HomeMy WebLinkAboutC-9500-1 - Newport Beach Police Station Video Surveillance System ReplacementCITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949 644-3005 1 949 644-3039 FAX
newportbeachca.gov/cityclerk
May 16, 2025
Vector Resources, Inc. DBA VectorUSA
Attn: Mr. Timohty Sims
20917 Higgins Court
Torrance, CA 90501
Subject: Newport beach Police Station Video Surveillance System Replacement
Contract No. 9500-1
Dear Mr. Sires:
On March 11, 2025, the City Council of Newport Beach accepted the work for the subject
project and authorized the City Clerk to file a Notice of Completion, to release the Labor
-& Materials Bond 65 days after the Notice of Completion had been recorded in accordance
with applicable portions of the Civil Code, and to release the Faithful Performance Bond
one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
March 12, 2025, Reference No. 2025000078931. Enclosed is the released Labor &
Materials Payment Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Enclosure
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 47-S U R-300064-01-0377
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Vector
Resources, Inc. DBA VectorUSA hereinafter designated as the "Principal," a contract for:
The work necessary for the completion of this contract consists of mobilizing to the site;
providing submittals; completing employee background verification; removing and
replacing the existing video surveillance system, including but not limited to, one -for -one
replacing existing cameras, new computers, monitors in the jail office, Watch
Commander's office and lobby, new server rack with rack mounted head -end equipment
including, video management software (VMS) with video recording functions, software
and required software licenses, new wiring and station outlets/ connectors; and providing
close out documents in the City of Newport Beach, in strict conformity with the Contract
on file with the office of the City Clerk of the City of Newport Beach, which is incorporated
herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Berkshire Hathaway Specialty Insurance Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of
Three Hundred Eighteen Thousand Three Hundred Seventy Dollars and 44/100 Cents
($318,370.44) lawful money of the United States of America, said sum being equal to
100% of the estimated amount payable by the City of Newport Beach under the terms of
the Contract; for which payment well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
Vector Resources, Inc. DBA VectorUSA Page A-1
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 9th day of JLfly--�` , 2024_.
Vector Resources, Inc. dba VectorUSA
Name of Contractor (Principal)
Berkshire Hathaway Specialty Insurance Company
Nam_ of Surety
100 Federal Street, 7th Floor Boston, MA 02110
Address of Surety
678-867-6100
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: ? /) 9jZ-4
By: t>
Harp
City Attorney ��Zy
?rc �i �-(i) 1
Authorized Agent Signature
William G. Moody, Attorney -In -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Vector Resources, Inc. DBA VectorUSA Page A-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of)MWtftMx
County of Gwinnett } ss.
On July 1 , 2024 before me, Tiffany Soko
Notary Public, personally appeared William G. Moody
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
�-� , L10 1) 1
Signa
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
oe
SS
00
se 0
County of L0 � AVM fLi } ss.
On -svg C1 , 20 before me, NlifIn KY�I�4
Notary Public, p' sonally appeared �71'IVid U'tutu) -,
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITN SS my hand d official seal. 45�:o,,yF KARLADIANEMORALES
Notary Public • California
Los Angeles County
Z r ° Commission A Z397312
Signature My Comm. Expires Mar 16, 2026 (seal)
Vector Resources, Inc. DBA VectorUSA Page A-3
3/12/25, 3:16 PM Batch 18880080 Confirmation
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
III II II III IIII IIII IIIIII I� II NO FEE
*$ R 0 0 1 5 4 6 0 5 3 9$
RECORDING REQUESTED BY AND 2025000078931 02:50 pm 03112/25
WHEN RECORDED RETURN TO: 503 Ex12A N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, Califomia, 92660, as Owner, and Vector Resources, Inc. of Torrance,
California, as Contractor, entered into a Contract on 07/09/2024. Said Contract set forth
certain improvements, as follows:
Newport Beach Police Station Video Surveillance System Replacement Contract No. 9500-1
Work on said Contract was completed, and was found to be acceptable on
March 11, 2025, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is CNA.
m
Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to, the best of my
knowledge.
Executed on MAM 1�, l�U at Newport Beach, Califomia.
c
BY A164. �M�
Leilani I. Brown, C# Clerk
https://gs.secure-erds.com/Batch/Confirmation/l8880080 1/2
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and Vector Resources, Inc. of Torrance,
California, as Contractor, entered into a Contract on 07/09/2024. Said Contract set forth
certain improvements, as follows:
Newport Beach Police Station Video Surveillance System Replacement Contract No. 9500-1
Work on said Contract was completed, and was found to be acceptable on
March 11, 2025, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is CNA.
A
M
David Webb; PubkWorks Director
City of Newport Beach
VERIFICATION
certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on� 1 �, f�U , at Newport Beach, California.
SEW Po
BY O� �
Leilani I. Brown, Cit Clerk gO
CgL�FOR
1
Q
CITY OF NEWPORT BEACH
I NOTICE INVITING BIDS
v
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
Before 2:00 PM on the 2111 day of May, 2024,
at which time such bids shall be opened and read for
NEWPORT BEACH POLICE STATION VIDEO SURVEILLANCE
SYSTEM REPLACEMENT
Contract No. 9500-1
$460,000
Engineer's Estimate
SEW PORT
iU -
c P
Ap roved by
�.� James M. Houlihan
Deputy PWD/City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/12ortal/portal.cfm?CompanylD=22078
VOLUNTARY PRE -BID SITE WALK:
There will be a pre -bid site walk for this project on May 9, 2024 2024 at 2:00 PM at
the located at Newport Beach Police Station, 870 Santa Barbara Drive, Newport
Beach. CA 92660
Hard copy plans are available via (Select One)
Santa Ana Blue Print at (949)756-1001
Located at 2372 Morse Avenue, Irvine, CA 92614
Contractor License Classification(s) required for this project: "C-7"
For further information, call Peter Tauscher, Project Manager at (949) 644-3316
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
https://www.newportbeachca.gov/government/data-hub/online-services/bids-rfps-vendor-
registration
5
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
TABLE OF CONTENTS
NOTICE INVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS......................................................................................3
BIDDER'S BOND............................................................................................................ 6
DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9
NON -COLLUSION AFFIDAVIT..................................................................... 13
DESIGNATION OF SURETIES...................................................................... 14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15
ACKNOWLEDGEMENT OF ADDENDA.......................................................................18
INFORMATION REQUIRED OF BIDDER..................................................................... 19
NOTICE TO SUCCESSFUL BIDDER........................................................................... 21
CONTRACT.................................................................................................................. 22
LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A
FAITHFUL PERFORMANCE BOND........................................................... Exhibit B
INSURANCE REQUIREMENTS................................................................. Exhibit C
PROPOSAL.............................................................................................................. PR-1
SPECIALPROVISIONS............................................................................................ SP-1
2
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed
Envelope before the bid opening)
DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information
to be submitted via PlanetBids)
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any; Contractor shall confirm via PlanetBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening.
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date). Members of the public who would like to attend this reading
may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may
be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents. Original copies
must be submitted to the City Clerk's Office.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and
(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The
successful bidder's security shall be held until the Contract is executed. Original, sealed
copies must be submitted to the City Clerk's Office before the Bid Opening. The title of the
project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of
the envelope containing the documents.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
3
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et sect.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (416) 703-4774, and requesting one from the Department of Industrial Relations.
All parties to the contract shall be governed by all provisions of the California Labor Code —
including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site.
9. The Contractor shalt be responsible for insuring compliance with provisions of Section 1777.5 of
the Labor Code Apprenticeship requirements and Section 41,00 et seq. of the Pubiiic Contracts
Cade, "Subletting and Subcontracting Fair Practices Act'.
10. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized
by the corporation. For partnerships, the signatures shall be of a general partner. For sole
ownership, the signature shall be of the owner.
14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on
behalf of itself or a subcontractor that lacks privity of contract with the City but has requested
that contractor proceed on its behalf, sent by registered mail or certified mail return receipt
requested for a time extension, payment by the City for money or damages arising from work
done by, or on behalf of, the contractor and payment for which is not otherwise expressly
provided or to which the claimant is not otherwise entitled, or for payment of an amount that is
disputed by the City, the following is a summary of the claims resolution process to be applied:
A. The City shall review the claim and, within 45 days, shall provide a written statement
identifying the portions of the claim that are disputed and undisputed. This time period may
4
be extended by mutual agreement. The claimant shall furnish all reasonable
documentation to support the claim. If the City needs approval from its City Council to
provide the written statement and the City Council does not meet within the prescribed time
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been reviewed.
