HomeMy WebLinkAboutCosco Fire Protection, Inc - Contract - Tower Theater Fire Alarm 12500940 - 12-03-24L UUUJIyII CI IVCIUFIC ILJ. L/'i/MJ�VJ-DGUU-'t0LU-M0U%1- 1.7�VUM:JUJLrC
CONTRACT
CITY OF FRESNO, CALIFORNIA
PUBLIC WORK OF IMPROVEMENT
THIS CONTRACT (Contract) is made and entered into by and between CITY OF
FRESNO, a California municipal corporation (City), and Cosco Fire Protection, Inc., a
California corporation (Contractor) as follows:
1. Contract Documents. The "General Conditions," Insurance Requirements,"
and "Scope of Work" for the following: Tower Theater Fire Alarm System Installation
(12500940) copies of which are annexed hereto, together with all the drawings, plans,
and documents specifically referred to in said annexed documents, including
Performance and Payment Bonds, if required, and are hereby incorporated into and
made a part of this Contract, and shall be known as the Contract Documents.
2. Price and Work. For the monetary consideration of One Hundred Sixty Nine
Thousand Two Hundred Dollars and Zero Cents $169 200.00 , as set forth in the Bid
Proposal, the Contractor promises and agrees to perform or cause to be performed,
in a good and workmanlike manner, under the direction and to the satisfaction of the City's
"Engineer," and in strict accordance with the Specifications, all of the work as set forth in
the Contract Documents.
3. Payment. The City accepts the Contractor's Bid Proposal as stated and
agrees to pay the consideration stated, at the times, in the amounts, and under the
conditions specified in the Contract Documents.
4. Indemnification. To the furthest extent allowed by law, the Contractor shall
indemnify, hold harmless and defend City and each of its officers, officials, employees,
agents, and volunteers from any and all loss, liability, fines, penalties, forfeitures, costs and
damages (whether in contract, tort or strict liability, including, but not limited to personal
injury, death at any time and property damage) incurred by City, Contractor or any other
person, and from any and all claims, demands and actions in law or equity (including
reasonable attorney's fees, litigation expenses, and costs to enforce this agreement),
arising or alleged to have arisen directly or indirectly out of performance of this Contract.
The Contractor's obligations under the preceding sentence shall apply regardless of
whether the City or any of its officers, officials, employees, agents, or volunteers are
passively negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures,
costs or damages caused by the active or sole negligence, or willful misconduct, of the City
or any of its officers, officials, employees, agents, or volunteers.
If the Contractor should subcontract all or any portion of the work to be
performed under this Contract, the Contractor shall require each subcontractor to
indemnify, hold harmless and defend the City and each of its officers, officials, employees,
agents, and volunteers in accordance with the terms of the preceding paragraph.
This section shall survive termination or expiration of this Contract.
GSD-B Informal Bid Contract —PWI (04-2024)
-1-
?492250
LJUuUWY11 CIIVCIupJ ILJ. U'4/MJ.7'4:J-OCV.7-V�LV-MOVl..-1.7000HULJJGrC
5. Trench Shoring Detailed Plan. Contractor acknowledges the provisions of
Section 6705 of the California Labor Code and, if said provisions are applicable to this
Contract, agrees to comply therewith.
6. Worker's Compensation Certification. In compliance with the provisions of
Section 1861 of the California Labor Code, Contractor hereby certifies as follows:
I am aware of the provisions of Section 3700 of the California Labor
Code which require every employer to be insured against liability for
worker's compensation or to undertake self-insurance in accordance
with the provisions of that Code, and I will comply with such
provisions before commencing the performance of work of this
Contract and will make my subcontractors aware of this provision.
[Signatures follow on the next page.]
GSD-B Informal Bid Contract —PWI (04-2024)
iym
3492250
UUUUDnJ.II CIIVCIUiJC ILl. U4l MJyY:J-O CU.7-''FOGU-MOUlJ- I. DUUM:/VJGrC
IN WITNESS WHEREOF, the parties have executed this Contract on the day and
year here below written, of which the date of execution by City shall be subsequent to that of
the Contractor's, and this Contract shall be binding and effective upon execution by both
parties.
Cosco Fire Protection, Inc., a California
core arrq�iq -� by:
LTa Ham.By
Ted Hanson
Name:
(Type or print written signature)
Title: President
(If corporation or LLC., Board Chair,
Pres., or Vice Pres.)
Dated-11/20/2024
by:
By:LSIgned
°
Name:
Roger Jump
(Type or print written signature.)
Title: vP, secretary/Treasurer
(If corporation or LLC., CFO, Treasurer,
Secretary or Assistant Secretary)
Dated:11/21/2024
Consultant Address:
Cosco Fire Protection, Inc.
