HomeMy WebLinkAboutRancho Santa Fe Security Inc; 2017-06-12; PWM17-125GSPWM17-125GS
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
DOVE LIBRARY ALARM SYSTEM REPAIR AND UPGRADE
This agreement is made on the /Q# day of , 2017, by the City
of Carlsbad, California, a municipal corporation, (hereinaft r c led "City"), and Rancho Santa Fe Security,
Inc., a California corporation whose principal place of b ness is 1991 Village Parkway, Suite 100,
Encinitas, CA 92024 (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: Michael O'Brien
(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.
DOVE LIBRARY ALARM SYSTEM
REPAIR AND UPGRADE Page 1 of6 City Attorney Approved 9/27/16
PWM17-125GS
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 anp that debarment by another jurisdiction is grounds for
the City of Carlsbad to disqualify the Contractor or S\.IP~n~ractor participaf in contract bidding.
Signature: ---1-1-;,~L=+-.M~.,.,~ c....;'----11-->,..__,.~b-4:-+.:~-----_,
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 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 Jess 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 notless 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.
DOVE LIBRARY ALARM SYSTEM
REPAIR AND UPGRADE Page 2 of6 City Attorney Approved 9/27/16
PWM17-125GS
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 six (6) working days after receipt of Notice to
Proceed.
CONTRACTOR'S INFORMATION.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Rancho Santa Fe Security, Inc.,
a California corporation
(name of Contractor)
427169
(Contractor's license number)
C10 -9/30/2018
(license class. and exp. date)
1000012240
(DIR registration number)
6/30/2017
(DIR registration exp. date)
DOVE LIBRARY ALARM SYSTEM
REPAIR AND UPGRADE Page 3 of6
1991 Village Parkway, Suite 1 00
(street address)
Encinitas, CA 92024
(city/state/zip)
800-303-8877
(telephone no.)
760-942-9387
(fax no.)
MSwineheart@rsfsecurity.com
(e-mail address)
City Attorney Approved 9/27/16
PWM17-125GS
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.
CITY OF CARLSBAD, a municipal corporation
of the State of California
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 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:~~
Deputy City Attorney
DOVE LIBRARY ALARM SYSTEM
REPAIR AND UPGRADE Page 4 of6 City Attorney Approved 9/27/16
PWM17-125GS
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 Business Name and Address DIR Registration License No., %of
be Subcontracted No. Classification & Total
Expiration Date Contract
nJont"'
Total% Subcontracted: _ ____,Q"""'----
The Contractor must perform no less than fifty percent (50%) of the work with its own forces.
DOVE LIBRARY ALARM SYSTEM
REPAIR AND UPGRADE Page 5 of6 City Attorney Approved 9/27/16
PWM17-125GS
EXHIBIT B
Rancho Santa Fe Security, Inc. (RSFS) will repair, audit and upgrade the existing security alarm system at
the Dove Library, located at 1775 Dove Lane in Carlsbad.
Work includes disconnecting and appropriately reinstalling existing main security panel (NX8E) to include
NX8E bracket clips and rewire to proper industry standards. RSFS will remove the existing SMP3 power
supply and replace with three (3), RSFS provided, new, more compatible, NX-320E power supply hardware.
RSFS will perform an alarm system audit to ensure motion sensors, glass breaks indicators and door
sensors work properly and will advise city if any additional sensors are need to solidify security system.
The two man technician team will ping each wire/zone to label and confirm room location; old or bypassed
zones no longer in use will be removed. RSFS will re-map siren outputs to proper partitions. All zone
expanders will be appropriately re-mounted, tested and zone ports will be labeled to indicate the correct
zones/rooms they correspond to (wire connections will be reconnected to industry standards). RSFS will
review wire runs to ensure wire gauge to feet ratios are within the manufactures specifications/standards
described for the NX8E and zone expander(s). RSFS will identify, label, test and map all monitored zones
and partitions at the Dove Library and Art Gallery; and will illustrate zones/partitions on a floor plan provided
to Project Manager after work is complete.
RSFS will program NX8E system to yield consistency between the alarm system and the locations within
the building, e.g. the front entrance infrared motion sensor will be easily identified by name when viewed
from the key pad and when trouble or faults are reported to the central monitoring station. Furthermore,
resulting work will yield all infrared motion detectors, glass break detectors and door sensors to be easily
identified by library staff when operating/scrolling through the various keypads (i.e. fault identifications).
Security alarm system will not be operational during the time of this work, as result, RSFS will provide an
unarmed guard service to patrol the perimeter of the Dove Library facilities for the hours when the system
is normally operational (9 p.m. to 8 a.m.).
Estimated labor for alarm system repair and upgrade is two technicians for five days at $78/hr. and
estimated unarmed guard service (9 p.m. to 8 a.m.) for five days is $35/hr.
JOB QUOTATION
ITEM UNIT Qtv DESCRIPTION PRICE
NO.
1 LS 1 Dove Library Security Alarm Repair and Upgrade $975
lncludeds: All required equipment, mounting devices, and
three new NX-320E power supply units.
2 $78/ 80 Labor to perform all alarm system upgrades, audits and $6,240
HR repairs (and other required duties not elsewhere
specified}.
3 $35/ 55 Labor to perform all unarmed guard services. $1,925
HR
TOTAL* $9,140
*Includes taxes, fees, expenses and all other costs.
DOVE LIBRARY ALARM SYSTEM
REPAIR AND UPGRADE Page 6 of6 City Attorney Approved 9/27/16