Loading...
HomeMy WebLinkAboutComTech Communications; 2015-11-10; PWM16-31PEMPWM16-31PEM CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT FIRE STATION NO. 3 ALERTING SYSTEM INSTALLATION CONTRACT NO. 4003 This agreement is made on the dav of XS<^^/^ A^/"^ . 2015. bv the Citv ofCarlsbad, California, a municipal corporation, (hereinafter'called' City"), and ComTech Communications, a California corporation, whose principal place of business is 120 Main Avenue, Suite G, Sacramento, California 95838 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Casey Arndt (City Project Manager) 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 is 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 ofthe contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code,"Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" forthe purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified td perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industriai Relations. FIRE STATION #3 ALERTING SYSTEM INSTALLATION; CONT. NO. 4003 Page 1 of 6 City Attorney Approved 4/11/15 PWM16-31PEM FALSE CLAIMS. Contractor 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 faise claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard ofthe truth or falsity ofthe information. The provisions ofCarlsbad 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 subject 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: V^^-^gtV^y^ ^LnJi^^ Print Name: REQUIRED 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 Caiifornia Insurance Commission. The certificates shall indicate coverage during the period ofthe 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 a current Best's Key Rating of not less than "A-:VH"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries inciuding accidental death, to any one person in an amount not less than $1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than $1,000,000 Property damage insurance in an amount of not less than $1,000,000 Automobile Liability Insurance in the amount of $1,000,000 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 clauses 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 an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. INDEMNITY. The Contractor shall assume the defense of, pay ail expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of FIRE STATION #3 ALERTING SYSTEM INSTALLATION; CONT. NO. 4003 Page 2 of 6 City Attorney Approved 4/11/15 PWM16-31PEM 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. Start Work: Contractor agrees to start within five (5) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within twenty (20) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. COMTECH COMMUNICATIONS 120 MAIN AVENUE, SUITE G (name of Contractor) 728897 (street address) SACRAMENTO, CA 95838 (Contractor's license number) C7-Exp. 10/31/2016 (city/state/zip) 916-568-7800 (license class, and exp. date) (telephone no.) 916-568-3555 (fax no.) dsmith@comtechcom.net (e-mail address) /// /// /// /// /// /// /// /// FIRE STATION #3 ALERTING SYSTEM INSTALLATION; CONT. NO. 4003 Page 3 of 6 City Attorney Approved 4/11/15 !heck A License - License Detail - Contractors State License Board Page 1 of Contractor's License Detail for License # 728897 DISCLAIMER: A license status check provides infonnation taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. Business Information COMTECH COMMUNICATIONS INC 120 MAIN AVENUE SUITE G SACRAMENTO, CA 95838 Business Phone Number:(916) 568-7800 Entity Corporation Issue Date 10/23/1996 Expire Date 10/31/2016 License Status This license is current and active. All information below should be reviewed. Classifications c-7 - LOW VOLTAGE SYSTEMS Bonding Information Contractor's Bond rhis license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: 9079565 Sond Amount: $12,500 Effective Date: 01/01/2007 Contractor's Bond History Disciplinary Bond rhis license filed a Disciplinary Bond with NATIONWIDE MUTUAL INSURANCE COMPANY. 