Attention: John Vencill
4233 W. Sierra Madre, Ste. 108
Fresno, CA 93722
Phone: (559) 275-3795
E-mail: jvencill@coscofire.com
Attachments:
Exhibit A
Exhibit B
Exhibit C
GSD-B Informal Bid Contract —PWI (04-2024)
CITY OF FRESNO,
a CalifgrNaerIbunicipal corporation
By:
Nl.c,lissa �t,V'a�,c,S
Melissa erales
Purchasing Manager
General Services Department
Dated:
11/21/2024
APPROVED AS TO FORM:
ANDREW JANZ
City At o e ,y
Su.��t,wta. n, S , �t,t�,t V , 12 /3 /2024
By:
Su qhrrlantl .-Sekhon Date
Deputy City Attorney
ATTEST:
TODD STERMER, CMC
It rby:
12/3/2024
By:
Deputy Date
City address:
City of Fresno
Attention: Melissa Perales, Purchasing
Manager
2101 G Street, Bldg. A
Fresno, CA 93706
Phone: (559) 822-1157
E-mail: melissa.perales@fresno.gov
-3-
3492250
L/UUUDIY11 CIIVCIUpu [Li. UY/MJ.7'+:1-OCU�-'-F�L V-MOUIJ-I�OVVFI:I L/JLrC
EXHIBIT A
General Conditions
1. DEFINITIONS: Wherever used in the Specifications, including the Instructions to Proposers,
the proposal, or any of the Contract Documents, the following words shall have the meaning herein
given, unless the context requires a different meaning.
(a) "City" and "City of Fresno" shall each mean the City of Fresno, CA, unless otherwise indicated.
(b) "City Manager" shall mean the City Manager of the City of Fresno.
(c) "Contract" and "Contract Documents" shall each mean and refer to these Specifications,
including the Instructions to Proposers, the proposal and any addenda thereto, the Contract and all
City of Fresno specifications, and other papers and documents incorporated by reference into or
otherwise referred to in any of the foregoing documents, whether or not attached thereto.
(d) "Contractor" shall mean each person or entity awarded a Contract hereunder and named or
to be named in the Contract with the City of Fresno to furnish the goods or services, or both, to be
furnished under the Contract.
(e) "Council" and "City Council" shall each mean the Council of the City of Fresno
(f) "Proposer" shall mean each person or entity submitting a proposal, whether or not such person
or entity shall become a Contractor by virtue of award of a Contract by the City.
(g) "Purchasing Manager" shall mean the Purchasing Manager of the City of Fresno.
(h) "Specifications" shall mean the Contract Documents.
Z DELIVERY OF SERVICES- If Contractor is delayed providing services by (i) any acts or
omissions of City or its employees, or others acting under authority of City by contract or otherwise,
(ii) acts of God which Contractor could not reasonably have foreseen and provided for, (iii) illegal
strikes, boycotts or like illegal obstructive action by employee or labor organizations, or (iv) any illegal
general lockouts or other defensive action by employers, whether general or by organizations of
employers; Contractor shall have no claim for damages against City for any such cause of delay, but
shall be entitled to an extension of time as will reasonably compensate Contractor for actual loss of
time occasioned thereby. Contractor may apply to the Purchasing Manager for such extension.
However, no such extension of time shall be granted unless Contractor shall have notified the
Purchasing Manager, in writing, within one week after the commencement or occurrence of the
condition or event which is expected to cause a delay in delivery, of such condition or event and the
actual or estimated number of days of delay anticipated on account thereof. The decision of the City
Manager as to the number of additional days, if any, to be allowed for completion of delivery on
account of such condition or event, will be given in writing to Contractor.
3. TERMINATION FOR CONVENIENCE: The City reserves the right to terminate this Contract
for any reason, upon sixty (60) days written notice to the Contractor. In the event of such termination,
the Contractor shall be paid for satisfactory service performed to the date of termination.
3492250
LjuuubIIy.II CIIVCIluptJ IU. UVlMJ.7VJ-DCU.7-V DLU-MOUlJ-1.7 DUU/1:1UJLrC
4. TERMINATION FOR CAUSE:
a. If the Contractor shall fail to complete delivery, within the time or times specified herein, of all
or any part of the materials, equipment, supplies or services to be provided under the Contract, the
City Manager of the City of Fresno or his or her designee, acting for and on behalf of the City, may
at any time after the expiration of the time for cure, terminate the Contract as to the whole thereof, or
in the event partial delivery has been made and accepted, as to such of the items or service to be
furnished which have not been delivered or accepted prior to such termination.
b. The City may terminate this Contract if the Contractor materially breaches any of its obligations
under this Contract and fails to commence and diligently pursue reasonable efforts to cure such
breach within fifteen (15) days after written notice by the City specifically describing the breach.
C. Such termination shall be effective upon receipt by Contractor of written notice of termination
from said City Manager or his or her designee, which notice shall be deemed to have been received
by Contractor, if mailed by certified mail, within forty-eight hours to Contractor's address as contained
in the proposal to the City or, if personally delivered, upon the delivery thereof to Contractor, the
authorized representative of Contractor, or to the Contractor's said address.
5. CONTRACT DOCUMENTS: Upon award of the Contract, the Contractor shall execute and
submit all required documents to the Purchasing Manager, 2101 G Street, Bldg. A, Fresno, California
93706, in a form acceptable to the City of Fresno within fifteen (15) calendar days (except in the
event federal funding is applicable to this Contract, then 10 working days) from the date of the Notice
of Award. Failure to provide said documents within the designated period shall be sufficient cause
to initiate a City departmental recommendation for City to award the Contract to another proposer.
