HomeMy WebLinkAboutCAPS Security; 2000-01-03; MPW. . ’
. ‘.
.
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Coordinator: Grea Clavier Date Issued: Januatv 3.2000
(760) 434-2991 Request For Bid No.: FAC99-13
Mail or Deliver to: CLOSING DATE: Januarv 3.2000
Purchasing Department
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008-1989
Bid must be received prior to 500 p.m. on the
date of Bid closing.
Please use typewriter or black ink.
Award will be made to the lowest responsive,
responsible contractor based on total price.
Envelope MUST include Request For Bid
No.FAC99-13 .
DESCRIPTION
Labor, materials and equipment to: install a securitv svstem at the Citv of Carlsbad Administration
Buildina located at 1635 Faradav Avenue oer attached soecifications (contractors prooosal dated
December 5, 1999.)
There will be no job walk through scheduled.
Project Coordinator: Grea Clavier
Phone No. (760) 434-2991
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 L), 2 L), 3 L), 4 L), 8 L).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
f A&. ~P-cLp&PY l%me
564 5. fl4ctFJ-c ms C/63
Address
S4n//nf?ACP5,&~d)~~4P
City/State/Zip
Name and Title of Person Authorized to
sign contracts
Signature
Kc Cd G&vov~~
Name
Title
Date [7di9 7w- 7Al - Fax
-l- 9124199
JOB QUOTATION
ITEM NO. UNIT QN DESCRtPTlON TOTAL PRICE
1 1 JOB Installation of a Radionics 7212 security $9,975
system, as per attached specifications.
Quote Lump Sum, including all applicable taxes. Award is by total price.
Job completion date: Januarv 31,200O.
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after
opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing
Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or
all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a
conflict between unit price and extended price, the unit price will prevail unless price is so obviously
unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the
reason of the inability to determine the intended bid. The City reserves the right to conduct a pre-
award inquiry to determine the contractor’s ability to perform, including but not limited to facilities,
financial responsibility, materials/supplies and past performance. The determination of the City as to
the Contractor’s ability to perform the contract shall be conclusive.
SUBMIT-TED BY:
CA P-5. sk&d?iP/
Company/Business Name /
L v37a
Contractor’s License Number
Authorized Sign&re
c-7 4 c/u
Classification(s)
Printed Name and Title
/-e&9
Date
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 43 - /o&l cm3
OR
(Individuals) Social Security #:
-2- 9124199
DESIGNATION OF SUBCON KACTORS
Set forth below is the full name and location of the place of business of each sub-contractor whom
the contractor proposes to subcontract portions of the work in excess of one-half of one percent of
the total bid, and the portion of the work which will be done by each sub-contractor for each
subcontract.
NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the
work to be performed under the contract in excess of one-half of one percent of the bid, the
contractor shall be deemed to have agreed to perform such portion, and that the contractor
shall not be permitted to sublet or subcontract that portion of the work, except in cases of
the public emergency or necessity, and then only after a finding, reduced in writing as a
public record of the Awarding Authority, setting forth the facts constituting the emergency or
necessity in accordance with the provisions of the Subletting and Subcontracting Fair
Practices Act (Section 4100 et seq. of the California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word “NONE.”
PORTION OF WORK SUBCONTRACTOR*
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- 9124199
-
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor, including paying the general prevailing rate of wages for each craft or type of worker
needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Grea Clavier
(Facilities Supervisor)
Wage Rates:
The general prevailing rate of wages for each craft or type of worker needed to execute the contract
shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773
and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the
contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers
employed by him or her in execution of the contract.
False Claims
Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the
contract process as set forth in this agreement and not in anticipation of litigation or in conjunction
with litigation.
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims
Act, provides for civil penalties where a person knowingly submits a false claim to a public entity.
These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of the information.
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028
pertaining to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an
administrative debarment proceeding wherein the contractor may be prevented from further bidding
on public contracts for a period of up to five years and that debarment by another jurisdiction is
grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in
contract bidding.