654045 - C-7, C10, B, C61/D56
Contractor's License No. & Classification Authorized Sign ure/Title Robert Messinger,
Executive Vice President
1000002893 / Exp. 6.30.25
DIR Registration Number & Expiration Date
Vector Resources, Inc. dba VectorUSA
Bidder
May 21, 2024
Date
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of Newport
Beach, a charter city, in the principal sum of Ten (10%) Percent
Dollars ($ TBact,e(j)3m ), to be paid and forfeited to the City of
Newport Beach if the bid proposal of the undersigned Principal for the construction of Newport
Beach Police Station Video Surveillance System Replacement, Contract No. 9500-1 in the
City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the
proposed contract is awarded to the Principal, and the Principal fails to execute the Contract
Documents in the form(s) prescribed, including the required bonds, and original insurance
certificates and endorsements for the construction of the project within thirty (30) calendar days
after the date of the mailing of "Notification of Award", otherwise this obligation shall become null
and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual, it
is agreed that the death of any such Principal shall not exonerate the Surety from its obligations
under this Bond.
Witness our hands this 17th day of May , 2024.
Vector Resources, Inc. dba VectorUSA
Name of Contractor (Principal)
Berkshire Hathaway Specialty Insurance Company
Name of Surety
100 Federal Street, 7th Floor Boston, MA 02110
Address of Surety
678-867-6100
Telephone
Authorized ignaturerfitle Robert Messinger, Executive
Vice President
Authorized Agent Signature
William G. Moody, Attorney -In -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
0
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
GEORGIA
State of JKXXRXi7M
County of GWINNETT } ss.
On May 17 2024 before me, Tiffany Soko
Notary Public, personally appeared William G. Moody
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct. 0.%%o 1Y OS� ®r Vol
�
WITNESS my hand and official seal. N A.
—
Signs
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Thumbprint of Signer
70
Capacity(ies) claimed by Signer(s):
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
7
Check here if
no thumbprint
or fingerprint
is available.
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of SS.
On �_ I� by �!, 1}� , 20 before me, � l
Notary Public, personally appearedUI��V
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
V
Signatur
NYCOLLE HARDING:
Comm sa 2399727 zj
.� s T Los Angalss County l�
r� *'California Notary Publie.
. �LiF,_�/ Comm Exp Apr. 5,^2026'
(seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of } ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
.11
(seal)
LbWBerkshire Hathaway
Specialty Insurance
Power 01'Aftoniey
BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY
NATIONAL INDEMNITY COMPANY / NATIONAL LIABILITY & FIRE INSURANCE COMPANY
Know all men by these presents, that BERKSHIRE HATHAWAY SPECIALTY INSUHAN�E COMPANY, a corporation existing under
and by virtue of the laws of the State of Nebraska and having an office at One Lincoln Street, 23rd Floor, Boston, Massachusetts
02111, NATIONAL INDEMNITY COMPANY, a corporation existing under and by virtue of the laws of the State of Nebraska and having an
office at 3024 Harney Street, Omaha, Nebraska 68131 and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, a corporation existing
under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place, Stamford, Connecticut 06902
(hereinafter collectively the "Companies"), pursuant to and by the authority granted as set forth herein, do hereby name, constitute
and appoint: Tiffany Soko. Willlam G. Moody. D.1. Conroy, _112S Sanctuary Parkway, Suite 300 of the city of Alpharetta, State of
Georgia, their true and lawful attorneys) -in -fact to make, execute, seal, acknowledge, and deliver, for and on their behalf as surety and
as their act and deed, any and all undertakings, bonds, or other such writings obligatory in the nature thereof, in pursuance of these
presents, the execution of which shall be as binding upon the Companies as if it has been duly signed and executed by their regularly
elected officers in their own proper persons. This authority for the Attorney -in -Fact shall be limited to the execution of the attached
band(s) or other such writings obligatory in the nature thereof.
In witness whereof, this Power of Attorney has been subscribed by an authorized officer of the Companies, and the corporate seals
of the Companies have been affixed hereto this date of August 24, 2023. This Power of Attorney is made and executed pursuant to
and by authority of the Bylaws, Resolutions of the Board of Directors, and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY
INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, which are in full
force and effect, each reading as appears on the back page of this Power of Attorney, respectively. The following seals of the Companies
and signatures by an authorized officer of the Company may be affixed by facsimile or digital format, which shall be deemed the
equivalent of and constitute the written signature of such officer of the Companies and original seals of the Companies for all
purposes regarding this Power of Attorney, inducting satisfaction of any signature and seal requirements on any and all undertakings,
bonds, or other such writings obligatory In the nature thereof, to which this Power of Attorney applies.
BERKSHIRE HATHAWAY SPECIALTY
INSURANCE COMPANY,
By:
David Fields, Executive Vice President
PEclAl1
f OPPOq�� ,J'
Sl'kF.TY v
SGIL
�bRRS� r4
NATIONAL INDEMNITY COMPANY,
NATIONAL LIABILITY & FIRE INSURANCE COMPANY,
By:
David Fields, Vice President
j�R1 �fi:yQ
`yFrRE`r/s/
f4iryJR,��rN\
sl't%I
NOTARY
State of Massachusetts, County of Suffolk, ss:
On this 24th day of August, 2023, before me appeared David Fields, Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY
INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY,
who being duly sworn, says that his capacity is as designated above for such Companies; that he knows the corporate seals of the
Companies; that the seals affixed to the foregoing instrument are such corporate seals; that they were affixed by order of the board of
directors or other governing body of said Companies pursuant to its Bylaws, Resolutions and other Authorizations, and that he signed
said instrument in that capacity of said Companies.
[Notary Seal)
Skhly
o JOHN C.ISKINNER r Notary Public
lery Pubkc. Commonith of Ataassgps
Commit
Explrw J anuary 22, 2027
I, Ralph Tortorella, the undersigned, Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY
COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked. IN TESTIMONY
WHEREOF, see hereunto affixed the seals of said Companies this May 17, 2024.
SURETY x j(}H ltl'il'T'\c; f sl'kF.TY�S n
SEAL �' 9�i Sf:.\I. },v �.� SFAL "
a �
�tirdRMSn� r� �rs... r.. • ',b`;f� "�or rC t:.. +p��'
Ralph Tortorella, Officer
r
41165
BHSIC, NICO & NLF POA (2023)
BERKSHIRE_HATHAWAY SPECIALTY INSURANCE COMPANY (BYLAWS)
ARTICLE V.
CORPORATE ACTIONS
EXECUTION OF DOCUMENTS:
Section 6.(b) The President, any Vice President or the Secretary, shall have the power and authority:
(1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company bonds and other undertakings, and
(2) To remove at anytime any such Attorney -in -fact and revoke the authority given him.
NATIONAL INDEMNITY COMPANY (BY-LAWS)
Section 4. Officers, Agents, and Employees:
A. The officers shall be a President, one or more Vice Presidents, a Secretary, one or more Assistant Secretaries, a Treasurer,
and one or more Assistant Treasurers none of whom shall be required to be shareholders or Directors and each of whom shall
be elected annually by the Board of Directors at each annual meeting to serve a term of office of one year or until a successor
has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without
cause by a vote of a majority of the Board of Directors, and shall have such powers and rights and be charged with such duties
and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the Board of
Directors; and the Board of Directors or the officers may from time to time appoint, discharge, engage, or remove such agents
and employees as may be appropriate, convenient, or necessary to the affairs and business of the corporation.
NATIONAL INDEMNITY COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014)
RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys -
in -fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time
any such Attorney -in -fact and revoke the authority given.
NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BY-LAWS)
ARTICLE IV
Officers
Section 1. Officers, Agents and Employees:
A. The officers shall be a president, one or more vice presidents, one or more assistant vice presidents, a secretary, one or more
assistant secretaries, a treasurer, and one or more assistant treasurers, none of whom shall be required to be shareholders or
directors, and each of whom shall be elected annually by the board of directors at each annual meeting to serve a term of office
of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office
at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be different
individuals. Election or appointment of an officer or agent shall not create contract rights. The officers of the Corporation shall
have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office
or as may be directed from time to time by the board of directors; and the board of directors or the officers may from time to
time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the
affairs and business of the Corporation.
NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014)
RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys -
in -fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time
any such Attorney -in -fact and revoke the authority given.
BHSIC, NICO & NLF POA (2023)
No. 3148-4
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California,
Berkshire Hathaway Specialty Insurance Company
of Nebraska, organized under the laws of Nebraska, subject to its Articles of Incorporation or other
fundamental organizational documents, is hereby authorized to transact within this State, subject to all
provisions of this Certificate, the following classes of insurance:
Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation,
Common Carrier Liability, Boiler and Machinery, Burglary,
Sprinkler, Automobile, Aircraft, and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 4 h day of September,
2015, I have hereunto set my hand and caused my official seal to be
affixed this 4 h day of September, 2015.