6. PERFORMANCE BOND: Throughout the life of this Contract, the Contractor shall pay for and
maintain in full force and effect a Faithful Performance Bond from a corporate surety, admitted by
the California Insurance Commissioner to do business in the State of California, in the amount of
$XX. IF APPLICABLE this bond is to be renewed annually.
7. PRECEDENCE OF CONTRACT DOCUMENTS: The order of precedence of documents shall
be: (1) Rules and Regulations of Federal Agencies relating to the source of funds for this project; (2)
Supplemental Agreements, Change Orders, or Contract the one dated later having precedence over
another dated earlier; (3) Special Conditions; (4) General Conditions; (5) Scope of Work.
Whenever any conflict appears in any portion of the Contract, it shall be resolved by application of
the order precedence.
8. FEDERAL IMMIGRATION REFORM AND CONTROL ACT OF 1986: As a material part of
any contract for a City of Fresno project, every Contractor who has employees who will work on a
City of Fresno project, is required to comply with all of the provisions of the Federal Immigration
Reform and Control Act of 1986 (P.L. 99-603, 100 Stat. 3359). This requirement includes compliance
with all of the employee documentation provisions. Furthermore, the Contractor will make any
employee documentation required to comply with the Act immediately available to the City upon its
request for each individual employee working on a City of Fresno project.
9. WORKMANSHIP GUARANTY: The workmanship of the services to be performed for the City
by the Contractor will be in accord with the Specifications and where not specified, in accord with
generally accepted standards.
3492250
VUUUJIIY.II CIIvt-luyC IU. U'4/MJ_Y:1-DCUU-4DLU-MOUI IUODUMUUJLrG
10. ALTERATION OF TERMS: No alterations or variations of the terms of this Contract shall be
valid unless made in writing and signed by both parties.
11. CONTRACT CHANGES: No changes or modifications to the Contract shall be made unless
agreed to and signed by both parties. No prior, current or post award verbal agreement or
agreements with any officer, agent or employee of the City shall affect or modify any terms or
obligations of these Specifications or any Contract resulting from this procurement.
12. AMENDMENTS: The City of Fresno reserves the right to add, modify, or delete service from the
Contract including Special Conditions or Scope of Work. Any changes shall be made by means of a
signed by both the City and Contractor.
13. ASSIGNMENT: The Contract is personal to the Contractor and there shall be no assignment,
transfer, sale, or subcontracting by the Contractor of its rights or obligations under the Contract
without the prior written approval of the City. Any attempted assignment, transfer, sale or
subcontracting by the Contractor, its successors or assigns, shall be null and void unless approved
in writing by the City.
14. TERMINATION BY CITY FOR NON -APPROPRIATION: In the event of non -appropriation
relating to the Contract, City shall have the right to terminate the Contract at the end of any fiscal
year of City, in the manner and subject to the terms specified in this paragraph. City shall endeavor
to give written notice of such termination not less than sixty (60) days prior to the end of such fiscal
year, and shall notify Contractor of any anticipated termination. For purposes of this paragraph, "fiscal
year" shall mean the twelve month fiscal period of City which commences on July 1 in every year
and ends on the following June 30. For purposes of this paragraph, "non -appropriation" shall mean
the failure of the City or City's governing body to appropriate money for any fiscal year of City
sufficient for the continued performance of the Contract by City.
15. INDEPENDENT CONTRACTOR: In the furnishing of the services provided for herein, the
Contractor is acting as an independent contractor. Neither the Contractor, nor any of its officers,
associates, agents or employees shall be deemed an employee, joint venturer, partner or agent of
the City for any purpose. However, the City shall retain the right to verify that the Contractor is
performing its respective obligations in accordance with the terms of the Contract.
Because of its status as an independent contractor, Contractor and its officers, agents and
employees shall have absolutely no right to employment rights and benefits available to City
employees. Contractor shall be solely liable and responsible for all payroll and tax withholding and
for providing to, or on behalf of, its employees all employee benefits including, without limitation,
health, welfare and retirement benefits. In addition, together with its other obligations under this
Agreement, Contractor shall be solely responsible, indemnify, defend and save City harmless from
all matters relating to employment and tax withholding for and payment of Contractor's employees,
including, without limitation, (i) compliance with Social Security and unemployment insurance
withholding, payment of workers compensation benefits, and all other laws and regulations governing
matters of employee withholding, taxes and payment; and (ii) any claim of right or interest in City
employment benefits, entitlements, programs and/or funds offered employees of City whether arising
by reason of any common law, de facto, leased, or co- employee rights or other theory. It is
acknowledged that during the term of this Agreement, Contractor may be providing services to others
unrelated to City or to this Agreement.
16. GOVERNING LAW AND VENUE: The Contract shall be governed by, and construed and
enforced in accordance with, the laws of the State of California, excluding, however, any conflict of
349225vl
L/VUUt'lYlI CIIVCIUFIC IU. L./4//'1J�V:J-O CUS-'-F�LV-f10Ul+-I�OUVMJ VJLrG
laws rule which would apply the law of another jurisdiction. Venue for purposes of the filing of any
action regarding the enforcement or interpretation of the Contract and any rights and duties
thereunder shall be Fresno County, California.