Signature:
Print Name:
-4- 9124199
-
Commercial General Liability, Automobile Liability and Workers’ Compensation Insurance:
The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial
General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation
Insurance indicating coverage in a form approved by the California Insurance Commission. The
certificates shall indicate coverage during the period of the contract and must be furnished to the City
prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that
have: (1) a rating in the most recent Best’s Key Rating Guide of at least A-:V and (2) are admitted
and authorized to transact the business of insurance in the State of California by the Insurance
Commissioner.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in
an amount not less than.. . . . . ..$500.000
Subject to the same limit for each person on account of one accident in an amount not less than
. . . . . . .$500,000
Property damage insurance in an amount of not less than.. . . . . ..$lOO.OOO
Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for
“any auto” and cannot be limited in any manner.
The above policies shall have non-cancellation clause providing that thirty (30) days written notice
shall be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as additional insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising from or in connection with the
performance of the Contract or work; or from any failure or alleged failure of Contractor to comply
with any applicable law, rules or regulations including those related to safety and health; and from
any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the Contract, except for loss or damage
caused by the sole or active negligence or willful misconduct of the City. The expenses of defense
include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute
resolution method.
Jurisdiction:
The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of
any disputes between the parties arising out of this agreement is San Diego County, California.
-5- 9124199
. Start Work: I agree to start within5working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 18 calendar days after receipt of Notice to
Proceed.
CONTRACTOR:
c.it~fl.5. SecufiiW
(name of Contractor)
By:
(sign here)
Eetvm#wfCPS & 9&7&a .
(citylstatelzip) ’
[7&l 744-l/p IL/
Itelephone no.)
I 7@ yy& WC
(fax no.)
CITY OF CARLSBAD a municipal
corporation of the State of California
(address)
(telephone no.)
4
City Clerk ’ LORRAINE M. WOOD, City Clerk
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must
sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or
assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.)
APPROVED AS TO FORM:
-6- 9124199
DEC-15-99 WED lo:14 CAPS SECURITY FAX NO. 7607447146 P. 01
CaWwttia Advanced frotective Services. inc.
f.ARS-- -- p.0. pox 2671 RO. 80x 1090 fiareho%ntaFe,CA 9=7 (6f9) 7569459*~60)744401"(760~ 744.7146fiM $an Matcos, CA 512069
PURCHASI AND SERVICE AGREEMENT
Th3 A04EEMENlis made MS MNWTAI h-140 beMen ‘3WORNlA AA PROTECTIVE , INC. hcwlnabr cakd 810 ampany and
tdem-. .c.ur -dcc*Rrd4AI--.. _ “‘k ’
h.M?SS -LdJ~PdL’-
Ptae __ ._ ,. _ Y.3Y--? 91 z-g-g.-’ 64%
T!liS -_ _..._.__ .-_ -....-.- --.--.dlayd-~~. Ia- J
-.~;~!!Y2zLL . ..-_-. ! .9mm I
&m,Ya, Ik. ,....... .._ _. -_-.__-- &g$ 67s I
E~aNkm -- -_.-- .--.- =+I . . . .
Rlolrrm-
hMsiartk44~
d/C w//, mom-
,... . -- ---- ---ll_l Z-&G U/L -ssmN
_-._../..-w-m- .- --
l--l-
-_ I
sp3mlma fhomw4AN4 .1-L-_--__--.---. ---- _--.
,%&!xwmw~ 4%TtaMFa! I
2 !6751/35qWN
tzmmuwf4_(2 l2Lu7lw1 Nalm4ml . ._. . . . I-_ 1 L. I Iw .- -..- __. -----_.----._ --
ANY CH4NGES M4lYE OIJAINO lNSY4LLAllON Wll 1. BL1 CNAACEO UWN COMPt 9 IlON
PUncllASE Fvwx s---9s APPROXIMATE DATE OF COMMEMCSMEM OF WORK:
SPLCS TAX s,.. -. . .._
WOtiITORI#G tLss ~~~~~WPROxlMn~MR~WIsST~nU.COUPLETKlN:
YAIW. 24 WI SERVICE L.--
TOTAl.
