HomeMy WebLinkAboutCO 2025-213 - Absolute International Security, IncCITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT
CONTRACT
ABSOLUTE INTERNATIONAL SECURITY, INC.
FOR
ALERT-BASED MONITORING SERVICE
AWARD DATE:
October 14, 2025
City of Rancho Cucamonga
CONTRACT NUMBER
2025-213
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
10/09/2025
Absolute International Security, Inc
Attn: Jason Diec
5155 Irwindale Ave,
Irwindale, CA 91706
SUBJECT: REQUEST FOR OPEN MARKET PUBLIC WORKS BID
Alert-Based Monitoring Service ($75,000 or less)
Project No. PW 2025-155
Dear Absolute International Security, Inc:
The City of Rancho Cucamonga invites your proposal for providing Alert-Based Monitoring Service within
the City of Rancho Cucamonga. This is a request for an informal bid made pursuant to Public Contract
Code Section 22032(a) and R.C.M.C Section 3.08.110.B.1. Your proposal must actually be received in the
City’s Department of Public Works, attention: Caleb DuPont, 8794 Lion Street, Rancho Cucamonga, CA,
91730, on or before 2:00 p.m. on 10/23/2025. The City’s time stamp shall be conclusive as to the date and
time of receipt. Contractor assumes all risk of untimely or lack of receipt for bids not personally and timely
delivered as required above. Late bids will not be opened and will be returned.
GENERAL SCOPE OF WORK: Contractor/bidder shall furnish all necessary labor, tools, materials,
appliances, and equipment to complete the Project as described in the Scope of Work and Service
requirements (“Work” or “Services”), including, but not necessarily limited to:
1. Coordination and management of the Services required, including review of the Project site,
improvement plans, specifications, and special provisions, if any.
2. Inspection of the Work on the Project before, during and/or after construction to ensure
conformance with Federal, State and City statutes, regulations, ordinances, guidelines,
applicable standards, specifications, plans, laws and accepted standard construction practices.
3. The keeping of proper records and reports, photographs and videos, including but not limited
to, certifications of compliance, submittals, shop drawings, materials reports, and other related
documents received. Contractor shall deliver documents to the City when generated, prepared,
or received.
4. Designation of a person or persons fully qualified to perform the Services.
5. Attend any meetings that the City deems necessary.
6. Provide as-needed Alert-Based Monitoring Service at various City facilities.
7. Performance of the Work in compliance with the Standard Plans for Public Works Construction,
Latest Edition with Supplements published by the American Public Works Association; the City
of Rancho Cucamonga Standard Drawings, Latest Edition, and the attached specifications, all
of which are hereby incorporated into this Request for Bid along with the agreement (if any)
that is awarded as a result of this Request.
Any Scope of Services, Contingencies, Special Instructions and/or Terms and Conditions applicable to this
Proposal and any Purchase Order created thereafter, are also incorporated by reference herein, and shall
be effective as of the issue date of Purchase Order (the “Effective Date”), and shall remain in full force and
effect until 180 days after (i) the filing of a notice of completion; or (ii) City has accepted the Work in writing
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
and has made final payment if a notice of completion is not required to be filed; unless sooner terminated
by the City.
LABOR CODE COMPLIANCE
The Work and Services constitute a public work requiring payment of prevailing wages and compliance
with other provisions of the California Labor Code, as set forth in the attached document entitled “California
Labor Code Compliance.”
LICENSES: At the time of submitting a bid (or contract award if the Project is federally funded), and at all
times during the term of the Agreement if awarded, Contractor shall possess a current, valid PPO (Private
Patrol Operator), License in accordance with the provisions of the Contractor's License Law (California
Business and Professions Code, Section 7000, et seq.) and rules and regulations adopted pursuant
thereto.
Pursuant to Section 7028.15 of the California Business and Professions Code, the Contractor’s State
contractor’s license number shall be set forth on the bid, together with the expiration date, and the bid shall
be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true
and correct.
SUBCONTRACTORS: In the bid, the Contractor shall list the name, business address, the California
contractor license number, and public works contractor registration number issued pursuant to Section
1725.5 of the Labor Code, of each subcontractor who will perform work or labor or render service to the
bidder in or about the construction of the Work or improvement, or a subcontractor licensed by the State
of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the
work or improvement according to detailed drawings contained in the plans and specifications, in an
amount in excess of one-half of 1 percent of the Contractor’s total bid or, in the case of bids or offers for
the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the
Contractor’s total bid or ten thousand dollars ($10,000), whichever is greater. The Contractor shall be
prohibited from performing work on this Project with a subcontractor who is ineligible to perform work on
the Project pursuant to Section 1777.1 or 1777.7 of the Labor Code.
INSURANCE: If awarded, the Contractor shall not commence work under the contract until the Contractor
has obtained all insurance described and set forth in the attached form of Agreement.
BONDS: If the contract amount exceeds $25,000, California Civil Code Section 9550 requires the
Contractor to provide a payment bond in 100% of the contract amount. If the contract amount is $25,000
or less, the City does not require the foregoing payment bond.