17. COMPLIANCE WITH LAW: In providing the services required under the Contract, Contractor
shall at all times comply with all applicable laws of the United States, the State of California and the
City of Fresno, and with all applicable regulations promulgated by Federal, State, regional, or local
administrative and regulatory agencies, now in force and as they may be enacted, issued, or
amended during the term of the Contract.
18. SEVERABILITY: The provisions of the Contract are severable. The invalidity or
unenforceability of any one provision in the Contract shall not affect the other provisions.
19. INTERPRETATION: The Contractor acknowledges that the Contract in its final form is the
result of the combined efforts of the parties and that, should any provision of the Contract be found
to be ambiguous in anyway, such ambiguity shall not be resolved by construing the Contract in favor
or against any party, but rather by construing the terms in accordance with their generally accepted
meaning.
20. ATTORNEY'S FEES: If either party is required to commence any proceeding or legal action
to enforce or interpret any term, covenant or condition of the Contract, the prevailing party in such
proceeding or action shall be entitled to recover from the other party its reasonable attorney's fees
and legal expenses.
21. EXHIBITS: Each exhibit and attachment referenced in the Contract is, by the reference,
incorporated into and made a part of the Contract.
22. MAINTENANCE OF RECORDS: Records of Contractor pertaining to the services hereunder
shall be kept on a generally recognized accounting basis and shall be available to City or its
authorized representatives upon request during regular business hours throughout the life of the
Contract and for a period of three years after final payment and for the period of time required by
law. In addition, all books, documents, papers, and records of Contractor pertaining to the Contract
shall be available for the purpose of making audits, examinations, excerpts, and transcriptions for
the same period of time. This section shall survive expiration or termination of the Contract.
23. NOTICES: Any notice required or intended to be given to either party under the terms of this
Contract shall be in writing and shall be deemed to be duly given if delivered personally or sent by
United States registered or certified mail, with postage prepaid, return receipt requested, addressed
to the party to which notice is to be given at the party's address set forth on the signature page of the
Proposal in the case of the Contractor and at the address in the Special Conditions for mailing of
invoices in the case of City, or at such other address as the parties may from time to time designate
by written notice. Notices served by United States mail in the manner above described shall be
deemed sufficiently served or given at the time of the mailing thereof.
24. BINDING: Subject to Section 15 of these General Conditions, once this Contract is signed by
all parties, it shall be binding upon, and shall inure to the benefit of, all parties, and each parties'
respective heirs, successors, assigns, transferees, agents, servants, employees and
representatives.
25. WAIVER: The waiver by either party of a breach by the other of any provision of this Contract
shall not constitute a continuing waiver or a waiver of any subsequent breach of either the same or
a different provision of this Contract. No provisions of this Contract may be waived unless in writing
3492250
Vuuu'JIIy. II CI IV CIVFIC ILI. L).+I I.'7DVVM:1VJLrC
and signed by all parties to this Contract. Waiver of any one provision herein shall not be deemed
to be a waiver of any other provision herein.
26. CUMULATIVE REMEDIES: No remedy or election hereunder shall be deemed exclusive but
shall, wherever possible, be cumulative with all other remedies at law or in equity.
27. NO THIRD PARTY BENEFICIARIES: The rights, interests, duties and obligations defined
within this Contract are intended for the specific parties hereto as identified in the preamble of this
Contract. Notwithstanding anything stated to the contrary in this Contract, it is not intended that any
rights or interests in this Contract benefit or flow to the interest of any third parties.
28. EXTENT OF AGREEMENT: Each party acknowledges that they have read and fully
understand the contents of this Contract. This Contract represents the entire and integrated
agreement between the parties with respect to the subject matter hereof and supersedes all prior
negotiations, representations or agreements, either written or oral. This Contract may be modified
only by written instrument duly authorized and executed by both City and Contractor.
29. HEADINGS: The section headings in this Contract are for convenience and reference only
and shall not be construed or held in any way to explain, modify or add to the interpretation or
meaning of the provisions of this Contract.
30. LABOR REQUIREMENTS: The following non -Federal Labor -Standards Provisions, including
the following provisions concerning maximum hours of work, minimum rates of pay, and overtime
compensation, with respect to the categories and classifications of employees hereinafter mentioned
are included in this contract pursuant to the requirements of applicable State or Local laws, but the
inclusion of such provisions shall not be construed to relieve the Contractor or any subcontractor
from the pertinent requirements of any corresponding Federal Labor -Standards provisions of this
contract. In case the minimum rates of pay set forth below shall be higher than the minimum rates
of pay required by or set forth in the Federal Labor -Standards Provisions of this contract for
corresponding classifications, the minimum rates of pay set forth below shall be deemed, for the
purpose of this contract, to be the applicable minimum rates of pay for such classifications. The
limitations, if any, in these non -Federal Labor Standards Provisions upon the hours per day, per week
or per month which employees engaged on the work covered by this contract may be required or
permitted to work thereon shall not be exceeded.
This project is subject to the payment of prevailing wages.
Schedule of Prevailing Rate of Wages and Salaries is established pursuant to Sections 1770 to 1780,
inclusive, of the Labor Code of the State of California and/or Section 1(b) of the United States Labor
Code. Copies of the wage rates may be obtained at the Office of Construction Management, 1721
Van Ness, Fresno, CA 93721, at (559) 621-5600.
COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 This contract is
subject to all terms and conditions of the OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970,
the California Occupational Safety and Health Act, and their present and future amendments.
Contractor expressly assumes responsibility for compliance therewith and warrants that all materials,
supplies and equipment provided or installed pursuant to this contract, whether provided by the
Contractor, subcontractor, or a supplier, fully satisfy the requirements of said Acts. Contractor shall,
upon insertion in each contract with a subcontractor or supplier of a clause by which the subcontractor
or supplier warrants such compliance, be relieved of responsibility for compliance by the
subcontractor or supplier.
3492250
LJUUUbl II CIIVCIUPU ILl. L/'*/I UDUVMJUJGrC
Immi ration Reform and Control Act of 1986 As a material part of any Contract for a City of Fresno
project, every Contractor who has employees who will work on a City of Fresno project, is required
to comply with all of the provisions of the Federal Immigration Reform and Control Act of 1986 (8
U.S.C.S Section 12550 (LexusNexus 2006)). This requirement includes compliance with all of the
employee documentation provisions. Furthermore, the Contractor will make any employee
documentation required to comply with the Act immediately available to the City upon its request for
each individual employee working on a City of Fresno project.
Penalties for Under -Payment of Wages, Penalties for Violation of Eight Hour Day, Employment of
Apprentices, and Payroll and Basic Records shall be governed by the Labor Code of the State of
California.
3492250
UUUUwylI CI Ivulupu IU. U'+I I uotjum:)UJLrC
EXHIBIT B
Insurance
Requirements
349225v1
LIUUUJIIy.II GIIVCIUpt, ILl. U�4lMJ.7'4J-�GU�-4�GU-MOUI.-I��VUMJL/JGrC
INSURANCE REQUIREMENTS
(a) Throughout the life of this Agreement, CONTRACTOR shall pay for and maintain
in full force and effect all insurance as required herein with an insurance company(ies)
either (i) admitted by the California Insurance Commissioner to do business in the State
of California and rated no less than "A-VII" in the Best's Insurance Rating Guide, or (ii)
as may be authorized in writing by CITY'S Risk Manager or his/her designee at any time
and in his/her sole discretion. The required policies of insurance as stated herein shall
maintain limits of liability of not less than those amounts stated therein. However, the
insurance limits available to CITY, its officers, officials, employees, agents and
volunteers as additional insureds, shall be the greater of the minimum limits specified
therein or the full limit of any insurance proceeds to the named insured.
(b) If at any time during the life of the Agreement or any extension, CONTRACTOR or
any of its subcontractors fail to maintain any required insurance in full force and effect,
all services and work under this Agreement shall be discontinued immediately, and all
payments due or that become due to CONTRACTOR shall be withheld until notice is
received by CITY that the required insurance has been restored to full force and effect
and that the premiums therefore have been paid for a period satisfactory to CITY. Any
failure to maintain the required insurance shall be sufficient cause for CITY to terminate
this Agreement. No action taken by CITY pursuant to this section shall in any way relieve
CONTRACTOR of its responsibilities under this Agreement. The phrase "fail to maintain
any required insurance" shall include, without limitation, notification received by CITY that
an insurer has commenced proceedings, or has had proceedings commenced against it,
indicating that the insurer is insolvent.
(c) The fact that insurance is obtained by CONTRACTOR shall not be deemed to
release or diminish the liability of CONTRACTOR, including, without limitation, liability
under the indemnity provisions of this Agreement. The duty to indemnify CITY shall apply
to all claims and liability regardless of whether any insurance policies are applicable. The
policy limits do not act as a limitation upon the amount of indemnification to be provided
by CONTRACTOR. Approval or purchase of any insurance contracts or policies shall in
no way relieve from liability nor limit the liability of CONTRACTOR, vendors, suppliers,
invitees, contractors, sub -contractors, subcontractors, or anyone employed directly or
indirectly by any of them.
Coverage shall be at least as broad as:
The most current version of Insurance Services Office (ISO) Commercial General Liability
Coverage Form CG 00 01, providing liability coverage arising out of your business
operations. The Commercial General Liability policy shall be written on an occurrence
form and shall provide coverage for "bodily injury," "property damage" and "personal and
advertising injury" with coverage for premises and operations (including the use of owned
and non -owned equipment), products and completed operations, and contractual liability
(including, without limitation, indemnity obligations under the Agreement) with limits of
liability not less than those set forth under "Minimum Limits of Insurance."
3492250
L/VVUJIIJ.II CIIVCIUPU IL/. I �DULVAJUJGrC
1. The most current version of ISO *Commercial Auto Coverage Form CA 00 01,
providing liability coverage arising out of the ownership, maintenance or use of
automobiles in the course of your business operations. The Automobile Policy shall be
written on an occurrence form and shall provide coverage for all owned, hired, and non -
owned automobiles or other licensed vehicles (Code 1- Any Auto).
2. Workers' Compensation insurance as required by the State of California and
Employer's Liability Insurance.