Dave Jones
Irourmu:e Commisstoner
By - Susan J. Stapp
for Nettie Hoge
/ Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the Califomia Cotporadons Code promptly after
issuance ofthis Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein. -
City of Newport Beach
Newport Beach Police Station Video Surveillance System Replacement
Contract No. 9500-1
DESIGNATION OF SUBCONTRACTOR(S)- AFFIDAVIT
State law requires the listing of all subcontractors who will perform work in an amount in excess of one-
half of one percent of the Contractors total bid. If a subcontractor is not listed, the Contractor represents that
he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the
Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will
be used subject to the approval of the Engineer and in accordance with State law. No changes may be made
in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include
DIR registration numbers for each subcontractor.
Vector Resources, Inc. dba VectorUSA
Bidder
Authorized Sign ure[Title
Robert Messinger, Executive Vice President
VectorUSA will self -perform this project - no subcontractors will be utilized during the
implementation of the project.
�7
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name Vector Resources, Inc. dba VectorUSA
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $150,000, provide the following information:
No. 1
Project Name/Number Refer to following pages for detail
Project Description
Approximate Construction Dates: From To:
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
10
No. 2
Project Name/Number Refer to following pages for detail
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
To:
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name/Number Refer to following pages for detail
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
To:
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
11
No. 4
Project Name/Number Refer to following pages for detail
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
To:
Telephone (
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5
Project Name/Number
Refer to following pages for detail
Project Description
Approximate Construction Dates: From To:
Agency Name
Contact Person Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
12
No. 6
Project Name/Number Refer to following pages for detail
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on -site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
Vector Resources, Inc. dba VectorLISA
Bidder
13
A647--
Authorized Sig ature/Title
Robert Messinger, Executive Vice President
ACTORUSA
City of Newport Beach
Newport Beach Police Station Video Surveillance System Replacement
Contract No. 9500-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
1. City of Palm Desert
Project Name: Parkview Building Camera Upgrade & Additions
Project Description:
VectorUSA successfully upgraded the City of Palm Desert's existing surveillance system across
three locations by installing new Axis IP cameras, integrating them into the existing Qognify VMS
system, which included replacing analog cameras, adding new cameras, setting up a wireless
bridge, and installing Cat 6 cabling, totaling 41 cameras and 15 new licenses.
Approximate Construction Dates: October 2022 — May 2023
Agency Name: City of Palm Desert
Contact Person: Kevin Swartz / (760) 776-6485
Original Contract Amount: $206,039.29 1 Final Contract Amount: $225,976.26
Change Order Statement: Upon working with the City of Palm Desert, a client requested change
order was issued to install a new data cabinet and network switch.
Claims Filed: None
2. City of San Bernardino Water District
6/4/24 - message
612/24 - message
City hall building & park
good work - took longer than than they thought procurement.
but good when onsite
would use again
one year storage -
Project Name: Security Video Management System Upgra
Project Description:
VectorUSA has modernized four facilities by installing advanced Seneca DELL servers and
workstations, integrating Milestone XProtect Expert licensing and UPS systems, deploying a
video wall with 55" LED monitors, and upgrading the VMS to support AI -enhanced recording
servers capable of retaining high -resolution video for 45 days and low -resolution for 90 days,
with a virtual management server.
Approximate Construction Dates: February 2024 — May 2024
Agency Name: City of San Bernardino Water District
Contact Person: John Branch / (909) 453-6246
Pretty good
Change orders - reasonable
use them again - yes
Original Contract Amount: $236,013.52 1 Final Contract Amount: $261,996.67
RCTORUSA
Change Order Statement: Upon working with the City of San Bernardino Water District, an
optional management server and video wall was presented, and customer approved, within a
written change order.
Claims Filed: None
3. Hemet Unified School District
Project Name: Districtwide Verkada Surveillance
Project Description:
6/4/24 - message
6/12/24 - not correct extension use 1100
VectorUSA installed and configured 864 Verkada cameras, each with a 5-year license, across
sites in the Hemet Unified School District. VectorUSA deployed, installed, and configured the
new cameras throughout the district. Additionally, VectorUSA installed new cameras and
provided the necessary cabling infrastructure to support new camera locations.
Approximate Construction Dates: November 2022 —June 2023
Agency Name: Hemet Unified School District
Contact Person: Lyle Radford / (951) 765-5100 x„4 1100
Original Contract Amount: $2,249,856.50 1 Final Contract Amount: $2,771,124.61
Change Order Statement: Change orders were requested by client throughout project
construction to add additional cameras and cable to the overall scope.
Claims Filed: None
4. Victor Valley Union High School District 6/4/24 - message
6/12/24 - message
Project Name: Districtwide Surveillance Upgrade good work, lots of projects
Good with data management
Project Description: Use other contractors but came back to Vector.
VectorUSA provided and installed a total of 1,536 new Verkada cameras and removed 1,534
existing cameras across multiple sites throughout the district. Verkada cameras provide thirty
(30) days of on -camera storage, so centralized servers or compute resources were not needed.
VectorUSA provided 10-year camera licenses and 10-year multi -sensor licenses to connect
cameras to the new cloud server -based Video Management System. With this solution the
district gains enhanced security, on a cloud -based management platform with advanced
analytics.
Approximate Construction Dates: May 2024 — November 2024
Agency Name: Victor Valley Union High School District
2
ACTORUSA
Contact Person: Dave Bertelsen / (760) 955-3200 x10262
Original Contract Amount: $1,965,077.69 1 Final Contract Amount: $1,965,077.69
Claims Filed: None
5. LACCD/Teraband Technologies, Inc.
Project Name: LACCD ELAC— Security Upgrade Project —Professional Services
Project Description:
VectorUSA provided comprehensive delivery and integration for 375 Axis cameras on a new
Milestone Video Management Software at East Los Angeles College. VectorUSA designed and
configured Milestone Corporate surveillance software on five servers, along with integration of
surveillance cameras into the Milestone Map.
Approximate Construction Dates: October 2019 — February 202
Agency Name: Teraband Technologies, Inc.
Contact Person: Robert Amirian / (818) 242-6700
Emailed Robert 6/4/24 robert@terabandtech.com
Response - email 6/5/24
Do they manage their people well? YES
Do they finish work in timely manner? YES
Would you use them on future projects? A definite YES
Did they have change orders? Each project is different. There has not
been a change order that was not necessary and warranted.
Were they easy to work with? YES
Were they solution orientated? YES
Original Contract Amount: $454,458.95 1 Final Contract Amount: $516,518.86
Change Order Statement: A credit was issued for materials descoped from the project.
Additionally, at the customer's request, the scope was expanded to add alternative cameras and
supporting material as well as provide camera pathway and connectivity investigation with
supporting CAD design.
Claims Filed: None
6. Lucerne Valley Unified School District
Project Name: Districtwide Surveillance Upgrade
Project Description:
Message-6/4/24
message - 6/12/24
4150 - extension for Olga
VectorUSA optimized the district surveillance infrastr
deploying an 80-camera Verkada Cloud -based Video Surveillance system across three locations,
leveraging scalable management, real-time access, and long-term reliability facilitated by a 10-
year license.
Approximate Construction Dates: September 2022 — November 2023
Agency Name: Lucerne Valley Unified School District
Contact Person: DIMIgIcib BEatorr/ (760) 248-6108 Jolga x4150
Original Contract Amount: $337,424.68 1 Final Contract Amount: $337,424.68
3
Resume
Employee Name: Jorge Salgado-Ruelas
Current Position: Physical Security Superintendent
Training and Certifications:
Federal OSHA 10-hour Certification Course
Qognify Ocularis System Administrator Certification
Brivo Technical Certification
Sunbelt Aerial Work Platform Operator Training
Summary of Qualifications:
• Capable CCTV Lead Tech experienced installing and updating hardware and software
systems for CCTV end -users. Updating systems to meet changing demands, enhancing
collaboration and improving security.
• Extensive training in CCTV products and CCTV industry services.
• Product integration
• Extensive CCTV product knowledge for systems such as: Hikvision (IVMS 4500, IVMS
4200, Hik-connect), Axis, Wisenet, Digital Watchdog (Spectrum VMS), Exacq, Bosch,
Honeywell (VMS), Ubiquity, SEI, Dahua (DMSS, Smartpss) Alarm.com, Verkada,
Hanwha, Avigilon, Brivo and more
• Network and IP knowledge
• Fiber Optic systems knowledge
• Consultative sales and customer service
• Customer proposals
VectorUSA Start Date: May 2023
VectorUSA Professional Experience:
Physical Security Superintendent May 2023 — Present
• Oversees implementation and industry best practices on installations and services.
• Oversees the successful evaluation and testing of existing systems, and/or implementation
of new systems.
• Supervises the installation, replacement, and upgrade of all types of Security deployments.
