HomeMy WebLinkAboutJMG Security Systems Inc; 2016-04-14;AGREEMENT FOR PURCHASE, INSTALLATION AND MAINTENANCE OF A SECURITY
SYSTEM
JMG SECURITY SYSTEMS, INC.
THIS _AGREEMENT is made and entered into as of the / L;~ day of ft~CI f , 20_J_..!A by and between the CITY OF CARLSBAD, a municipal
corporati n, ("C1ty"), and JMG Secunty Systems, Inc. ("Contractor").
RECITALS
City requires the professional services of a contractor that is experienced in the
installation and maintenance of facility security and access control systems. Contractor has the
necessary experience in providing these professional services, has submitted a proposal to City
and has affirmed its willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in Exhibit "A", attached and incorporated by this reference in
accordance with the terms and conditions set forth in this Agreement.
2. TERM
This Agreement will be effective for a period of one year from the date first above written. The
City Manager may extend the Agreement for three (3) additional years in an amount not to
exceed six thousand, seven hundred and ninety dollars ($6,790). Extensions will be based
upon satisfactory review of Contractor's performance, City needs, and appropriation of funds by
City Council.
3. COMPENSATION
The total fee payable for the Services to be performed will be six thousand, seven hundred and
ninety dollars ($6, 790). No other compensation for the Services will be allowed except for items
covered by subsequent amendments to this Agreement. City reserves the right to withhold a
ten percent (10%) retention until City has accepted the work and/or the Services specified in
Exhibit "A."
4. STATUS OF CONTRACTOR
Contractor will perform the Services as an independent contractor and in pursuit of Contractor's
independent calling, and not as an employee of City. Contractor will be under the control of City
only as to the results to be accomplished.
City Attorney Approved Version 4/1/15
5. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that
this section will survive the expiration or early termination of this Agreement.
6. INSURANCE
Contractor will obtain and maintain policies of commercial general liability insurance, automobile
liability insurance, a combined policy of workers' compensation, employers liability insurance,
and professional liability insurance from an insurance company authorized to transact the
business of insurance in the State of California which has 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, in an amount of not less than one million
dollars ($1 ,000,000) each, unless otherwise authorized and approved by the Risk Manager or
the City Manager. Contractor will obtain occurrence coverage, excluding Professional Liability,
which will be written as claims-made coverage. The insurance will be in force during the life of
this Agreement and will not be canceled without thirty (30) days prior written notice to the City
by certified mail. City will be named as an additional insured on General Liability which shall
provide primary coverage to the City. The full limits available to the named insured shall also be
available and applicable to the City as an additional insured. Contractor will furnish certificates
of insurance to the Contract Department, with endorsements to City prior to City's execution of
this Agreement.
7. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
8. COMPLIANCE WITH LAWS
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment and will obtain and maintain a City of Carlsbad Business License
for the term of this Agreement.
9. TERMINATION
City or Contractor may terminate this Agreement at any time after a discussion, and written
notice to the other party. City will pay Contractor's costs for services delivered up to the time of
termination, if the services have been delivered in accordance with the Agreement.
10. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of
false claims as set forth in the California False Claims Act, Government Code sections 12650,
et seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further
City Attorney Approved Version 4/1/15
2
acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to
terminate this Agreement.
11. JURISDICTIONS AND VENUE
Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any
disputes between the parties arising out of this Agreement is the State Superior Court, San Diego
County, California.
12. ASSIGNMENT
Contractor may assign neither this Agreement nor any part of it, nor any monies due or to
become due under it, without the prior written consent of City.
13. AMENDMENTS
This Agreement may be amended by mutual consent of City and Contractor. Any amendment
will be in writing, signed by both parties, with a statement of estimated changes in charges or
time schedule.
14. 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
(sign here)
&;/?-~$m~ //.
(print name/title)
(sign here)
2?tJ_j,0j ~ 'I el fht Ccv, cO 1 \f r
v (print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
/" By:~' / "\
tf'Manager or Mayor or Director
Charles McBride
ATTEST:
City Clerk
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
3
Group B.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
City Attorney Approved Version 4/1/15
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
An rJ~ Qjf=:1
By: L.l...tk:J
Assistant 1ty Attorney
City Attorney Approved Version 4/1/15
4
EXHIBIT "A"
SCOPE OF SERVICES
Cole Library IT reader installation as well as the new Sorting room card reader installation and handicap
door connection.
For the Cole Library we will recommend the installation of an American Magnetics (AMAG) single POE
door controller with HID ICLASS keypad proximity card reader. The electronic lock is existing so we
would include a power supply for the lock and termination of all system wiring. Please review the
following:
1-SMP3 Power Supply
1-HID RMPK40 Keypad/Proximity Reader
1-Single Door Contact
1-DS160 Egress Sensor
1-AMAG EN1DC POE Door Controller
Material, Labor and Programming Included
Installation & Equipment Total -
System Support Warranty Monthly Fee-
l $3,050.00
$ 25.00
Additional proposal for the Cole Library Sorting room entry card reader location;
1-AL400ULX Power Supply (Upgrade from SMP3 Power Supply)
1-HID RMPK40 Keypad/Proximity Reader
1-AMAG EN2DC POE Door Controller (Upgraded from one door to two door controller)
Material, Labor and Programming Included
Installation & Equipment Total-L $3,200.00
System Support Warranty Monthly Fee-$ 20.00
We will include converting the existing keypad reader at the 1630 Faraday location into the same AMAG
Symmetry platform when the system is installed.
All work listed in this scope will be completed by June 30, 2016.
City Attorney Approved Version 4/1/15
5