HomeMy WebLinkAboutASI Telesystems Inc; 1984-11-08;CONTENTS
Pi
NOTICE INVITING BIDS...........~........................ 1-
INSTRUCTIONS TO BIDDERS................................. 1-
GENERAL TERMS AND CONDITIONS............................ 1-
BID SPECIFICATIONS...................................... 1-
EXHIBIT "A" FACILITY LOCATION....... 1-
EXHIBIT "B" BLOCK DIAGRAM............................... 1-
EXHIBIT "C" FIRE DEPARTMENT PAGING....................... 1-
BID FORMS............................................... 1-
AGREEMENT FORM............................................ 1-
GUARANTEE.................................*............. f-
-
....................
1
CITY OF CARLSBAD
NOTICE INVITING BIDS ** s
NOTICE IS HEREBY GIVEN that the City of Carlsbad, acting by a1 through its Governing Board, hereinafter referred to as the Cit;
will receive up to, but no later than 2:OO o'clock P.M. of the 17 day of December, 1984, sealed bids for the award of a contract '
Furnish, Install, and Maintain a Complete Telephone System.
All bids shall be made on a bid form furnished by the City. Bic shall be received in the office of the Director of Purchasing (
the City of Carlsbad, 1200 Elm Avenue, Carlsbad, California ai
shall be opened and publicly read aloud at the above stated til and place.
Each bid must conform and be responsive to the contract document. copies of which are now on file and may be obtained in the offic
of the Director of Purchasing at the above address.
Each bid shall be accompanied by the security referred to in tl
contract documents and the list of proposed subcontractors.
No bidder may withdraw his bid for a period of sixty (60) da;
after the date set for the opening of bids.
The City reserves the right to reject any and all bids or to waiT
irregularities in any bid.
November 8, 1984 Date :
ALETHA L. -z, city ClerY
1 of 9 rn
INSTRUCTIONS TO BIDDERS 2-'
DEFINITIONS - The following meanings are attached to the following defined words when used in these specifications and the contract:
The word "City" is used in place of the City of Carlsbad, The word "Bidder", "Vendor", "Contractor" or "Supplier" is used in place of
the person, firm, or corporation submitting a bid on these
specifications or any part thereof.
1. FILING DATE: All bids must be filed with the Director of Purchasing of the City of Carlsbad, on or before 2:OO P.M.,
December 17, 1984 at the City, on forms furnished by the City.
2. PREPARATION OF BID FORM: The City invites bids on the form
attached to be submitted at the time and place stated in the
Notice Inviting Bids. The Bidder shall submit two (2) copies
of the bid proposal and any related information in a sealed
envelope marked as stated in the Notice Inviting Bids to:
Purchasing Director - Ruth Fletcher City of Carlsbad
1200 Elm Avenue Carlsbad, California 92008
All blanks in the bid form must be appropriately filled in, andall prices on page one must be stated in both words and
figures. It is the sole responsibility of the bidder to see
that their bid is submitted in proper time. Any bid received
after 'the scheduled closing time for receipt of bids will be
returned to the bidder unopened.
3. ERRORS AND OMISSIONS: The City shall not be responsible for any error or omission in the bid proposal. Failure to provide
answers to any item(s) may subject the bid proposal to rejec- tion.
4. BID SECURITY: Each bid shall be accompanied by a certified or
cashier's check payable to the City, or a satisfactory - bid
bond in favor of the City executed by the bidder as prin- cipal and a satisfactory surety company as surety, in an
amount not less than ten percent (10%) of the maximum purchasc
price. The check or bid bond shall be given as a guarantec
that the bidder shall execute the contract, if it be awarded
2 of 9 B'
to them, in conformity with the contract documents and shall provide the surety bond or bonds as specified within ten (10)
days after notification of the award of the contract to the bidder. Said security shall be forfeited to the City
should the bidder to whom the contract is awarded fail to
execute the Agreement and provide said bonds within ten (10)
calendar days of award.
5. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person OL
persons duly authorized to sign the bid.
6. MODIFICATIONS: Changes in or additions to the bid form, re-
capitulations of the work bid upon, alternative proposals, 01
any other modification of the bid form which is not specifi-
cally called for in the contract documents may result in the City's rejection of the bid as not being responsive to the
invitation to bid. No oral, telegraphic or telephonic
modification of any bid submitted will be considered.
7. ERASURES: The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correc-
tion is suitably authenticated by affixing in the margin imme. diately opposite the correction the signature or signatures o
the person or persons signing the bid.
a. EXAMINATION OF SITE AND CONTRACT DOCUMENTS: Each bi'dder shal visit the site of the proposed work and fully acquaint himsel with. the conditions relating to the project so that he ma;
fully understand the facilities, difficulties, and restric.
tions attending the execution of the work under the contract
Bidders shall thoroughly examine and be familiar with thc drawings and specifications. The failure or omission of an
bidder to receive or examine any contract documents, form, in. strument, addendum, or other document or to visit the site:
and acquaint himself with conditions there existing shall no relieve any bidder from obligation with respect to his bid o
to the contract. The submission of a bid shall be taken a( prima facie evidence of compliance with this section.
9. BIDDERS CONFERENCE: A mandatory bidders conference will b
held on November 26, 1984 at 1O:OO A.M., at the City Hall
for the purpose of acquainting all prospective bidders wit
the bid documents. It is mandatory that all prospectiv
bidders attend this conference.
3 of 9 w1
On November 26, 1984, at 1:OO P.M. a mandatory site review and facilities tour will be conducted to acquaint bidders wit
the facilities and system layout. Bidders should meet in th
City Hall. Bidders should be prepared to review facilities a
well as outside plant cable.
10. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid eithe
personally, by written request, or by telegraphic request con
firmed in the manner specified above at any time prior to th scheduled closing time for receipt of bids. No bidder ma
withdraw his bid after the time set for the opening. Bid
must be held good for sixty (60) days from bid closing.
11. AGREEMENTS AND BONDS: The successful bidder, as Contractoi
will b e required to provide and furnish, prior to execution c
an Agreement, a Payment Bond in the amount of one hundred pel
cent (100%) of the amount of the purchase price and a Perfoi
mance Bond shall be provided in the amount of one hundred pel
cent (100%) of the purchase price.
12. CALCULATION OF BONDS: All required bonds shall be calculate
on the maxirnum total cash purchase price.
13. INTERPRETATION OF PLANS AND DOCUMENTS: If any person is : doubt as to the true meaning of any part of the plans, spec:
fications, or other contract documents, or finds discrepancic
in or omission from the drawings and specifications, he rn;
request an interpretation or correction thereof. The persc submitting the request shall be responsible for its prom1
delivery. Any interpretation or correction of the contrac documents will be made only by addendum duly issued and cog
of such addendum will be mailed or delivered to each persc
receiving a set of the contract documents. No oral interpr
tation of any provision in the contract documents will be ma to any bidder.
14. REQUESTS FOR INFORMATION: Any questions relative to the b
should be directed to Sandee Paxton, Communication Resourc
Company, telephone number (714) 546-2771. The City will rep in writing to all bidders.
15. BIDDERS INTERESTED IN MORE THAN ONE BID: No person, firm
corporation shall be allowed to make, or file, or be intere
ted in more than one bid for the same work. A person, fir or corporation that has submitted a sub-proposal to a bidde
or that has quoted prices of materials to a bidder, is n
40 mc
thereby disqualified from submitting a sub-proposal or quot prices to other bidders or making a prime proposal,
16. EVALUATION: The City specifically reserves the right
evaluate, in its absolute discretion, the total bid of e
vendor so as to select equipment which best serves the ne
of the City, thus insuring that the best interest of the C
will be served.
17. AWARD OF CONTRACT: The City of Carlsbad reserves the ri to reject any or all bids, or to waive any irregularities
informalities in any bids or in the bidding. Award o
contract, if made by the City Council, will be based up0
total review and analysis of each bid and projected COS
over a ten (10) year period.
In the event completed contracts, agreements, forms and ot required documents are not received within ten (10) work
days after a vendor is notified of their selection, the C
may require the bidder to forfeit his bid bond and award
contract to the next lowest bidder or release all bidders.
18. CALCULATION OF SYSTEM COSTS: All bidding system suppli
shall quote system cost for a direct purchase and a seven 1
lease/purchase clearly stating the annual lease rate and k out options. Other company authorized plans may also
quoted for optional considerations.
All system bidders may also quote, as an optional conside
tion only, systemcosts for other purchase or lease pl clearly stating all terms and conditions, as may be ap1
priate or dictated by their company policies.
All applicable telephone utility company rates and chai
(lines, trunks, access charges, etc.) will be included by
City in all final cost comparisons and increased by ten 1
cent (10%) annually. Applicable private supplier char (i,e., Maintenance) will be increased by guaranteed maximun
stated in bid proposal response.
19. ESCALATION FACTORS: Each bidder shall provide their guai teed maximum annual escalation for add-on costs and maint
ance contracts. If none is provided, escalation shall
calculated at a rate of one percent (1%) higher than highest guarantee quote.
50 Hc
20. EVIDENCE OF RESPONSIBILITY: Upon the request of the City
bidder whose bid is under consideration for the award of
contract shall submit promptly to the City satisfactc
evidence showing the bidder's financial resources, his sys
installation experience, and his organization available the performance of the contract.
21. LISTING SUBCONTRACTORS: Each bidder shall submit a list
the proposed subcontractors on this project as required by
Sub-letting and Sub-contracting Fair Practice Act (Governmc
Code Sections 4100 et seq). Forms for this purpose are f
nished with the contract and shall be made only in accordai
with the California Government Code.
22. WORKERS COMPENSATION: In accordance with the provisions Section 3700 of the Labor Code, Contractor shall secure
payment of compensation for his employees. Contractor sh,
sign and file with the City the Contractor's Certifici
regarding Worker's Compensation prior to performing the w(
under this contract. This certificate is part of the 1 specifications and included with the bid form.
23. FORFEITURE FOR FAILURE TO EXECUTE CONTRACT: In the event bidder to whom an award is made tails or refuses to exec1
the contract within ten (10) calendar days from the date receiving notification that he is the bidder to whom, the ct
tract is awarded, the City may declare the bidder's t deposit or bond forfeited as damages caused by the failure
the'bidder to enter into the contract, and may award the wc
to the next lowest responsible bidder, or may reject all b
and call for new bids.
24. INSTALLATION TIME: The telephone system must be installed this location within one hundred twenty (120) days. r
Contractor will receive a written "Notice to Procec establishing the starting date for the project.
25. DELAYS AND EXTENSION OF TIME: If the Contractor is delayed
any time in the progress of the work by an act of neglect the City, or of its employees, by an act of God or oti
casualty which the Contract could not have reasonably fo
seen: by strikes, boycotts, or like obstructive action
employees or labor organizations which is not due to any q
or conduct on the part of the Contractor, and over wh
6 of 9 H'
contractor has no control, then the time for completion shall
be extended for such reasonable time as the City may approve.
Extensions of time will be approved based on actual effect of
actions on the job, not on simple occurance of action, and
extensions of time shall apply only to that portion of the
work affected by the delay, and shall not apply to other
portions of work not so affected.
No extension of time on account of such delays shall be
allowed unless applied €or and justified in writing by the
Contractor within ten (10) calendar days of the beginning of any delay and written approval of same is obtained from the
City. Such extensions of time will not be unreasonably
withheld.