3ond Number: BD711556 Sond Amount: $15,000 Effective Date: 08/24/2009 Jisciplinary Bond History Bond of Qualifying Individual fhis license filed Bond of Qualifying Individual number 100239542 for NAIDOO DEELAN in the amount of $12,500 with AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01/23/2014 Workers' Compensation fhis license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND 'olicy Number:9108380 Effective Date: 08/01/2014 Expire Date: 08/01/2016 torkers' Compensation History Other ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNimi=728897 9/28/201 'heck A License - License Detail - Contractors State License Board Page 2 of I Personnel listed on this license (current or disassociated) are listed on other licenses. ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNimi=728897 9/28/201 Califomia Department oflndustrial Relations - Contact DIR Page 1 of 1 Go to Search Home Labor LavK Cal/OSHA-Safety & Health Workers'Comp Self Insurance Apprenticeship Director's Office Boards Public Works Public Works Contractor (PWC) Registration Search This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 ofthe California Labor Code.) Enter at least one search criteria to display active registered public works contractor(s) matching your selections. Registration Year: Current Fiscal Year: 2016 |^ PWC Registration Number: Contractor Legal Name: License Number: County: 728897 Select County Search Contractor License Lookup Jii Reset Search Results One registered contractor found. 1 Details Legal Name View 1 COMTECH COMMUNICATIONS INC Export as; Excel | PDF Registration County Number City Registration Date Expiration Date 1000012984 ; SACRAMENTO SACRAMENTO : 09/03/2015 06/30/2016 V2.20150806c About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Work with Us Licensing, registrations, certifications & permits Notification of activies Public Records Act Learn More Site Map Frequently Asked Questions Jobs at DIR Conditions of Use > Privacy Policy ; Disclaimer ' Disability accommodation , Site Help Copyright ® 201S State of Califomia https://efiling.dir.ca.gov/PWCR/Search.action 9/28/2015 PWM16-31PEM AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions ofthis Agreement. CONTRACTOR COMTECH COMMUNICATIONS, a Califomia CITY OF CARLSBAD, a municipal corporation of the State of California corporation (^n here) (print name/title) By: (sign here) Patrick A. ThoniSs / Public Works Director as authorized by the City Manager See Attached Calitomia Acknowledgment/Jurat DaM. If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resoiution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attomey BY: ^/^yzyJ2i>. Assistant City Attorney FIRE STATION #3 ALERTING SYSTEM INSTALLATION; CONT. NO. 4003 Page 4 of 6 City Attorney Approved 4/11/15 A notary public or other officer completing this certificate verifies only the identity ofthe individual who signed the document to which this certificate is attached, and not the truthfuhiess, accuracy, or validity of that document. STATE OF CALIFORNIA } COUNTY OF SACRAMENTO } On /TC-V- G I TXoW before me, rAaw:^^^v<s.-€s( A?\^<^gv>sA Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(9) whose name(^) is/are subscribed to the within instrument and acknowledged to me that he/she/they-executed the same in his/her/tbek authorized capacity(-i€s-) and that by his/befV^their signature(s) on the instrument the person(^), or the entity upon behalf of which the person(sj) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws ofthe State ofCalifomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. r^^^TtlMSSSSii^ VV^-|v^^ ^^^)^iW>I . (Seal) Notary Public's Signature Optional Information Description of Attached Document: Q.€ <L^KeKAj^ts/s {^L^^\V&- Document Date: O'^'^ ' '3-0 K Number of pages: 3 (including this page) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate Is attached, and not the tmthfulness, accuracy, or validity of that document. State of California County of Placer On before me, UxmiWri. , \^0'^a\nj Pul^Ury (insert name and title ofthe offider) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they e;<ecuted the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instmment the person(s), or the entity upon behalf of which the person(s) acted, executed the instmment. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is tme and correct. WITNESS my hand and official seal. Signature (Seal) CAMILLE I MEJIA i- COMM.* 1999884 ^ NOTARV PUBLIC-CALIFORNIA UL PLACER COUNTY "" My COMM. EXP. DEC. 3,2016 DESCRIPTION OP ATTACHED DOCUMENT IV^i/iOr PijUlG (voH^s fmhy^f^^ TrrLE OR TYPE OF DOCUMENT NUMBER OF PAGES (D-G '(^ DATE OF DOCUMENT PWM16-31PEM EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR 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 Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project 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 ofthe work, except in cases of 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." SUBCONTRACTORS Portion of Project to be Subcontracted Business Name and Address License No., Classification & Expiration Date % of Total Contract NONE Total % Subcontracted: NONE FIRE STATION #3 ALERTING SYSTEM INSTALLATION; CONT. NO. 4003 Page 5 of 6 City Attorney Approved 4/11/15 PWM16-31PEM EXHIBIT B Installation Labor (prevailing rate wages) for Alert System at Fire Station No. 3, located at 3465 Trailblazer Way, Carlsbad, CA 92010. ComTech Technicians shall setup, install, configure and test the new ComTech 10 Fire Station Alerting Systems and equipment purchased by the City of Carlsbad. All scheduling dates, times and access requirements shall be coordinated and agreed upon by ComTech and the City of Carlsbad representatives prior to the start of on-site work. The project is anticipated to be completed from start to finish in approximately 5-7 days. These are consecutive days, up to 12hrs/day and to include weekend access if required. The City of Carlsbad shall make available an authorized representative(s) to witness final system testing and acceptance. This shall occur immediately following the completion of the installation. JOB QUOTATION ITEM NO, UNIT QTY DESCRIPTION PRICE 1 1 Labor for installation of ComTech 10 Alert System at Fire Station No. 3 $22,250.00 TOTAL* $22,250.00 'Includes taxes, fees, expenses and all other costs. FIRE STATION #3 ALERTING SYSTEM INSTALLATION; CONT. NO. 4003 Page 6 of 6 City Attorney Approved 4/11/15 Exhibit "B" QUOTE: FIRE STATION 3 Labor Communications rATUNt ^M0 September 9, 2015 120 Main Avenue Sacramento, CA 95838 Office: (916) 568-7800 FAX: (916) 568-3555 SOLD TO: SchneiderCM/Clty of Cartsbad Contact: Robert Polley Address: City/St./Zip: Email: Robert.Polley@schnelclercni.net Phone: (760) 717-0535 SHIP TOI SchneidetCM/Clty of Carlsbad Contact: Robert Polley Address: 0 City/St./Zip: 0 Email: Robert.Polley@schnelclercm.net Phone: (760) 717-0535 SALES REP : ORDER NUMBER: CUSTOMER P.O. #: TYPE OF ORDER: Dave Smith (xl23) BNEW Q ADD-ON • REPLACEMENT HEM QTY. PART NUMBER DESCRIPTION UNIT PRICE EXT. AMOUNT CARLSBAD FIRE DEPT 1 1 Labor Station 3, Installation Labor (pre-vailing rate wages) $ 22,250.00 $ 22,250.00 ComTech Technicians shall setup, install, configure and test the New ComTech 10 Flre Station Alerting Systems and equipment purchased by the City of Calrsbad. All scheduling dates, times and access requirements shall tie coordinated and agreed upon by ComTech and the City of Carlsbad representatives prior to the start of on-site worl<. The project is anticipated to be completed from start to finish In approximately 5-7 days. These are consecutive days, up to 12hrs/day and to include weekend access if required. The City of Carlsbad shall make available an authorized representative(s) to witness final system testing and acceptance. This shall occur immediatley fbllowing the completion of the Installation. NOTES: TRANSPORTATION REQUEST • OVERNIGHT • 2nd DAY Q STANDARD TERMS • NET 30 • COD ITEM TOTAL $ 22,250.00 NOTES: Parts and Equipment for this project has been quoted separately. TRANSPORTATION REQUEST • OVERNIGHT • 2nd DAY Q STANDARD TERMS • NET 30 • COD FREIGHT $ 0.00 NOTES: Parts and Equipment for this project has been quoted separately. TRANSPORTATION REQUEST • OVERNIGHT • 2nd DAY Q STANDARD TERMS • NET 30 • COD TAXES/RATE 8.000% $ 0.00 NOTES: Parts and Equipment for this project has been quoted separately. TRANSPORTATION REQUEST • OVERNIGHT • 2nd DAY Q STANDARD TERMS • NET 30 • COD LABOR $ 22,250.00 NOTES: Parts and Equipment for this project has been quoted separately. TRANSPORTATION REQUEST • OVERNIGHT • 2nd DAY Q STANDARD TERMS • NET 30 • COD TOTAL $ 22,250.00 NOTES: Parts and Equipment for this project has been quoted separately. TRANSPORTATION REQUEST • OVERNIGHT • 2nd DAY Q STANDARD TERMS • NET 30 • COD ALn^HORIZED CUSTOMER SIGNATURE X BALANCE $ 22,250.00 ALn^HORIZED CUSTOMER SIGNATURE X PROPOSAL VALID FOR 90 DAYS Customer Order Foiml