Loading...
HomeMy WebLinkAboutSadler Electric Inc; 2008-06-10; PWGS406AMENDMENT NO.l TO EXTEND AND AMEND AGREEMENT FOR ELECTRICAL MAINTENANCE SERVICES Sadler Electric Inc CONTRACT #08-19 (PWGS406) ment No. 1 is entered into and effective as of the /7" day of - , 2010, extending and amending the agreement dated June 10, 2008 (the "4reement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Sadler Electric Inc., ("Contractor") (collectively, the "Parties") for electrical maintenance services. RECITALS A. The Parties desire to alter the Agreement's scope of work to allow a negotiated increase in labor price for regular and emergency hour labor totaling 5% of the original bid price; and B. The Parties desire to extend and fund the Agreement for a period of two years; and, C. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A, Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. That the Agreement, as may have been amended from time to time, is hereby extended for a period of two years ending on June 10, 2012 on an agreed price and on a time and materials basis not-to-exceed Four Hundred Sixty-Eight Thousand, Five Hundred and Seventy-six dollars ($468,576). 2. City will pay Contractor for all work associated with those services on a time and materials basis not-to-exceed Four Hundred Sixty-Eight Thousand, Five Hundred and Seventy- six dollars ($468,576). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by June 10, 2012 and by June 10 of any subsequent extension periods. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 6. The individuals executing this Amendment 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 Amendment. CONTRACTOR CITY OF CARLSBAD, a munlclpal C (prlnt nameltltle) ATTEST If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Cor~oration, Agreement must be signed by one corporate officer from each of the following two groups. "Group A. Chairman, Piesident, 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@) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney a- u deputy City ~ttornel City Attorney Approved Version #05.22.01 AMENDMENT NO.l TO EXTEND AND AMEND AGREEMENT FOR ELECTRICAL MAINTENANCE SERVICES Sadler Electric Inc CONTRACT #08-19 (PWGS406) EXHIBIT "A" SCOPE OF SERVICES AND FEE The negotiated increase in the cost of the following two bid items is effective June 10, 2010. All other cost provisions remain in accordance with the original contract bid item prices. ltem #I: The hourly labor fee for Bid ltem #4 is increased by 5% to a total cost of $55.65 per hour. Item #2: The hourly labor fee for Bid ltem #5 is increased by 5% to a total cost of $81.90 per hour. City Attorney Approved Version #05.22.01 CONTRACT #08-19 ELECTRICAL MAINTENANCE SERVICES Sadler Electric, Inc. MAY 2008 City of Carlsbad 1 Bid No. 08-19 Electrical Maintenance Services AGREEMENT FOR ELECTRICAL MAINTENANCE SERVICES Sadler Electric, Inc. THIS AGREEMENT is made and entered into as of the IQtb day of June , 2008 . by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Sadler Electric, a Corporation, ("Contractor"). DEFINITIONS Repair: Authorized service work to equipment and systems required to preserve and protect any City owned or maintained Electrical system as specified in this Agreement. Installations: Electrical equipment installation and adjustment required to preserve and protect any City owned or maintained Electrical systems as specified in this Agreement. Maintenance: Any routine, recurring, and usual services or preventative maintenance on existing City systems necessary for the protection or preservation of any City owned or maintained Electrical systems as specified in this Agreement. Demolition: The removal of Electrical equipment required to preserve and protect any City owned or maintained Electrical systems as specified in this Agreement. Service Report: Contractor's detailed report in City-approved computer-generated format covering all work performed under this Agreement. Service reports shall be separate documents, listed by facility and shall note all inspections, repairs or service work performed, condition statements and any other pertinent information to aid the City in determining future equipment repairs, maintenance or replacement. RECITALS A. City requires the professional services of an Electrical Contractor that is experienced in providing routine, recurring and usual Electrical maintenance work necessary for the protection and preservation of City owned or maintained Electrical systems for their intended purposes. B. Contractor has the necessary experience in providing professional services and advice related to providing routine, recurring and usual Electrical maintenance work necessary for the protection and preservation of City owned or maintained Electrical systems for their intended purposes. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor 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 of Carlsbad Bid No. 08-19 Electrical Maintenance Services City retains Contractor to perform, and Contractor agrees to render the Electrical maintenance and repair services described in the Scope of Work contained in the City's Request for Proposals and the Contractor's proposal, which are incorporated by this reference in accordance with this Agreement's terms and conditions. The Contractor will perform Electrical maintenance and related services as needed and as authorized on a time and materials basis as specified in the Contractor's proposal. Nothing in this agreement is intended to create an exclusive arrangement between City and Contractor. The City reserves the right to procure Electrical maintenance services from other vendors as the City deems appropriate. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. Contractor shall maintain a C-10 license issued by the California Contractors State License Board throughout the term of this Agreement. 3. TERM The term of this Agreement will be effective for a period of two-years from the date first above written. The City Manager may amend the Agreement to extend it for two additional two-year periods or parts thereof in an amount not to exceed Four Hundred Sixty Eight Thousand, Five Hundred and Seventy-six dollars ($468,576) in the first two year extension period and not to exceed Five Hundred Sixty-two Thousand, Two Hundred and Ninety-one dollars ($562,291) in the second two year extension period. Total compensation under this agreement shall not exceed One Million, Four Hundred Twenty-one Thousand, Three Hundred and Forty-seven dollars. Payments will be made on a time and materials basis for actual work performed by the contractor and the total compensation amounts are not guaranteed. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. Either the City or the Contractor may decline to confirm the renewal of the contract for any reason whatsoever, which shall render the renewal option null and void. If an increase in compensation for service in succeeding option periods is requested, the Contractor must provide detailed supporting documentation to justify the requested rate increase. The requested increase will be evaluated by the City, and the City reserves the right to accept or reject the Contractor's requested compensation increase. This Agreement's annual compensation terms may be adjusted by a mutually agreeable amount based on and no greater than the aggregate San Diego Consumer Price Index changes over the previous agreement period. Requests for price changes must be made by the Contractor in writing sixty (60) days before the end of the then-current agreement year and is subject to negotiation or rejection by the City. City of Carlsbad Bid No. 08-19 Electrical Maintenance Services ID 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The Contractor's electrical maintenance work will be by paid at a fixed cost rate for scheduled maintenance and at an hourly rate plus parts as indicated in the Contractor's bid. The total fee payable for the Services to be performed during the initial Agreement term will not exceed Three Hundred Ninety Thousand, Four Hundred and Eighty dollars ($390,480). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in the Contractor's bid. The Contractor will perform work in accordance with all applicable Carlsbad Municipal Code sections, California building codes, California HVAC codes, OSHA standards and any other regulatory requirements. There will be no additional charges such as travel or trip costs allowed. Payment for service starts when the technician arrives at the City of Carlsbad owned or maintained properties, and ends at the completion of required service work. Portal to portal payment is not included in this Agreement. All parts will be newly manufactured replacement parts or an equal approved by the Inspector, or his authorized representative. Pricing to City of Carlsbad will be in accordance with hourly labor cost plus parts markup as indicated in the Vendor's Proposed Cost of Services Chart. Invoices must be submitted with request for payment. The Contractor shall submit invoices to the Inspector, or his authorized representative by the 5th day of the month for work performed in the previous month under this contract. The Contractor shall provide detailed records of all work performed and include all required reports of systems and/or equipment(s) serviced or repaired. Failure to provide the required documents, invoices, and reports will result in the City of Carlsbad withholding payment to the Contractor until all the required documentation, including supplier invoices for parts, are provided to the City. Certified payroll documents shall be submitted to the City with each billing. If an increase in compensation for service in succeeding option periods is requested, the Contractor must provide detailed supporting documentation to justify the requested rate increase. The City will evaluate the requested increase, and the City reserves the right to negotiate, accept or reject the Contractor's requested compensation increase. This Agreement's annual compensation terms may be adjusted by a mutually agreeable amount based on and no greater than the aggregate San Diego Consumer Price Index changes over the previous contract period. Requests for price changes must be made by the Contractor in writing sixty (60) days before the end of the then-current agreement City of Carlsbad Bid No. 08-19 Electrical Maintenance Services year and is subject to negotiation or rejection by the City. Compensation increases will not be authorized prior to the end of each contract period. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to this Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. PREVAILING WAGES TO BE PAID 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 of the contract. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City of Carlsbad Bid No. 08-19 Electrical Maintenance Services /Z 10. PARTS The City reserves the right to supply needed parts and equipment to the Contractor for Services. 11. 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 in whole or in part by any willful misconduct or negligent act or omission 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. 12. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V". 12.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 12.1.1 COMMERCIAL GENERAL LIABILITY INSURANCE $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 12.1.2 Automobile Liability City of Carlsbad Bid No. 08-19 Electrical Maintenance Services If the use of an automobile is involved for Contractor's work for City, $1,000,000 combined single-limit per accident for bodily injury and property damage. 12.1.3 ANY AUTO COVERAGE Insurance 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 auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. 12.1.4 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 12.1.5 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 12.2.1 The City will be named as an additional insured on General Liability. 12.2.2 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 12.2.3 Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 12.3 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 12.4 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 13. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 14. ACCOUNTING RECORDS City of Carlsbad Bid No. 08-19 Electrical Maintenance Services Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 15. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all documents related to services performed produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1 ) copy of the work product for Contractor's records. 16. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 17. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: Name: Dale Schuck Title: Public Works Superintendent Department: Public Works. Contracts City of Carlsbad Address: 405 Oak Avenue. Carlsbad. CA 92008 Phone No. (760) 434-2949 For Contractor: Title Address / 0 0/C/ To Phone No. City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 18. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 19. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 20. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 21. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager and/or designee. The City Manager and/or designee will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager and/or designee will be binding upon the parties involved, although City of Carlsbad Bid No. 08-19 Electrical Maintenance Services IL, nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 22. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering ninety (90) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 23. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 24. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, 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 information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 10 /7 may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 25. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 26. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 27. SERVICES DURING STATE OF EMERGENCY During a state of emergency as determined by the City Council or City Manager including, but not limited to states of emergency defined by Government Code Section 8558, the Contractor agrees to provide the services specified in this Agreement under the terms and conditions herein. 28. ENTIRE AGREEMENT This Agreement, the City's Request for Proposal, the Contractor's Proposal, and the Specifications, together with any other written document referred to or contemplated by these documents, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 29. STORM WATER POLLUTION PREVENTION PLAN The Contractor shall incorporate and comply with all applicable Best Management Practices (BMPs) during the completion of this agreement. All work must be in compliance with the most current San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal code and the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP) incorporated herein by reference. The Contractor shall indicate in his proposal methods of compliance, equipment utilized to insure compliance, training of staff and experience in compliance with environmental regulations. If in the opinion of the project manager, the Contractor is not in compliance with this provision City reserves the right to implement BMPs to the maximum extent City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 11 practical, and deduct payment due or back charge the Contractor for implementation with a 15% markup for administration and overhead. 30. 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. ATTEST: \r (print name/title) tORltylNEM.WOOD City Clerk If required by City, proper notarial acknowledgment of execution by contractor must If a Corporation. Agreement must be signed by one corporate officer from each of the two groups.,X '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 officers) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By:. )eputy City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 12 CITY OF CARLSBAD BID 08-19 ELECTRICAL MAINTENANCE SERVICES EXHIBIT "A" MANNER OF PERFORMING SERVICES PARTI GENERAL SPECIFICATIONS DEFINITIONS Whenever the following terms are used in this agreement, they shall have the following meaning: A. "BID ITEM" - Individual items of work in the CONTRACTOR'S proposal at an agreed price for the work. B. "CITY" - The CITY of Carlsbad. C. "CITY MANAGER" - The fully appointed CITY MANAGER of the CITY or his authorized representative. D. "CONTRACT ADMINISTRATOR" - The PUBLIC WORKS DIRECTOR'S designee for bidding, awarding and administering the CONTRACTOR'S work under this agreement. E. "CONTRACTOR" - The managing individual of the contracting entity or his authorized employees or representatives. F. "FULLY OPERATIONAL" - In a condition to undertake the function to adequately as passenger or freight Electrical. G. "PERIODIC INSPECTION" - Routinely scheduled or randomly noticed inspection or audit conducted by CITY. H. "PUBLIC WORKS DIRECTOR" - The official designated as the Public Works Director of CITY, or any of his authorized representatives. City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 13 "REPAIRS" - Work required to maintain the serviceability of Electrical equipment specified under this agreement. REPAIR work must be authorized by the CONTRACT ADMINSITRATOR prior to the CONTRACTOR performance. After hours REPAIRS are work outside of normal business hours as indicated in the Vendor's Proposed Cost of Services Chart and shall be compensated at the Bid Item Rate for "After Hours" labor. 1.00 STANDARDS OF WORK AND CONTRACTOR RESPONISBILITY 1.01 The CONTRACTOR shall perform the work described herein in a thorough and professional manner so that the City of Carlsbad is provided with reliable and high quality Electrical Maintenance services at all times. 