26. LIQUIDATED DAMAGES: Time is of the essence for completion of
this project. It would be difficult or impractical to deter-
mine actual damages arising from the Contractor's failures to have the specified new telephone systems in all respects in-
stalled and ready for use within one hundred twenty (120) days for the City of Carlsbad as stated in the City's Notice to
Contractor to Proceed. Therefore, if the Contractor fails to have the system in all respects ready for use on said date or
any extension thereof duly authorized by the City in writing,
then the Contractor shall pay to the City the sum of Three
Hundred Dollars ($300) for each and every day after said date
the telephone system is not in all respects ready for use as liquidated damages which shall be the damage sustained by the
City and amount of liquidated damages may be deducted by the
City from monies due Contractor.
27. BID FORM: Bids must be submitted on the enclosed City bid form without qualifications or reservations.
28. INSTALLATION COSTS: All costs of installation required by the
contract documents to be performed by the successful bidder shall be borne by the successful bidder and shall be included
in the amounts set forth in the bid form.
29. THE CONTRACT: The bidder to whom the award is made will bt
required to enter into a written contract with the City o
Carlsbad, and obtain all related City licences. This wil.
also apply to any designated subcontractor's. A copy of thc Notice Inviting Bids, the bid response and of these request!
for proposals to furnish, install, and maintain completc
telephone services, will be attached to, and form a part 0
7 of 9 rn
the contract. Any documents proposed for inclusion in the
final contract i .e. : sales or maintenance agreements , should
be included with your response for early review by the City.
All materials or services supplied by the Vendor shall conform
to the applicable requirements of the Carlsbad Municipal code,
and State or Federal Laws, covering Labor and Wages, as well as conforming to the specifications contained herein. In case
of default by the Vendor, the City reserves the right to procure the articles or services from other sources and to
hold the Vendor responsible for any excess cost incurred by
the City thereby. In the event of conflict between these bid
specifications documents and vendor contract, these bid specifications take presidence.
30. TAXES AND INSURANCE: All required taxes and insurance that
may be required shall be included in all bid response quota-
tions. The City -- is not exempt from California state sales
tax. The City is exempted from paying Federal Excise Taxes. These taxes (Federal Excise) are not to be included in the
prices quoted in this transaction.
31. PAYMENTS: The City shall elect either a Direct Purchase, or a Lease Purchase from the selected vendor. The form of payment
will be determined by the City upon completion of the bidding and bid cost analysis as detailed within each bid response.
The City reserves the right to obtain third party funding.
The payment schedule acceptable to the City for a direct
purchase is as follows:
- 25% payable upon acceptable completion of cabling as required.
- Additional 25% payable upon receipt of all equipment and hardware.
- Additional 25% payable at completion of initial installa-
tion and cutover.
- Additional 15% upon acceptance of entire system.
- Final 10% after thirty-five (35) days from acceptance of
entire system.
expressly included and itemized in this invitation for bid. - No additional charges will be paid for by the City unless
8 of BC
32. FISCAL YEAR FUNDING CLAUSE: If the City elects a lease pu
chase, the lease may be terminated by lessee on the last d
of any fiscal year of lessee that is within the term of th
lease upon 30 days prior written notice to lessor of su
termination.
33. CONSULTATION: The successful bidder shall also provide fo at his expense, communication consulting service (one poin
of-contact) to the City commencing with the execution
purchase, lease, or rental agreements and shall contin
through a period of one hundred twenty (120) days after pr
ject completion and acceptance. The purpose of these servic
will be to relieve the City of all consultation, equipme
ordering, line ordering, and overall coordination, planni
and staff training of the entire project. The Bidder furtl
agrees to represent the City in any disputes between t
City and any third party involved in the provision
telephonic communication services at his own cost for the tt
of the lease or for the term of the Maintenance Agreemer
whichever is longer.
34. BID EXCEPTIONS: Any and all exceptions which are taken
response to this bid must be clearly stated in your respon The taking of bid exceptions may result in the disqualifi
tion of the bid. Any exceptions taken will be considered
weighed on relative importance by the City Council.
Allowance of exceptions will be determined by this goverr
council whose findings shall be final. Any bid exceptions
additional conditions requested after bid closing, which
not detailed within the bid response, will automatically
denied.
35. PREVAILING LAW: In the event of any conflicts or arnbigui between these instructions and state or federal laws, r
lations or rules, then the latter shall prevail.
36. DISCOUNTS: The City, through their consultant, may pro
data base development normally performed by the suppl
Any resultant discounts should be stated on the appropr
bid form and passed directly to the City. City consul
9 of m*
(CRC) provided implementation work will consist of coordir
tion activities and the development of design information the industry standard format, and in accordance with the t
specifications.
These will consist of, as appropriate, an activities schedul
customer data base, customer approved key sheets, marked flc
plans (if available), Telco orders and scheduling, u! training information, and the like, as required. Supplic
should detail all information and time frames required.
The decision to acquire the specified system through stand( or discounted pricing will be made by the City at the time the bid award.
37. BID NEGOTIATIONS: A bid response to any specific items
this bid with terms such as "negotiable", "will negotiate",
similar, will be considered as noncompliance with that spe
fic item.
1 of 5 H' GENERAL TERMS AND CONDITIONS
1. SUBSTITUTED SECURITY: In accordance with Section 4590 of tt- Government Code, the City will permit the substitution o
securities for any moneys withheld by the City to ensur performance under the contract. At the request and expense c
the contractor securities equivalent to the amount withhel shall be deposited with the City, or with a state c
federally chartered bank as the escrow agent, who shall p; such moneys to the contractor upon satisfactory completion (
the contract.
Securities eligible for investment under this section sha
include those listed in Section 16430 or bank or savings ai
loan certificates of deposit.
The Contractor shall be the beneficial owner of any securiti substituted for moneys withheld and shall receive any intere
thereon.
2. ACCEPTANCE OF COMPLETION: The Council shall accept completi
of the contract and have the Notice of Completion record when the entire work shall have been completed to the sati
faction of the City.
However, the Council may accept completion of the contract 2
have the Notice of Completion recorded when the entire wc shall have been completed to the satisfaction of the City.
If the Contractor fails to correct all such items prior to t
expiration of the thirty-five (35) day period immediate following Acceptance of Completion, the City shall withhc
from the final payment an amount equal to twice the est
mated cost of the correction of all such items until the 1< of the items has been corrected. At the end of the thir five (35) day period, if there are items remaining to be cc
rected, the City may request the Contractor in writing
make immediate correction of said items; and if the Contracj
fails to make such correction within ten (10) days of the d, of the written notice, the City may make the correction l
deduct the costs from the amount withheld therefore.
3. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: Contrac
shall take out and maintain during the life of this contr
such public liability and property damage insurance as sh
protect him and the City from all claims for property dam arising from operations under this contract, in amounts as
forth below.
2 of W'
Contractor shall require his subcontractors, if any, to tak
out and maintain similar public liability and property damag
insurance in amounts as hereinafter set forth.
4. FIRE INSURANCE: Contractor shall maintain, and cause to t
maintained, fire insurance on all work subject to loss o
damage by fire. Amount of fire insurance shall be sufficier to protect against loss or damage in full until work i
accepted by the City.
5. PROOF OF CARRIAGE OF INSURANCE: Contractor shall not commenc work nor shall he allow any subcontractor to commence woi
under this contract until he has obtained all required it
surance and certificates, which have been delivered in dupl:
cate to and approved by the City.
a) Certificates and insurance policies shall include t
following clause:
"This policy shall not be cancelled or reduced in require
limits of liability or amounts of insurance until notice
has been mailed to the City. Date of cancellation or
reduction may not be less than thirty (30) days after dat
of mailing notice."
b) Certificates of insurance shall state in particular those
insured, extent of insurance, location and operation to
which insurance applies, expiration date, and cancellatic
and reduction notice.
c) Certificates of insurance shall clearly state that the
City is named as an additional insured under the policy
described and that such insurance policy shall be primar3
to any insurance or self-insurance maintained by the
City.
6. INSURANCE: As provided in above, Contractor shall take o maintain and shall require all subcontractors, if any, whet1
primary or secondary, to take out and maintain.
Public Liability Insurance for injuries including acciden death, to any one person in an amount not less than $1,000,
and subject to the same limit for each person on account
one accident, in an amount not less than $1,000,000. Prope
Damage Insurance in an amount not less than $1,000,000.
Insurance Covering Special Hazards - Following special hazi
shall be covered by rider or riders to above mentioned put
3 of ' HC
liability insurance or property damage insurance policy o
policies of insurance, or by special policies of insurance, i
amounts as follows:
Automotive and truck where operated in amounts as above.
Material hoist where used in amounts as above.
The number of executed copies of the Agreement, the Perfori
ance Bond, and the Labor and Material Bond required is fo
(4)
7. - ANTI-DISCRIMINATION: It is the policy of the City that
connection with all work performed under contracts, there wi
be no discrimination against any prospective or acti employee engaged in work because of race, color ancestr
national origin, religious creed, sex, age or marital statL
The Contractor agrees to comply with applicable Federal E
California laws including, but not limited to, the Califori Fair Employment Practice Act, beginning with Labor Code 14
and Labor Code 1735. In addition, the Contractor agrees
require like compliance by any subcontractors employed on 4 work by him.
8. DESIGNATION OF SUBCONTRACTORS:
a. In compliance with the subletting and subcontracting F Practices Act (Chapter 2, commencing at Section 4100, Divis
5, Title 1, of the Government Code of the State of Californ and any amendments thereof, each bidder shall set forth bel
(1) the name and the location of the place of business of c
subcontractor who will perform work or labor or render 5
vices to the prime contractor in or about the constructior
the work or improvement to be performed under this contrac an amount in excess of one-half of one percent of the p
contractor's total bid, and (2) the portion of the work w will be done by each subcontractor under this act. The p
contractor shall list only one subcontractor for each por as is defined by the prime contractor in this bid.
b. If a prime contractor fails to specify a subcontractor or prime contractor specifies more than one subcontractor for
same portion of work to be performed under the contrac
excess of one-half of one percent of the prime contrac'
total bid, he shall be deemed to have agreed that he is
qualified to perform that portion himself, and that he !
perform that portion himself.
c. No prime contractor whose bid is accepted shall (1) su tute any subcontractor, (2) permit any subcontractor t
40 W’
voluntarily assigned or transferred or allow it to be p
formed by anyone other than the original subcontractor lis in the original bid, or (3) sublet or subcontract any port
of the work in excess of one-half of one percent of the pr
contractor’s total bid as to which his original bid did
designate a subcontractor, except as authorized in the S letting and Subcontracting Fair Practices Act. Subletting
subcontracting of any portion of the work in excess of c
half of one percent of the prime contractor’s total bid as
which subcontractor was designated in the original bid st only be permitted to cases of public emergency or necessj
and then only after a finding reduced to writing as put record of the authority awarding this contract, setting fc
the facts constituting the emergency or necessity.
9. HOLD HARMLESS CLAUSE: The Contractor agrees to and does hc
by indemnify and hold harmless the City of Carlsbad,
Officers, Agents, and Employees from every claim or del
made and every liability, loss, damage, or expense of nature whatsoever, which may be incurred by reason of:
A) Liability for damages for (1) death or bodily injury to
persons, (2) injury to property, (3) design defects or
any other loss, damage or expense arising under (l), (2 or (3) above, sustained by the contractor or any person
firm or corporation employed by the contractor.upon or
connection with the work called for in this agreement except for liability for damages referred to above whic
‘resulted from the sole negligence or willful misconduct
the City of Carlsbad, its Officers, Employees Agents or
Independent Contractors who are directly employed by tk
City, and
B) Any injury to or death of persons or damage to properti
sustained by any person, firm, or corporation, includiv
the City, arising out of, or in any way connected with work covered by this agreement, whether said injury or
damage occurs either on or off City’s property, except
liability for damages which result from the sole neglic
or willful misconduct of the City, its Officers, Emplo]
Agents or Independent Contractors who are directly emp:
by the City.