AWARD OF CONTRACT: The City will evaluate bids received utilizing any lawful method of scoring. Price
may or may not be the primary selection factor. If awarded, an agreement will be awarded based on the
bid determined to be the most beneficial to the City. The City shall be the sole judge in the ranking process
utilized in making such determination. The City reserves the right, in its sole discretion, to reject any or all
bids, to withdraw this Request for Public Work Bid at any time prior to any award, and to waive any
irregularity in any bid. The City shall not be liable for any costs incurred in preparing and submitting any
bid. If a contract is awarded, then, as a condition of the award, the Contractor shall execute the attached
form of agreement (“Agreement”) and provide insurance coverage in the form and limits set forth in the
Agreement.
CITY BUSINESS LICENSE: The Contractor must have a City Business License as a condition of being
awarded a City contract.
LIQUIDATED DAMAGES: Liquidated damages are not applicable to this procurement.
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
CONTRACTOR'S LIABILITY: Contractor shall indemnify, defend and hold the City of Rancho Cucamonga
and its elected officials, officers, agents and employees free and harmless in accordance with the
indemnity set forth in the Agreement.
NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public
works because of age, disability, race, color, religion, sex, sexual orientation or national origin of such
persons, and every contractor for public works violating this section is subject to all the penalties imposed
for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of
Section 1735 of said Code.
CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and doing
the prescribed Work per the NOT-TO-EXCEED unit prices and/or lump sum, as applicable, set forth in
Contractor's bid.
SUBMISSION: Contractor may submit bids in a sealed envelope or via email attachment provided bids
are appropriately signed. The envelope shall be marked, or email subject shall be titled “Bid - City of
Rancho Cucamonga” and the name of the Project. The Contractor shall also include a description of the
Contractor’s qualifications relevant to the required Work. Experience working with local public agencies is
a must. Having an office within a 30-mile radius of the City is preferred. Contractor shall also include a
signed acknowledgement of receipt of any addendum(s) to the Request for Public Works Bid issued prior
to the bid submission deadline.
The City shall not be liable for any costs incurred in preparing and submitting any bid, whether or not a
contract is awarded. Furthermore, the City reserves the right to reject any or all bids without liability for any
costs.
Any bid may be withdrawn prior to the date and time set for receipt of bids. Unless timely withdrawn, all
bids will become the property of the City and will be subject to public review pursuant to the California
Public Records Act, regardless of any marking thereon, such as “confidential”, “trade secret”, etc.
If you have any questions, please contact the undersigned at 1-909-774-4148 or email at
Caleb.DuPont@CityofRC.us.
Sincerely,
PUBLIC WORKS SERVICES
Caleb DuPont
Facilities Supervisor
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
Attachments:
(1) Bid Proposal Form
(2) Contract Agreement
(3) Specifications
(4) California Labor Code Compliance
(5) Non-Collusion Declaration
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
Bidder Name & CSLB No.
P-1
B I D P R O P O S A L F O R M
FOR
" Alert-Based Monitoring Service "
TO THE CITY OF RANCHO CUCAMONGA:
The undersigned bidder declares that he has carefully examined the location of the proposed
work, that he has examined the Plans, Special Provisions and Specifications, and read the
accompanying information, and hereby proposes and agrees, if this proposal is accepted, to
furnish all material and equipment to do all the work required to complete the said work in
accordance with the Plans, Special Provisions and Specifications, in the time and manner therein
prescribed for the unit cost and lump sum amounts set forth in the schedule on the following
Proposal.
Item
No. Description Qty. Unit Unit
Price Price
1. Mobile Trailers 1 EA
2. Bullet Camera 3 EA
3. Network Horn Speaker 1 EA
4. Strobe and Siren 1 EA
5. Alert-Based Monitoring Service from 18:00 –
06:00 7 Days a week 2 Month
6.
7.
8.
Note:* Equipment Rental Terms are on a 28-day commitment cycle and cannot be adjusted pro rata based on early cancellation.
$750.00 $750.00 one time
Total: $5,256.00
*
$300.00/Camera per 28-days
$1,026.00/28-days
$65.00/28-days
$54.00/28-days
One-Time Freight Total
One-Time Setup Fee
Time1
$540.00 one time$540.001Time
*
*
*
*
Bullet Camera 2 EA $119.00/Camera
per 28-days
$130.00/(2) 28-days
$2,052.00/(2) 28-days
Absolute International Security, Inc
$476.00/(2) 28-days
$108.00/(2) 28-days
$1,200.00/(2) 28-days
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
Bidder Name & CSLB No.
P-2
Bidder Information for " Alert-Based Monitoring Service "
Company Name:
Company Address:
CSLB No:
DIR No:
Telephone No:
Email Address:
Web Address:
Authorized Representative (Print):
Title:
Signature:
Date:
Vendor routing for contract signatures via DocuSign
Name Title Email
Absolute International Security, Inc
5155 Irwindale Avenue, Irwindale, CA 91706
N/A
N/A
llin@absolutesecurityintl.com
(626) 858-7188
www.absolutesecurityintl.com
Lucy Lin President/QM
10/09/25
Lucy Lin President/QM llin@absolutesecurityintl.com
Absolute International Security, Inc
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
Bidder Name & CSLB No.
C-1
AGREEMENT
This Agreement (“Agreement”) is made and entered into as of the date executed by the City Clerk and the
City Manager, by and between Absolute International Security, Inc, a SECURITY GUARD SERVICES
company hereinafter referred to as the "Contractor", and the City of Rancho Cucamonga, California,
hereinafter referred to as "City."