MINIMUM LIMITS OF INSURANCE
CONTRACTOR shall procure and maintain for the duration of the contract insurance with
limits of liability not less than those set forth below. However, insurance limits available
to CITY, its officers, officials, employees, agents and volunteers as additional insureds,
shall be the greater of the minimum limits specified herein or the full limit of any insurance
proceeds available to the named insured:
1. COMMERCIAL GENERAL LIABILITY
(i) $1,000,000 per occurrence for bodily injury and property damage;
(ii) $1,000,000 per occurrence for personal and advertising injury;
(iii) $2,000,000 aggregate for products and completed operations; and,
(iv) $2,000,000 general aggregate applying separately to the work performed under
the Agreement.
2. COMMERCIAL AUTOMOBILE LIABILITY
$1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation Insurance as required by the State of California with
statutory limits and EMPLOYER'S LIABILITY with limits of liability not less than:
(i) $1,000,000 each accident for bodily injury;
(ii) $1,000,000 disease each employee; and,
(iii) $1,000,000 disease policy limit.
UMBRELLA OR EXCESS INSURANCE
In the event CONTRACTOR purchases an Umbrella or Excess insurance policy(ies) to
meet the "Minimum Limits of Insurance," this insurance policy(ies) shall "follow form" and
afford no less coverage than the primary insurance policy(ies). In addition, such Umbrella
or Excess insurance policy(ies) shall also apply on a primary and non- contributory basis
for the benefit of the CITY, its officers, officials, employees, agents and volunteers.
DEDUCTIBLES AND SELF -INSURED RETENTIONS
349225vl
LJUUUJIIJ.II CIIVCIUpC ILJ. U'4/I U 0UU/1JUJLrC
CONTRACTOR shall be responsible for payment of any deductibles contained in any
insurance policy(ies) required herein and CONTRACTOR shall also be responsible for
payment of any self -insured retentions.
OTHER INSURANCE PROVISIONS/ENDORSEMENTS
(i) All policies of insurance required herein shall be endorsed to provide that the
coverage shall not be cancelled, non -renewed, reduced in coverage or in limits except
after thirty (30) calendar days written notice has been given to CITY, except ten (10)
days for nonpayment of premium. CONTRACTOR is also responsible for providing
written notice to the CITY under the same terms and conditions. Upon issuance by the
insurer, broker, or agent of a notice of cancellation, non -renewal, or reduction in
coverage or in limits, CONTRACTOR shall furnish CITY with a new certificate and
applicable endorsements for such policy(ies). In the event any policy is due to expire
during the work to be performed for CITY, CONTRACTOR shall provide a new
certificate, and applicable endorsements, evidencing renewal of such policy not less
than seven (7) calendar days following to the expiration date of the expiring policy.
(ii) The Commercial General and Automobile Liability insurance policies shall be
written on an occurrence form.
(iii) The Commercial General and Automobile Liability insurance policies shall be
endorsed to name City, its officers, officials, agents, employees and volunteers as an
additional insured for all ongoing and completed operations. The Commercial General
endorsements must be as broad as that contained in ISO Forms: GC 20 10 11 85 or
both CG 20 10 & CG 20 37.
(iv) The Commercial General and Automobile Liability insurance shall contain, or be
endorsed to contain, that the CONTRACTORS' insurance shall be primary to and
require no contribution from the City. These coverages shall contain no special
limitations on the scope of protection afforded to City, its officers, officials, employees,
agents and volunteers.
(v) If CONTRACTOR maintains higher limits of liability than the minimums shown
above, City requires and shall be entitled to coverage for the higher limits of liability
maintained by CONTRACTOR.
(vi) Should any of these policies provide that the defense costs are paid within the
Limits of Liability, thereby reducing the available limits by defense costs, then the
requirement for the Limits of Liability of these polices will be twice the above stated
limits.
(vii) All policies of insurance shall contain, or be endorsed to contain, a waiver of
subrogation as to CITY, its officers, officials, agents, employees and volunteers.
349225v1
L)UL;UWY II CI IVCIUptC ILI. U'4I M-3Z"L)-0CU.'7-HD4U-M0LA IV0VUM:)L/JLrC
PROVIDING OF DOCUMENTS
CONTRACTOR shall furnish CITY with all certificate(s) and applicable endorsements
effecting coverage required herein All certificates and applicable endorsements are to
be received and approved by the CITY'S Risk Manager or his/her designee prior to
CITY'S execution of the Agreement and before work commences. All non -ISO
endorsements amending policy coverage shall be executed by a licensed and authorized
agent or broker. Upon request of CITY, CONTRACTOR shall immediately furnish CITY
with a complete copy of any insurance policy required under this Agreement, including
all endorsements, with said copy certified by the underwriter to be a true and correct copy
of the original policy. This requirement shall survive expiration or termination of this
Agreement. All subcontractors working under the direction of CONTRACTOR shall also
be required to provide all documents noted herein.
SUBCONTRACTORS
If CONTRACTOR subcontracts any or all of the services to be performed under this
Agreement, CONTRACTOR shall require, at the discretion of the CITY Risk Manager or
designee, subcontractor(s) to enter into a separate Side Agreement with the City to
provide required indemnification and insurance protection. Any required Side
Agreement(s) and associated insurance documents for the subcontractor must be
reviewed and preapproved by CITY Risk Manager or designee. If no Side Agreement is
required, CONTRACTOR will be solely responsible for ensuring that its subcontractors
maintain insurance coverage at levels no less than those required by applicable law and
is customary in the relevant industry.