1.02 The CONTRACTOR shall furnish, at CONTRACTOR'S own expense, all labor, tools, equipment, and materials necessary, unless specifically excluded herein, to perform preventative maintenance at the Bid Item price. The CONTRACTOR shall furnish, at CONTRACTOR'S own expense, tools and equipment necessary, unless specifically excluded herein, to perform authorized repairs at the Bid Item price for Labor. Cost of parts shall be paid at the CONTRACTOR'S invoice cost for parts plus the percentage of markup indicated in this proposal. 1.03 The CONTRACTOR'S forces shall leave work areas free of all dirt, litter, lubricants, or other materials utilized to perform maintenance services. The CONTRACTOR shall erect barricades, warning signs and any other devices to prevent unauthorized access by the public or unauthorized City staff to work areas. 1.04 Electrical maintenance and repair shall be performed in accordance with accepted standards for Electrical maintenance and repair to the satisfaction of the CONTRACT ADMINISTRATOR or his designee. CONTRACTOR shall immediately respond when notified by CITY to correct unsatisfactory work at no additional charge. 1.05 The CONTRACTOR shall maintain individual repair and maintenance logs listing all work performed under this agreement. These repair and maintenance logs shall be kept in a designated area on each site. Logs shall indicate the date of service, time of service, service performed, the technician performing service and any other information that may affect current or future operation of the Electrical systems. The CONTRACTOR shall report these locations, by address, to CITY'S CONTRACT ADMINISTRATOR, or designee, within 48 hours. (Deductions may be made from the CONTRACTOR'S payments if maintenance and repair tasks are not reported to CITY within the time allowed.) 1.06 The CONTRACTOR shall, during the term of this CONTRACT, respond to all callbacks to the satisfaction of the CONTRACT ADMINISTRATOR, within four (4) City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 14 hours of notification. Failure to comply with this requirement will result in a reduction in payment to the CONTRACTOR as determined appropriate by the CONTRACT ADMINISTRATOR. 1.07 CONTRACTOR shall, during the term of this CONTRACT, respond to requests for REPAIRS, or EMERGENCY REPAIRS as required, twenty-four (24) hours per day, seven (7) days per week, by dispatching required technicians to the site, within four (4) hours of contact by the CONTRACT ADMINISTRATOR. 2.00 ELECTRICAL SYSTEMS TO BE MAINTAINED 2.01 The service areas, hours of operation, and frequencies of service under the provisions of this CONTRACT are detailed in Appendix "A". 2.02 CONTRACTOR acknowledges personal inspection of the sites and the surrounding areas and has evaluated the extent to which the physical condition thereof will affect the services to be provided. CONTRACTOR accepts the premises in their present physical condition, and agrees to make no demands upon CITY for any improvements or alterations thereof. 3.00 PAYMENT AND INVOICES 3.01 The CONTRACTOR shall present monthly invoices, for all work performed during the preceding month. Said invoice shall include all required certifications and reports as specified hereinafter. The invoice shall be submitted on or before the fifth (5th) day of each month in the amount of the compensation to be paid by the CITY for all services rendered by the CONTRACTOR under the terms and conditions of this CONTRACT. Said payment shall be made within thirty (30) days upon receiving the invoices, providing that all work performed during the preceding month has been inspected and accepted by the CONTRACT ADMINISTRATOR and that applicable certifications have been submitted in accordance with the provisions of this CONTRACT. 3.02 Separate invoices for approved REPAIRS AND EMERGENCY REPAIRS shall be prepared and submitted in an electronic format acceptable to the CONTRACT ADMINISTRATOR, including attachments, such as copies of suppliers' invoices, which the CONTRACT ADMINISTRATOR may require to verify CONTRACTOR'S billing. Unless otherwise requested by the CONTRACT ADMINISTRATOR, one invoice shall be submitted for each discrete and complete REPAIR or EMERGENCY REPAIR. 3.03 In the event the CITY transfers title, maintenance responsibility, or changes service frequency of a portion thereof, this CONTRACT shall continue in full force and effect, except said portion, at the discretion of the CONTRACT ADMINISTRATOR, may be deleted from the agreement and the CONTRACT sum shall be reduced accordingly. City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 15 The CONTRACT ADMINISTRATOR may, at his discretion, add new Electrical systems to be maintained and/or repaired and/or require additional services. The CONTRACTOR shall be compensated for the additional facilities or services that are designated after the date of the commencement of this CONTRACT based on a negotiated proposal. Proposal costs shall not exceed customary costs of similar equipment as submitted in the REQUEST FOR BIDS or as adjusted in accordance with subsequent amendments to the agreement. The CONTRACT ADMINISTRATOR shall notify the CONTRACTOR of additions, reductions or deletions of areas to be serviced in writing. 4.00 ENFORCEMENT. DEDUCTIONS AND LIQUIDATED DAMAGES 4.01 The CONTRACT ADMINISTRATOR shall be responsible for the enforcement of this CONTRACT on behalf of CITY. In addition to deductions stipulated in other sections of this agreement, the CONTRACT ADMINISTRATOR may enforce deductions in accordance with Section 4.00. 4.02 If, in the judgment of the CONTRACT ADMINISTRATOR, the CONTRACTOR is deemed to be non-compliant with the terms and obligations of the CONTRACT, the CONTRACT ADMINISTRATOR, may, in addition to other remedies provided herein, withhold the entire monthly payment, deduct pro-rata from the CONTRACTOR'S invoice for work not performed, and/or deduct liquidated damages. Notification of the amount to be withheld or deducted from payments to CONTRACTOR will be forwarded to the CONTRACTOR by the CONTRACT ADMINISTRATOR in a written notice describing the reasons for said action. The written notice shall provide the CONTRACT ADMINISTRATOR'S reason for any deductions so imposed. 4.03 The action above shall not be construed as a penalty but as adjustment of payment to CONTRACTOR to recover cost or loss due to the failure of the CONTRACTOR to complete or comply with the provisions of this CONTRACT. 5.00 INSPECTIONS. MEETINGS. & REPORTS 5.01 CITY reserves the right to perform inspections, including inspection of CONTRACTOR'S equipment, at any time for the purpose of verifying CONTRACTOR'S performance of CONTRACT requirements and identifying deficiencies. 5.02 The CONTRACTOR or his authorized representative shall meet with the CONTRACT ADMINISTRATOR or his representative on each site at the discretion and convenience of the CONTRACT ADMINISTRATOR, for walk-through City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 16 inspections. All routine maintenance functions shall be completed prior to this meeting. 5.03 At the request of the CONTRACT ADMINISTRATOR, the CONTRACTOR, or his appropriate representative, shall attend meetings and/or training sessions, as determined by the CONTRACT ADMINISTRATOR, for purposes of orientation, information sharing, CONTRACT revision, description of CITY policies, procedures, standards, and the like. 5.04 CONTRACTOR shall provide to the CONTRACT ADMINISTRATOR such written documentation and/or regular reports as the CONTRACT ADMINISTRATOR deems necessary to verify and review CONTRACTOR'S performance under this CONTRACT and to provide to the CONTRACT ADMINISTRATOR pertinent information relative to the maintenance, operation, and safety of the Electricals. 6.00 CONTRACTOR'S DAMAGES 6.01 All damages incurred to existing facilities by the CONTRACTOR'S operation shall be repaired or replaced, by the CONTRACTOR or by other forces, all at the discretion of the CONTRACT ADMINISTRATOR, all at the CONTRACTOR'S expense. 7.00 COMMUNICATIONS AND EMERGENCY RESPONSE 7.01 The CONTRACTOR shall, during the term of this CONTRACT, maintain a two twenty-four (24) hour emergency telephone numbers, toll free to a San Diego region area code. For hours beyond a normal 7 AM to 5 PM business day, an answering service shall be considered an acceptable substitute. Answering machines are not acceptable. 