5 of HA
C) The Contractor, at his own expense, cost, and risk, shall
defend any and all actions, suits, or other proceedings
that may be brought or instituted against the City, its
Officers, Agents, or Employees on any such claim, demand, or liability, and shall pay or satisfy any judgement that
may be rendered against the City, its Officers, Agents, c Employees in any action, suits, or other proceedings as 2
result thereof.
10. DEFAULT: In case of default by the vendor of any of the cot
ditions of this bid or contract resulting from this bid, tht
vendor agrees that the City may procure the articles or’ser- vices from other sources and may deduct from the unpaid bal-
ance due the vendor, or collect against the bond or surety,
may invoice the vendor for excess costs so paid, and prices
paid by the City shall be considered the prevailing market
price at the time such purchase is made.
1 of 13
BID SPECIFICATIONS
[GG] '
1.0 SCOPE - The intent of this document is to define require
ments for the provision of two (2) telephone systems to prc
vide complete telephone communication services for the Cil of Carlsbad. Bidders should submit one (1) bid for tt
system design as detailed herein.
1.1 FACILITIES LOCATION - Exhibit "A" is a list of all facili
locations within the City of Carlsbad, including bas
equipment quantities.
complete Processor Controlled digital telephone systems
be furnished, installed and maintained in its entirety
the successful bidder.
2.0 GENERAL REQUIREMENTS - This specification describes t
2.1 STANDARD PRODUCTS - All sub-systems, components, wir
cable and accessory hardware shall be essentially standz
products of a recognized manufacturer regularly engaged
the production of such equipment and materials. Only r
equipment and materials shall be supplied by the Bidder.
2.2 TRADES COORDINATION - The Contractor shall be responsil
for proper coordination of his work with that of ott trades that may be in or on the site. He shall be respc
sible for resolving any union jurisdictional disputes wh
may result due to the union status of his work force. '
Contractor shall coordinate his work with any other of
City's contractors, to avoid interference, duplicat
of work or unfinished gaps between operations. .
2.3 WORKMANSHIP - The Contractor shall be responsible for f
nishing workers skilled in the type of work involved.
materials and equipment shall be installed according manufacturer's specification and shall conform to the
documents.
3.0 PROCESSOR CONTlPOLLED DIGITAL SWITCHING SYSTEM - The sys
bid must be in current production and the latest generat
including station equipment. The capacities of the sy:
supplied and installed shall be as specified herein.
necessary types and quantities of switching units shall
furnished to meet the operational requirements specifiec
this document. The system must have the expansion cap
lities as defined in Section 3.1.2 and be equipped
provide all features called for in Section 5 of 1
specification.
3.0.1 SYSTEM UPDATES - Bidder must guarantee that software
programming updates be provided to the City as they
released by the manufacturer, excluding those which req
I (1) ITEM EQUIPPED
Consoles 0
DID Trunks 17 DOD Trunks 7
Escondido FX Trk. 1
La Jolla FX Trk. 7
So. Ca. WATS Lines 4
Calif. WATS Lines 2
DID Stations 155 ?ie Lines 5
(2)W IRED (3)CAP.
0 2
20 40 10 20
1 3
7 10
4 6 2 5
175 200
5 10
ITEM (1)EQUIPPED
Consoles 0
DID Trunks 6
DOD Trunks 4
OPS Lines 2
DID Stations 4s
Tie Lines S
(2)WIRED (3)CAPq
0 2
8 40
8 20
2 5
5s 20'
5 10
3 of 1
NOTES:
(1) Equipped shall mean the system, as installed, shal include all equipment and services to provide tt
quantities specified.
B*
(2) Wired shall mean the system, as installed has tk
capability and capacity to accept the addition;
cards, etc. to provide the quantities specified witk out major additions or expansions such as cabinets ar
the like.
(3) Capacity shall mean the minimum expansion capabilit
of system through the addition of cabinets and tt
like, as necessary without a complete system change.
3.1.3 TRAFFIC CAPABILITY - A minimum CCS rating of 6.5 per li
must be provided within the system at a p.01 grade-of-se vice.
--
3.2.1 SPACE REQUIREMENTS - The Contractor shall indicate the ph
sical dimensions of each of his offerings on the bid fo along with any special room or wall space requirements fl
support equipment and servicing.
3.2.2 POWER REQUIREMENTS - System commercial power requiremen
for each switch, key equipment, etc., must be indicated the bid form so that adequate power provision will be ma
at those locations called for by the bidder .hereunde This must include surge protection.
3.2.3 EdVIRONMENTAL REQUIREMENTS - Both intermittent and conti
uous operating temperature ranges, allowable humidi limits, and all other requirements for the switch must
detailed on the bid form so that assurance is made tL these requirements are acceptable. The City will n
provide environmental services beyond those called for
the bidder hereunder.
4.0 CONSOLES - Both systems will initially be provided withc
attendant consoles. However, any loop limitation for t
consoles should be stated in the bid response.
4.2 CAPACITY - Any consoles added at a later date must capable of accessing all trunks, tie lines and OPS lir
within the system.
4.3 STATION STATUS - Any consoles added at a later date shl
be equipped with a visual read out indicating individl
.r Lt UL 13 m]
station, trunk, tie line and OPS line status with identification of individual trunk calls.
FEATURES - System and station features shall be provided as
specified herein:
5.0
SYSTEM I - (CITY HALL)
5.1 ESSENTIAL FEATURES - The required essential features are
shown below.
SYSTEN FEATURES
Customer Administration Capability (Provide separate cost for console on bid form where indicated)
Direct Inward Dialing (DID) 165 lines 17 trunks
Direct Outward Dialing (DOD) 7 trunks
DTMF Dialing
Eight Digit Toll Code Restriction Least Cost Routing (w/provision for dial-up OCC including
50 security codes) 7 trunk groups
Music on Hold
Remote Systen Maintenance/Diagnostics Station Class-of-Service (10 Cos)
Trunk Group Class of Service (10 COS) Uniform Station Numbering Processor Controlled Digital Switching
Senderized Tie Lines
Power Surge Protection RS232 Call Accounting Output
LCR with Automatic Route Advance 7 trunk groups ’
OPS Capability
Fire Department Paging - See Exhibit C
STATION FEATURES
Add-on Conference Automatic Callback
Call Forwarding - All Calls, Busy Line, No Answer
Call Hold Call Pick-up - Directed
Call Pick-up - Group (25 groups of 10 stations) Call Transfer
Call Waiting
Consultation Hold Station-to-Station Camp-on
Station Controlled Conference Station Hunting - Circular
Programmable Route Advance
5 of
5.1.1 OPTIONAL FEATURES - In addition to the system features
detailed above, as an option, the system shall include:
(a) Call Accounting Service: This system feature sha
provide an on site processing with a hard copy print ou
Service will provide details of each station number’s ti
of call, number of call, duration of call, and cost call. Summaries will include station summaries and
departmental summaries. Exception reports shall inclu frequently called numbers, trunks reports, calls of lo
duration, and area codes out of Southern California.
Print out frequency is to be weekly. The City plac
approximately 20,000 calls (local and long distanc mon t hl y .
Only long distance calls need be recorded which accour
for approximately 1,500 calls per month. This will be t
minimum storage capac it y required without ‘I reload ins This system feature shall be provided via an “RS232” t3
H’
output.
All details of 2rocessing must be included with t
response, if a form of reporting other than hard copy
provided.
A total of two (2) switching systems (City Hall and Pol: Department) will be included, with the City Hall (System
acting as the “hub”. The second call accounting unit (w:
printer) will be located at the Police Department (Sysi
11). It will be necessary for this CDR unit to store c forward via a dedicated line to the System I CDR unit.
(b) Answering machine - answer only with 30-60 secc
recorded message.
(c) Call sequencer - minimum 2 lines
(d) Last number re-dial
(e) Speed calling - 100 - 12 digit numbers systems
(f) Uninterruptible Power Supply (U.P.S.): This equ
rnent shall be the complete provision for back up power
.. 6 of
operate the system during power black-out or brown-out co
ditions and may utilize Lead Calcuim Batteries and provi
uninterrupted Power to the full system for a minimum peri
of two (2) hours. The price quote shall include a
labor, materials, equipment, taxes, and minimum one ye full warranty. "D.C." systems may include standard batte
back-up in lieu of U.P.S.
(9) Uninterruptible Power Supply (U.P.S.): This equi
ment shall be the complete provision for back up power
operate the system during power black-out or brown-out co ditions and may utilize Lead Calcuim Batteries and provi
Uninterrupted Power to the full system for a minimum peri of ten (10) minutes. The price quote shall include a
labor, materials, equipment, taxes, and minimum one ye
full warranty. "D.C." systems may include standard batte
back-up in lieu of U.P.S.
(h) Speed Dialer - 32 number 10 digit capacity
B
SYSTEM I1 - (POLICE DEPARTMENT)
5.2 ESSENTITAL FEATURES -
SYSTEM FEATURES Direct Inward Dialing (DID) 45 lines 6 trunks
Direct Outward Dialing 4 trunks
DTMF Dialing
Eight Digit Toll Code Restriction Least Cost Routing (LCR) 3 trunk groups
Music On Hold Remote System Maintenance/Diagnostics
Station Class-of-Service (10 COS)
Trunk Group Class-of-Service (10 COS)
Processor Controlled Digital Switching Senderized Tie Lines
Power Surge Protection
RS232 Call Accounting Output
LCR with Automatic Route Advance
OPS Capability
3 Zone Paging Capability
STATION FEATURES Add-on Conference
Automatic Callback Call Forwarding - All Calls, Busy Line, No Answer
Call Hold Call Pick-up - Directed
Call Pick-up - Group (25 groups of 10 stations) Call Transfer
Call Waiting
Consultation Hold
Station-to-Station Camp-On Station Controlled Conference Station Hunting - Circular
7 of
5.2.1 OPTIONAL FEATURES - Provide costs for the relocation
System I1 and all associated equipment as detailed
Exhibit "A" for the Police Department. In addition to 1
relocation of the Police Department, the Administrat
Department of Fire Station #1 will also be relocating.
This will require an in-service relocation (dual syste
to take place approximately the 4th quarter of 1985.
addition to the relocation cost5 there will be mi reprogramming required. Detailed below is an itemized 1
of additional equipment also required.
POLICE DEPARTMENT (Electronic) FIRE DEPARTMENT ADMIN.
63 Single Line Desk Phones 5 Five Line Desk Phones
23 Single Line Wall Phones 5 Single Line Phones 20 Five Line Desk Phones 3 Speakerphones
1 Five Line Wall Phone - 10 Stn. IC Capabilitl
1 Five Line Wall Phone Armored Cord
12 Floor Jacks
11 Pre-wire Single Line 3 Pre-wire Five Line
2 Ringdown CKT. w/weather Proof Housing
2 Elevator Phones w/ringdown CKT. - Intercom Capability
(a) Call Accounting Service: This system feature SI
provide an on site processing with a hard copy print i
Service will provide details of each station number's of call, duration of call, and cost of call. Summa
will include station summaries and 15 departme
summaries. Exception reports shall include frequer
called numbers, calls of long duration, and area codes of Southern California.