WHEREAS, pursuant to the Request for Open Market Public Works Bid, bids were received on or before
the date specified in said notice; and
WHEREAS, City did accept the bid of Contractor; and
WHEREAS, City has authorized the City Manager, or designee, to enter into certain written contracts for
furnishing labor, equipment, and material for the construction of Public Works.
NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials,
appliances, and equipment for and do the work necessary to satisfactorily complete the Alert-Based
Monitoring Service project. The foregoing work (“Work”) shall be performed in accordance with the
provisions of this Agreement, specifications and standards referenced in Section 2 of this
Agreement and those on file in the office of the City Engineer, and in accordance with bid prices
hereinafter mentioned and with the instructions of the City Engineer. The Work shall be performed
in compliance with any and all applicable local, State, and federal laws, statutes, and regulations.
2. CONTRACT DOCUMENTS: The documents, specifications, and standards referenced in Section
1, above, the Request for Open Market Public Works Bid dated 10/09/2025 and any addendums
thereto, the Standard Plans for Public Works Construction, Latest Edition, with Supplements
published by the American Public Works Association; the City of Rancho Cucamonga Standard
Drawings, Latest Edition, and any and all other provisions, instructions, specifications, and plans
referenced therein and/or attached hereto, and the Contractor’s bid, all of which are incorporated
by reference herein, together with this Agreement, shall constitute the entire agreement between
the parties. This Agreement is intended to require a complete and finished piece of work and
anything necessary to complete the work properly and in accordance with the law and lawful
governmental regulations shall be performed by the Contractor whether set out specifically in the
contract or not. Should it be ascertained that any inconsistency exists between the individual
documents described and this written agreement, the provisions of this Agreement, then the
Request for Open Market Public Works Bid, shall control.
3. LIQUIDATED DAMAGES: Liquidated damages do not apply to this Agreement.
4. INSURANCE: The Contractor shall not commence work under this Agreement until Contractor has
obtained all insurance required hereunder in a company or companies acceptable to City nor shall
the Contractor allow any subcontractor to commence work on a subcontract until all insurance
required of the subcontractor has been obtained. The Contractor shall take out and maintain at all
time during the life of this contract the following policies of insurance:
a. Workers Compensation Insurance: Before beginning work, the Contractor shall furnish to the
Engineer a certificate of insurance as proof that it has taken out full compensation insurance
for all persons whom it may employ directly or through subcontractors in carrying out the Work
Absolute International Security, Inc
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
Bidder Name & CSLB No.
C-2
specified herein, in accordance with the laws of the State of California. Such insurance shall
be maintained in full force and effect during the period covered by this Agreement. The policy
shall be endorsed to waive the right of subrogation.
In accordance with the provisions of Section 3700 of the California Labor Code, every
contractor shall secure the payment of compensation to his employees. Contractor, prior to
commencing work, shall sign and file with the City a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which require every employer
to be insured against liability for worker's compensation or to undertake self-insurance in
accordance with the provisions of that Code, and I will comply with such provisions before
commencing the performance of the work of this contract."
b. For all operations of the Contractor and/or any subcontractor in performing the Work provided
for herein, insurance with the following minimum limits and coverage:
(1) Commercial General Liability - Bodily Injury (not auto) $2,000,000 each person;
$2,000,000 each accident.
(2) Commercial General Liability - Property Damage (not auto) $1,000,000 each accident;
$2,000,000 aggregate.
(5) Automobile (any auto) - Bodily Injury $2,000,000 each person; $3,000,000 each
accident.
(6) Automobile (any auto) - Property Damage $2,000,000 each accident.
c. Each such policy of insurance provided for in paragraph "b." shall:
(1) Be issued by an insurance company approved in writing by City, which is qualified to do
business in the State of California. The insurance company shall have an A.M. Best
Company Rating Guide rating of not less than A:VII;
(2) Name as additional insureds the City, its elected officials, officers, volunteers, agents
and employees, and any other parties specified in the bid documents to be so included;
(3) Specify it acts as primary insurance and that no insurance held or owned by the
designated additional insured shall be called upon to cover a loss under said policy;
(4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be canceled nor the amount
of the coverage thereof reduced until thirty (30) days after receipt by City of a written
notice of such cancellation or reduction of coverage as evidenced by receipt of a
registered letter."
(5) Otherwise be in form satisfactory to City.
(6) Waives all right of subrogation against the additional insureds in the policy of insurance
provided for in paragraph "b." by reason of any claim arising out of or connected with
the operations of Contractor or any subcontractor in performing the Work provided for
herein;
Absolute International Security, Inc
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
Bidder Name & CSLB No.
C-3
(7) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof
given to City by registered mail.
e. The Contractor shall at the time of the execution of this Agreement present the original
policies of insurance required in paragraphs "a." and "b." hereof, or present a certificate and
original endorsements of the insurance company, showing the issuance of such insurance,
and the additional insureds and other provisions required herein.
5. LABOR CODE COMPLIANCE: At all times herein the Contractor shall comply with all applicable
provisions of the California Labor Code including those set forth in the attachment hereto marked
“CALIFORNIA LABOR CODE COMPLIANCE.”
6. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials, officers,
agents and employees shall not be answerable or accountable in any manner for any loss or
damage that may happen to the work or any part thereof, or for any of the materials or other things
used or employed in performing the work; or for injury or damage to any person or persons, either
workers, employees of the Contractor, his subcontractors, or the public, or for damage to adjoining
or other property, from any cause whatsoever arising out of or in connection with the performance
of the Work. The Contractor shall be responsible for any damage or injury to any person or property
resulting from defects or obstructions or from any cause whatsoever, except the sole negligence
or willful misconduct of the City, its employees, servants, or independent contractors who are
directly responsible to City during the progress of the Work or at any time before its completion and
final acceptance.
To the maximum extent permitted by law, the Contractor will indemnify, defend, and hold the City,
its elected officials, officers, employees, volunteers, and agents serving as independent contractors
in the role of City officials (“Indemnitees”), free and harmless with respect to any and all actions,
claims, damages to persons or property, stop notices, penalties, obligations, and/or liabilities that
may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other
organization, arising out of or incurred in connection with the Work, Services, operations, acts,
omissions, or activities of the Contractor, its owners, agents, employees, subcontractors, and/or
invitees, whether or not there is concurrent passive or active negligence on the part of any of the
Indemnitees, but excluding such actions, claims, damages to persons or property, penalties,
obligations, or liabilities arising from the sole negligence or willful misconduct of any of the
Indemnitees, and in connection therewith:
a. The Contractor will defend any action or actions filed in connection with any of said claims,
damages, penalties, obligations, or liabilities and will pay all costs and expenses, including
attorneys' fees incurred in connection therewith.
b. The Contractor will promptly pay any judgment or award rendered against the Contractor or
any of the Indemnitees covering such claims, damages, penalties, obligations, and liabilities
arising out of or in connection with the Work, operations, or activities of the Contractor
hereunder or reasonable settlement in lieu of judgment or award, and the Contractor agrees
to save and hold the Indemnitees harmless therefrom.
c. In the event any of the Indemnitees is made a party to any action or proceeding filed or
prosecuted against the Contractor for damages or other claims arising out of or in connection
with the project, operation, or activities of the Contractor hereunder, the Contractor agrees to
pay to City any and all costs and expenses incurred by City or any of the Indemnitees in such
action or proceeding together with reasonable attorneys' fees.
Absolute International Security, Inc
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
Bidder Name & CSLB No.
C-4
So much of the money due to the Contractor under and by virtue of this Agreement as shall
be considered necessary by City may be retained by City until disposition has been made of
such actions or claims for damage as provided above.
7. MANDATORY TERMS:
a. The City shall pay Contractor for its services in accordance with the agreed-upon rates as set
forth in Section 9, described in the Bid Proposal Form (P-1) and incorporated herein by this
reference. Pursuant to Public Contract Code Section 20104.50, the City shall make any
progress payment within thirty (30) days after receipt of an undisputed and properly submitted
payment request from Contractor. Upon receipt of a payment request, the City shall review
the payment request as soon as practicable to determine whether the payment request is
proper, and if any payment request is determined not to be suitable for payment, the City shall
return the payment request to the Contractor as soon as practicable, but not later than seven
(7) days after receipt, with a document setting forth in writing the reasons why the payment
request is not proper.
b. In the event of any dispute or controversy with the City over any matter whatsoever, the
Contractor shall not cause any delay or cessation in or of Work, but shall proceed with the
performance of the Work in dispute. The Contractor shall retain any and all rights provided
that pertain to the resolution of disputes and protests between the parties. The Disputed Work
will be categorized as an “unresolved dispute” and payment, if any, shall be as later
determined by agreement or a court of law. The Contractor shall keep accurate, detailed
records of all Disputed Work, claims and other disputed matters. All claims arising out of or
related to the Contract Documents or this Project, and the consideration and payment of such
claims, are subject to the Government Claims Act (Government Code Section 810 et seq.)
with regard to filing claims. All such claims are also subject to the dispute procedures set forth
in Public Contract Code Section 9204 and Public Contract Code Section 20104, et seq.
(Article 1.5), to the extent each is applicable. This Contract hereby incorporates those
provisions as though fully set forth herein. Thus, the Contractor or any Subcontractor must
file a claim in accordance with the Government Claims Act as a prerequisite to filing a
construction claim in compliance with Section 9204 and Section 20104 et seq. (if applicable),
and must then adhere to Section 20104, et seq. and Section 9204, as applicable, pursuant to
the definition of “claim” as individually defined therein.
c. Pursuant and subject to Public Contract Code Section 22300, the substitution of securities for
any moneys withheld by the City to ensure performance under a contract is permitted.
d. The City or its representative shall have the option of inspecting and/or auditing all records
and other written materials used by Contractor in preparing its billings to the City as a
condition precedent to any payment to Contractor. Contractor will promptly furnish documents
requested by the City. Additionally, pursuant to Government Code Section 8546.7, if this
Agreement involves the expenditure of public funds in excess of ten thousand dollars
($10,000), Contractor shall be subject to State Auditor examination and audit at the request
of the City or as part of any audit of the City, for a period of three (3) years after final payment
under this Agreement.
e. Pursuant to Public Contract Code Section 7103.5, Contractor offers and agrees to assign to
the City all rights, title, and interest in and to all causes of action it may have under Section 4
of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing
with Section 16700) of Part 2 of Division 7 of the California Business and Professions Code)
arising from purchases of goods, services, or materials pursuant to the Agreement. This
Absolute International Security, Inc
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
Bidder Name & CSLB No.