7.02 All requests for emergency services shall require a qualified technician to be dispatched to the required location as soon as possible after notification; but in all cases within four (4) hours, to the satisfaction of the CONTRACT ADMINISTRATOR. If any emergency service request is not responded to in four (4) hours, the CONTRACT ADMINISTRATOR shall be notified immediately of the reason for not meeting the required response time followed by a written report to the CONTRACT ADMINISTRATOR within two (2) working days. 7.03 Whenever immediate action is required to prevent possible injury, death, or property damage, CITY may, after reasonable attempt to notify the CONTRACTOR, cause such action to be taken by alternate work forces and, as determined by the CONTRACT ADMINISTRATOR, charge the cost thereof to the CONTRACTOR, or deduct such cost from any amount due to the CONTRACTOR. City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 17 This deduction shall include a markup for administrative costs equal to fifteen (15) percent of the actual costs incurred. 7.04 The CONTRACTOR shall maintain a written log of all communications, the date and the time thereof and the action taken pursuant thereto or the reason for non- action. Said log of complaints shall be open to the inspection of the CONTRACT ADMINISTRATOR at all reasonable times. 7.05 CONTRACTOR'S supervisor shall carry cellular telephones with local San Diego region area code. Supervisor shall respond to any call from the CITY within thirty (30) minutes at any time. 8.00 SAFETY 8.01 CONTRACTOR agrees to perform all work outlined in this CONTRACT in such a manner as to meet all accepted standards for safe practices during the performance of his duties and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all CITY, County, State or Federal requirements at all times so as to protect all persons, including CONTRACTOR'S employees, agents of the CITY, vendors, members of the public or others from foreseeable injury, or damage to their property. CONTRACTOR shall make annual inspections for any potential hazards at said sites and keep a log indicating date inspected and action taken. 8.02 CONTRACTOR shall notify the CONTRACT ADMINISTRATOR immediately of any occurrence of accident, injury, or persons requiring emergency services and, if so requested, shall prepare a written report thereof to the CONTRACT ADMINISTRATOR within three (3) calendar days following the occurrence. CONTRACTOR shall cooperate fully with the CITY in the investigation of any such occurrence. 9.00 HOURS AND DAYS OF SERVICES 9.01 The acceptable daily hours of services shall be 7:00 am to 5:00 pm, which shall be considered normal work hours as may pertain to any other provision of the CONTRACT. 9.02 CONTRACTOR shall provide staffing to perform the required services during the prescribed hours as specified in these contract documents. Any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the CONTRACT ADMINISTRATOR. 9.03 Per State of California Labor Code, CONTRACTOR is directed to the following prescribed requirement with respect to the hours of employment. Eight (8) hours City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 18 of labor under this CONTRACT shall constitute a legal day's work and said CONTRACTOR shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than eight (8) hours during any one day or more than forty (40) hours during any one calendar week, except as authorized by State of California Labor Code Section 1815. 10.00 CONTRACTOR'S STAFF AND TRAINING 10.01 The CONTRACTOR shall provide sufficient personnel to perform all work in accordance with the specification set forth herein. 10.02 In cooperation with the Carlsbad Police Department, CONTRACTOR agrees to, and to pay for, background checks if required by the CONTRACT ADMINISTRATOR on all personnel providing Electrical services for this contract. In the event such background check reveals an item, which Carlsbad Police deems a security problem, City may request that such individual be removed from the list of personnel authorized to provide services to the CITY. 10.03 CONTRACTOR'S personnel shall possess the minimum qualifications for the position in which each is working. 10.04 CONTRACTOR shall have a "Local" representative with authority to contractually bind CONTRACTOR in matters, which may arise during this agreement performance period. "Local" in the context of this agreement is defined as the southern California metropolitan area consisting of San Diego, Orange, Los Angeles or Riverside counties. CONTRACTOR shall provide, prior to commencement of work under this Agreement, in writing to the CONTRACT ADMINISTRATOR, a statement indicating by name the specific authority vested in the "Local" representative. CONTRACTOR'S "Local" representative shall be responsible for instructing and training of CONTRACTOR'S personnel in the proper and specified work method and procedures; directing, scheduling, and coordinating all services and functions to completely accomplish the work as required by this Agreement. The "local" representative shall be available for consultation regarding problems on a daily basis at some time during regular working hours (7:00 a.m. to 5:00 p.m., Monday through Friday). 10.06 Each crew of CONTRACTOR'S employees shall include at least one individual who speaks the English language proficiently. For the purposes of this section a crew is understood to be any individual worker or group of workers who might service any site without other CONTRACTOR'S supervisory personnel present. 10.07 The CONTRACT ADMINISTRATOR may at any time give CONTRACTOR written notice to the effect that the conduct or action of a designated employee of CONTRACTOR is, in the reasonable belief of the CONTRACT ADMINISTRATOR, City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 19 detrimental to the interest of the public patronizing the premises. CONTRACTOR shall meet with representatives of the CONTRACT ADMINISTRATOR to consider the appropriate course of action with respect to such matter and CONTRACTOR shall take reasonable measures under the circumstances to assure the CONTRACT ADMINISTRATOR that the conduct and activities of CONTRACTOR'S employees will not be detrimental to the interest of the public patronizing the premises. 10.08 The CONTRACT ADMINISTRATOR may at any time order any of the CONTRACTOR'S personnel removed from the premises when, in the reasonable belief of the CONTRACT ADMINISTRATOR, said CONTRACTOR'S personnel is objectionable, unruly, unsafe, or otherwise detrimental to the interest of the CITY or the public patronizing the premises 10.09 The CONTRACTOR shall require each of his personnel to adhere to basic public works standards of working attire including uniform shirts and/or vests clearly marked with the CONTRACTOR'S company name and employee name badges as approved by the CONTRACT ADMINISTRATOR. Sufficient changes shall be provided to present a neat and clean appearance of the CONTRACTOR'S personnel at all times. Shirts shall be worn and buttoned at all times. CONTRACTOR'S personnel shall be equipped with proper shoes and other gear required by State Safety Regulations. 11.00 NON-INTERFERENCE-NOISE 11.01 CONTRACTOR shall not interfere with the public use of the premises and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 11.02 In the event that the CONTRACTOR'S operations must be performed when persons of the public are present, CONTRACTOR shall courteously inform said persons of any operations that might affect them and, if appropriate, request persons to move out of the work area. 12.00 DRUG AND ALCOHOL FREE WORKPLACE 12.01 The CITY is committed to maintaining a work environment free from the effects of drugs and alcohol consistent with the directives of the Drug Free Workplace Act. As a condition of this agreement, CONTRACTOR and CONTRACTOR'S employees shall assist meeting the requirements of this policy as set forth in the "City of Carlsbad Drug and Alcohol Use Policy" incorporated by reference herein. CONTRACTOR agrees that CONTRACTOR and CONTRACTOR'S employees, while performing services for the CITY, on CITY property, or while using CITY City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 20 17 equipment will not be in possession of, use, or be under the influence of drugs or alcohol. CONTRACTOR has the duty to inform all employees or agents of CONTRACTOR that are performing service for CITY on CITY property or using CITY equipment of the CITY'S objective of a safe, healthful and productive workplace and the prohibition of drug or alcohol possession, use or impairment from same while performing such service for CITY. CITY has the right to terminate, or declare this or any other agreement CONTRACTOR has with the CITY in DEFAULT if CONTRACTOR'S employees are determined by the CONTRACT ADMINISTRATOR to have breached the provisions of Section 15 herein as interpreted and enforced pursuant to the provision of the "City of Carlsbad Drug and Alcohol Use Policy". 13.00 ASSIGNMENT OF CONTRACT 13.01 CONTRACTOR shall not assign this contract or any part thereof and or monies due there under without the prior written consent of the CONTRACT ADMINISTRATOR. 