DOWN PAYMENT
S ---- cal-Masm~r4dbykwrJbe-sild~wbyols
s A.D oo= -S Slsla Lk@nw BOW. Any qustlom concerning a
cordmcw m4v b4 fefsmd lo ho Fisdstm. GS.L.9.. es.35 Goalha
BALMCE * s 8 77s - Road. ?3w&mnlo. CA 85827 I P:O. 80x 28OQO. Sacfinnento,
CA ese2s.
PAYNENT WE WON cOmPLmc”J OFlNSTALLATtON
NOWTOmJV’n
BUt4Q. ALARM CO. UC. 4LAOO2SW
V@” AftE FlEOtJIREIJ TO f,‘llAlN AtI 4LAftM PI !tF!i r
IllllAl I-1
a MC-lb-YY WMJ 1U:Ib I;Arb SECUKll~ FAX NV. 'IbU'I44'114b P. u2
KhIE: .._“....... k.r.. - ?t.c. ^ . . . .._ G2?!T%%5.a~ ............I....-. ..-... - PWY(: ..-.. . ..-.. ..,_ ._..
h;IMESS: ., &i+!~.. ..eH.%-.w.y ^__...___. .., ,_....^__ .,__,_..._ - -..._ -..-..i .__e..___-. * . . . . . . . . MiP: _..A _.a . . . ..~..._........_......................~......
t”‘. ,__.._...,.. .^. *,...__* .-!“.‘.“‘“.. *.* ...” i i ; DOOR I.. ROOM $ _. . . .
t 1 LX I11 ! _. . . . . ..-.... ! i............-..
i ..k%Y ..LCYdr..*-,-... .,.* .._..
.,. .,.~ . . . . . .
.,
&P&22 A&Y R&k
.._,,..... .._^. .I i 11 .__ ..__ -6 ..,._ ~ .,..,.... ,._ ,..,..._.
: ,- .-..-~..-.-...-I I
.._......._ I..-_ .^...... f
I f ; I i”
i a . . .
.._...... -.[.. .._..- j _._.^...._..
,_._,I_,.,._.
_I_ -_....
. .._.._.. j...-. -...; . . . .._........
I
__” -._.. pl.qmI ‘ i
j i : : I
. . I... . . 1 . . . . . . . . ~..-.._._... l..! -... 1 .._.._.... _...i _._.. - .__.. i../ .._“.. .I .._
i + . . I.-..-.
I
_.... ._.. f. ..^ . -..+ .._-..--... . . . ..- "... . . . ...-..-.? ..- . .
i i I f t- I 1
_._*_....__.. j.+" ..-....... 1
I I I
_.., .... !., ......... . i,,
I..... i
I_ .I ...
.,I .:.. ..+,.“w.J.,.“* -. ... <. .&- ..
.-
I
......... ................ i.. ............ ..- ......
,__-__ j ...... .._ ..... I................- ...... f
....... I..“.., ,. ..... I. ... . ........ ..* ..... “i
. .-... -1. ...” ._.. j -.. -. -.
; i ...... ..- .. .j.. ... .._..._ .. j ..........^..X ... t ..... .. ..-. I ... .._ .:. ..... .1 ..... ..- .... -- ... * i
___ ” ... __, ..
1 ;
i _...” -. ... . ..
_ ........... i .._....._ ..... F .................
I .~jl.. .... . 1 ...... -., ..... r.;.%. ._ .... .j*j
-. 1 ’ ... ...... 1’ ...... ....... 1 ..................... 1 i ! .. .._ ........ i” ........... k. ..-..........-.- .. I I _.-- ... t’- . ..” ^.._ .. i.. .......... ..- ....... i g
..-.- ..‘.. ..- ........ .i. ......................
