonal 6ervk» requtrsd • Sarvtee needed as foltows; • Ftepairs complslBd • JMG wU callo schedula • Client wil call io schedule • other Recommenddlons: cient actoowladoas lhat lha abow Ming has bean amfUail In Us anftsty and any isi^ liwii found have been Mad above, revlawad wXh cHant end, sny sei^ naoenaiy hss been pertonnsd endtor schsdMMd psr dam nqusM. Aa sppSBaMa. under lapania agcaamant, lire alarm syslsffls aie tasted to aGGordmes to NFm sisndBids. PiMName Data Prim Mama Data Signaura Slgnakiia ITI9SNni*qKSl_Srii> lt>' JMO IU (I'M) Wkt—OaiK ITI WNnd>vc St. Sria IM • tank WIv. CA KIM • «• Ite m« 3U«S • MM: AUna l.lri * CoMnstM Lk<mc S7S070