Print out frequency is to be weekly. The Police Depart]
places approximately 15,000 calls (local and long dista monthly. Only long distance calls need be recorded w
accounts for approximately 1,000 calls per month. will be the minimum storage capacity required wit
"reloading". This system feature shall be provided vi
"RS232" type output.
It will be necessary for this CDR unit to store and for
via a dedicated line to the system I CDR unit.
B'
5.3 TIE LINES/OPS STATIONS - The system, as bid, shall inc
the capability to provide senderized tie lines.
initial requirement is for five (5) senderized tie I
from the City Hall (System I) to the Police Depart
(System 11).
QUANTITY
54
3
3
122
5 4
175
1 6
1
41
2
2
1 3
3
4
3
7 1
2
2
10
2
2
. -- --
_-_ ITEM
Single Line Desk Phones
Single Line Wall Phones
Red, Weather Proof, Fire Emergency housing
Five Line Desk Phones
Five Line Wall Phones Nine Line Desk Phones
Lite & Hold Cards with Winking Hold
Busy Lamp Field - 20 Stn.
Busy Lamp Field - 10 Stn.
Busy Lamp Field - 10 Stn. (wall mounted)
Long Handset Cords
Speakerphones
Long Base Cords
Transfer Key
Bell Cut-Off Keys
Chimes Buzzer Circuits
Mod u 1 a r Jac k s
10 Stn. DTMF IC 20 Stn. DTMF IC (2 path)
20 Stn. DTMF IC 30 Stn. DTMF IC (2 path)
Conf idencers Claxton Horns (outside mounted)
Long 25 pair extender cables
-. -
QUANTITY
8
6
3
2
24
t
ITEM
Single line desk electronic phones
Single line wall electronic phone
Nine line desk phones
Nineteen line desk phones Long Handset Cords
30 Station Intercom Capability
10 0
this bid request, the bidder shall assume full responsib for the acquisition of such cable and shall include this
in the price quote. All necessary cable and wire shal included. Additionally, any existing cable and wiring
must be brought up to standard and approved by the COI
tant.
Hb
8.0 DOCUMENTATION -
8.0.1 EQUIPMENT SPECIFICATIONS - Two (2) bound copies of the
cuit description and schematic diagrams shall be supplic
contractor to the City.
8.0.2 REPAIR RECORDS - An up-to-date written log containing complete record of all repair reports and disposition
be maintained by the contractor at the site in the sw
room area on a continuing basis.
8.0.3 CABLE MAPS - Contractor shall supply two (2) copie
prints, indicating the location of all cable runs, diq
bution terminals, stations, type of instruments and equipment to the City on drawings supplied by
City for the system (if available).
8.0.4 KEY SHEETS - Key telephone worksheets shall be provide
the contractor to the City for all telephones. sheets shall be maintained to reflect the up-to-date
figuration as changes are made within the system.
8.0.5 BID SPECIFICATIONS - A completed copy of these specific3 shall remain on the job site with the installations s
v i.sor during install at ion.
9.0 TESTS - Prior to final acceptance by the City, Contr
shall perform complete system tests as described in 9
Contractor shall furnish all necessary test equipment perform work to assure the system is fully operational
meets the requirements of this specification.
9.0.1 Tests shall include, but not be limited to, the followinc
a) Complete testing of station functions at each locatil
b) Complete testing of - all switch functions
c) Contractor shall, where required, and in conjuction
supplying utility, completely test and verify off-pri ses circuits.
d) Follow-up adjustment of all bells and audible signal
the satisfaction of the users. e) End-to-end testing of all outside cable pairs.
11 of 1
10.0 WARRANTY - The Contractor shall warrant that all systf
sub-systems and component parts are fully guaranteed aga:
defective design, materials and workmanship for a min.
period of one year from the date of acceptance.
W'
10.1 SERVICE MAINTENANCE OF SYSTEM - The bidder shall guara
to provide full maintenance service of the proposed t
phone system, including parts and labor, for a minimum pe
of ten (10) years after acceptance of the system by
City. The fee for said services shall be at rates <
sistent with that stated in this bid response which prov
for servicing the system at the stated charges, not to ex
the guaranteed escalation rate. Bidder must provide
their response to their bid, a current letter from
manufacturer guranteeing parts availability and quali
maintenance support for the specific system bid over said
(10) year period.
10.1.1 SERVICE PERSONNEL - Bidder agrees that the installat ior subsequent maintenance of the system shall be performe
competent trained personnel skilled in the work to sei
the proposed telephone system and that any such maintet
work shall meet telephone industry standards. Mainte personnel shall have a proven work record on installinc
maintaining the proposed system.
10.1.2 MAINTENANCE SERVICE AGREEMENTS -- - Shall provide for a gu
teed maximum on-premises response time of two (2) hour major system failures (emergency service) and twenty
(24) hours for minor repairs (routine serv.ice). services must be provided twenty-four (24) hours a day,
(7) days a week. Failure to respond within the above s
times shall result in a charge deducted from amounts d
liquidated damages of $50 per hour or portion thereof o
in the monthly maintenance charge, per occurance, whic is more, Major system failure shall be defined as 2
more of any of the trunking, stations or system fea which are not functioning properly. Maintenance
include all parts and labor. All bidders shall pr
written certification that all service and support per:
are fully qualified and formally trained to perform
functions inherent to their jobs. In addition, swi
system installers and maintainers must be factory train
certified, and a written statement to this effect
accompany your response to this bid.
10.1.3 REMOTE DIAGNOSTICS - In conjunction with the requir
stated in 10.1.2 above the bidder shall also include diagnostics and include all costs associated therewith.
12 of
10.1.4 DISPATCHING OF SERVICE PERSONNEL - All repair and serv calls shall b e resolved by the supplier. If teleph
utility company servicing is required, for any reason,
shall be the responsibility of the system supplier to
contact and involve them, and to handle and coordinate service calls to completion. During cutover and for th
(3) days thereafter the system supplier shall maintai central "Trouble Reporting Desk" and a single station nun
for users to report telephone problems to. This locat
will be manned between 8:OO A.M. and 5:OO P.M. each busir
day.
10.1.5 CUTOVER - The actual cutover of the telephone system is tc
an "in-service" cutover. Any out-of-service times must
after hours or on weekends and holidays with prior agreer from the City,
IEEI
10.1.6 SYSTEM ACCEPTANCE - Upon completion of cutover the cont
tor shall notify the City when the system installation
all respects, is ready for final system acceptance rev
At that time an acceptance walk-through will be sched
with representatives of the consultant, vendor and C Upon successful completion of the walk-thru,system accept
will be recommended to the City by the consultant. Howe
should the system be found unacceptable an itemized lis
deficencies will be supplied to the vendor for immed
correction. Upon successful completion of these it
system acceptance will be provided, in writing.
additions to the system shall be completed within ten
days from date of order by the City.
10.2 CHANGE ORDER ACTIVITY - Minor installation,. changes
10.3 ESCALATION FACTORS - Each bidder shall provide their gui
teed maximum annual escalation for add-on costs and mair
ance contracts. If none is provided, escalation shal
calculated at 1% higher than the highest quote,
11.0 TRAINING - All required operator and station-user trail
including station-user manuals, shall be supplied by
contractor prior to and after system cutover and on a tinuing basis as deemed necessary by the City. Trai
shall be conducted prior to and during system cut( Follow up post cutover training shall also be conductc
all work locations. Training personnel must be qual
instructors. -
12.0 PUBLIC COIN TELEPHONE - Consideration should be given t
provision made for the continued operation of public
operated telephone (pay phones).
13 of 1
13.0 ADD AND DELETE SCHEDULE - The "pre-acceptance" add-on co!
shall be used to calculate adjustments and deletions of itt of equipment. The "post-acceptance'' schedule will be UI
for calculating equipment changes after cutover and the
costs must be guaranteed for one (1) year after acceptance
14.0 NOTES - Any and all additional information bidder wishes
state should be attached to the bid response and noted in 1
appropriate section. Care should be taken to insure t such statements do not serve to qualify bid.
HZ
15.0 SERVICE PERSONNEL - Bidder agrees that the installation
subsequent maintenance of the system shall be performed
competent trained personnel skilled in the work to serv
the proposed telephone system and that any such maintena
work shall meet telephone industry standards. Maintena personnel shall have a proven work record on installing
maintaining the proposed system. All bidders shall pro\
written certification that all service and support persor
are fully qualified and formally trained to perform tk functions inherent to their jobs, In addition, switci-
system, installers and maintainers must be factory trai and certified, and a written statement to this effect IT
accompany your response to this bid.
1
EXHIBIT "A"
FAC I L I TI ES LOCAT ION
CITY OF CARLSBAD
ITEM
m'
F AC I L I TY
City Hall 92 DID Stations
1200 Elm Avenue 32 Single Line Desk Phone 58 Five Line Desk Phones
1 Five Line Wall Phone 2 Nine Line Desk Phones
6 Busy Lamp Fields
15 Long Handset Cords
2 Long Base Cords 1 Transfer Key
3 Bell Cut-Off Keys 1 Chime
2 Speakerphones
80 Lite & Hold Cards
2 Buzzer Circuits
2 Modular Jacks
2 Long 25 pr. extender c
1 2 Path 20 Stn. DTMF IC
3 10 Stn. DTMF IC
1 20 Stn. DTMF IC
Police Department 46 DID Stations
1200 Elm Avenue a Single Line Desk Phone
6 Single Line Wall Phone
3 Nine Line Desk Phones 2 Nineteen Line Desk Phc
24 Long Handset Cords - 30 Stn. Intercom Capat
2 OPS
Library 13 DID Stations
1250 Elm Avenue 1 Single Line Desk Phone
19 Five Line Desk Phones 1 Five Line Wall Phone
12 Long Handset Cords 5 Chimes
1 Transfer Key
1 Busy Lamp Field
2 Modular Jacks
1 30 Stn. DTMF IC 2-Pat?
12 Lite & Hold Cards
Library - La Costa Branch 3 DID Stations 7750 "Mw El Camino Real 4 Five Line Desk Phones
La Costa 1 10 Stn. DTMF IC
3 Lite & Hold Cards
4 Long Handset Cords
1 Chime
2 of [-I ’
Fire Station #1 14 DID Stations
1275 Elm Avenue Single Line Wall (compact 1
10 Five Line Desk Phones
Five Line Wall Phone 1
Nine Line Desk Phones 2
Nine Line Wall Phone 1
Long Handset Cords 6 5 Con f idence rs
14 Lite & Hold Cards
2 1 Red Fire Emergency Housir
1 Ringdown Circuit
1
OPS
20 Stn. DTMF IC
Fire Station #2 1 DID Station
1906 Arena1 Road 3 Five Line Desk Phones 1 Five Line Wall Phone
1 Single Line Wall (compac 1 Red Fire Emergency Housi
1 Ringdown Circuit oes 2
3 Confidencers
Lite & Hold Cards 3
Long Handset Cord 1
DID Stations 2
2 Lite & Hold Cards
1 Five Line Wall Phone
1 Single Line Wall (cornpa: 1 Red Fire Emergency Hous
1 Ringdown Circuit 2 Conf idencers
1
Fire Station #3 3701 Catalina Drive 2 Five Line Desk Phones
OPS
Parks b Recreation 8 DID Stations
1166 Elm Avenue 5 Single Line Desk Phones
3 Five Line Desk Phones
3 Lite & Hold Cards
1 10 Stn. DTMF IC
Long Handset Cord 1 1 Busy Lamp Field (Wall)
1 Chime
Credit Union 2 DID Stations
1275 Elm Avenue 2 Five Line Desk Phones
2 Lite & Hold Cards
3 of [GI ’
Harding Community Center 5 DID Stations
Single Line Desk Phones
Five Line Desk Phone
Lite & Hold Cards
3096 Harding Street 3
1
2
Levante Community Center 1 DID Station 3035 Levante 1 Single Line Desk Phone
Kruger House 1 DID Station
Single Line Desk Phone 3218 Eureka 1
Holiday House 3 DID Stations
3235 Eureka 3
Magee House 2 DID Stations
1 Mod ul a r Jack
Single Line Desk Phones 1 Long Handset Cord
Single Line Desk Phones 258 Beech Avenue 2
Heritage Hall 1 DID Station
258 Beech Avenue 1
Carlsbad Swim Complex 2 DID Stations 3401 Monroe Street 3
Single Line Desk Phone
Single Line Desk Phones 1 Long Handset Cord
Maintenance & Utilities 8 DID Stations
Single Line Desk Phone
21 Five Line Desk Phones
Five Line Wall Phone 1
30 Stn. DTMF IC 1
Buzzer Circuits 2
Claxton Horns (outside) 2
8 Lite & Hold Cards
405 Oak Avenue 1
Calaveras Sewer Plant 1 DID Station 2400 Tamarack 1 Single Line Desk Phone
I sau?? 'WS
k ma 8.
a,(d u -4 -4 c, 7
4J ma, I= Xk a, rfrn L.(u cda) PIP: E ac 00 4J4J 0 & om -4 a c,
Lta -a ;g LnE
am E82
H
k 0
1 of 2
J [-I EXHIBIT C
FIRE DEPARTMENT PAGING
Three Fire Stations are included, Station No. 1, Station No. 2 anc
station No. 3. Each system will include background two-way radic
traffic, page from their own key telephone system and page from the
central dispatch system. The central dispatch page will havc
priority to override the local page and background two-way radio(
Local page will have priority to override only the backgrounf
two-way radio.
Two-way radio input to the paging amplifier should include a
isolation transformer in front of the paging amplifier, an overrid
(or cutoff) from local key system access and a second priorit
override (or cutoff) from the central dispatch system.
The key telephone system input to the paging amplifier shall be vi
a dial intercom and must include the necessary dial access (DTMF
equipment. The input shall also include an override (or cutoff
from the central dispatch system.
The dispatch system input to the paging amplifier shall be the sam
as exists today. These originate from the designated keys on th
Pacific sell provided key telephone system and are extended to eac
Fire Station via telco facilities. The manual signal circuits wil
be removed, the present dispatch telephones should be reviewed.
The dispatch system input will utilize tone oscillators with tin
release relays (approximately 3 seconds) which automatically provic
the "alert" tone preceeding the dispatch page. * This tone shall al:
be heard by the dispatcher through their headset, the dispatc
telephones have the ability to "conference" two, or three statio
together for a simultaneous broadcast.
All speakers will be wired with two pair shielded wire. Speake
with volume controls will include an override relay whereby only t
background two-way radio output may be turned down without excludi
local or dispatch pages. Each speaker shall include its 0
internal volume adjustment "tap".
Quantities and sizes of speakers and amplifiers are shown below
f ac i 1 i ty.
FIRE STATION NO. 1
ITEM QUANTITY
1.25 WATT Wall Speakers 15
2.5 WATT Wall Speakers 7
3.7 WATT Outdoor Trumpet Speakers 4
100 WATT Amplifier (minimum) 1 Wall mounted volume controls 22
with "off" setting
2 of m'
FIRE STATION NO. 2
ITEM QUANTITY -
7 1.25 WATT Wall Speakers 4
2.5 WATT Wall Speakers 1 3.7 WATT outdoor Trumpet Speakers 1
50 WATT Amplifier (minimum)
with "off" setting
Wall mounted volume controls 11
FIRE STATION NO. 3
ITEM QUANTITY
1.25 WATT Wall Speakers 11 4 2.5 WATT Wall Speakers 1
3.7 WATT Outdoor Trumpet Speaker 1 50 WATT Amplifier (minimum) Wall mounted volume controls 15
with "off" setting
CI ! 0
BID FORM
To the City of Carlsbad
Pursuant to and in compliance with your Notice Inviting Bids
other documents relating thereto, the undersigned bidder, ha,
familiarized himself with the terms of the contract, the 1(
conditions affecting the performance of the contract done , and
the drawings and specifications and other contract documents , he
proposes and agrees to perform, within one hundred twenty (120)
after receipt of the Notice To Proceed, the contract, including of its components parts, and everything required to perform, ant
provide and furnish any and all utility and transportation
vices necessary to perform the contract and complete in a work:
like manner all of the work required in connection with the pro
to furnish, install, and maintain complete telephone system for
City of Carlsbad all in strict conformity with the drawings
specifications and other contract documents, including addenda
receipt of which is hereby acknowledged.
1. System 1, Product Bid: NEC NEA.X 2400 IP~lS
Total Cash Purchase Price: (including sales tax)
One Hundred Fifty Eiqht Thousand One Fundred Eiqhteen Dollars and Eiqhtv Eight Cents Dollars ($ 158 , 118.2
Annual Lease Price Seven-Year Lease/Purchase: ( including tax)
Thirty Thousand Four Eundred Six Dol.lars
and Three Cents Dollars ($ 30,406.01
Annual Cost Second Year Maintenance:
Three Thousand Nine Hundred Sixty ilollars Dollars ($ 3r96°-0c
2. System IT, Product Bid:
Total Cash Purchase Price: (inc1udi.n~~ sales tax) yorty Five Thousand Five iiundrec? ?'1: t;: 301 1al:S
and Eiqht Cents Do~lars ($45,553.0:
Annual Lease Price Seven-Year Lease/Purchase: ( including tax)
1:ic;ht Thousand Sever, Fur,dred Fifty Xinc D(~ll~~Lars ($ 2,759.2; ___- ____ __ and Twenty One Cents Annual Cost Second Year Maintenance:
Dollars ($ 1.,005.0( - One Thousand Eiqht Dollars - __.__ ______
\_ i. L , '. < 1 ..
RESPECTFULLY SUBMITTED:
FIRM: AS I ?'F.LLSYSrI'E?iS
A: \? .':' , f / ( ; ,:- / / i
By : -- !? i ;i ne i __. ----___~-
TELE NO.: (918) 704-5700 ADDRESS: 21150 Califa Street - ______-. ___.__ ___
SIGNATURE ___._ TITLE -___ Prcsi.(?ent
DATE: Dcccinbcr 13, 1984
Individual cf Partnership 17 Corporation E
5 2c
BID FORM
City of Carlsbad
All discounts, cost reductions, rebates, etc. due to work perfc
by the consultant, Communication Resources Company (CRC) , shal
passed directly to City of Carlsbad. CRC is qualified to provic
in an industry accepted format, customer data base, customer
approved key sheets, marked floor plans (if available), coordi
and schedule all Telco orders, etc., which is required for cor
system implementation. If applicable, bidder should state in
spaces provided below, the discount which will be passed to
City. The bidder should describe the activities to be performe
CRC be low.
A. Total cash purchase prices (combined from page 1) $203,668. (including sales tax)
B. Less total discount to City - 14,c)oo.
C. Net total discounted purchase price $ 189,668.
D. Net annual lease payment (7 yr. Lease) 5 36,473.
CRC Activities : __
(combined from page 1)
__ - ___ __ _~_ __-_
\
\.
1; ~- ~-- COMPANY: ‘j.3: -- ___ __-__- ---- - -
\ 3c
BID FORM
City ot Carlsbad
BID BOND OR CERTIFIED CHECK enclosed for $ IO I>! 13~~'
If bidder is a corporation, name State under which incorporated
a ['a 11 fcirpLi i c'ori>oraticJn
If bidder is a partnership, list below names and addresses of partners: If corporation, list corporate officers:
NAME ADDRESS
Pierre Marquis, CEO 21150 Califa Street, Woodland Hills, 72i 9
Jack D. Sdint?, Jr., C(30 21150 Califa Street, Woodland Hiiis, (
Diane Welch, President 21151) Califa Street, b?oodland Hills, Ct
Ned Booth, Vice President, Eng. 21150 Califa St., Woodland H1
EXCEPTIONS TO SPECIFICATIONS
Does your bid comply with the conditions and specifications in
advertisement in every particular? Check Yes - X No -
If your answer is "NO", explain in detail below in each ins
where your response does not comply with the conditions and/o specifications.
/I x.;- T // ' c1 ' ' .I '\
BY : I) 1 Li~~<' (.kl , I>'^ ,>~:c~~~~COMPANY: i\Cd 'L'l:I,F:Fk S? !,"S
.. 40
BID FORM
City of Carlsbad
DESIGNATION OF SUBCONTRACTORS
SUBCONTRACTOR ADDRESS WORK TO BE DONE
None
(Use additional page if needed)
LEASE/PURCHASE INFORMATION
If the City elects to lease/purchase system, will lease be assi
If Yes, to whom? Name: Municipal Leasing Corporation
Address: 16133 Ventura Blvd., Encino, CA
Telephone: (818) 788-5797
Has lease assignee read and accepted - all required terms? YPS
Annual percentage rate for Seven Year Lease/Purchase 11.25
Lease option to purchase at the end of:
SYSTEM I SYSTEM I1 First Year........................ 146,576.20 2-2 , 224.92
Second Year....................... 128,392.53 36,986.66
Third Year........................ 107,995-19 31,110.7C
Fourth Year....................... 85,542.31 24,642.55
Fifth Year................. ....... 60,559.53 17,445.6f
Sixth Year............. ........... 30,406.03 8 , 759.21
Seyenth Year...................... 1.00 1.0(
I‘
OMPANY: AS1 TcleSYStemS ,LC+ ,I 4
Lb” re” b ;t ’?LC / I: .: ((/\
BY: Diane b’elch, President
v
J Ut 'i
BID FORM
City of Carlsbad
OPTIONAL FEATURES - System I (A) Provide the requested information regarding the Call Accoun
optional system feature (as specified).
Manufacturer: UI:C
Print-out Frequency Upon t)er?sric! storage capacity 25,000 Type of Retrieval (mag. tape, floppy disc., hard copy printer,
etc.,) fionvv DIS~
Cash Purchase $ 11,042.00 Annual Payment - 7 year Lease/Purchase $ 2123.36
If not hard copy print out: Type of Processing ---
Processing Turn Around Time ---
Cost of Processing ---
Description of Operation, information and format provided:
Reoorts on Demand *Include example of reports
OPTIONAL FEATURES - System I1
(A) Provide the requested information regarding the Call Accoun optional system feature (as specified).
Manufacturer : NEC
Type of Retrieval (mag. tape, floppy disc., hard copy printer,
etc. ,) Ylonn~ ~lsk Remote polling included NO polllpq &dlcated line
If not hard copy print out: Type of Processing ---
Pr int-out Frequencyupon Dcn!and storage capacity 25 rv 00"
Cash Purchase $ li,042.00
Annual Payment - 7 year Lease/Purchase $ ---
Processing Turn Around Time ---- Cost of Processing ---
Description of Operation, information and format provided:
ReDorts on Dcriand *Include example of reports
(B) Indicate the total cost to provide the optional features of Hour Uninterruptable Power Supply (UPS) as specified for System
Cash Purchase $ 2322.q13
Annual Payment - 7 Year Lease/Purchase $ 323.44 Manufacturer: Gould, Inc. Supplier: Could, Inc. Amount of Space Required: 3'~3'
Special Requirements: ----
(C) Indicate the total cost to provide the optional features of
minute Uninterruptable Power Supply (UPS) as specified for Syst
11.
Cash Purchase $ 2722.00
Annual Payment - 7 Year Lease/Purchase $ 323.44
Manufacturer: Gould, Inc. Amount of Space Required: 3'x3' h/(.F --: i I i (e( /\
Gould, Inc. Supplier: -
pecial Requirements: f ----
LI in 0
(Dl Answering Machines (answer only with 30-60 second reco
message.
Cash Purchase s 205.00
Annual Payment - 7 Year Lease/Purchase $ 39.42
Manufacturer: Code-A-Phone
(E) Call Sequencer (minimum 2 lines)
Cash Purchase $ 6200.00
Annual Payment - 7 Year Lease/Purchase $ 1192.25
Manufacturer: AED Inc. Special Requirements -----
(F) Last Number Re-dial
Cash Purchase $ Included on Electrc
Annual Payment - 7 Year Lease/Purchase $ Sets
(GI Speed-Call (Systemwide 100-12 digit numbers)
Cash Purchase $ Included Annual Payment - 7 Year Lease/Purchase $ ----
Capac it y ----
(HI Speed Dialer (32 number-10 digit capacity)-
Cash Purchase $ 395.09
Annual Payment - 7 Year Lease/Purchase S 58.65
Capacity 32 numbers Manufacturer: ITT
Special Requirements ----
(I) Provide cost of customer administration capability console:
Cash Purchase $ 5684.00 Annual Payment - 7 Year Lease/Purchase $ 1093.02
Manufacturer: NEC Special Requirements -----
(J) Provide all costs necessary to train City Communicat
Manager on customer administration capability S 200.GG
Length of time required for training 2 dairs
OPTIONAL FEATURES - SYSTEM 11
Provide the cost for relocation of the Police Department Syste
spec i f ied .
Cash Purchase S 29,047.88 - _----- ____~ ____.
_.__-._ ~
Annual Payment - 7 Year Lease/Purchase s - 5,585.86
Will you guarantee these prices through July, 1986 yes
How long will this price be held? ju!.~, 1986
Will you provide a maximum increase if relocation is delayed Yes What would the maximum increase in cost be, beyond your p
.____-- 1. 0 ’& guarantee period? -
* Mu t be included with b,id response
,-.-..-. .. .. 7 /. 7 ,I> . , . _____ L __.- \;PC ?C. ( c ‘ t ( ‘ir\
n I, n:.;.. . 1.,.i,.:. ,,.---..> _.
\ 60
BID FORM
C i t yofC-s bad
FEATURES - System I - City Hall
Indicate at the right with a ''yes" or "no" whether or not
following features are included in your system and bid. ~f
required, indicate "N/A" for not applicable. If additional spacl required, note with "See Attachment". A "no" response to any
indicates l.ess than minimum bid requirement.
Processor Controlled Digital Switching Yes
Complete DTMF Dialing Yes
Customer Administration Capability Yes
DID (Direct Inward Dialing) 165 lines 17 trunks Yes
DOD (Direct Outward Dialing) 7 trunks Yes
Least Cost Routing (as specified) Yes
Music On Hold Yes
Remote System Maintenance/Diagonstics Yes
Station Class-of-Service (10 COS) Yes
Trunk Group Class-of-Service (10 COS) Yes
Uniform Station Numbering Yes
Senderized Tie Lines (as specified) Yes
Power Surge Protection (as specified) Yes
RS232 Call Acct Output Yes
Least Cost Routing with Auto. Route Advance Yes
Add-on Conference Yes
Call Forwarding - All Calls, Busy Line, No Answer Yes
Call Pick-up (25 groups of 10 stations) Yes
Auto. Sta. Callback Yes
Call Hold Yes
Call Transfer Yes Call Waiting yes
Pr og ramma b 1 e
.Station to Station Camp-on 1 <? i;
Station Controlled Conference i e5
Station Hunting - Circular Yes OPS Capability \; ;: 3
Fire Department Paging Per Exhibit C -
Consultation Hold Yes
Y e s Ro ut e Adv a n ce
x,
..
/I \ ,5 c . ~.-,
h4 p / ( '( ( /i L/ / \
/ ' '. '. ' , \. \. COMPANY: ASr Tel (>~y~t?'Ii'iS --__- ______ ______ 1. " rl IL .;xs i (1 62 r-I t.' BY: nii7Jlr Kp]CJ - __ - -
% 70 * "
HID FORM City-of Carlshad
FEATURES - System I1 - Police Department
Indicate at the right with a "yes" or "no" whether or not
following features are included in your system and bid. 1f
required, indicate "N/A" for not applicable. If additional spacl required, note with "See Attachment". A "no" response to any
indicates less than minimum bid requirement.
Processor Controlled Digital Switching Yes
Complete DTMF Dialing Yes
Customer Administration Capability Yes DID (Direct Inward Dialing) 45 lines 6 trunks Yes
Eight Digit Toll Restriction Yes Music On Hold Yes
Remote System Maintenance/Diagonstics Yes Station Class-of-Service (10 COS) Yes Trunk Group Class-of-Service (10 COS) Yes Senderized Tie Lines (as specified) Yes
Power Surge Protection (as specified) Yes
RS232 Call Acct Output Yes Add-on Conference Yes Auto. Sta. Callback Yes Call Forwarding - All Calls, Busy Line, No Answer Yes
Call Hold Yes
Call Pick-up (25 groups of 10 stations) Yes Call Transfer Yes
Call Waiting Yes
Consultation Hold Yes
Programmable Route Advance Yes
Station to Station Camp-on Yes
OPS Capability Y e s
3 Zone Paging Yes
DOD (Direct Outward Dialing) 4 trunks Yes
Station Hunting - Circular Yes
, .!
i
BY:' h$i,hkJ( .I + 'h. pr k '- 1 .siden c i l -;'...I"""'; - ,' - iiAs: 'rclesystems
11 CJt <
I )b
BID FORM City of Carlsbad
EQUIPMENT
Indicate at the right with a "yes" or "no" whether or not tl
items are included in your bid. If not required with your sysi
indicate "N/A" for not applicable. A ''no" response to any
indicates less than minimum bid requirements.
1 Processor controlled digital systems equipped, wired and expandable per Table I - System I and I1 Ye L
SYSTEM I 54 Single line instruments - desk Ye!
3 Single line wall (compact) instruments Ye:
3 Single line wall phones Ye:
3 Red weather proof fire emergency housings Ye:
122 Five line instruments - desk Ye!
5 Five line instruments - wall Ye:
4 Nine line instruments - desk Ye
175 Lite & Hold cards with winking hold Ye
1 Busy Lamp field - 20 station Ye
6 Busy Lamp Fields - 10 station Ye
1 Busy Lamp Field (wall mounted) 10 station Ye
41 Long Handset Cords Ye
2 Speakerphones Ye
2 Long Base Cords Ye
1 Transfer Key Ye
3 Bell Cut Off Keys Ye
3 Chimes Ye
4 Buzzer Circuits Ye
Ve 3 Modular Jacks
7 10 Stn. DTMF IC Ye
1 20 Stn. DTMF IC (2 path) Ye
2 20 Stn. DTMF IC Ye
2 30 Stn. DTMF IC (2 path) Ye
Ye
2 Long 25 pair extender cables Ye
--
10 Conf idencers __- 2 Claxton Horns (outside mounted) YC
SYSTEM I1
8 Single line desk electronic phones Ye
6 Single line wall electronic phones Ye
3 Nine line desk electronic phones Ye
2 Nineteen line desk electronic phones Ye
24 Long handset cords YE
Station intercom capability YE
I/ i . <( t < .I t ? ;I, 7: .,
BY: Dlane b!eich, Presideht\ COMPANY: ___ AS1 Telesystems
< 90
> I)
BID FORM
City of Carlsbad
ADD-ON COSTS PRE-ACCEPTANCE
Indicate the cost/credit to add or delete the following items
your proposed system prior to "acceptance". All applicable
shall be in lease/purchase payments and purchase price.
CASH CASH
P U RC HAS E
STANDARD ELECTRONIC
PURCHASE
Single Line Telephone 102.00 115.00
Single Line Telephone Pre-Wire 64.00 78.00
Five Line Telephone 252.00 4 Button D-ter
306.00 16 Button D-ter Nine Line Telephone
Nineteen Line Telephone 467.00 --
-- L i g h t Re 1 a y 31.00
Six Line Key Cabinet 385.00 --
13-Line Key Cabinet 675.00 --
-- lo-Station Dial Intercom (DTMF) 394.00
20-Station Dial Intercom (DTMF) 501.00
30-Station Dial Intercom (DTMF) 749.00
(1) Sta. Line Add. Group of 16 - 2400.00
--
--
(1) Tk. Add. Group of 8 1900.00 -
Factor for seven year lease .1g22986
State the name and manufacturing location of the supplier of ea
item of equipment as listed above.
Single line telephone ITT->'iiss. NEC
Five line telephone ITT-fllss. NEC
Light Re 1 ay Sar. Bar, Santa San Bar, Sant
Key Cabinets ITT, Miss. I'm, Y~SS.
Miscellaneous ---
(1) NOTES: Quote these items based on the manner in which they would be supplied (i.e., stations provided in groups of 8, trun
group of 4, etc.). These items are to include all costs to sup the,addition ,not just the line or trunk cards.
A n a
----
x< -( . c '- \ BY: ;cane C*!eICh, !'Lesi/€?- COMPANY: AS1 Telesystems
q 1u ut . ib
BID FORM
City of Carlsbad
ADD-ON POST ACCEPTANCE
Indicate the cost to add the following equipment after "acceptan
These costs shall be guaranteed for one year from date of final
system acceptance. All applicable taxes should be included in
lease/purchase payment and purchase price.
CASH CASH
PURCHASE PURCHASE
STANDARD ELECTRONIC Single Line Telephone 135.00 135.00
Five Line Telephone 335.00 101.00
Nine Line Telephone 377.00 4 button-4 35
Nineteen Line Telephone 622.00 16 Button-475
Light Re 1 a y 41.00
Six Line Key Cabinet 515.00
13-Line Key Cabinet
10-Stat ion Dial Intercom (DTMF)
20-Station Dial Intercom (DTMF) 600.00
30-Station Dial Intercom (DTMF)
---
---
900.00 ---
425.00 ---
---
850.00 ---
Moving a single line phone $45 - OO/hr ---
--- Moving a five line phone 4 5.0C)/hr
Sta. Add. Group of 16 27r:o.oo
Trk. Add. Group of - I, 2109.00
--- -
---
In order to provide a complete price for added equipment, each
listed above must include - all equipment, labor and materials ne
sary to supply the service totally from the initial to the expz
requirements, Example "trunk addition to switch" must include
costs to supply, incrementally, each additional trunk (except 7
line charges).
I* 0 A,, . '< -: ( -' \ BY: lane r~7~1~h, President\ COMPANY: As: TclesYstems __ - -. _- - - - - .
1 1 0 .( . IO I
BID FORM
City of Carlsbad
INSTALLATION AND MAINTENANCE
Provide the requested information in the space furnished. If a tional space is required, note with "See Attachement".