..-..._ .. f .. . ._. .... . ._.- “, .” ..“.
1 i .... .._ .... I.. .. ..-...._ .. i. .._ .............. i 1 ..-
...............
f “.““I ..x. .. ..I
.I
..... .
..... _ ........ 1....._ f .................. i
I 1 I ........... i.. ..... “...“-: -..-.......- .......
......... ... ..” .- ... .. ...................
,.“” ..... 1
I..
..... . ........ I.... ... ..-- .......... I t
.” .... I__-. .‘f. -..- ..... ..- ...
._.- ..... i.. ... ,....... .. f.... . -..........-... !
_ -..- .... .-.._ .:. ... . . .._..... ..... . i
-
State of California
,&-I h&q0 >
ss.
County of
personally appeared Name(s) of Signer(s)
Ca/proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached
Title or Type of Document:
Document Date:
0 Individual
0 Attorney in Fact
q Trustee
Signer Is Representing:
Top of thumb here
0 1997 National Notary Associaban - 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313.2402 Prod. No 5907 Reorder: Call Toll-Free l-600-876-6827
, ,
.
c
. Cityoft . . l M M m
January 3,ZOOO
Mark Swineheart
CAPS Security
PO Box 2671
Ranch0 Santa Fe, CA 92067
FARADAY CENTER SECURITY SYSTEM INSTALLATION
CONTRACT NO. FAC99-13
Attached please find City of Carlsbad Minor Public Works Contract No. FAC99-13 for
the installation of a security system at the City of Carlsbad Faraday Center located at
1635 Faraday Avenue, referenced in your proposal dated December 5, 1999.
Please review and complete the information required and return to our Facilities Division
located at 405 Oak Avenue. Once the contract has been fully executed a copy will be
sent to you for your records and a purchase order will be issued.
Please feel free to contact me with any questions you may have. Thank you for your
prompt attention to this matter.
GREG CLAVIER
Public Works Supervisor - Facilities
sss
c: Purchasing Officer
405 Oak Avenue l Carlsbad, CA 92008-3009 - (760) 434-2980 - FAX (760) 720-9562 49
_ JAN-l?-00 WED 16:15 CAP
; _- . .r. .:.
P. 02
,
. --. .
I
. .
. I . . . .-Lc . . ;
JAN-12-00 WED 16114 CAPS SECURITY FAX NO. 7607447146 P. 01 , -.
I ' .x-s (Tj+-J>
--IH . . _, ..:.:I ,-<- 7. .-%. -1 ehi;m CARS
California Advanced Protective Services, Inc.
F?O. Box 2671 l Ranch0 Santa Fe 8 CA 92067 i760) 7 ;;23? C s F,u !7(,9; 7;+.7 r $6
Re:
Cl Par Retiew cl Ploese co -a-v U Ptmse Recydo
-. b^ -. _._ - ..^_ II
l C-3mmenQ: This is a cot%tentiil communication and is not to be deli&d to, or read by, any
perwn other than the addressee. If this transmission is received by anyone other than the addressee,
the recipient is rques!ed !o call CAPS. (cokt if needed) and to immediatefy return this document by
U.S. Mail to C.A.P.S., P.O. 60x 2671, Rancho Santa Fe, CA 92067-2671. (C.A.P.S. guarantees return
postage.)
I Monika Ellen Genovese am the Secretary/Treasurer of California
Advanced Protective Services, Inc. Please see page two for license.
Thank You
&:,.y::. .y,::. :o;<?i,:;” :.lf2 5.-,,,m -‘:,L,:,c -,:,cg . 5;,,,< : ,<;.: . ,<m r&+‘Tfx CA 97m.9 . ~.w%,r,Cllr’ ! II eh.5277 I . Il’A.- r.. ‘ ---a.: