Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
JMG Security Systems Inc; 2018-11-08; PWM19-661GS
RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2019-0130095 111111111111 lllll 11111111111111111111111111111111111111111111111111111 Apr 11, 2019 11 :02 AM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES $0.00 (SB2 Atkins $0.00) PAGES 1 Space above this line for Recorder's use. PARCEL NO: NOTICE OF COMPLETION Notice is hereby given that: 156-180-46-00 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Dec. 11, 2018. 6. The name of the contractor for such work or improvement is JMG Security Systems. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. PWM19-661GS and Project Name: City Hall Council Chambers Secure Access Improvements. 8. The street address of said property is 1200 Carlsbad Village rive, Carlsbad, CA 92008, in the City of Carlsbad. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on ~ 2 . 20 ,q, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on 4 -q • 20Jj_, at Carlsbad, California. Q:\Public Works\General Services\Agreements & Contracts\JMG Security Systems\PWM19-661 GS -City Hall Council Chambers Secure Access lmprovements\NOC\2.NOC -PWM19- 661 GS -City Hall Council Chambers Secure Access lmprovements.docx CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS JMG Security Systems has completed the contract work required for PWM19-661 GS -City Hall Council Chambers Secure Access Improvements. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS Install access control for two IT rooms in the Council Chambers. VALUE $7,585 CERTIFICATION OF COMPLETION OF IMPROVEMENTS 3 •,;,2.u, · I °' Date CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordan with State Law and City Ordinances. The is hereby directed to commence maintaining the above described Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By LA-~ Deputy City Attorn Q:\Public Works\General Services\Agreements & Contracts\JMG Security Systems\PWM19-661 GS -City Hall Council Chambers Secure Access lmprovements\NOC\3.API - PWM19-661GS -City Hall Council Chambers Secure Access lmprovements.docx PWM19-661GS City Hall Council Chambers Secure Access Improvements Page 1 of 7 City Attorney Approved 9/27/16 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT CITY HALL COUNCIL CHAMBERS SECURE ACCESS IMPROVEMENTS This agreement is made on the ______________ day of _________________________, 2018, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and JMG Security Systems, Inc., a California corporation whose principal place of business is 8148 Ronson Rd. Suite "H", San Diego, CA 92111 (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: Brian Bacardi (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. Contractor 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. 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" for the 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 to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. DocuSign Envelope ID: 9F983DAE-E160-46F7-8A01-BB2AE13DAECB 8th November PWM19-661GS City Hall Council Chambers Secure Access Improvements Page 2 of 7 City Attorney Approved 9/27/16 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 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 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: ___________________________________ Print Name: ___Sue Tjelmeland __________________ 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 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 California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; 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 including 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. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. DocuSign Envelope ID: 9F983DAE-E160-46F7-8A01-BB2AE13DAECB PWM19-661GS City Hall Council Chambers Secure Access Improvements Page 3 of 7 City Attorney Approved 9/27/16 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. Start Work: Contractor agrees to start within ten (10) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within thirty (30) working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. JMG Security Systems, Inc. 8148 Ronson Rd. Suite "H" (name of Contractor) 575070 (street address) San Diego, CA 92111 (Contractor’s license number) C-7, C-10 8/31/19 (city/state/zip) 760-497-8820 (license class. and exp. date) 1000005703 (telephone no.) 714-545-0352 (DIR registration number) 6/30/19 (fax no.) mtremblay@jmgsecurity.com (DIR registration exp. date) (e-mail address) /// /// /// /// /// /// /// DocuSign Envelope ID: 9F983DAE-E160-46F7-8A01-BB2AE13DAECB PWM19-661GS City Hall Council Chambers Secure Access Improvements Page 4 of 7 City Attorney Approved 9/27/16 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 of this Agreement. CONTRACTOR, JMG SECURITY SYSTEMS INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Sue Tjelmeland / VP of Administration Paz Gomez, Public Works Director as authorized by the City Manager (print name/title) By: (sign here) Gil Ledesma / VP of Sales & Marketing (print name/title) 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 Group B Chairman, President, or Vice-President Secretary, Assistant Secretary, CFO or Assistant Treasurer 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: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: 9F983DAE-E160-46F7-8A01-BB2AE13DAECB PWM19-661GS City Hall Council Chambers Secure Access Improvements Page 5 of 7 City Attorney Approved 9/27/16 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 of the 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 DIR Registration No. License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than fifty percent (50%) of the work with its own forces DocuSign Envelope ID: 9F983DAE-E160-46F7-8A01-BB2AE13DAECB License No. 850356 C-28 and C-10 11/30/2018 Locking hardware 1000005703 20%Installation Labor License No. 966471 C-10 10/31/2019 Quality Lock and Safe 340 EAST BROADWAY VISTA, CA 92084 50 Falcon Security 64 TRABUCO CANYON WAY BREA, CA 92821 1000005703 30% PWM19-661GS City Hall Council Chambers Secure Access Improvements Page 6 of 7 City Attorney Approved 9/27/16 EXHIBIT “B” City Hall Council Chambers Secure Access Improvements Contractor to provide all materials, tools and labor requried to install and program: 1 ea. – AMAG EN2DC POE 2 Door Controller 1 ea. - Altronix SMP5 Door Lock Power Supply 2 ea. - HID RPK40 Keypad Proximity Card Readers 2 ea. - Electronic Door Locks Installation shall be in the Council Chambers of the City Hall Complex located at 1200 Carlsbad Village Drive. Location of door controller and keypads to be per attached drawing, Exhibit “C”. City to provide network connection with static IP address. JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Install keypad card readers on two I.T. rooms in the Council Chambers. $7,585 TOTAL* $7,585 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: 9F983DAE-E160-46F7-8A01-BB2AE13DAECB PWM19-661GS City Hall Council Chambers Secure Access Improvements Page 7 of 7 City Attorney Approved 9/27/16 EXHIBIT "C" DocuSign Envelope ID: 9F983DAE-E160-46F7-8A01-BB2AE13DAECB The ACORD name and logo are registeredmarks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACHOCCURRENCE $ MED EXP(Any oneperson)$ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACHOCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describeunderDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDINGCOVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025(201401) 7/31/2018 Tolman & Wiker Insurance Services LLC #0E52073 5001 California Ave. Suite 150 Bakersfield CA 93309 Jessica Wilkison (661)616-4700 (661)616-4500 jwilkison@tolmanandwiker.com JMG Security Systems, Inc. 17150 Newhope #109 Fountain Valley CA 92708 Everest Indemnity Ins Co 10851 Everest Premier Ins Co 16045 Everest National Ins Co 10120 18/19 GL/UMB/WC/CR A X X X Errors & Omissions X $1,000 Deductible X X 51GL013901181 8/1/2018 8/1/2019 1,000,000 500,000 10,000 1,000,000 2,000,000 2,000,000 Agency Does Not Write A X X 51CC005026181 8/1/2018 8/1/2019 (Follows GL, PL & WC) 5,000,000 5,000,000 B Y 5300003299181 8/1/2018 8/1/2019 X 1,000,000 1,000,000 1,000,000 C Employee Dishonesty 51CR000226181 8/1/2018 8/1/2019 Limit 100,000 Deductible 2,500 GL: The City of Carlsbad is Additional Insured as respects to operations of the Named Insured per form (GL)ECG205990509. WC: A Waiver of Subrogation is added in favor of the Additional Insured per form (WC)WC040306. Endorsements apply only as required by current written contract on file. Shaun Kelly/ASHLES Y City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services PO Box 4668-ECM #35050 New York, NY 10163-4668 certificates-carlsbad@risk Y COMMERCIAL GENERAL LIABILITY ECG 20 599 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ECG 20 599 05 09 Copyright, Everest Reinsurance Company 2009 Includes copyrighted material of Insurance Services Office, Inc., used with its permission. Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES ORCONTRACTORS–AUTOMATIC STATUS WHEN REQUIREDINWRITTEN CONTRACT OR AGREEMENT WITH YOU –INCLUDING COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A.Section II – Who Is An Insured is amended toinclude as an additional insured any person ororganization for whom you are performing opera-tions, but only when you and such person or or-ganization have agreed in writing in a contract oragreement prior to the commencement of suchoperations that such person or organization be added as an additional insured on your policy.Such person or organization is an additional in-sured only with respect to liability for "bodily in-jury", "property damage" or "personal and adver-tising injury"but only to the extent caused, inwhole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on yourbehalf; in the performance of “your work” for an addi-tional insured. B.The insurance afforded to an additional insuredshall only include the insurance required by theterms of the written agreement and shall not bebroader than the coverage provided within theterms of the Coverage Part. C.The Limits of Insurance afforded to an additionalinsured shall be the lesser of the following: 1.The Limits of Insurance required by the writ-ten agreement between the parties; or 2.The Limits of Insurance provided by this Cov-erage Part. D.With respect to the insurance afforded to anadditional insured, the following additional exclu-sions apply: This insurance does not apply to: 1.“Bodily injury”, “property damage” or “personaland advertising injury” arising out of any act oromission of an additional insured or any of itsemployees. 2."Bodily injury", "property damage" or "personal and advertising injury" arising out of the ren-dering of, or the failure to render, any archi-tectural, engineering or surveying services,including: (a)The preparing, approving, or failing toprepare or approve, maps, shop drawings,opinions, reports, surveys, field orders,change orders or drawings and specifica-tions; or (b)Supervisory, inspection, architectural orengineering activities. 3."Bodily injury", "property damage" or "personaland advertising injury" arising out of any con-struction projects that are part of a consoli-dated (wrap-up) insurance program. This ex-clusion also applies to any: (a)Work or operations performed; or (b)Materials, parts or equipment furnished; in connection with such wrap-up constructionprojects, regardless of whether they are per-formed or furnished at the location of thewrap-up construction project or anywhereelse. Policy Number: 51GL013901181 Policy Number: 51GL013901181 Policy Number: 51GL013901181 Policy Number: 51GL013901181