3492250
L/UI:UDl1�f.lI CIIVCIVFJC IU. U'i/MJ.7'F:J-OCV.7�iDLV-MOVli-1.7 DUU/YUUJGrC
EXHIBIT C
Scope of Work
349225VI
UVUUJIyll CIIVCIUFIC IV. UYl MJ�Y:J—O CU.7—Y�G V—MOUI�—I��VVM:lVJGrG
WSW
••• Fire Protection
i 11 :' SF; ., _ I Iv c_. !� 1 'll ti if, . .'�i�', .•is.. ,.
September 19, 2024
REFERENCE: City of Fresno — Tower Theater
SUBJECT: Fire alarm system installation
Cosco Fire Protection is pleased to submit this proposal to install the fire alarm system per the scope of work
listed below. The proposal is based off the following drawings and specifications.
Drawings: Design build system
Specs: N/A
Design work: $15,200.00
Installation: $154,000.00
Total: $169,200.00
Scope of Work:
Fire alarm system design work
o Provide schematic design drawings
o Provide 100% construction drawings
o Provide fire alarm product submittals and specifications to CD set
o Provide fire alarm operation and maintenance manuals
o Provide fire alarm zone maps
o Provide fire alarm as -build drawings
o Provide fire alarm record of completion and inspection reports
Provided by Cosco Fire:
o Provide and install listed items in bill of material
o Provide and install conduit system to box office area, outside of building
o Provide and install conduit system to restaurant area, outside of building
o Provide and install conduit system in electrical and mechanical rooms as needed
o Provide monitoring points for the following systems:
• Automatic fire sprinkler system
• Hood suppression system
o Provide control points for the following systems, final connections by others:
• Fire/smoke dampers, one circuit to control
• Fire roll down door release, two existing at stage
• Lighting and audio emergency shunt, provided at operators control station
o Provide labor to build out fire alarm control panels
o Labor to program installed fire alarm system
o Labor for pre -testing of installed fire alarm system
o Labor for final acceptance testing
o One year warranty on installation and material
Provided by others:
o Installation of required 120vac circuits, one circuit required at fire alarm control panel
o Site and building abatement, if needed
o Repair and/or replacement of fire door roll downs at stage
o Repair and/or replacement of fire/smoke dampers in building
o Repair and/or replacement of hood suppression systems
UUUUJII.4II CIIv GIUFJC IU. U'il Z7DUUf L)UJGrC
Bill of Material:
N16e PRE -CONFIGURED FIRE ALARM CONTROL PANEL
N16 FIRE ALARM CONTROL PANEL, ENCLOSURE
INTELLIGENT FIRE ALARM CONTROL PANEL; INCLUDES ONE SIGNALING
1
(ea.)
N16E
LOOP MODULE (318 DEVICES), 10" TOUCHSCEEN DISPLAY, 4 NAC'S,
UNIVERSAL AC INPUT POWER SUPPLY AND ENCLOSURE.
1
(ea.)
SLM-318
SIGNALING LOOP MODULE SUPPORTS 318 DEVICES PER LOOP MODULE.
1
(ea.)
RLD
REMOTE ANNUNCIATOR DISPLAY; 5" COLOR TOUCHSCREEN DISPLAY
BATTERIES AND BATTERY CABINETS
2
(ea.)
BAT-12260
BATTERY, 12VOLT, 26AH PS-12260
HONEYWELL CLSS COMMUNICATORS: MONITORING EXCLUDED (SEE FEES
IN NET TAB)
1
(ea.)
HON-CGW-
CLSS GATEWAY, WITH ENCLOSURE (NOTIFIER LOCK AND CABLE KIT,
MBB
50160636-001 SOLD SEPARATELY)
1
(ea.)
50160636-
CLSS GATEWAY KIT. INCLUDES 30" NU CABLE AND NOTIFIER LOCK AND
001
KEY SET
1
(ea.)
CCM-ATT-
CLSS CELLULAR COMMUNICATION MODULE FOR ATT
HON
SYSTEM RECORDS DOCUMENT BOX (SRD)
1
(ea.)
NF-FAD
FIRE ALARM DOCUMENT CABINET WITH NOTIFIER LOCK
WIRELESS: A site survey is REQUIRED on all new projects.
NOTIFIER SWIFT GATEWAY
WIRELESS SYSTEM GATEWAY FOR SWIFT WIRELESS SYSTEMS, WITH
3
(ea.)
FWSG
FLASHSCAN
NOTIFIER SWIFT DEVICES, MODULES, NOTIFICATION
15
(ea.)
NBG-12WL
WIRELESS PULL STATION
WIRELESS DETECTOR, PHOTO, WITH FLASHSCAN. REQUIRES B21OW BASE,
2
(ea.)
FWD-200P
ORDERED SEPARATELY.
2
(ea.)
B21OW
DETECTOR BASE FOR ALL WIRELESS SMOKE & HEAT DETECTORS
8
(ea.)