• Perform site surveys and quote installation estimates for security projects
• Manage client sign -off and document project details
• Coordinate with and support Field Management, Operations and PMO on all phases of
new system installations and existing system upgrade projects assigned to you
• Staging, programming and testing systems prior to installation
• Coordinate and execute installation and service based tasks, including network diagnosis,
cable termination, equipment placement and mounting, media testing, etc.
• Lead and manage daily tasks; drive and lead crews consisting of 1 to 10 technicians
• Integrate surveillance with access control systems
Confidential
11fCTOR
CONNECTING
U PEOPLE TO
INFORMATION
nXX THE woXlo
J.Salgado; Page 1 of 2
• Provide daily, weekly and monthly status reports to OPS and PMO teams. Work with OPS
and PMO teams to identify and create Change Orders, Monitor and Control job/service
activities and assure jobs/service tickets are closed properly and expeditiously
Additional Professional Experience:
Lead Technical Consultant
• CCTV Project Manager/CCTV Lead Technician.
• Assisted sales force with information for customer presentations and product
recommendation based on customer needs.
• Assist customers with expanding and updating existing systems with the most recent
products with consideration of budget constraints.
• Create and design private CCTV network or integrate to clients existing network. Installed
and configured components from start to finish.
• Trained and installed IVMS software and applications for end -users. Marrying application
features with customers needs.
• Executed and implemented solutions on time and within budget constraints while ensuring
high levels of service throughout the process.
• Troubleshot and resolved problems with programs and systems.
CCTV Project Manager
• Created project plans with established timelines for integral phases, assigned to
appropriate teams, managed workflow and achieved RFP submissions and completion
deadlines on or before schedule.
• Oversaw workforce schedules and allocated resources in collaboration with subcontractors
and site superintendent in order to achieve project goals.
• Brought projects in on -time and in accordance with budget and quality.
• Terminating and connecting wiring at IDF locations to establish connections between
systems components, incorporating up to 600 cameras and panels into single systems.
• Provide custom demonstrations of CCTV systems so that customers understood how to
use each feature based on their individual need.
CCTV Service Technician
• Offered repair or service options to help customers make decisions.
• Developed preventive maintenance procedures and schedules for all on -site equipment.
Kept detailed records of repairs and what conducted to correct or fix any issues that the
client is experiencing.
• Monitored installations to maintain compliance with local codes and industry best
practices.
• Installed new systems and components according to service orders and manufacturer
instructions.
• Assessed and identified issues and quickly resolved to restore functionality.
• Adhered to company and OSHA -defined protocols to promote workplace safety.
• Build and design new installs or expansion of existing systems for residential, commercial
and new builds construction sites.
STOR
CONNECTING
PEOPLE TO
INFORMATION
Confidential USAAMOTHEWORLD J.Salgado; Page 2 of 2
Resume
Employee Name: Leonardo Carrasco
Current Position: Physical Security Foreman
Training and Certifications:
Verkada Certified Engineer Training: Essentials
Verkada Certified Engineer Training: Access Control Specialist
Keyscan Aurora Technical Training
Entrapass Corporate Addition Training Program
Doorking Telephone Entry, Card Access, and Gate Operator Systems Training
Summary of Qualifications:
• Capable CCTV Lead Tech experienced installing and updating hardware and software
systems for CCTV end -users. Updating systems to meet changing demands, enhancing
collaboration and improving security.
• Extensive experience in CCTV products and CCTV industry services.
• Product integration
• Diverse background in Access Control, CCTV, Communications, construction, and
project management
VectorUSA Start Date: October 2023
VectorUSA Professional Experience:
Physical Security Foreman October 2023 — Present
• Responsible for installing all access control and CCTV jobs
• Responsible for running jobs in a timely matter with meeting timelines and budgets
• Responsible for the safety of the workers on my jobs
• Major systems installed include Brivo, Verkada, Aiphone
• Responsible for job walks and site visits to ensure everything is following plans and
timelines
Additional Professional Experience:
Installation Technician
• Installation of access control and CCTV systems
• Service and troubleshooting of customer systems
• Lead on new installation jobs from new construction to takeover and retro fits
Lead/Foreman
• Installation of multiple platforms of access security systems and CCTV systems
• Furnished and installed video walls
• Engineered multiple client's access and CCTV systems
• Networking of access control products and CCTV systems
4ECTOR
USA CONNECTING
PEOPLE TO
INFORMATION
Confidential AND HEWORLD L.Carrasco; Page 1 of 2
• Managed and programming of supporting routers and switches
Senior Project Manager
• Offered repair or service options to help customers make decisions.
• Focus is to provide good and fast quality turn job turn overs
• Run all schedules, job meetings, communicate with site managers
• Train: project managers, installment crew, foreman, service crew
• Estimate for all projects: labor cost, material cost, material needed
ICTOR
CONNECTING
U PEOPLE TO
IMFONMNTION
Confidential 1NOTHEWORLO L.Carrasco; Page 2 of 2
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of Los Angeles )
Robert Messinger being first duly sworn, deposes and says that he or she is
_Executive Vice President of _VectorUSA , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party
making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham
bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct.
Vector Resources, Inc. dba VectorUSA
Bidder Authorized Sig natuM/Title Robert Messinger,
Executive Vice President
Subscribed and sworn to (or affirmed) before me on this day of , 2024
by , proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
[SEAL]
cat u"� Notary Public
14
My Commission Expires:
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of �_WRL
Subscribed and sworn to (or affirmed) efore me on this
day of A , 20 � , by �19 b{N+ eSS(
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
'""" E H A Rt D I G
NYCOLI.
\ COMM # 2399727
s '! Los Angeles Caunty,�
r ` * caiifornia Notary Publi
2 Comm Exp Apr, 5, 2026
( ........................... Signature
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
DESIGNATION OF SURETIES
Bidder's name Vector Resources, Inc. dba VectorUSA
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance/bond type):
Certificate of Insurance:
Carrier - CNA
nt - IOA Insurance Services - 130 Vantis, Ste 250, Aliso Viejo, CA 92656
Cheryl Perkovich, Account Manager - (949) 297-0039
Surety - Berkshire Hathaway Specialty Insurance Com
nt - Alliant Insurance Services, Inc. - 1120 Sanctuary Pkwy, Ste 300,
Alpharetta, GA 30009
Tiffany Soko, Account Manager - (404) 995-3000
15
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name Vector Resources, Inc. dba VectorUSA
Record Last Five (5) Full Years
Current Year of Record
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2023
2022
2021
2020
2019
Total
2024
No. of contracts
831
1,744
1,792
1,830
2,034
1,583
9,814
Total dollar
Amount of
$71,964,988
$160,918,320
$120,944,000
$120,560,763
107,424,883
$95,084,616
$676,947,570
Contracts (in
Thousands of $)
No. of fatalities
0
0
0
0
1
0
1
No. of lost
Workday Cases
0
0
0
0
0
0
0
No. of lost
workday cases
involving
permanent
0
0
0
0
0
0
0
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Legal Business Name of Bidder Vector Resources, Inc. dba VectorUSA
Business Address: 20917 Higgins Court, Torrance, CA 90501
Business Tel. No.:
State Contractor's License No. and
Classification:
Title
(310) 436-1000
654046 - C-7, C10, B, C61/D56
The above information was compiled from the records that are available to me at this time
and I declare under penalty of perjury that the information is true and accurate within the
limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
May, 21 2024'
Executive Vice President
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
17
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of
Subscribed and sworn to (or affirmed) efore me on this D'/ St
day of MAV 20�, by � t.U-� Me"
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
••••.. ... .........�.E FIAFiGfNG
"•,. NYCOL
GOMM # 2399727 j
•� s I Los Angeles 1�fl
r *ICaiimrnia Notary Pudli
Comm Exp Apr. 5, 2026 t
( ........................... Signature
UNANIMOUS ACTION BY WRITTEN CONSENT
OF THE BOARD OF DIRECTORS OF
VICTOR RESOURCES INC. DBA VECTOR USA
We, the undersigned, as members of the Board of Directors of VECTOR RESOURCES, INC.
DBA VECTOR USA, a California corporation, and being all the members of such Board as presently
constituted, do by this writing consent to take the following action and adopt the following resolutions
effective the 18" day of June, 2020:
RESOLVED, that the following directors and officers are hereby authorized to execute
deeds, transfers, assignments, contracts, obligations, certificates, and any and all other instruments
on behalf of the corporation:
David Zukerman - President and Treasurer
Jeffrey Zukerman - Executive Vice President and Secretary
Robert Messinger - Executive Vice President
This action is taken in lieu of a meeting of the Board of Directors of the corporation, and is
executed pursuant to the provisions of the California Corporations Code and the By -Laws of this
corporation which authorize the taking of action by the directors of the corporation without a meeting.
The document is directed to be filed with the minutes of the proceedings of the corporation.
avid Zukerman
President
4-ke7rinan
—ffr
4Executive sident
_�
Ro rt Messinger
Executive Vice President
Corporate Seal
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name Vector Resources, Inc. dba VectorUSA
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
Addendum No. Date Received Signature
N/A
1U."
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation: Vector Resources, Inc. dba VectorUSA
Business Address: 20917 Higgins Court, Torrance, CA 90501
Telephone and Fax Number: P: (310) 436-1000 / F: (844) 270-3300
California State Contractor's License No. and Class: 654046 - C-7, C 10, B, C61056
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 9/11/1992 Expiration Date: 9/30/2024
List the name and title/position of the person(s) who inspected for your firm the site of the
work proposed in these contract documents:
Lane Werley - Estimator
The following are the names, titles, addresses, and phone numbers of all individuals, firm
members, partners, joint ventures, and
company or corporate officers having a principal
interest in this proposal:
Name Title
Address Telephone
20917 Higgins Court
David Zukerman President
Torrance, CA 90501 (310) 436-1000
Executive VP &
20917 Higgins Court
Jeffrey Zukerman Secretary
Torrance, CA 90501 (310) 436-1000
Executive Vice
20917 Higgins Court
Robert Messinger President
Torrance, CA 90501 (310) 436-1000
Corporation organized under the laws of the State of California
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
N/A
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
N/A
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
N/A
Briefly summarize the parties' claims and defenses;
N/A
Have you ever had a contract terminated by the owner/agency? If so, explain.
No
Have you ever failed to complete a project? If so, explain.
No
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes / No
20
Are any claims or actions unresolved or outstanding? Yes No
If yes to any of the above, explain. (Attach additional sheets, if necessary)
N/A
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non -responsive.
Vector Resources, Inc. dba VectorUSA
Bidder
Robert Messinger
(Print name of Owner or President
of Corporation/Company)
Authorized Si nature/Title
Executive Vice President
Title
May 21, 2024
Date
On before me, , Notary Public, personally appeared
, who proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Notary Public in and for said State
My Commission Expires:
21
(SEAL)
Mtq (A-e;4
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California �'�' p
County of LDS +� dt's
On VyMAy yl , before me, N l��WfhA.*A'" D�IC
I u A (insert name and title the officer)
personally appeared RuW4 , AM
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
NYCOLLE HARDING:
Fl4ELA.p COMM # 2399727 z
WITNESS my hand and official seal. y „ Los Angeles County ox
'+ California Notary PuhlIA-
I (� ^ ...... ip A202
... Comm Exp Apr....... 2
Signature
(Seal)
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required
by the Contract documents and delivered to the Public Works Department within ten (10)
working days after the date shown on the Notification of Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
22
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
SAMPLE CITY
CONTRACT
23
City of Newport Beach
Newport Beach Police Station Video Surveillance System
Replacement
Contract No. 9500-1
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Councilmembers:
The undersigned declares that the Contractor has carefully examined the location of the
work, has read the Instructions to the Bidders, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials except that material supplied by the
City and shall perform all work required to complete Contract No. 9500-1 in accordance with
the Plans and Special Provisions, and will take in full payment therefore the following unit
prices for the work, complete in place, to wit:
21.2024
Date
T: (310) 436-1000 / (844) 270-3300
Bidder's Telephone and Fax Numbers
654046 - C-7, C10, B, C61/D56
Bidder's License No(s).
and Classification(s)
1000002893
DIR Registration Number
Vector Resources_ Inc. dba VectorUSA
Bidder
�`�
-,.
Bidder's Autho ized Signature and Title
Robert Messinger, Executive Vice President
20917 Higgins Court, Torrance, CA 90501
Bidder's Address
Bidder's email address: tsims@vectorusa.com
PR-1
y Sims, Account Executive)
City of Newport Beach
Newport Beach Police Station Video Surveillance System Replacement (9500-1), bidding on 05/2312024 9_:00 PM (PDT)
Page I of 4
Printed 05/23/2024
Bid Results
Bidder Details
Vendor Name
Vector Resources, Inc.
Address
20917 Higgins Court
Torrance, California 90501
United States
Respondee
Vector Resources, Inc. dba VectorUSA
Respondee Title
Timothy Sims
Phone
310-436-1156
Email
tsims@vectorusa.com
Vendor Type
CADIR
License #
654046
CADIR
1000002893
Bid Detail
Bid Format
Electronic
Submitted
05/23/20241:59 PM (PDT)
Delivery Method
Bid Responsive
Bid Status
Submitted
Confirmation #
379280
Respondee Comment
Buyer Comment
Attachments
File Title
City of Newport Beach_C-9500-1_VectorUSA Bid Response
5.23.24.pdf
City of Newport Beach_C-9500-1_VectorUSA Bid Bond
5.23.24.pdf
City of Newport Beach_C-9500-1_VectorUSA Bid Bond
5.23.24.pdf
File Name
City of Newport Beach_C-9500-1_VectorUSA Bid Response
5.23.24.pdf
City of Newport Beach_C-9500-1_VectorUSA Bid Bond
5.23.24. pdf
City of Newport Beach_C-9500-1_VectorUSA Bid Bond
5.23.24.pdf
File Type
General
Attachment
Bid Bonds
Bid Bond
PlanetBids
City of Newport Beach
Newport Beach Police Station Video Surveillance System Replacement (9500-1), bidding on 05/23/2024 2:00 PM (POT)
Page ^_ of 4
Printed 05/23/2024
Subcontractors
No Subcontractors
PlanetBids
City of Newport Beach
Newport Beach Police Station Video Surveillance System Replacement (9500-1), bidding on 05/2312024 2:00 PM (PDT)
Page 4 of 4
Printed 0512312024
Line Item Subtotals
Section Title
Section 1
Grand Total
Line Total
$318,370.44
$318,370.44
PlanetBids
NEWPORT BEACH POLICE STATION VIDEO SURVEILLANCE SYSTEM
REPLACEMENT
CONTRACT NO. 9500-1
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 9th day
of July, 2024 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and VECTOR RESOURCES,
INC., a California corporation doing business as ("DBA") VectorUSA ("Contractor"),
whose address is 20917 Higgins Ct, Torrance, CA 90501, and is made with reference to
the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: The work
necessary for the completion of this contract consists of mobilizing to the site;
providing submittals; completing employee background verification; removing and
replacing the existing video surveillance system, including but not limited to, one -
for -one replacing existing cameras, new computers, monitors in the jail office,
Watch Commander's office and lobby, new server rack with rack mounted head -
end equipment including, video management software (VMS) with video recording
functions, software and required software licenses, new wiring and station outlets/
connectors; and providing close out documents (the "Project" or "Work").
C. Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and
specifications.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. CONTRACT DOCUMENTS
The complete Contract for the Project includes all of the following documents:
Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion
Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 9500-1, Standard
Specifications for Public Works Construction (current adopted edition and all
supplements), and this Contract, and all modifications and amendments thereto
(collectively the "Contract Documents"), all of which are incorporated herein by reference.
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
2. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and all utility
and transportation services required for the Project. All of the Work to be performed and
materials to be furnished shall be in strict accordance with the provisions of the Contract
Documents. Contractor is required to perform all activities, at no extra cost to City, which
are reasonably inferable from the Contract Documents as being necessary to produce
the intended results.
3. COMPENSATION
3.1 As full compensation for the performance and completion of the Project as
required by the Contract Documents, City shall pay to Contractor and Contractor accepts
as full payment the sum of Three Hundred Eighteen Thousand Three Hundred
Seventy Dollars and 44/100 Cents ($318,370.44).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 Any expense incurred as a result of any suspension or
discontinuance of the Work, but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and
which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times during
the term of the Contract. Contractor has designated Timothy Sims to be its Project
Manager. Contractor shall not remove or reassign the Project Manager without the prior
written consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public Works
Director, or designee, shall be the Project Administrator and shall have the authority to
act for City under this Contract. The Project Administrator or designee shall represent
City in all matters pertaining to the Work to be rendered pursuant to this Contract.
6. NOTICE OF CLAIMS
6.1 Unless a shorter time is specified elsewhere in this Contract, before making
its final request for payment under the Contract Documents, Contractor shall submit to
City, in writing, all claims for compensation under or arising out of this Contract.
Vector Resources, Inc. DBA VectorUSA Page 2
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment. The Contractor and City expressly agree that in addition to all claims filing
requirements set forth in the Contract and Contract Documents, Contractor shall be
required to file any claim Contractor may have against City in strict conformance with the
Government Claims Act (Government Code 900 et seq.).
6.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor to file a claim in strict conformance with the
Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined
in Public Contract Code section 9204 or any successor statute thereto, Contractor shall
be required to file such claim with the City in strict conformance with the Government
Claims Act (Government Code sections 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing, and
conclusively shall be deemed served when delivered personally, or on the third business
day after the deposit thereof in the United States mail, postage prepaid, first-class mail,
addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: Director of Public Works
City of Newport Beach
Public Works Department
100 Civic Center Drive
Newport Beach, CA 92660
7.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attention: Timothy Sims
Vector Resources, Inc. DBA VectorUSA
20917 Higgins Ct
Torrance, CA 90501
Vector Resources, Inc. DBA VectorUSA Page 3
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Work, provided that Contractor is in compliance with the terms of this Contract. Anything
in this Contract that may appear to give City the right to direct Contractor as to the details
of the performance or to exercise a measure of control over Contractor shall mean only
that Contractor shall follow the desires of City with respect to the results of the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract both of the following: (1) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
this Contract in the form attached as Exhibit B and incorporated herein by reference; and
(2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the total amount to be paid Contractor as set forth in this Contract and in the form
attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
11. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
Vector Resources, Inc. DBA VectorUSA Page 4
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract or for other periods as specified in the Contract Documents, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Contract, the services to be provided
under this Contract shall not be assigned, transferred contracted or subcontracted out
without the prior written approval of City. Any of the following shall be construed as an
assignment: The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Contractor, or of the interest of any general partner or joint
venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture
or syndicate or co -tenancy, which shall result in changing the control of Contractor.
Control means fifty percent (50%) or more of the voting power or twenty-five percent
(25%) or more of the assets of the corporation, partnership or joint -venture.
14. PREVAILING WAGES
14.1 Pursuant to the applicable provisions of the Labor Code of the State of
California, not less than the general prevailing rate of per diem wages including legal
holidays and overtime Work for each craft or type of workman needed to execute the
Work contemplated under the Contract shall be paid to all workmen employed on the
Work to be done according to the Contract by the Contractor and any subcontractor. In
accordance with the California Labor Code (Sections 1770 et seq.), the Director of
Industrial Relations has ascertained the general prevailing rate of per diem wages in the
locality in which the Work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the Contract. A copy of said determination is
available by calling the prevailing wage hotline number (415) 703-4774 and requesting
one from the Department of Industrial Relations. The Contractor is required to obtain the
wage determinations from the Department of Industrial Relations and post at the job site
the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any
subcontractor under him/her to comply with all State of California labor laws, rules and
regulations, and the parties agree that the City shall not be liable for any violation thereof.
14.2 If both the Davis -Bacon Act and State of California prevailing wage laws
apply and the federal and state prevailing rate of per diem wages differ, Contractor and
subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per
diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive,
Newport Beach, California 92660, and are available to any interested party on request.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
Documents. Contractor shall be fully responsible to City for all acts and omissions of any
Vector Resources, Inc. DBA VectorLISA Page 5
subcontractors. Nothing in this Contract shall create any contractual relationship between
City and subcontractor, nor shall it create any obligation on the part of City to pay or to
see to the payment of any monies due to any such subcontractor other than as otherwise
required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City.
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers shall not be responsible in any manner for any loss or damage to any of the
materials or other things used or employed in performing the Project or for injury to or
death of any person as a result of Contractor's performance of the Work required
hereunder, or for damage to property from any cause arising from the performance of the
Project by Contractor, or its subcontractors, or its workers, or anyone employed by either
of them.
16.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project, or the Work
of any subcontractor or supplier selected by Contractor.
16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its elected or appointed officers, agents, officials, employees and
volunteers (collectively, the "Indemnified Parties") from and against any and all claims
(including, without limitation, claims for bodily injury, death or damage to property),
demands, obligations, damages, actions, causes of action, suits, losses, judgments,
fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys'
fees, disbursements and court costs) of every kind and nature whatsoever (individually,
a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or
indirectly) to any breach of the terms and conditions of this Contract, any Work performed
or Services provided under this Contract including, without limitation, defects in
workmanship or materials or Contractor's presence or activities conducted on the Project
(including the negligent, reckless, and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers,
subconsultants, subcontractors, anyone employed directly or indirectly by any of them or
for whose acts they may be liable for any or all of them).
16.4 Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the sole
negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall
be construed as authorizing any award of attorneys' fees in any action on or to enforce
the terms of this Contract. This indemnity 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.
Vector Resources, Inc. DBA VectorLISA Page 6
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Project Work.
16.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Contract as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
16.7 Nothing in this Section or any other portion of the Contract Documents shall
be construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order after
the change order is executed and notification to proceed has been provided by the City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Contract, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Contract by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section.
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the provisions
of this Contract at the time and in the manner required, that party shall be deemed in
Vector Resources, Inc. DBA VectorUSA Page 7
default in the performance of this Contract. If such default is not cured within a period of
two (2) calendar days, or if more than two (2) calendar days are reasonably required to
cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting party
written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days' prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs incurred
up to the effective date of termination for which Contractor has not been previously paid.
On the effective date of termination, Contractor shall deliver to City all materials
purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
Vector Resources, Inc. DBA VectorUSA Page 8
20.8 Controlling Law and Venue. The laws of the State of California shall govern
this Contract and all matters relating to it and any action brought relating to this Contract
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising under
this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract and all other Contract Documents by Contractor is a
representation that Contractor has visited the Project site, has become familiar with the
local conditions under which the Work is to be performed, and has correlated all relevant
observations with the requirements of the Contract Documents.
22. WAIVER
A waiver by City or any term, covenant, or condition in the Contract Documents
shall not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant or condition.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct and
are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
Vector Resources, Inc. DBA VectorLISA Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: f I /? &i
e
By: 1,1LA C , )
A r�n C. Harp `riS
City Attorney
ATTEST:
Date:
By:
Leilani I. Brow
City Clerk
Attachments:
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: 7��z �
By:
Will O'Neill
Mayor
CONTRACTOR: VECTOR
RESOURCES, INC., a California
corporation doing business as ("DBA")
VectorUSA
Date:
Signed in Counterpart
By:
David Zukerman
Chief Executive Officer
Date:
Signed in C(--)i_anterpert
By:
Robert Messinger
Chief Financial Officer
[END OF SIGNATURES]
Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Vector Resources, Inc. DBA VectorUSA Page 10
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 1ZK
By: tUoc�
AAda on C. Harp
City Attorney
AtTEST:
Date:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
Bw
Will O'Neill
Mayor
CONTRACTOR: VECTOR
RESOURCES, INC., a California
corporation doing business as ("DBA")
VectorUSA
Date: June 18, 2024
By:
Robert Messin r, Executive Vice President
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Vector Resources, Inc. DBA VectorUSA Page 10
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 47-SUR-300064-01-0377
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Vector
Resources, Inc. DBA VectorUSA hereinafter designated as the "Principal," a contract for:
The work necessary for the completion of this contract consists of mobilizing to the site;
providing submittals; completing employee background verification; removing and
replacing the existing video surveillance system, including but not limited to, one -for -one
replacing existing cameras, new computers, monitors in the jail office, Watch
Commander's office and lobby, new server rack with rack mounted head -end equipment
including, video management software (VMS) with video recording functions, software
and required software licenses, new wiring and station outlets/ connectors; and providing
close out documents in the City of Newport Beach, in strict conformity with the Contract
on file with the office of the City Clerk of the City of Newport Beach, which is incorporated
herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Berkshire Hathaway Specialty Insurance Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of
Three Hundred Eighteen Thousand Three Hundred Seventy Dollars and 44/100 Cents
($318,370.44) lawful money of the United States of America, said sum being equal to
100% of the estimated amount payable by the City of Newport Beach under the terms of
the Contract; for which payment well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
Vector Resources, Inc. DBA VectorUSA Page A-1
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 of seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 9th 2024_.
Vector Resources, Inc. dba VectorUSA
Name of Contractor (Principal)
Berkshire Hathaway Specialty Insurance Company
Nam; of Surety
100 Federal Street, 7th Floor Boston, MA 02110
Address of Surety
678-867-6100
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 7 /Z-4
By: i )
Harp
City Attorney '�Zy
Authorized Agent Signature
William G. Moody, Attorney -In --Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Vector Resources, Inc. DBA VectorUSA Page A-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of)MRR W
County of Gwinnett } ss.
On July 1 , 2024 before me, Tiffany Soko
Notary Public, personally appeared William G. oo y
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
L10 (I
Signa
�. .� SOT �•;o ;
3'
--rr
:'i►''"� ,ela����(t +
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of L- 5blef'�7 } SS.