C-5
assignment shall be made and become effective at the time the City tenders final payment to
Contractor without further acknowledgment by the parties.
f. Pursuant to Public Contract Code Section 9201, the City has full authority to compromise or
otherwise settle any claim relating to this Contract at any time. The City shall timely notify
Contractor of the receipt of any third-party claim relating to the Contract. The City shall be
entitled to recover its reasonable costs incurred in providing the notification required by Public
Contract Code Section 9201(b).
8.NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon
public works because of age, disability, race, color, religion, sex, sexual orientation or national
origin of such persons, and every contractor for public works violating this section is subject to all
the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in
accordance with the provisions of Section 1735 of said Code.
9.TERM OF CONTRACT: The term of this Agreement shall be effective as of the date of the mutual
execution by way of both party’s signature (the “Effective Date”) through 06/30/2026. No work shall
be conducted; service or goods will not be provided until this Agreement has been executed and
requirements have been fulfilled.
10.TERMINATION: City shall have the right to terminate this Agreement at any time for any or no
reason on not less than ten (10) days prior written notice to Contractor. In the event City exercises
its right to terminate this Agreement, City shall pay Contractor for any services satisfactorily
rendered prior to the effective date of the termination, provided Contractor is not then in breach of
this Agreement. Contractor shall have no other claim against City by reason of such termination,
including any claim for compensation. City may terminate for cause following a default remaining
uncured more than five (5) business days after service of a notice to cure on the breaching party.
Contractor may terminate this Agreement for cause upon giving the City ten (10) business days
prior written notice for any of the following: (1) uncured breach by the City of any material term of
this Agreement, including but not limited to Payment Terms; (2) material changes in the conditions
under which this Agreement was entered into, coupled with the failure of the parties to reach accord
on the fees and charges for any Additional Services required because of such changes.
11.CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material
and satisfactorily performing the Work as set forth in the Contractor's bid, provided, however, that
full, total and complete amount payable to Contractor shall not exceed Twenty-Five Thousand
($25,000) for routine maintenance and extra work from date of mutual execution thru 06/30/2026
including all out of pocket expenses, unless additional compensation is approved by the City
Manager.
Absolute International Security, Inc
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
Bidder Name & CSLB No.
C-6
IN WITNESS WHEREOF, the parties hereto have caused these present to be duly executed with all the
formalities required by law on the respective dates set forth opposite their signatures.
State of California Contractor's License #:
Contractor:
Address:
Date
By:
Signature Print Name &Title
By:
Signature Print Name &Title
CITY OF RANCHO CUCAMONGA, CALIFORNIA
By:
Maritza Martinez, Public Works Services Director
Date
Contractor's Business Phone Number:___________________________________________________.
Emergency Name and Phone Number at which Contractor can be reached at any time: ____________
__________________________________________________________________________________
PPO#16302
Absolute International Security, Inc
5155 Irwindale Avenue, Irwindale, CA 91706
(626) 858-7188
David Reynoso, Chief of Operations - (626) 705-7598, Bryan Colindres, Executive of Operations & Training - (626) 848-7406, & Joe Leal, Regional Operations Manager - (909) 200-8960
Absolute International Security, Inc
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
10/15/2025 | 2:36 PM PDT
President/Treasurer
10/15/2025 | 2:30 PM PDT
S-1
SPECIFICATIONS
As Needed Alert-Based Monitoring Service
for
City of Rancho Cucamonga Facilities
1. Location of Work
a. All City of Rancho Cucamonga facilities to include interior and exterior locations.
b. All City of Rancho Cucamonga parks to include interior and exterior locations.
c. All Rancho Cucamonga Fire Protection District facilities including all Fire Stations and
Other District properties.
2. Working Hours
a. Regular working hours are the City's normal business hours, 7:00 a.m. to 6:00 p.m.,
Monday through Friday.
b. Holiday hours are recognized City holidays only.
c. After hours are all hours excluding regular hours and recognized City holidays.
d. The Contractor shall be capable of dispatching work crews 24 hours/7 days a week
including weekends and holidays.
e. All work shall be scheduled at the convenience of the City as not to interfere with normal
operations. Monthly preventive maintenance shall be performed Monday through
Thursday between 7:00 a.m. and 4:00 p.m.
3. Response Time
a. Contractor shall be on site with all necessary labor, material, tools and equipment
necessary to provide emergency services within two (2) hours of notification by the City.
b. Contractor shall be on site with all necessary labor, material, tools and equipment
necessary to provide non-emergency services within three (3) working days of notification
by the City.
4. Scope of Work
Work will include, but is not limited to, alert-based video monitoring services and associated
equipment rental for the City of Rancho Cucamonga:
a. Services will support real-time remote monitoring, alert response, and deterrence for
designated City project sites.
b. Continuous remote monitoring of three (3) security cameras, with live operator response
to motion or AI-based alerts, notifications, and incident verification.
c. AIS operators will assess alerts in real time and issue audio warnings via network horn
speaker. Escalation to law enforcement will occur as directed by protocol.
d. AIS will maintain event logs, incident summaries, and video evidence for all alerts
requiring response or documentation.
two (2)
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
S-2
e. AIS will ensure full operational status of all deployed equipment throughout the rental
period, including remote system checks, firmware updates, and component replacements
as required.
5. Contractor Requirements
a. Contractor’s employees shall be in a Contractor-supplied uniform at all times when
working on City property. A Contractor-provided, clearly readable name identification
device consisting of the employee’s name, photograph and the company name shall be
worn at all times.
b. All work performed by the contractor shall be coordinated with the designated City
representative.
c. The contractor shall provide a competent and reliable superintendent who must be
available twenty-four (24) hours a day, seven (7) days a week and have full authority to
act on the behalf of the contractor.
d. Certain duties may require the contractor to perform work in facilities occupied by City
staff and/or the general public. Special care must be taken to keep all work areas safe and
clean. All tools and materials must be kept out of reach from all unqualified personnel and
all waste materials and debris shall be cleaned regularly to maintain a safe work site.
e. The contractor, during the work period and after each workday for extended projects, may
leave essential equipment at a location approved by the City’s designated representative.
The contractor shall secure all work sites against possible injury or harm to others
throughout working hours and at the conclusion of each workday.
f. The contractor shall have updated safety procedures. The procedures must be followed at
all times for the protection of life and equipment.
g. All work shall be performed according to the industry standards and to the complete
satisfaction if the City of Rancho Cucamonga.
h. All work performed by the contractor shall be to a professional standard, complying with the
requirements of the applicable edition of Federal, State and Local building codes and local
ordinances.
i. The contractor must meet all federal EPA and OSHA guidelines in the proper handling
and disposal of recyclable materials, special waste and contaminated or hazardous
materials.
6. Computerized Workorder Management System
a. The City of Rancho Cucamonga utilizes a variety of off the shelf and custom-built
computerized maintenance management systems (CMMS) to document work. If a system
is implemented at any time during the term of a contract arising from this solicitation, the
Contractor shall be responsible for documenting all work performed under said contract in
the CMMS as directed by the City.
b. The contractor shall provide field staff with a smart phone or other mobile device
compatible with the CMMS.
c. Each mobile device shall have a wireless data plan.
d. Documentation of work in the CMMS shall be done at no additional cost to the City.
7. Preventive Maintenance Schedule
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
S-3
a. The Contractor shall provide a detailed schedule for all preventive maintenance work to
be performed.
b. The Schedule shall include a detailed task list for each piece of equipment to be serviced.
c. The schedule and task list may be used to generate preventive maintenance workorders
in the Work Order Management System described above.
8. Pricing
a. Unit and Lump Sum Prices
The unit and lump sum prices to be paid shall be full compensation for the items of work
and all appurtenant work, including furnishing all materials, labor, equipment, tools, and
incidentals to provide a complete and finished piece of work.
b. Estimates
Repairs will be performed on a time and materials basis in accordance with the cost
proposal. The Contractor shall provide written "Not to Exceed" estimates for all projects
based on the rates proposed herein. This estimate shall include the estimated number of
man hours, fixed hourly rate, material cost, specialty equipment cost, and completion date.
It shall be the Contractor's responsibility to ensure they have all information needed to
prepare accurate estimates. Contractor is responsible for all costs associated with
integrating new equipment and replacement parts into existing systems and obtaining the
required performance from the system into which these items are placed. Price shall include
all labor, supervision, materials, equipment and overhead based on proposed rates.
Work shall only be performed with the City's written authorization. Upon authorization,
actual work shall not exceed the Contractors estimate. Unreasonable estimates shall be
deemed cause to terminate this contract.
c. Changes in Work
Should any changes in the specifications be required, the Contractor shall submit to the
City, in writing, a formal request for a change in the scope of work. Work shall not proceed
until approved by the City's Representative. In event of disagreement on the necessity of
such changes, the City's decision shall be final.
d. Labor
The fixed hourly rate shall be all-inclusive of all related costs that the Contractor will incur
to provide services on an as needed basis, including, but not limited to: employee wages
and benefits; clerical support; overhead; profit; licensing; insurance; bonding; materials;
supplies; tools; equipment; telecommunications; document copying; etc.
Labor hours paid under this contract shall be only for productive hours at the job site. Time
spent for transportation of workers, material acquisition, handling and delivery, or for
movement of Contractor owned or rental equipment is not chargeable directly but is
overhead and the cost shall be included in the hourly rate. The City shall accept no proposal
with a minimum charge stipulated.
Contractor must have prior verbal and/or written approval to work outside normal business
hours.
e. Materials
Contractor shall provide all necessary replacement parts and materials required to
successfully complete each individual work order. Material specifications shall be approved
by the Public Works Services Director or designated representative before being
incorporated into the work.
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
S-4
All replacement parts, equipment and materials supplied by the Contractor shall be new,
undamaged, clean and in good condition. Replacement parts, equipment and materials
shall be the same make and model of existing unless substitution has been approved in
writing by the Public Works Services Director or designated representative.