Indicate total monthly cost for full maintenance contract at th
of one year warranty. $414.00
Indicate guaranteed response time for Emergency Service.2 hour:
What penalty would apply if this is not met? $50.0c) per hour
Indicate guaranteed response time for routine service 24 hours
What penalty would apply if this is not met? $50.00 per hour
How will your contract limit annual increase in maintenance and
on costs? 6 % Maximum
Guaranteed maximum annual increase? 6%
Will maintenance contract include all materials and labor? Yes
What would your T & M rate for service be? $45.00 per hour Plt
Is charge calculated portal to portal, on premises, etc.? on Frc
Is there a minimum billing or service call charge? yes
If so, what is it? One hour
What would your labor rate for Add-ons be? $45-00 Fer hour
Is there a charge for on-premises "walk-throughs" and the like purpose of estimating costs of changes, additions, etc.? KG
If so, what is the charge? n/a
Is there a charge for user training, consulting or similar serv
NO
If so, what is the charge? n/a
h
p.
/ -/,I i
' '' +ANY: AS1 Telesystens BY: biane Itlelch, President
x
LL 01 4l * , // ' BID FORM
City of Carfsbad
SYSTEM INFORMATION AND OPERATION - :;h':;L~ei:! 1
In the appropriate spaces provided, indicate the following info1
tion concerning your bid response. If additional space is requ:
note with "See Attachment".
product NEC NEAX 2400 IYS Manufacturer NEC Corporatic
Time on market 1 yrNo. of local installations by bidder Twentl
Does bid system utilize digital or analog switching? Digital
CCS Rating per line @ P.01 Initial >;on-/Expanded Non-Blocking
Maximum trunk capacity 23,c)oo ports Maximum station capacity - 23,
What is the programmable "core" capacity of the processor?
Blocking
256K
State redundant functions or characteristics of your system (i.( "Load Sharing", "On Line", "Hot Standby", etc. 1 Optional
Power Loss "Restart" time Iirmediate
Is system voltage A.C. or D.C.? AC Central or distributed Distr.
Number of talking paths provided in the system Unlimited
Is System essentially non-blocking? yes
Required equipment room size 8' X 5'
Equipment power requirements to be provided by the City for:
Switch: 220 AC KSU: 12017 ~~FQvTI) Equip. Closets: 12oY5+' 15!x
Equipment room environmental requirements:
Air Conditioning required? i' e s
What is system heat output (BTU)? 2000 BT~~~'~~r-
Venting required for UPS? NO
Data transmission characteristics and rate in "BPS" 5GK BPS
State any data switching capabilities ASY 19 2 5 L3i'S/'SVN 56K Dl'
Is this system "Certified" and/or "Registered"? Registered
System 1 FCC Registration # ~y 589N i1793 PR-Ir: '\
, )LIL I
>,,;i c I,-<. /'~ (, :; q'
'. ' 1.. , !> "
LI 12A o , ,I ,
Ringer Equivalency # 0.3~ Type Demarcation Block - RJ
FCC Registration # of lA2 equipment provided (if applicable)
A5293P-70088-TE-pn # 1. OA
Current affadavit on file with telco? Yes
Is the incoming call control for this switch, immediate, wink, 0:
delay? Immediate for CO. Trunks - Wink for Tie Lines
Power Consumption of switching system if connected to an electril
power generator Not more than 15 AClPS2f 110 VAC
Location of nearest service and maintenance facilitysan Diego/Co
Number of switch installers/maintainers Fifty
Number of service/support personnel Thirty-Two
\ /
COMPANY: AS1 Telesystems
k) il: , LC (i, (p
BY: '6iane Vlelch, Pres ' dent / --
c- L J iJ y
<# I
BID FORM
City of Carlsbad
SYSTEM INFORMATION AND OPERATION - SYSTEM 11
In the appropriate spaces provided, indicate the following info
tion concerning your bid response. If additional space is requ
note with "See Attachment".
Product NEC NEAX 2400 IPlS Manufacturer NEC Corporatic
Time on market1 yr No. of local installations by bidder Twenti
Does bid system utilize digital or analog switching? Dlgltal
CCS Rating per line @ P.01 InitialNonYExpanded Non-Blcoking
Maximum trunk capacity 23,000 Ports
What is the programmable "core" capacity of the processor?
Blockinq
Maximum station capacity 23 -
256K
State redundant functions or characteristics of your system (i, "Load Sharing", "On Line", "Hot Standby", etc. 1 Optlonal
Power Loss "Restart" time-tp
Is system voltage A.C. or D.C.? AC Central or distributed Dist
Number of talking paths provided in the system-ted
Is System essentially non-blocking? Yes
Required equipment room s i ze 8' :< 5'
Equipment power requirements to be provided by the City for:
Switch: 220 AC KSU: 120~ :5.;'.!~' Equip. Closets: 12OV l52
Equipment room environmental requirements:
Air Conditioning required? Yes
What is system heat output (BTU)? 2000 BTU/hr-
Venting required for UPS? No
Data transmission characteristics and rate in "BPS" 5GK BPS
State any data switching capabilities ASY 19 2 K BPS,/SYN 56K
Is this system "Certif led" and/or "Registered"? Reqistered t
[,I 1 , \ ,* i (/ ,' < ( ([\ -i: (
13A o 4' '
I< I
System I1 FCC Registration #
Ringer Equivalency # 0.3~ Type Demarcation Block - RJ
FCC Registration # of 1A2 equipment provided (if applicable) -
AY 589N ll7g3 PR-E
AS 793P-70088 Ren # 1.OA
Current Affadavit on file with telco? Yes
Is the incoming call control for this switch, immediate, wink, o
delay? Imediate for CO Trunks - Wink for Tie Lines
Power Consumption of switching system if connected to an electri
power generator Not more than 15 AMPS of 110 VAC
Location of nearest service and maintenance facility San Diego/(
Number of switch installers/maintainers Fifty
Number of service/support personnel Thirty - Two
I i i, c /li j\\ COMPANY: AS1 Telesystems
),h( - L * ik
BY: Diane Welch, P esident
'1I " 14 0 , 0 I
BID FORM
City of Carlsbad
ADDITIONAL INFORMATION
If additional space is required, note with "See Attachment".
1. In the space provided below, list the additional features wh
are included with your system as bid. Do not include extra
items in this section.
Low Power Consumption
Power Supply each shelf
2. In the space provided below, list the additional items which
your opinion, should be considered with your system as optio at an extra charge. List only those items which would be of
possible value to the City.
ITEM COST
- None
3. System references - The required "local" references shall
include systems of the same type as bid and that have been
installed and operational for a minimum of twelve (12) month
If this is not possible, references shall include systems fr
the same manufacturer and of their previous model which is t same as that system which is being bid which have been insta
and operational for a minimum of twenty-four (24) months.
COMPAN Y/N AME LOCATION CONTACT/ T I TL E PHOl
1. Stutman, Treister, Los Angeles Marv Hill (213) 251-5
2. Bonnie Jones, Los Anyeles Ann Harvey - (213) 480-1900
3. Gal-Surance , Anaheim - Laurie Pia (714) 778-1177
Software Version 2~
Was this system installed by your company or being maintained or
Revision No. 2A - _______ __._--
______ ___-______ -_____- \$as installed
4. sR rp Memorial Hqspital - will be installed 2-85 ./ \ItL -L i' (, c r COMPANY: AS1 Telesystem BY: 'd'iane 'Welc'h, Presidikt\,~ ~- __-- -
c, 1 > 1s < I! !.
L
BID FORM crry OF CARLSBAD
ELECTRONIC TELEPHONE INSTRUMENTATION Tf bid response includes electronic sets provide the following
information:
- Specify additional costs, if any, to basic switching system provide electronic sets if not included in base quote: Cost (
Line (
Is power failure transfer available with these sets? NO
- Explain instrumentation function in event of power failure -
Must have Single Line Telephone
- Limitation in quantity of electronic set with bid systemNoni
- Explain if electronic sets will reduce capacities or system
memory in any way NO
- How many pairs of wire are required to each electronic set? -
- Are light/hold cards and KSU's eliminated? Yes
- Are sets equipped with visual signals? Yes
- Maximum number of lines on multi-line sets 4 or 16
- Is data module available? Yes Cost $285.00
- Are single line sets electronic or standard? Both
List standard and optional features available with electronic s
)ylfi/[{ / [ '-((I[,
BY: Diane Welch, Pre ident COMPANY: AS1 Telesystems
16 of k Ll .
<I k
b
CONTRACTOR'S CERTIFICATE
REGARDING WORKERS' COMPENSATION
Labor Code Section 3700
"Every employer except the State and all political subdivisions o institutions thereof, shall secure the payment of compensation in
one or more of the following ways:
(a) By being insured against liability to pay compensation in
or more insurers duly authorized to write compensation ins
ance in this State.
(b) By securing a certificate of consent to self-insure, which
be given upon furnishing proof satisfactory to the Director
Industrial Relations to ability to self-insure and to pay
compensation that may become due to his employees."
I am aware of the provisions of Section 3700 of the Labor Code wk
requires every employer to be insured against liability for work€
compensation or to undertake self-insurance in accordance with provisions of that code, and I will comply with such provis'
before commencing the performance of this contract.
1 *IT- d /; / - >;$,jL? (/! ,, :/by
I
(In accordance with Article 5, commencing at Section 1860, Cha
One, Part Seven, Division Two of the Labor Code, the above cert
cate must be signed and filed with the awarding body prior to
forming any work under this contract.)
*,
P
AGREEMENT FORM --- a - THIS AGREEMENT, entered into this sda day of
1985 by and between AS1 Telesystems, Irlc., hereinafter called
"Contractor ,I1 and the City of Carlsbad, hereinafter called
"Owner. 11
WITNESSETH: That the parties hereto have mutually convenanted
agreed as follows:
CONTRACT: The complete contract includes all of the conti
documents, to wit: The Notice Inviting 3ids, the Instructions
Bidders, the Contractor's Proposal, the Payment Bond, the Plans
Specifications plus any Addenda thereto, and this Aqreement.
contract documents are intended to cooperate and be complemepl so that any work called for in one and not mentioned in the ot' or vice versa, is to be executed the same as if mentioned in
contract documents .
STATEMENT OF WORK: The Contractor hereby agrees to furnish tools, equipment, services, apparatus, facilities, transportat
labor and materials for the construction of a NEC NEAX 2400
telephone system in strict accordance with the plans
specifications dated November, 1984 I prepared by Communica
Resources Company, Inc. hereinafter called the "Consult
includinq addenda thereto as listed in the Contractor's Propo
all of which are made a part hereof.
TIME FOR COMPLETION: The work shall be commenced on a date tc
swcified in written order of the Consultant and shall be compl
within one-hundred twenty (120) calendar days from and after
date. It is expressly aqreed that exceDt for extensions of
duly qranted in the manner and for the reasons specified in
Instructions to Bidders, time shall be of the essence.
COMPENSATION TO BE PAID TO CONTRACTOR: The Owner aqrees to pay
the Contractor aqrees to accept in full consideration for
performance of the contract, subject to additions and deletion
provided in the Rid Proposal, the sum of one-hundred eighty-
thousand six-hundred sixty-nine dollars ($159,669) being the t of the Base Bid. Owner may direct Contractor to provide
followinq Alternates in addition to the equinment provided in
Base Rid: one (1) Call Accounting and five (5) Answering Machi
The compensation paid for the Alternates shall be as stated in
bid. In no event shall the total compensation paid under
Agreement, including any additions and deductions to the Base
equipment or any Alternates, exceed $214,819. The sum is tc
paid according to the schedule as Provided in the Instruction
Bidders.
c I
b
CHANGE ORDERS: City may, without affecting the validity of
contract, order changes, modifications, deletions and extra wor issuance of written change orders. Contractor shall make no ch
in the work without the issuance of a written change order, Contractor shall not be entitled to compensation for any extra performed unless the City has issued a written change o designating in advance the amount of additional compensation t paid for the work. If a change order deletes any work the cont price shall be reduced by a fair and reasonable amount. If parties are unable to agree on the amount of reduction the
shall nevertheless proceed and the amount shall be determine(
arbitration or litigation. The only person authorized to o
changes or extra work is the Central Services Director. Howe?
no change or extra work order in excess of $5,000.00 shall
effective unless approved by the City Council.
Pursuant to Labor Code Section 1861, the Contractor gives following certification: "I am aware of the provisions of Sec
3708 of the Labor Code which require every employer to be ins against liability for workmen's compensation or to undertake st insurance in accordance with the provisions of that code, ar
will comply with such provisions before commencing the perform of work of this contract."
/// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// ///
$.&* "
4 4L P
Corporation is organized under the laws of State of Californi
Firm Name
AFFIX SEAL Signature
Title of Office President
Address 21150 Califa Street
b7oodland Hills, CA 91367
Contractor's License No. 439592
Owner AS1 Telesystems
Attest:
By Diane Welch
Title (Official Title) President
CITY OF CARLSBAD, CAJJFORNIA
By ?:&---- &?!< &&-,L/
Mayor /
ATTIEST :
&.' a d
ii .pp+
c,rv OF CARL~~AD Guarantee for W4erEJ . We hereby guarantee to insta
NCC NEa% 24-3~.$ which we will install in the Ctry o~ ~,.q~~3~,9~
will be done in accordance with the drawings and specificatioi
and that the work installed will fulfill the requirements includ
in the specifications. The undersigned agrees to repair
replace any or all of such work, together with any other adjace
work which may be displaced in connection with such replacemen
that may prove to be defective in workmanship or material within
period of 10 years from the date of acceptance of the abov
mentioned structure by LEd+e&3 , ordinary wear and tear 2
unusual abuse or neglect excepted.
CtrY, OF c4qLsafin
In the event of the undersigned's failure to comply with the abc
mentioned conditions within a reasonable period of time, as dete
mined by cwy oF cl~~~~~~, but not later than ten (10) days after be
notified in writing byc,rf dFc4~LSdA0, the undersigned authori;
Clrfd~CRaLSB4Pto proceed to have said defects repaired and made good
the expense of the undersigned, which will pay the costs i
charges therefor upon demand.
AS1 Telesystems
(Proper Name)
21150 Califa St., Woodla
Add re s s
Diane Welch, President
Representatives to be responsible for:
Single Point of Contact:
Operator/User Training:
Repair Service:
Orde r Ac t i v i t y : Phone X ,d l> j r <I ' '7Jq - q-/,3 -3
._
e a ,r*
1
1200 ELM AVENUE TELE
CARLSBAD, CALIFORNIA 92008 (619) 1
Office of the City Clerk aiqJ of (Ilarlsbab
April 8, 1988
NEC
357 Van Ness Way
Torrance, CA 90501
Attn: Nance Flagler
Re: Bond Release - City Telephone System - (AS1 Telesystems)
Six months has elapsed from the date of recordation of the Notice
of Completion for the installation of the City Telephone System.
Therefore, we are releasing the Payment Bond for the above
project.
No, FB 007944 which is hereby released.
Enclosed is Fairmont Insurance Company Payment Bond
g5* eputy City Clerk
Enc .
Vt PITE IT - DON'T SAY b - !
Date 3/41
To Lee Rautenkranz, City Clerk/In€o Sys Director Reply Wanted
From Karen Kundtz, Deputy City Clerk UNO Reply Necessary
Re: Bond Release - City Telphone System - AS1 Telesystems
Our records indicate that six months has elapsed from the date of recordat
of the Notice of Completion for tha above contract. Therefore, it is time
to release the Payment (L&M) Bond for the project. Need your authorizatic
to release.
* 2/
r * "/Ti >L ,& -
q, "
*, L 4 * .
v i'L% e 2- ,> *- * j--- i. . Karen ,
\
,:?\-A ->I-
AIGNER FORM NO. 55032 F
1) 0
1200 ELM AVENUE TE
CARLSBAD, CALIFORNIA 92008 (619
Office of the City Clerk ait~ df Qlnrlfibnb
September 30, 1987
AS1 TELESYSTEMS
21150 Califa Street
Woodland Hills, CA 91367
Attn: Diane Welch, President
Re: City of Carlsbad Telephone System - Bond Release
The Notice of Completion for the above-referenced contract has
recorded. Therefore, we are releasing 75% of the Performance
Bond for same. Please consider this letter as your notification
that $161,114.25 of Fairmont Insurance Company Performance Bond
No. FB 007944 is hereby released. We are required to retain
the remaining 25% for a period of one year. At that time, if
no claims have been filed, it will be released.
The Payment Bond, in the amount of $214,819.00, will be released
six months from the date of recordation of the Notice of Completic
A copy of the Notice of Completion is enclosed for your records.
%---,,-A puty City Clerk
Enc .
City Clerk @ c: 1049 a 97 ti78926
_I .“L__
C$ty of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Perso
YOU WILL PLEASE TAKE NOTICE that on August 18, 1987, the project consisting of the installation of the telephone system for the
City of Carlsbad, on which AS1 Telesystems, Inc. was the Contractor,
was completed.
CITY OF CARLSBAD
INFORMATION SYSTEMS DIRECTOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the/City Clerk of the City of Carlsbad; the City Council of said
City on August 18 , 1987, accepted the above described work a completed and ordered a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and
correct.
Executed on August 19 , 1987, at Carlsbad, California.
Deputy
CITY OF CARLSBAD
State of California
Countyof US Angeles ss
85 in the year 19 - before me pt
a ppea red personally knot
(or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrumei
Attorney-in-Fact of. Fairrnont Insurance Company , and acknowledged to me that he subscribed the name of the said
company t her
April day of 29th On this
Attorney In FOCI
/ (6otary Public) I
S-318 (10-83)
0
Bond No. FB 007944 --
e c' < -*
Prem. $1,289.00
FAIRMONT INSURANCE COMPANY
PERFORMANCE BOND
CALIFORNIA PUBLIC WORK
KNOW ALL MEN BY THESE PRESENTS,
AS1 Telesystems , Inc. That we,
, as P
and a Cor1
and autho California organized and existing under the laws of the State of
transact surety business in the State of California, as Surety, are held and firmly bound unto- City of
- (hereinafter called the (
Faimnt Insurance Company
Carlsbad
Two hundred fourteen thousand eight hundred nineteen & no/lOO in the sum of
Dollars ($ 214r81
for the payment whereof well and truly to be made and we each of us bind ourselves, our heirs, execu
ministrators, successors and assigns, jointly and severally, firmly by these presents
.......................................................
THE CONDITION of the above obligation IS such that, Whereas, the above named bounded principal
with the said Obligee to do and perform the f into a contract dated
work, to wit:
19
Installation of telephone system per plans and specification
-
b
a.
a copy of which contract IS or may be attached hereto, and is hereby referred to and made a part her
NOW, THEREFORE, if the above bounden principal shall well and truly perform the work contracted t
formed under said contract, then this obligation to be null and void, otherwise to remain in full force ar
No right of action shall accrue under this bond to or for the use of any person other than the said Ob
SIGNED AND SEALED this
!
I
(I
S-302 (10-83)
rg, MONT INSURANCE COMWy
Fw Burbank, Californta ,. '.
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS
That FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constitt
appoint
Q
as its true lawful Attorney( s)-in-Fact. with full pouier and authorit). for and on behalf of the Company as surety, to e
anddeliver and affix the seal of the Company thereto, ifa seal isrequired. bonds, undertakings, recognizances, cons
surety or other written obligations in the nature therof. as follows:
Any and all bonds, undertalungs, recognizances, consents of sure? or other written obligations in the
thereof,
and to bind FAIRMONT INSURAI\JCE COMPANY thereby, and all of the acts of said Attorney(s)-,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which '
are now in full force and effect:
ARTICLE IV, Section 13. ATTORNEYS-IN-FACT AND AGENTS. The chairman of the board, the president, the vi president, the c ie inancia o icer, or t e secretary o t e corporation may appoint attorne s in fact or agents with pow and authority, $5 dfelfined or'li:ited in thheir respectivi ,",we,, of attorne for and on beharf if the corporation to execu and deliver, and affix the seal of the Corporation thereto, bonds, undk-takings, recognizances, consents of surety other written obligations in the nature thereof and an of said oficers may remove any such attorney-in-fact or age and revoke the power and authority given to him or her.
ARTICLE IV, Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or writti obligation in t e nature t ere0 s a va I an bindin u on the corporation when signed by the chairman of tl board, the pre:ident, the !ice dre!idnenb;: thzhiefdf inanciaf officer, or the secretary of the corporation and duly attest4 and sealed, if a seal is re uired, by the secretary or assistant secretary, or shall be valid and binding upon the corporatic when duly executed an! sealed, if a seal is required, by a duly authorized attorney-in-fact or agent, pursuant to a1 within the limits of the authority granted bv his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following E
tion adopted by the Board of Directors of FAIRMONT INSURANCE COhfP.4NY at a meeting duly
and held on the 4rd day of October, 1983:
RESOLVED that the signature of any officer authorized b the Bylaws, and the seal of the corporation, may be affixe by facsimile to any power of attorney or special power oi'attorney or certification of either given for the execution, any bond, undertakin , recognizance consent of surety or other written obligation in the nature thereof; such signatu and seal, when so use$ being hereby adopted by the corporation as the on inal signature of such officer and the origin seal of the corporation, to be valid and binding upon the corporation with &e same force and effect as though manual affixed.
IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to be
March of 1' by its proper officer and its corporate seal to be hereunto affixed this 22nd day of
,,,*,**''Wt*
9 gRA&p*
;t tbopaerp e 3 C,!S 4*:+
$2: 1970 f;t? = ? w'.. ..a* \s /' A
*.c % FAIRMONT INSURANCE COM * \$ .8****., a** *.**-
By )L c jsi APR. 10 ;%= 3..p T LJN
Signature I!enry I>
N 11, ",I to*\'' \
4$ \, 6". *. . . , ...'
"et,,*cA I, \ f: * +*
hinted in U.S A
SPA3 (3/851
W W
State of California
County of Los Angeles
>-.
, personally known to me, was by me duly sworn, and did depose and say: thi Henry F. Wright
FAIRMONT INSURANCE COMPANY, the corporation described in and which executed the above instrt
ment; that heishe knows the seal of said corporation; that the seal affixed to said instrument is such co:
porate seal; that it was so affixed by authority of hislher office under the Bylaws of said corporation, an
that heishe signed hislher name thereto by like authority.
Subscribed and sworn to me this 22nd day of March , 1985
helshe resides in the State of California; that helshe is the duly elected Vice President c
NOTA9V PO!.-LIC -CALIFORNIA
PRINCIPAL Of FlCi IN
Lf?S ANGELES COUMY
Notary Public in and
for said County and State.
CERTIFICATION
I, Trude A. Tsujhto , the Assistant Secretary of FAIRMON INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections 13
and 14. of Article IV of the Bylaws have not been abridged or revoked and are now in full force and effect
' 19 85 Signed and Sealed at Burbank, California, this 29th day of April
I 8Y Ib%, fl$ia&p+ \* ...e..** 6 \
am 10 $5 $st S'Ef :&; IQf0 ;e? 3- '1. ./ v %, a".. ...... % CAL\F.Y* **ht*",,,ct"O'
/&$$VWp%F\ d 43. 0% :
Qiqinatd by : Date of Origin:
Surety Manager