14.00 NEGOTIATED PROPOSAL AND ACCEPTANCE 14.01 The CITY may award work to the CONTRACTOR, at the discretion of the CONTRACT ADMINISTRATOR. New work will be awarded on a negotiated proposal and acceptance basis as when the CONTRACT ADMINISTRATOR determines that it is appropriate to negotiate a fixed price for work in lieu of utilizing unit prices. Payment for Work shall be performed by negotiated agreement between the CITY and the CONTRACTOR or on a TIME AND MATERIALS basis in accordance with the Vendor's Proposed Cost of Services chart. 14.02 Prior to performing any work, the CONTRACTOR shall prepare and submit a written proposal including a description of the work, a list of materials, and a schedule for completion. No work shall commence without written approval of the CONTRACTOR'S proposal by the CONTRACT ADMINISTRATOR. This proposal is subject to acceptance or negotiation by the CONTRACT ADMINISTRATOR. 14.03 All work shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 21 CITY OF CARLSBAD TECHNICAL PUBLICATION ELECTRICAL MAINTENANCE SERVICES INVENTORY LIST City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 22 GENERAL SCOPE OF WORK 1. As needed routine, recurring and usual electrical work required for the preservation or protection of all City of Carlsbad facilities and any associated electrical systems as outlined within these specifications shall be provided by the Vendor. (Public Contract Code Section 22002(d)). 2. This specification covers electrical service and repair work in all City facilities and other City Maintained properties in the City of Carlsbad Public Works Department, Facilities Management Inventory, including but not limited to the following: PUBLIC WORKS DEPARTMENT / FACILITIES MANAGEMENT Facility Inventory Facility Name Bauer Lumber Facility CSD Administration CSD Modular Bldg/Break Room Calavera Community Center Calavera Park Restrooms Calavera Treatment Plant Chase Field Building City Administration City Council Chambers City Hall Complex City Yard City Yard Modular Building Community Development Community Swim Complex Elmwood House Farmers Building Fire Station #1 Fire Station #2 Fire Station #3 Fire Station #4 Fire Station #5 Fire Station #6 Granary Harding Community Center Heritage Hall Hiring Center Holiday House Holiday Park Restrooms (2) Housing & Redevelopment Kruger House La Costa Canyon Park Restroom La Costa Heights Restroom Laguna Rivera Park Restroom Department City P&R P&R P&R P&R San P&R City City City CSD CSD City P&R Lib City Fire Fire Fire Fire Fire Fire P&R P&R P&R CDev P&R P&R H&R P&R P&R P&R P&R Address 2787 State Street 1166 Carlsbad Village Dr 1166 Carlsbad Village Dr 2997 Glasgow Drive 2997 Glasgow Drive 2400 Tamarack Avenue 3349 Harding Street 1635 Faraday 1200 Carlsbad Village Dr 1200 Carlsbad Village Dr 405 Oak Avenue 405 Oak Avenue 2075 Las Palmas 3401 Monroe Street 1255 Elmwood Avenue 5815 El Camino Real 1275 Carlsbad Village Dr 1906 Arenal Road 3701 Catalina Drive 6885 Batiquitos Lane 2540 Orion Way 3131 Levante 2659 Garfield 3096 Harding Street 2650 Garfield 5958 El Camino Real 3235 Eureka Place 3235 Eureka Place 2965 Roosevelt 3215 Eureka Place Pueblo St. and Rana Ct. 3031 Levante St. 4900 Kelly Drive Approx Sq. Ft. 10,000 504 1,610 17,400 900 3,300 1,600 68,000 2,500 13,500 8,249 1,800 22,627 4,102 1,843 128,000 5,040 3,982 4,084 3,900 12,600 2,000 572 12,392 1,608 280 855 1400 3,200 1,250 900 900 900 City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 23 3o Leo Carrillo Park Facilities P&R Library (Dove) Lib Library (Cole) Lib Library Annex Lib Library-Hispanic Info Center Lib Magee House P&R Poinsettia Park P&R Poinsettia Park Restrooms P&R Railroad Depot (ConVis) CofC Safety Center Pol S.C. Carrillo Modular CSD S.C. Fleet Maintenance CSD S.C. Modular Bldg #2 Storage CUSD S.C. Modular Bldg #3 Trans. CUSD S.C. Modular Bldg. #4 Restrooms CUSD S.C. Wash Rack CSD Scout House P&R Senior Center P&R Stagecoach Community Center P&R Stagecoach Park Restrooms (2) P&R Stay N Play Modular P&R Village Grill City Water District Wtr Water District Modular Wtr 6200 Flying LC Lane 1775 Dove Lane 1250 Carlsbad Village Dr 1237 Carlsbad Village Dr 3430 Harding Street 258 Beech 6200 Hidden Valley Road 6200 Hidden Valley Road 400 Carlsbad Village Dr 2560 Orion Way 2480 Orion Way 2480 Orion Way 2480 Orion Way 2480 Orion Way 2480 Orion Way 2480 Orion Way 3225 Eureka Place 799 Pine Street 3420 Camino de los Coches 3420 Camino de los Coches 3430 Harding Street 2833 State Street 5950 El Camino Real 5950 El Camino Real 25,200 35,000 24,600 1,359 868 4,089 4,000 1,600 1,608 64,000 160 10,358 720 2,160 600 3,560 1,908 28,300 17,400 3,500 868 1,453 18,000 696 PUBLIC WORKS DEPARTMENT / PARKS MANAGEMENT Parks Inventory Facility Name Cadencia Park Calavera Hills Park Cannon Park Chase Field Sports Complex Dog Park El Fuerte Farmers Property Holiday Park La Costa Canyon Park Laguna Riviera Larwin Magee Park Maxton Brown Park Pine Field Poinsettia Park Pio Pico Safety Center Stagecoach Park Zone 5 Park Streets & Maint. Facility Car Country Park City of Carlsbad Bid No. 08-19 Electrical Maintenance Department City City City City City City City City City City City City City City City City City City City City City Approx AcreageAddress 3310 Cadencia 5.4 2997 Glasgow Drive 20 Carlsbad Blvd @ Cannon 1.7 3450 Harding Street 3.3 Carlsbad Village Drive @ .5 6000 El Fuerte 4.7 5815 El Camino Real 9 Pio Pico and Chestnut 7.5 Pueblo Street & Rana Court 14 Kelly Drive @ Park Drive 7.5 CVD and Elm 25 258 Beech Avenue 3.5 500 Laguna Drive 1.4 3333 Harding Street 8 6600 Hidden Valley Road 42 Pio Pico .8 2560 Orion Way 20 3420 Camino de los Coche 30 Faraday Ave and Hidden Valley Rd 3.5 405 Oak Avenue .4 Paseo Del Norte 1 Services 24 Beach Sculpture Park City Carlsbad Blvd .5 Harding Community Center City 3096 Harding Street 1.5 Swim Complex City 3401 Monroe Street 4.7 Parks Yard City 1166CVD 2.2 Hosp Grove Park City Jefferson & Monroe 11 Oak Park City Pio Pico @ CVD .5 City Hall/Cole Library City 1200 CVD 3 Carrillo Ranch City Carrillo Way 19 Senior Center Complex City 799 Pine 2.5 Scanlon House City 2955 Elmwood .5 PUBLIC WORKS DEPARTMENT / TREES AND MEDIANS DEPT Landscape and Median Inventory Alga Road Altisma Way Arenal Road Avenida Encinas Aviara Parkway Carlsbad Boulevard College Boulevard Chestnut Avenue Right of Way Carlsbad Village Drive El Camino Real Faraday Avenue Grand Avenue La Costa Avenue Madison Street Melrose Drive Palomar Airport Road Paseo Del Norte Poinsettia Lane Rancho Santa Fe Road Roosevelt Street Tamarack Avenue City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 25 ELECTRICAL SCOPE OF WORK AND EQUIPMENT LIST: Contractually required work on City of Carlsbad Inventory includes but is not limited to troubleshooting of problems, new installation, maintenance, demolition and repair of the following items associated with, contained within or attached to any City of Carlsbad owned or managed building: 1. Interior Fluorescent Lighting, Decorative Lighting, Stage Lighting, Emergency Lighting Systems, Exit Lighting, Incandescent Lighting, Metal Halide Lighting, Quartz Lighting, Neon Lighting, Sodium Lighting, Illuminated Signs and Other Associated Indoors Lighting Fixtures and Control Systems and any other lighting systems attached to buildings in any way. 2. Ballasts 3. Conduits 4. Wiring 5. Switches 6. Disconnects, Fused and Un-fused 7. Transfer Switches, Automatic and Manual 8. Rheostats 9. Amplifiers and Speakers 10. Receptacles 11. Meter Service Panels 12. Distribution Panels and Sub-panels 13. Enclosures 14. Breakers 15. Contactors 16. Motor Starters and Controls 17. Transformers City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 26 18. High Voltage Systems 19. Low Voltage Systems 20. New Circuits 21. Dedicated Electrical Circuits 22.Wiring and Control Systems of Special Electrical Equipment (Pumps, Compressors, Stoves, Ovens, Refrigerators, Dishwashers, Garbage Disposals, Stage Lighting, Timers, Irrigation Controllers, Elevators, Automatic Doors, Washing Machines, Dryers, Fans, Clocks, Audio Visual and Multi-Media Systems etc.) Uninterruptible Power Sources and Other Associated Equipment and Appurtenances. 23. Examples of Troubleshooting include, but are not limited to, investigating electrical failures on electrical equipment and systems located in or attached to any City of Carlsbad building or facility, using standard and specialty diagnostic tools including electrical multi-meters, amp probes, meg ohm meters, tick tracers, phase rotation meters and other electrical diagnostic tools. Determining cause of failures and recommending repairs or replacement of electrical equipment as detailed in the Electrical Scope of Work and Equipment List above as directed by the Public Works Supervisor or his authorized representative. 24. Examples of New Installations include, but are not limited to, installation of new equipment, conduits, wiring and associated electrical services or devices necessary for the preservation or protection of a City facility as detailed in the Electrical Scope of Work and Equipment List above as directed by the Public Works Supervisor or his authorized representative. After performing installations, the Technician shall show changes and modifications to the system on plan sets provided by the City of Carlsbad and submit them for review and approval. If plan sets are not available the technician shall submit notes and line diagrams of changes for City's review and approval. 25. Examples of Maintenance include but are not limited to maintenance of equipment, conduits, wiring and associated electrical equipment or devices as detailed in the Electrical Scope of Work and Equipment List above. Maintenance tasks include cleaning electrical cabinets, terminal and insulation inspection, replacement of wire markers, electrical tape and wire nuts, replacement of wire splices, replacement of contacts, replacement of other worn equipment to prevent possible failure of associated electrical systems as directed by the Public Works Supervisor or his authorized representative. City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 27 26. Examples of Demolition include but are not limited to removal of equipment, conduits, wiring and associated electrical equipment or devices necessary for the preservation or protection of a City facility as detailed in the Electrical Scope of Work and Equipment List above as directed by the Public Works Supervisor or his authorized representative. This work may be required in the case of upgrades of facilities, demolition of facilities or to remove obsolete equipment from service. 27. Examples of Repairs include but are not limited to repair of equipment, conduits, wiring and associated electrical equipment or devices as detailed in the Electrical Scope of Work and Equipment List above as directed by the Public Works Supervisor or his authorized representative. This work may be made pursuant to troubleshooting work identified by the Vendor or City Staff, as generated by work order from other City Personnel, request from other users of City Facilities or as identified during other routine maintenance activities. 28.The Vendor shall furnish all personnel, parts, materials, test equipment, tools and services in conformance with the terms and conditions of this Agreement. 29. City authorization is required prior to performing any repairs whose aggregate parts and labor dollar amount exceeds one hundred and fifty dollars ($150.00). The Vendor shall notify The City's Authorized Representative as designated by Public Works Supervisor, Facilities Maintenance, and receive authorization prior to performing repairs in excess of $150.00. SPECIAL CONDITIONS 1. The Vendor's emergency service response system shall be a professionally staffed telephone answering service. Automatic telephone answering/recording machines, or home telephone numbers are not acceptable. 2. The Vendor is required to provide emergency service within four (4) hours of City's request, seven (7) days per week, twenty-four (24) hours per day. The Vendor will be required to demonstrate this ability when requested by The City's Authorized Representative as designated by the Public Works Supervisor, Facilities. 3. The Vendor is required to provide uniformed service personnel. The Vendor's staff will be required to work in a semi-autonomous manner. The Vendor's staff will be required to interact in a businesslike and professional manner with City staff and members of the public. City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 28 4. Payment for all work begins when the Technician reaches the City facility and ends when the Technician completes the required service work. Portal to portal pay is not included in this contract. 5. The City shall provide access to all devices to be serviced by the Vendor. The Vendor shall not be held responsible for equipment malfunction or damage, should access to equipment or the inability to start and stop primary equipment incidental to the operation of the electrical system be denied or not provided by the City. 6. The Vendor shall provide safe access and egress for City of Carlsbad employees or members of the general public while work is in progress at City facilities. The Vendor agrees to be responsible for providing and installing any safety or cautionary equipment necessary to prevent unauthorized access to work areas including common public areas. 7. The Vendor shall provide all hand tools, power tools, diagnostic tools and equipment necessary to perform its work under this Agreement with the exception of the specialty equipment as detailed in item #8 of the Special Conditions. 8. The Vendor shall provide Personnel Lifts and/or Aerial Work Platforms as specified in this Section for the price specified in Item #3 of the Vendors Proposed Cost of Service. Hydraulic Personnel Lifts/Aerial Work Platforms must be self propelled, street legal, and fully operational from the work platform. The lifting portion of this equipment must be capable of reaching a minimum of 45 Feet in height. The hourly rate quoted must include an operator if the dedicated technician does not operate the equipment. No additional hourly pay will be provided for this fully operational equipment over and above the Vendor's quoted hourly rate for the equipment and the dedicated technician. 9. In the event that the Public Works Supervisor or his authorized representative requests the Vendor to provide specialty equipment that would not normally be supplied by field technicians including Heavy Equipment (all types), Cranes, Scaffolds, and Pavement Cutting Tools, the Vendor agrees that compensation for the specialty equipment shall be as detailed in this section. Regardless of ownership, the rates to be used in determining Vendor's equipment rental costs shall be the edition of the "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the Vendor's actual use of the tool or equipment. CALTRANS' equipment rates website can be found at the following web address: http://www.dot.ca.gov/hq/construc/equipmnt.html The labor surcharge rates and right of way delay multipliers published therein are not a part of this contract. Specialty Equipment shall be procured from sources within a fifty-mile radius of the City of Carlsbad if possible. Delivery time will be compensated for actual delivery time or a maximum of one (1) hour for delivery City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 29 and one (1) hour for equipment return regardless of where the equipment is actually located. Specialty Equipment that is not available within this parameter will be compensated for actual delivery time with prior approval by the City of Carlsbad's authorized representative. City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 30 VENDOR'S PROPOSED COST OF SERVICE* PAG£ 10F3 The matrix below describes five items upon which the City requests a proposal. Please note that the numbers listed in the "Quantity and Units" category of the matrix below are estimates only, and will not be usecJ for any purpose other than to compare proposals received in response to this Request for Proposal, The actual payments made to the Vendor will be based on the Vendor's actual work performed for the City consistent with the terms and conditions of the contract documents, The undersigned declares he/sne has carefully examined the locations of the work reao the Request for Proposal, examined all specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do ail the work in this Electrical Maintenance Agreement in accordance with the specifications of the City of Carlsbad, and the Genera! Provisions and that he/she will take in full payment therefore the following unit prices for each item complete to wit: Item [ Wo. ' 3 | f 1. I 2. i linn i i in miii4i 3. 1 4, \ 5. | Description Cost of parts and materials. Cost of Authorized Equipment Rental Cost of Hydraulic Man Lifting Truck Capable of Reaching 45 Feet Height Cost of tabor for installation, maintenance ano repairs (Monday - Fnday. 8:00 AM - 5:00 PM) Cost of emergency or "after hours" labor for Installations, maintenance and repairs. 'Estimated Quantity and Units $60,000.00/year* (•Estimated) $5,000 00/year* ^Estimated) ( §0 Hours* 1300 Hours* ("Estimated) i 1 50 hours* ' ('Estimated) Unit Price Contractor's markup from supplier invoice price. Cattrans Rental Rates $ 90.60 per hour $ £3. &> per hour (At Prevailing Wape) $78,^ ; per hour ; (At Prevailing 1 Wage) Total f / O /i/,/S ~>S v) 7 f i/(JU S$6C,000,oe * Ma* Up'i (Extended Amount) (Stipulated Amount) » V./ooS (Extended Amount) ffl) $6L^ ' (Exte-nefe-d Amount) c^ s //, 'MJ •" : (Exsenscd ArrxmnS. 31 PROPOSED COS F OF SERVICE - PASS 1 OF 3 "Estimate based on historical experience is for proposal comparison purposes only. The actual payments made to the Vendor will be based on tie Vendor's actual work performed for the City consistent with the terms and conditions of the contract documents, and may be different from the prices estimated above. Note: This Agreement is subject to prevailing wage laws, Labor code Section 1770 et seq. Total amount of Vendor's proposal per agreement year in words jf/_ o -. v-w.M.c,d .4 I/X/'y 77^6 (Items 1 -5) £C. ci £X> Uti Total amount of Vendor's proposal per agreement year in numbers: 1-5) in the event of a discrepancy between the total amount of Vendor's proposal written in words or numbers, the amount written in words shall govern, QPEJNiED, Wil KLi-wL- /.,v.,; -.C Ji .u-Q: DATE 32 EXHIBIT "B" CONTRACTOR'S WORK FORCE Bid No. 08-19 The CON IRACT OR shal set forth in Exhibit B to the proposed CONTRACT. A, Each labor or supervisory position by title that will make up the CONTRACTOR'S work force needed to provide the described services, B, A sufficiently detailed explanation of the minimum qualifications for a person working in each position title, including any required licenses and/or certifications. C, Tne minimum annual man-hours for each position title that the CONTRACTOR proposes to commit to the performance of the described services. D, A list and description of the qualifications of other pertinent staff that are not to be directly committed to this project but who will be available to support, consult, perform Extra Work, and the like. E, A description of CONTRACTOR'S systematic skills training program, The information provided in this attachment is for the purposes of determining the CONTRACTOR'S commitment and preparedness to perform the DESCRIBED SERVICES, and assuring that the CONTRACTOR'S bid is reasonable and complete. Nothing In this Attachment shall In any way be construed to remove, tessen, or relieve the CONTRACTOR from any responsibility prescribed by the CONTRACT. CONTRACTOR may attach additional pages to describe Minimum Qualifications, if needed. Label any such pages "Exhibit B - Additional Information" along with the appropriate position title(s) corresponding to this form. A, POSITION TITLE B. MINIMUM QUALIFICATIONS C. TOTAL ANNUAL HOURS £6 act -*,»•"«'">• I"-—*• fth /n ft t, / ~~/D JU 33 EXHIBIT "B" Pagt 2 CONTRACTOR'S WORK FORCE (Continued) A. POSITION TITLE B. MINIMUM QUALIFICATIONS C. TOTAL ANNUAL HOURS 34 KEVIN C.HARRINGTO 35 ORIGINAL VENDOR'S STATEMENT OF UNSPECIFIED VALUE-ADDED OFFERINGS '_ist ;terr>s or sen/ices you are offering !n.jacld|$ion to those required by the attached specifications or scope c? work, offered as part of your proposal and included in your proposal p'icing if any. !f none, please state rone." Attachments rnav be used 36 forte of (Mtforma: \ttmt Signaiure of Licensee Stgruituro of License Qualifier Pursuant !o ClinpJer 9 of Division 3 of the Business and Professions Code- and the Rules and Regulations of the Contractors State License Board, the Registrar of Contractors does hereby issue this license to: SADLER ELECTRIC INC o engage in She business or act in she capacity of a contractor in the following dassificationCs): CIO - ELECTRICAL (GENERAL) Witness my hand and seal this day, March 23, t995 Issued August 10, Reissued March 22,1995 IhH licens^ is the property of th? ^ej'istfSr nf Conirac;?ors< ?s nof Sr.imfcrrahie, .irtd shall he relumed to she Registrar upon demand when suspended, revoked, or invalidated for any reason, ij becomes void H not carh Consumer Affairs Contractors Reassigned 323556 License Number 37 SADLER ELECTRIC, INC. 1946 John Towers Ave, El Cojon, CA 920ZQ Lk 323556 Phone 619.449-1266 Fax 619.449,4372 City of Carlsbad Department of Public Works <S: Facilities Purchasing Department 1635 Faraday Avenue Carlsbad, CA 92008 Ref: Bid #08-19 ELECTRICAL MAINTENANCE SERVICES Vernon Fuson has been employed a! Sadler Electric, Inc. Since 1994, In 1984 Veraon successfully completed the electrical Apprenticeship though Associated Builders and Contractors in San Diego, and is certified as an Electrical Journeyman. He has been a lead electrician in charge of installation of conduits underground, for building interiors, pulled wire and cable, installed panel boards, switchboards, transformers and lighting systems. Vcnion is a Project Foreman and has supervised many duties including complicated installation of batien backboard systems, fire alarm systems, lighting control and dimming control systems along \\ ith electrical basics such as cable tray, under floor duct and surface raceway systems. 25+ years experience in the electrical field, means Vernon can be relied upon for correct decisions of electrical installations Robert M, Sadler, President Sadler Electric, Inc. 38 SADLER ELECTRIC, INC, 1 1946 John Towers Ave, El Cajon, CA 92020 Lie 323556 Phone 619,449-1266 fax 619.449.4372 C it\ nt ( .irkhad Department of Public % o:k< & Facilities Purchasing IXpjnment 11>15 I Ji4da\ Avenue CaiKbad.i \ 920QX Ref: Bid #08-19 ELECTRICAL MAINTENANCE SERVICES Sadler Electric, Inc. has provided the City of Carlsbad with quality electrical maintenance services for over 6 years. We arc looking forward to continue the relationship together we have built. Our technicians, headed h\ Vernon Fuson arc Certified Electrical Journeyman. Vernon has completed services at many of the City of Carlsbad's facilities. Vernon has become familiar with the city's locations and key personnel and he will remain the lead electrician for Sadler Electric, Inc. Sen ices will be utili/ed by staying in daily contact with the building facilities maintenance department to determine where services are needed Once a maintenance task is discussed between Carlsbad and Sadler Fleetric, the decision will he made to accomplish the task. An urgent job will be tackled immediately and work can be scheduled to the convenience of city workers, even on weekend and holidays. Sadler Electric has dedicated two electrical technicians on call with a service truck, in our experience most of the service calls will require only one technician. Emergency calls or larger jobs may require additional electricians, and Sadler Electric can provide work crews to complete the project. Sadler Electric Inc. is looking forward to continuing our successful relationship with the city of Carlsbad. Robert M. Sadler, President Sadler Electric. Inc. 39 Exam i Scoe IIS ."•:-•- ,4>/>;& «!, .:' -. Z~?S~-.: j- "V. ?••!. ::. ' • '••-.""-. iL-'j'^:. '•• £• V VBKNON W FUSON BOSS OLD BARONA Rl) "-ESIDE.CA 92040 '•• • :- - . .-. - ':•••••:. •<,-•• **fc 3m APPEBHi'iCESHi? STAND/^ r::.xtrioiaii Identification''^.: N7S44282 Score: 73.0% Congratulations. You have met the requirements for certification as a General Journeyman Electrician. Your score report will identify you as a certified Genera! Journeyman Electrician until such time- as you receive your permanent identification card. s9 11 1 Services, Fgeaers and B.rani-fi 'CircmtS ndingfod Bonding'./' ,,;<•. due tors aiVd Ga'blsi K, "---''^~ \ Low-Voltage Circuits and Communications •:quiprnfn'. ' ISv ' "Special Equi;**,, ';,i?: -1""Sf^" :Power and Testing/Testing lifijmp | Lighting Raceways and Boxes Emergency Systems Fire Detection and Alarm Systems Totals for all sections :••'•m i MiiS ive x p e r i o BEST ORIGINAL ELECTRIC, INC. 1946 John Towers Am,, & Cajon, CA 92020 LIC # 323556 PHONE (619) 449-1266 f*X (619) 449-4372 April 10,2008 Re: Building Electrical Maintenance Service Procedures Task outiine / determine scope of work to be done, A) Urgency of work to be performed. a) Immediate action or future work. B) Scheduling of work is to be performed, a} Determine contact person. b) Authorization to complete task. C) Materials required. 2} Assign a Work Order Number to the task. D) Track time and materials used, 3) Invoice Customer. 41 H$ 42 ORIGINAL c:ACU iin ictuun ouurt? nepon '•A.ETANO G GIACALONE J40 DOVE ST SAN DfEGO, CA92103 Identification No,: DIVISION OF APPRENTICESHIP STANDARDS Class: CA Genera! Journeyman Electrician Examination Date: 05/01/2007 Score: 75% Congratulations. You have met the requirements for certification as a CA General Journeyman Electrician, Your score report will identify you as a certified CA. Genera! Journeyman Electrician until such time as you receive your permanent ideifin card Section Principles Installations Fundamentals Services, Feeders and Branch Circuits Grounding and Bonding Conductors and Cables Low-voltage Circuits and Communications Special Occupancies Special Equipment Motors Power and Conditioning Equipment: Testing and Testing Equipment Lighting Raceways and Boxes Emergency Systems Fire Detection and Alarm Systems Totals for all sections Number Correct 7 6 5 4 7 7 3 2 3 6 5 2 5 7 3 3 75 Number of Questions 8 8 8 9 8 9 4 2 3 8 6 5 8 8 3 3 100 THOIViSOfM PROIV1ETRIC ^^^^ "•; - -•••....--•.•.•. . - '. ,. .General Journeyman Electrician lid: 3/2J/2QQ5 to 3/21/2008 ALMOND P. No. 112681 of California 44 BEST ORIGINAL --..:..-; - '- -' - . .'„. ---.• £.£;-- , ,'. - ----- •- • -.'.Examination;:.- :•' . »•••' • _•:•-., •- '• ,•:,..