The markup for all parts, equipment and materials shall be fifteen (15) percent. Copies of
all supplier invoices for parts, equipment and materials incorporated into the work shall be
submitted with each request for payment.
9. Invoices
a. The Contractor shall prepare a single monthly invoice for preventive maintenance that
shows the date, time, and location of every preventive maintenance check. Invoices for
preventive maintenance shall be submitted to City within fifteen (15) days following the
end of the month of the reporting period.
b. The contractor shall prepare a separate invoice for each reactive maintenance workorder.
The invoice shall include the date, time, location of service or repair, labor hours, labor
rate, materials cost and materials markup. Invoices for reactive maintenance shall be
submitted to City within fifteen (15) days following the end of the month the repair was
completed.
10. Quality Assurance
a. Inspections
The Contractor shall guarantee all repairs and installations to pass all inspections required
by the City or applicable federal, state and local laws, ordinances, codes and regulations in
force at the time the services are rendered.
Should any repair or installation made by the Contractor or their authorized subcontractor
not pass an inspection, the Contractor shall make all repairs necessary to ensure the repair
or installation passes re-inspection at no additional cost to the City.
b. Warranty
Contractor shall guarantee all work for a minimum period of one (1) year, plus any period
specified by a manufacturer beyond a year. The guarantee, including all equipment and
workmanship, shall be unconditional/without limitations, and shall become effective upon
acceptance of work.
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
LC-1
CALIFORNIA LABOR CODE COMPLIANCE
1. Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7, Chapter
1 (commencing with Section 1720) of the California Labor Code relating to public works and the
awarding public agency (“City”), and agrees to be bound by all the provisions thereof as though set
forth in full herein.
2. This is a public work and requires the payment of prevailing wages for the work or craft in which
the worker is employed for any public work done under the contract by Contractor or by any
subcontractor pursuant to Section 1771 of the Labor Code. Pursuant to the provisions of Section
1773 of the Labor Code of the State of California, the City has obtained the general prevailing rate
of per diem wages and the general rate for holiday and overtime work in this locality for each craft,
classification, or type of workman needed to execute this contract from the Director of the
Department of Industrial Relations. These rates are on file with the City Clerk or may be obtained
at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm.
3. Copies may be obtained at cost at the City Clerk's office. Contractor shall post a copy of such wage
rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Contractor shall
comply with the provisions of Sections 1775, 1776, 1777.5, 1777.6, and 1813 of the Labor Code.
Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the City, as a
penalty, not more than $200.00 for each calendar day, or portion thereof, for each laborer, worker,
or mechanic employed, paid less than the stipulated prevailing rates for any work done under this
contract, by him or by any subcontractor under him, in violation of the provisions of this Agreement.
4. In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall
be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, unless
currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited
exceptions for bid purposes only under Labor Code Section 1771.1(a)].
5. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which,
among other things, require Contractor and each subcontractor to (1) keep accurate payroll
records, (2) certify and make such payroll records available for inspection as provided by
Section 1776, and (3) inform the City of the location of the records. The Contractor is responsible
for compliance with Section 1776 by itself and all of its subcontractors.
6. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5
concerning the employment of apprentices on public works projects, and further agrees that
Contractor is responsible for compliance with Section 1777.5 by itself and all of its subcontractors.
7. Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning
penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit
twenty-five dollars ($25) for each worker employed in the execution of the contract by the
Contractor or by any subcontractor for each calendar day during which such worker is required or
permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the California Labor
Code.
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
LC-2
8. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to
secure the payment of compensation to its employees. In accordance with the provisions of
California Labor Code Section 1861, Contractor hereby certifies as follows:
“I am aware of the provisions of Section 3700 of the Labor Code which require every
employer to be insured against liability for workers’ compensation or to undertake
self-insurance in accordance with the provisions of that code, and I will comply with
such provisions before commencing the performance of the work of this contract.”
Date Signature
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
10/15/2025 | 2:36 PM PDT
ND-1
NONCOLLUSION DECLARATION FORM
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
[Public Contract Code Section 7106]
The undersigned declares:
I am the ______________________ of ____________________, the party making the foregoing Bid.
The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation. The Bid is genuine and not collusive or sham. The Bidder has
not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid. The Bidder has
not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in
a sham Bid, or to refrain from bidding. The Bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder,
or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder. All statements
contained in the Bid are true. The Bidder has not, directly or indirectly, submitted his or her Bid price or
any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any
corporation, partnership, company, association, organization, Bid depository, or to any member or agent
thereof, to effectuate a collusive or sham Bid, and has not paid, and will not pay, any Person or entity for
such purpose.
Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint venture,
limited liability company, limited liability partnership, or any other entity, hereby represents that he or she
has full power to execute, and does execute, this declaration on behalf of the Bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct and that this declaration is executed on ___________ [date], at
___________________________________________ [city], ______________________ [state].
Signature:
Printed Name:
Date:
Signature:
Printed Name:
Date:
President/QM Absolute International Security, Inc
Docusign Envelope ID: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17
California
10/15/2025 | 2:36 PM PDT
Irwindale
Lucy Lin
10/15/2025 | 2:36 PM PDT
Certificate Of Completion
Envelope Id: 0261A3E4-D2B1-468A-BDA6-4F84B6194A17 Status: Completed
Subject: Complete with Docusign: CO 2025-213 OMB_AIS_Alert-Based Monitoring Svc-Yard- AIS Completed.pdf
Source Envelope:
Document Pages: 20 Signatures: 4 Envelope Originator:
Certificate Pages: 5 Initials: 0 Marissa Ostos
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-08:00) Pacific Time (US & Canada)
Marissa.Ostos@cityofrc.us
IP Address: 199.201.174.250
Record Tracking
Status: Original
10/15/2025 1:46:39 PM
Holder: Marissa Ostos
Marissa.Ostos@cityofrc.us
Location: DocuSign
Signer Events Signature Timestamp
LUCY LIN
llin@absolutesecurityintl.com
President/Treasurer
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 47.180.84.92
Sent: 10/15/2025 2:02:41 PM
Viewed: 10/15/2025 2:21:18 PM
Signed: 10/15/2025 2:36:27 PM
Electronic Record and Signature Disclosure:
Accepted: 10/15/2025 2:21:18 PM
ID: 9e356bba-5f1a-469e-ad01-3d66b213fe97
Maritza Martinez
maritza.martinez@cityofrc.us
Director of Public Works
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 199.201.174.250
Sent: 10/15/2025 2:02:42 PM
Viewed: 10/15/2025 2:29:08 PM
Signed: 10/15/2025 2:30:14 PM
Electronic Record and Signature Disclosure:
Accepted: 10/15/2025 2:29:08 PM
ID: 828d8bcc-6338-42d5-af3a-185ee660c0c7
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
City Clerk
clerkcontracts@cityofrc.us
City Clerk
City of Rancho Cucamonga
Security Level: Email, Account Authentication
(None)
Sent: 10/15/2025 2:36:28 PM
Viewed: 10/15/2025 6:00:07 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 10/15/2025 2:02:42 PM
Certified Delivered Security Checked 10/15/2025 2:29:08 PM
Signing Complete Security Checked 10/15/2025 2:30:14 PM
Completed Security Checked 10/15/2025 2:36:28 PM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, City of Rancho Cucamonga City Clerk's Office (we, us or Company) may be
required by law to provide to you certain written notices or disclosures. Described below are the
terms and conditions for providing to you such notices and disclosures electronically through the
DocuSign system. Please read the information below carefully and thoroughly, and if you can
access this information electronically to your satisfaction and agree to this Electronic Record and
Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to
‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the
DocuSign system.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. You will have the ability to download and print documents we send
to you through the DocuSign system during and immediately after the signing session and, if you
elect to create a DocuSign account, you may access the documents for a limited period of time
(usually 30 days) after such documents are first sent to you. After such time, if you wish for us to
send you paper copies of any such documents from our office to you, you will be charged a
$0.00 per-page fee. You may request delivery of such paper copies from us by following the
procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from us or to sign electronically documents
from us.
All notices and disclosures will be sent to you electronically
Electronic Record and Signature Disclosure created on: 2/22/2022 12:08:29 PM
Parties agreed to: LUCY LIN, Maritza Martinez
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through the DocuSign system all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or made
available to you during the course of our relationship with you. To reduce the chance of you
inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
How to contact City of Rancho Cucamonga City Clerk's Office:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: jasmin.oriel@cityofrc.us
To advise City of Rancho Cucamonga City Clerk's Office of your new email address
To let us know of a change in your email address where we should send notices and disclosures
electronically to you, you must send an email message to us at jasmin.oriel@cityofrc.us and in
the body of such request you must state: your previous email address, your new email
address. We do not require any other information from you to change your email address.
If you created a DocuSign account, you may update it with your new email address through your
account preferences.
To request paper copies from City of Rancho Cucamonga City Clerk's Office
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an email to jasmin.oriel@cityofrc.us and in the
body of such request you must state your email address, full name, mailing address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Rancho Cucamonga City Clerk's Office
To inform us that you no longer wish to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your signing session, and on the subsequent page,
select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an email to jasmin.oriel@cityofrc.us and in the body of such request you must state
your email, full name, mailing address, and telephone number. We do not need any other
information from you to withdraw consent.. The consequences of your withdrawing consent for
online documents will be that transactions may take a longer time to process..
Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current system requirements are found here: https://support.docusign.com/guides/signer-guide-
signing-system-requirements.
Acknowledging your access and consent to receive and sign documents electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please confirm that you have
read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for
your future reference and access; or (ii) that you are able to email this ERSD to an email address
where you will be able to print on paper or save it for your future reference and access. Further,
if you consent to receiving notices and disclosures exclusively in electronic format as described
herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before
clicking ‘CONTINUE’ within the DocuSign system.
By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm
that:
You can access and read this Electronic Record and Signature Disclosure; and
You can print on paper this Electronic Record and Signature Disclosure, or save or send
this Electronic Record and Disclosure to a location where you can print it, for future
reference and access; and
Until or unless you notify City of Rancho Cucamonga City Clerk's Office as described
above, you consent to receive exclusively through electronic means all notices,
disclosures, authorizations, acknowledgements, and other documents that are required to
be provided or made available to you by City of Rancho Cucamonga City Clerk's Office
during the course of your relationship with City of Rancho Cucamonga City Clerk's
Office.