FW-MM
WIRELESS MONITOR MODULE, WITH FLASHSCAN
4
(ea.)
FW-RM
WIRELESS RELAY MODULE, WITH FLASHSCAN
42
(ea.)
WAV-CRL
SWIFT AV BASE CEILING, RED
11
(ea.)
WAV-RL
SWIFT AV BASE WALL, RED
Strobes, FOR SWIFT WIRELESS
20
(ea.)
SCRLED
STROBE LED RED CEIL 4X4
4
(ea.)
SRLED
STROBE LED RED WALL 4X4
Horn/Strobes, FOR SWIFT WIRELESS
22
(ea.)
PC2RLED
HORN/STRB LED 2W RED CEIL 4X4
7
(ea.)
P2RLED
HORN/STRB LED 2W RED WALL 4X4
85
(hr.)
SWIFTAdded Programming and Set-up
INSPIRE REMOTE ANNUNCIATORS
1
(ea.)
RLD
REMOTE ANNUNCIATOR DISPLAY; 5" COLOR TOUCHSCREEN DISPLAY
PERIPHERALS: INITIATING
Intelligent Manual Pull Stations
3
(ea.)
NBG-12LX
ADDRESSABLE NBG-12L PULL STATION; WITH FLASHSCAN.
Intelligent Detector Heads 951 Series: WHITE. "-IV" for IVORY
FSP-951-
SELF TEST INTELLIGENT ADDRESSABLE PHOTO DETECTOR; FLASHSCAN
1
(ea.)
SELFT
ONLY; WHITE; COMPATIBLE ONLY WITH THE NEW N16 PANEL
Intelligent Bases: 951 Series White
1
(ea.)
B300-6
INTELLIGENT FLANGED MOUNTING BASE; 6" INCH; WHITE
Intelligent Duct Smoke Detectors W/O RELAY
INNOVAIRFLEX INTELLIGENT DUCT DETECTOR, NON -RELAY, DOES NOT
1
(ea.)
DNR
L/uuuU lly.lI GI IVCIuptC IL/. I vouumu LlJLrG
1 (ea.) FSP-951R
1 (ea.) DST5
1 (ea.) FRM-1
1 (ea.) PR-1
1 (ea.) Sys Interface
1 (ea.) FDM-1
(1K
2 FT) 761360
2 (1K
FT) 728110VNQ
2 (1K
FT) 762380
REMOTE TEST CAPABLE INTELLIGENT PHOTO DETECTOR WITH
FLASHSCAN; FOR USE WITH DNR(W) DUCT DETECTOR HOUSING; WHITE
INNOVAIRFLEX SAMPLING TUBE, STEEL, S'WITH HOLES
Duct Smoke Detector RELAY MODULE
ADDRESSABLE RELAY MODULE WITH FLASHSCAN; PROVIDESTWO FOR M-C
DRY CONTACTS THAT SWITCH TOGETHER.
RELAY, SPDT, MULTIVOLT, 24VDC, 24/115VAC
SPECIAL INITIATING
AUXILIARY INTERFACE FUNCTIONS
MONITORING (Auxiliary Systems/Equipment/Switches are FBO)
Flow & Tamper Switch Dual Interface
AUXILIARY INTERFACE TOTALS: INPUT MODULES
ADDRESSABLE DUAL MONITOR MODULE; WITH FLASHSCAN, TWO CLASS B
CIRCUITS.
WIREAND CABLE
SLC
16/2 SOLID FPLP UTP
16/2 SOLID OUTDOOR
ANN
18/4 SOLID FPLP (4 WIRE BUS)
L/UUUJIyjI CI IVUluyC ILl. L1`'F//'1J.`7�FJ-OCU.�7-4�LV-MOVl�- I Z;DVUMJL/JGI-G
Exclusions:
• Over stamping and review from electrical engineer and/or architect, if required
• Provision and installation of required 120vac circuits
• Provision and installation of automatic fire sprinkler system switches
• Provision and installation of automatic fire sprinkler bell
• Central station monitoring
• Fire patching of rated walls
• Patching and painting of existing building features
• Work outside of Cosco Fire Protection normal working hours(6:00am — 6:00pm)
Project schedule/durations:
Design Phase:
• Schematic Design Drawings 60% - 20 working days from Notice to Proceed
• Construction Documents 1000/o - 20 working days from Notice to Proceed
Installation Phase:
• Project Duration — 50 working days from Notice to Proceed
• Liquidated Damages - $500.00 per day
Clarifications:
Wire and conduits will need to be installed to connect wireless gateways to the fire alarm control
panel. Conduits will be ran on the exterior of the building and interior conduits will be limited.
• Should Cosco Fire Protection be awarded the project, AutoCAD files shall be release at no additional
cost.
• The above outlined scope of work is Cosco Fire Protection's understanding of the work you would like
performed. If there are additional items, which you would like us to include or exclude in our proposal
please let me know and I will be glad to do so.
• This proposal does not include any amounts for impacts such as interference, disruptions, rescheduling
or change in the sequence of work, delays and/or associated acceleration. We expressly reserve the
right to submit our request for any of these items should we be faced with performing work under any
of these conditions.