•,. ( -';-• • I ., •_•• &-. LORRIN E PERRY 2S27N VICTORIA DR """PIKE. CA 9190! DIVISION OF API'I^NTIpHStilP 8T/vNDARDS' Class: General Journeyman Electrician.' Identification No.: C0549540 . Score: 85.0% Congratulations, You have met the requirements for certification as a General Journeyman Electrician. Your score report will Identify you as a certified General Journeyman' Electrician until such time as you receive your permanent identification card. Section Principles Installations ^,, ^ ~ Uals ? eeders and Bian- «. . .v-Voltage Circuits and Communications Special Occupancies . ^Special Equipment :•••"'... '-.r'l^lK, %K •Motors .•£'";'' JU :' ^ i' ''j- '£ Power and Conditioning EquipJB|Bt* TfesSng.Tesfingj Equipment:; "-.. Lighting \ Raceways and Boxes Emergency Systems • Fire Detection and Alarm Systems :; Totals for all sections X V> *':. Numb 08 \ut)s!3er of I h.'esfipns 08 ':,'• Kt& 04 BE f. ?, 1 §s; .<fl5 08 0? 03 03 85 ,04 ^ 02 Tc fe?fe ;: ; :f! (}' . 08' :: |§tf 08 08 03 ' .. 03 ; ,, il 100 p e r i o r), ;,, ..; S „ ;;, ^^^V K 2*-^^B^.-HHp* ORIGINAL ADAS E kOUWS o?=108274 ti'^«: .actors ana e-aoies " Low-Voltage Circuits and > 46 BEST ORIGINAL General Journeyman Electrician ,Vaiid; ,5/30/2006 to 5/30/2009 NICHOLAS B, SC1RA No, 124639 State of California 47 BEST ORIGINAL ROBERT-W. SPEtCNo, 103350 v 48 BEST ORIGINAL .- ..-!_ -fGene^ Journeyman Electrician ' i1>5J2Q07'•'•'.•-' - STEVE M, MORGAN No. 109400 State of California 49 BEST ORIGINAL EDWIN 50 ORIGINAL General Journeyman Electrician >004 to 11/5/2007 PETER A. MAGNETA No,109394 «tate of California 51 ORIGINAL 52 BEST ORIGINAL EXHBIT«B" Page3 CONTRACTOR'S WORK FORCE (Continued) D, Other Staff Support Title Description / Qualifications 4. ,E_. Description of CONTRACTOR'S employee training program ), £f C /Q. •£!* JTTZ'.j* « t A IMJ^.~ . :T :, -. f ^3 City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 53 EXHIBIT "C" LISTING OF SUBCONTRACTORS Bid No, 08-19 The CONTRACTOR is required to furnish the following information relative to the subcontractors he proposes to use. 11 all work is to be done without subcontractors, write "NONE" in the following space: NAME UNDER WHICH SUB- CONTRACTOR IS LICENSED LICENSE NUMBER AND CLASS ADDRESS AND TELEPHONE TYPE AND PORTION OF WORK SUBCONTRACTOR WILL PERFORM City of Carlsbad Bid No. 08-19 Electrical Maintenance Services 54 Contractor Instructions for Completing City of Carlsbad Agreements Thank you for your interest in working with the City of Carlsbad. Attached to this instruction sheet is an Agreement for Professional Services that will need to be signed by authorized representatives of your organization. Past experience has caused us to develop this instruction sheet to expedite the agreement process. The following should generally correspond to the Agreement. Please review this instruction sheet and the entire Agreement prior to signing the attached document. Thank you. Introductory Paragraph • Do not enter a date in Paragraph 1, Page 1 of the Agreement. The City will complete this after all parties have executed the Agreement. Please note that the City will replace the first page of the Agreement should it be dated when it is returned to the City. Insurance • The City will not execute the Agreement and you will be unable to commence work without all certificates of insurance and endorsements in place. This requirement has the greatest potential of delaying execution of the Agreement. We have attached an insurance check sheet for the convenience of your insurance carrier. Please send all insurance documents to your City staff contact. Business License • The City will not execute the Agreement and you will be unable to commence work without first obtaining a City of Carlsbad Business License. Conflict of Interest «—Depending on the type of work that you will be doing, it may be nocossary to complete a State of California Statement of Economic Interests Form 700. Your City contact person will be able to assist in this determination. Signature Page • Please sign in blue ink. • Staff will inform you if the Agreement must be notarized. • Please have the correct parties sign the Agreement. For corporations, the signature requirements are listed on the signature page. Along with insurance, incorrect completion of this requirement will delay the City's execution of the Agreement. Exhibit "A" • This Exhibit should be an itemized list of what work you would do for the City and the cost of completing that work. Exhibits that contain additional information may be returned for the removal of that information, particularly if the information has the effect of amending the Agreement. City Attorney Approved Version #05.22.01 CITY OF CARLSBAD Instructions for completing Certificate of Insurance for Professional Services PLEASE SEND THIS LIST TO YOUR INSURANCE COMPANY Items checked below MUST be included on your Certificate of Insurance. Please make corrections to your Certificate of Insurance per items checked below. General Liability Insurance Coverage $1,000,000 CSL Business Automobile Liability Insurance Coverage $1.000.000 CSL* Workers' Compensation: Statutory limit; and Employers' Liability $1,000,000 per incident* Workers' Compensation offered by the State Compensation Insurance Fund is acceptable. If a sole proprietor with no employees, Worker's Compensation and Employers' Liabilities not required, but must submit evidence of current status. Professional Liability appropriate to contractor's profession $1.000,000 per claim* The full name of company(s) affording coverage on the Certificate of Insurance and their A.M. Best rating. Insurance is to be placed with insurers that have a rating in A.M. Best's Key Rating Guide of at least A-:V and are admitted/licensed to transact the business of insurance in the State of California by the Insurance Commissioner as evidenced by listing in the official publication of the Department of Insurance of the State of California. Separate endorsements for General Liability and Automobile Liability must contain the following: The City of Carlsbad, (or if applicable - the City of Carlsbad Redevelopment Agency, Housing Authority or Carlsbad Municipal Water District) its officials, employees and volunteers must be named as an additional insured with respect to liability arising out of activities performed by or on behalf of the Named Insured (General Liability only). Coverage under this policy shall be primary insurance as respects the City, its officials, employees and volunteers. This policy will not be canceled, materially changed nor the amount of coverage reduced until thirty (30) days after receipt of written notice of cancellation or reduction in coverage by the General Services Department of the City of Carlsbad, California. All rights of subrogation are waived as respects all additional insureds hereunder. Authorized Representative's original signature Project Title: Electrical Maintenance Services / General Services Department. Please mail the Certificate of Insurance, with endorsements to the correct address: City of Carlsbad, General Services Department, 405 Oak Avenue, Carlsbad, CA 92008. All said insurance shall be maintained by the Contractor in full force and effect during the ENTIRE PERIOD OF PERFORMANCE under the contract. Professional Liability shall be maintained for a period of five years following date of completion. Tho limit is $500,000 for Professional Services Agreement under $10,000. City Attorney Approved Version #05.22.01 (A City of Carlsbad»r —— —'••'•••• •~W_I_I|^__^^___^^_|^^_Public Works May 12, 2008 Robert Sadler SADLER ELECTRIC, IMC. 1946 John Towers Ave, El Cajon, CA BID NO §8-19 ELECTRICAL MAINTENANCE SERVICES Sadler Electric, Inc. has been selected as the "Best Value" for the above mentioned service agreement, Slaff wil recommend that the City Council award a two-year agreement to Sadler Electric, Inc. in an amount not-to-exeeed $390,480. Attached are the contract documents to be executed. Also included are helpful guidelines to assist you in executing the documents. Please note that insurance not meeting the specifications, a separate insured endorsement and lack of signatures by the required corporate officers are the discrepancies that most often delay final contract execution by the City. The following items must be submitted with the signed contract: » Signature(s) of authorized representatives from your company, » City of Carlsbad Business License » Certificates of Insurance naming the City as additionally insured. « Notarization of signature{$) is not required. Please return the documents to me at the following address: Dale A. Schuck General Services, City of Carlsbad 405 Osfc Ave. Carlsbad, CA Once all the documents are received in the proper formats, a purchase order will be Issued followed by a "Notice 10 Proceed" from the Project Manager. If you have any questions concerning these procedures, please contact rne at (760) 434-2949. DALE A, SCHUCK Public Works Superintendent c: Public Works Manager Facilities Superintendent Parks Superintendent Public Works Inspector, Facilities Buyer Attachments 4O5 Oak Avenue » Carlsbad, CA 92Q08-3OO9 * (760) 434-298G * FAX (760) 720-9562