On J `l� (1 , 20 24 before me, 1<0f10, PV YA Ito) ,
Notary Public, p ' sonally appeared V id U 1K1f 1 &Ly)
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand d�offi�cial seal. 44E,:o,r4F KARLA DIANE MORALES
��. �,sT Notary Public - California Z
W Los Angeles County
r Commission A 2397312
Signature �<�o."' My Comm. Expires Mar 16, 2026 (seal)
Vector Resources, Inc. DBA VectorUSA Page A-3
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 47-SUR-300064-01-0377
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $
rate of $ $9.00
2,865.00 , being at the
thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Vector
Resources, Inc. DBA VectorUSA hereinafter designated as the "Principal," a contract for:
The work necessary for the completion of this contract consists of mobilizing to the site;
providing submittals; completing employee background verification; removing and
replacing the existing video surveillance system, including but not limited to, one -for -one
replacing existing cameras, new computers, monitors in the jail office, Watch
Commander's office and lobby, new server rack with rack mounted head -end equipment
including, video management software (VMS) with video recording functions, software
and required software licenses, new wiring and station outlets/ connectors; and providing
close out documents in the City of Newport Beach, in strict conformity with the Contract
on file with the office of the City Clerk of the City of Newport Beach, which is incorporated
herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and
Berkshire Hathaway Specialty Insurance Company duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three
Hundred Eighteen Thousand Three Hundred Seventy Dollars and 44/100 Cents
($318,370.44) lawful money of the United States of America, said sum being equal to
100% of the estimated amount of the Contract, to be paid to the City of Newport Beach,
its successors, and assigns; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
Vector Resources, Inc. DBA VectorUSA Page B-1
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 9th day of July _ ,2024_
Vector Resources, Inc. dba VectorUSA
Name of Contractor (Principal)
Berkshire Hathaway Specialty Insurance Company
NarnP Of Surety
100 Federal Street, 7th Floor Boston, MA 02110
Address of Surety
678-86 7-6100
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: J7 Z `t
By: %+
Aidon C. Harp
City Attorney ���/zy
Authorized Agent Signature
William G. Moody, Attorney -In -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
J
Vector Resources, Inc. DBA VectorUSA Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State ofX)(aP"jgA Georgia
County of GWINNETT ) ss.
On July 1 , 20 24 before me, Tiffany Soko
Notary Public, personally appeared William G. moody
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
FppNY S
WITNESS my hand and official seal. ���`��•• �ss;o;�,••��%�>,�
SOT y' •��
Signs a 2 G s,�
i `%� •1_�M s��•
ACKNOWLE
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of W?" (IW O } ss.. �(�tr l /l) MOW � C' �I
On , 20 2q before me, ,
Notary Pubic, personally appeared —W 1%k' + GW koV~ ,
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS myhandand official seal. �E..��> KARLADIANEMORALES
Notary Public • I California Los Angeles County
Commission N 2397312
Signature ""� My Comm, Expires Mar 16, 2026 (seal)
Vector Resources, Inc. DBA VectorUSA Page B-3
kioBerkshire Hathaway
Specialty Insurance
''ower Of Attorney
BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY
NATIONAL INDEMNITY COMPANY / NATIONAL LIABILITY & FIRE INSURANCE COMPANY
147. -.SU R-300064-01-0377
Know all men by these presents, that BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, a corporation existing under
and by virtue of the laws of the State of Nebraska and having an office at One Lincoln Street, 23rd Floor, Boston, Massachusetts
02111, NATIONAL INDEMNITY COMPANY, a corporation existing under and by virtue of the laws of the State of Nebraska and having an
office at 3024 Harney Street, Omaha, Nebraska 68131 and NATIONAL LIABILITY & FIRE INSURANCE COMPANY a corporation existing
under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place, Stamford, Connecticut 06902
(hereinafter collectively the "Companies"), pursuant to and by the authority granted as set forth herein, do hereby name, constitute
and appoint: Tiffany Soko William G. Moody D. J. Conroy, 11ZS Sanctuary Parkway, Suite 300 of the city of Alpharetta, State of
Georgia, their true and lawful attorney(s)-in-fact to make, execute, seal, acknowledge, and deliver, for and on their behalf as surety and
as their act and deed, any and all undertakings, bonds, or other such writings obligatory in the nature thereof, in pursuance of these
presents, the execution of which shall be as binding upon the Companies as if it has been duly signed and executed by their regularly
elected officers in their own proper persons. This authority for the Attorney -in -Fact shall be limited to the execution of the attached
bond(s) or other such writings obligatory in the nature thereof.
In witness whereof, this Power of Attorney has been subscribed by an authorized officer of the Companies, and the corporate seals
of the Companies have been affixed hereto this date of August 24, 2023. This Power of Attorney is made and executed pursuant to
and by authority of the Bylaws, Resolutions of the Board of Directors, and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY
INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, which are in full
force and effect, each reading as appears on the back page of this Power of Attorney, respectively. The following seals of the Companies
and signatures by an authorized officer of the Company may be affixed by facsimile or digital format, which shall be deemed the
equivalent of and constitute the written signature of such officer of the Companies and original seals of the Companies for all
purposes regarding this Power of Attorney, including satisfaction of any signature and seal requirements on any and all undertakings,
bonds, or other such writings obligatory in the nature thereof, to which this Power of Attorney applies.
BERKSHIRE HATHAWAY SPECIALTY
INSURANCE COMPANY,
By:
David Fields, Executive Vice President
�,S`PECIAI,k
yyy'! 0 POa l`nrySc
� SURETY �
W SEAL / m
yJ�•~E.BRAS,A�
y3o .* NOD
NATIONAL INDEMNITY COMPANY,
NATIONAL LIABILITY & FIRE INSURANCE COMPANY,
By:
David Fields, Vice President
OEMNL b FIRE LN
���:zP Gk4 TIC �� � POR•` SL
0 Al •. P
zE=SURETYi aJuSURETY9m
SEA I. i i SEAL jj 0
YQi 2S l,1 `��'vj! ZO O,r,�E �j yJ IDO
NOTARY
State of Massachusetts, County of Suffolk, ss:
On this 24th day of August, 2023, before me appeared David Fields, Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY
INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY,
who being duly sworn, says that his capacity is as designated above for such Companies; that he knows the corporate seals of the
Companies; that the seals affixed to the foregoing instrument are such corporate seals; that they were affixed by order of the board of
directors or other governing body of said Companies pursuant to its Bylaws, Resolutions and other Authorizations, and that he signed
said instrument in that capacity of said Companies.
[Notary Seal]
Pam''.
JOHN C. SKIINNER
rNO�v Public, ComftwnweaM a Mas,aotnt b
i�y catt,misslot, flag
�� E January 22, 2027
Notary Public
I, Ralph Tortorella, the undersigned, Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY
COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked. IN TESTIMONY
WHEREOF, see hereunto affixed the seals of said Companies this July 9, 2024. .
,SPECIAL, OEMIV/ bFIRE/,yS .
a�P OµPORgl'yjG �p0.PC:kgr �A:QQPOR�l'.G.p9
i SURETY zi-sURETY' gf SURETY tm
_ of SE, ?� i� SEAL SEAL !
SJ`ryfBRA�i',Y�� rbt•�';�,i. H4,v;.T Zp �NA,ECS .Jfa�o
Iph Tortorella, Officer
iL
0
N
N
e
0
e
v
0
BHSIC, NICO & NLF POA (2023)
BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY (BYLAWS)
ARTICLE V.
CORPORATE ACTIONS
EXECUTION OF DOCUMENTS:
Section 6.(b) The President, any Vice President or the Secretary, shall have the power and authority:
(1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company bonds and other undertakings, and
(2) To remove at any time any such Attorney -in -fact and revoke the authority given him.
NATIONAL INDEMNITY COMPANY (BY-LAWS)
Section 4. Officers, Agents, and Employees:
A. The officers shall be a President, one or more Vice Presidents, a Secretary, one or more Assistant Secretaries, a Treasurer,
and one or more Assistant Treasurers none of whom shall be required to be shareholders or Directors and each of whom shall
be elected annually by the Board of Directors at each annual meeting to serve a term of office of one year or until a successor
has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without
cause by a vote of a majority of the Board of Directors, and shall have such powers and rights and be charged with such duties
and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the Board of
Directors; and the Board of Directors or the officers may from time to time appoint, discharge, engage, or remove such agents
and employees as may be appropriate, convenient, or necessary to the affairs and business of the corporation.
NATIONAL INDEMNITY COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014)
RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys -
in -fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time
any such Attorney -in -fact and revoke the authority given.
NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BY-LAWS)
ARTICLE IV
Officers
Section 1. Officers, Agents and Employees:
A. The officers shall be a president, one or more vice presidents, one or more assistant vice presidents, a secretary, one or more
assistant secretaries, a treasurer, and one or more assistant treasurers, none of whom shall be required to be shareholders or
directors, and each of whom shall be elected annually by the board of directors at each annual meeting to serve a term of office
of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office
at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be different
individuals. Election or appointment of an officer or agent shall not create contract rights. The officers of the Corporation shall
have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office
or as may be directed from time to time by the board of directors; and the board of directors or the officers may from time to
time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the
affairs and business of the Corporation.
NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014)
RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys -
in -fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time
any such Attorney -in -fact and revoke the authority given.
BHSIC, NICO & NLF POA (2023)
No. 3148-4
STATE OF CALIFORN7A
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California,
Berkshire Hathaway Specialty Insurance Company
of Nebraska, organized under the laws of Nebraska, subject to its Articles of Incorporation or other
fundamental organizational documents, is hereby authorized to transact within this State, subject to all
provisions of this Certificate, the following classes of insurance:
Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation,
Common Carrier Liability, Boiler and Machinery, Burglary,
Sprinkler, Automobile, Aircraft, and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WTINESS VdHEREOF, effective as of the 4' day of September,
2015, I have hereunto set my hand and caused my official seal to be
affixed this 4`' day of September, 2015.
Dave Jones
Insurance Commissioner
By Susan J. Stapp
for Nettie Hoge
ChiejDeputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
issuance ofthis Certificate ofAuthority. Failure to do so will be a violation oflnsurance Code section 701 and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
EXHIBIT C
INSURANCE REQUIREMENTS —
MAINTENANCE/REPAIR/JANITORIAL SERVICES
Provision of Insurance. Without limiting Contractor's indemnification of City,
and prior to commencement of Work, Contractor shall obtain, provide and
maintain at its own expense during the term of this Contract, policies of
insurance of the type and amounts described below and in a form satisfactory
to City. Contractor agrees to provide insurance in accordance with
requirements set forth here. If Contractor uses existing coverage to comply and
that coverage does not meet these requirements, Contractor agrees to amend,
supplement or endorse the existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for
bodily injury by disease in accordance with the laws of the State of
California. In addition, Contractor shall require each subcontractor to
similarly maintain Workers' Compensation Insurance and Employer's
Liability Insurance in accordance with California law for all of the
subcontractor's employees.
Contractor shall submit to City, along with the certificate of insurance,
a Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers, employees, and
any person or entity owning or otherwise in legal control of the property
upon which Contractor performs the Project and/or Services
contemplated by this Agreement.
B. General Liability Insurance. Contractor shall maintain commercial
general liability insurance, and if necessary excess/umbrella liability
insurance, with coverage at least as broad as provided by Insurance
Services Office form CG 00 01, in an amount not less than two million
dollars ($2,000,000) per occurrence, four million dollars ($4,000,000)
general aggregate. The policy shall cover liability arising from premises,
operations, products -completed operations, personal and advertising
Vector Resources, Inc. DBA VectorUSA Page C-1
injury, and liability assumed under an insured contract (including the tort
liability of another assumed in a business contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
D. Cyber Liability. Consultant shall maintain cyber liability in an amount not
less than one million dollars ($1,000,000) per claim and annual aggregate,
covering (1) all acts, errors, omissions, negligence, infringement of
intellectual property; (2) network security and privacy risks, including but
not limited to unauthorized access, failure of security, breach of privacy
perils, wrongful disclosure, collection, or negligence in the handling of
confidential information, privacy perils, including coverage for related
regulatory defense and penalties; (3) data breach expenses payable
whether incurred by City or Consultant, including but not limited to
consumer notification, whether or not required by law, computer forensic
investigations, public relations and crisis management firm fees, credit file
or identity monitoring or remediation services in the performance of
services for City or on behalf of City hereunder.
The policy shall contain an affirmative coverage grant for bodily injury and
property damage emanating from the failure of the technology services or
an error or omission in the content/information provided.
If a sub -limit applies to any elements of coverage, the certificate of
insurance evidencing the coverage above must specify the coverage
section and the amount of the sub -limit.
E. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability
policies are used to meet the limits of liability required by this contract,
then said policies shall be "following form" of the underlying policy
coverage, terms, conditions, and provisions and shall meet all of the
insurance requirements stated in this contract, including, but not limited
to, the additional insured and primary & non-contributory insurance
requirements stated herein. No insurance policies maintained by the
City, whether primary or excess, and which also apply to a loss covered
hereunder, shall be called upon to contribute to a loss until the
Contractor's primary and excess/umbrella liability policies are
exhausted.
Vector Resources, Inc. DBA VectorUSA Page C-2
4. Other Insurance Requirements. The policies are to contain, or be endorsed
to contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its City Council, boards and commissions, officers, agents,
volunteers, employees, and any person or entity owning or otherwise in
legal control of the property upon which Contractor performs the Project
and/or Services contemplated by this Agreement or shall specifically
allow Contractor or others providing insurance evidence in compliance
with these requirements to waive their right of recovery prior to a loss.
Contractor hereby waives its own right of recovery against City, and shall
require similar written express waivers and insurance clauses from each
of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess/umbrella liability, pollution
liability, and automobile liability, if required, shall provide or be endorsed
to provide that City, its City Council, boards and commissions, officers,
agents, volunteers, employees, and any person or entity owning or
otherwise in legal control of the property upon which Contractor
performs the Project and/or Services contemplated by this Agreement
shall be included as additional insureds under such policies.
C. Primary and Non -Contributory. Contractor's insurance coverage shall
be primary insurance and/or the primary source of recovery with respect
to City, its City Council, boards and commissions, officers, agents,
volunteers and employees. Any insurance or self-insurance maintained
by City shall be excess of Contractor's insurance and shall not contribute
with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation or nonrenewal of coverage (except
for nonpayment for which ten (10) calendar days' notice is required) for
each required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to
the following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along
with a waiver of subrogation endorsement for workers' compensation
and other endorsements as specified herein for each coverage. All of
the executed documents referenced in this Contract must be returned
to City within ten (10) regular City business days after the date on the
"Notification of Award". Insurance certificates and endorsements must
be approved by City's Risk Manager prior to commencement of
Vector Resources, Inc. DBA VectorUSA Page C-3
performance. Current certification of insurance shall be kept on file with
City at all times during the term of this Contract. The certificates and
endorsements for each insurance policy shall be signed by a person
authorized by that insurer to bind coverage on its behalf. At least fifteen
(15) days prior to the expiration of any such policy, evidence of
insurance showing that such insurance coverage has been renewed or
extended shall be filed with the City. If such coverage is cancelled or
reduced, Contractor shall, within ten (10) days after receipt of written
notice of such cancellation or reduction of coverage, file with the City
evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. City reserves the right to require complete, certified copies
of all required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any
time during the term of the Contract to change the amounts and types
of insurance required by giving Contractor sixty (60) calendar days'
advance written notice of such change. If such change results in
substantial additional cost to Contractor, City and Contractor may
renegotiate Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Contractor shall require and verify that
all subcontractors maintain insurance meeting all the requirements
stated herein, and Contractor shall ensure that City is an additional
insured on insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as
CG 20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Contractor of non-compliance with any requirement imposes no
additional obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features
or limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a
given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type. If the
Contractor maintains higher limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits
maintained by the Contractor. Any available proceeds in excess of
Vector Resources, Inc. DBA VectorUSA Page C-4
specified minimum limits of insurance and coverage shall be available
to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use
any self -insured retentions on any portion of the insurance required
herein and further agrees that it will not allow any indemnifying party to
self -insure its obligations to City. If Contractor's existing coverage
includes a self -insured retention, the self -insured retention must be
declared to City. City may review options with Contractor, which may
include reduction or elimination of the self -insured retention, substitution
of other coverage, or other solutions. Contractor agrees to be
responsible for payment of any deductibles on their policies.
G. City Remedies for Non -Compliance. If Contractor or any subcontractor
fails to provide and maintain insurance as required herein, then City
shall have the right but not the obligation, to purchase such insurance, to
terminate this Contract, or to suspend Contractor's right to proceed until
proper evidence of insurance is provided. Any amounts paid by City
shall, at City's sole option, be deducted from amounts payable to
Contractor or reimbursed by Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Contractor's performance under this Contract, and that involve or may
involve coverage under any of the required liability policies. City
assumes no obligation or liability by such notice, but has the right (but
not the duty) to monitor the handling of any such claim or claims if they
are likely to involve City.
I. Contractor's Insurance. Contractor shall also procure and maintain, at
its own cost and expense, any additional kinds of insurance, which in its
own judgement may be necessary for its proper protection and
prosecution of the Work.
Vector Resources, Inc. DBA VectorUSA Page C-5
�
�
k
\
8
K
§
� �
Q
3
e�§
§
� /
§
@ e
k
\
k \
.
.e
..
o
,
MW
.
. .
3
$
\
2 z
k
\
lu
Q.
]�§
<
tm
(nco
7�8.2:
/�%
.t
t
t
{�\
t
.