Loading...
HomeMy WebLinkAboutItem No. 10 - Authorize the Design and Installation of the Security and Data System in the Eme_2023102423271512610)Authorize the Design and Installation of the Security and Data System in the Emergency Operations Center Building Project (CIP Project #Z20036) 1.Waive Competitive Bidding Procedures pursuant to Section 3.08.070(G) of the Lake Elsinore Municipal Code based on the system benefits outlined in the staff report, including the fact that the design and installation of the security and data system services are available through the City’s previously selected provider ensuring compatibility, efficiency and cost savings; and, 2.Award a Public Works construction agreement to AK Security Alarm LLC for the design and installation of the security and data system Emergency Operation Center (EOC) Building Project (CIP Project #Z20036); and 3.Approve and authorize the City Manager to execute the agreement for a not-to-exceed amount of $170,000.00 with AK Security Alarm LLC in the form attached, and in such final form as approved by the City Attorney; and, 4.Authorize the City Manager to execute change orders not to exceed a 10% contingency amount of $17,000.00 for construction uncertainties and adjustments. Page 1 of 3 REPORT TO CITY COUNCIL To:Honorable Mayor and Members of the City Council From:Jason Simpson, City Manager Prepared by:Shannon Buckley, Assistant City Manager Date:October 24, 2023 Subject:Authorize the Design and Installation of the Security and Data System in the Emergency Operations Center Building Project (CIP Project #Z20036) Recommendation 1. Waive Competitive Bidding Procedures pursuant to Section 3.08.070(G) of the Lake Elsinore Municipal Code based on the system benefits outlined in the staff report, including the fact that the design and installation of the security and data system services are available through the City’s previously selected provider ensuring compatibility, efficiency and cost savings; and, 2. Award a Public Works construction agreement to AK Security Alarm LLC for the design and installation of the security and data system Emergency Operation Center (EOC) Building Project (CIP Project #Z20036); and 3. Approve and authorize the City Manager to execute the agreement for a not-to-exceed amount of $170,000.00 with AK Security Alarm LLC in the form attached, and in such final form as approved by the City Attorney; and, 4. Authorize the City Manager to execute change orders not to exceed a 10% contingency amount of $17,000.00 for construction uncertainties and adjustments. Background A functional EOC is the key to successful response and recovery operations in all emergency operations. Critical to the success is a well-planned and laid out EOC with customization to accommodate local activities. It is within this facility that local entity decision-makers work together to support emergency activities. EOC staff supports the incident commander and gathers and disseminates information for decision-makers, as well as to the public, and local, state, and federal government agencies. Through this process, resources are utilized allowing operations to be more efficient and effective. The EOC also serves as the central coordinating point for obtaining, analyzing, reporting, and retaining disaster-related information (event logs, casualty information, property damage, fire status, etc.) for strategic decision-making requirements. EOC Security and Data System Page 2 of 3 7 7 7 Discussion Through the course of this year multiple projects have been completed by AK Security Alarm LLC. Many of these projects have been urgent requirements affecting City operational efforts and continued City-wide services. Every assigned work effort has been proposed in writing, reviewed, and negotiated by City staff and approved for execution. This work effort has included a wide range of City requirements and time sensitive and urgent City operational security and networking demands representative of the work below: •Security Camera Purchase, Installation and Maintenance •Cabling of Communication Systems •Control Systems and Servers •Alarm Systems •Software Systems •System Maintenance and Software Modification This agreement is needed to ensure continued security, alarm, and data communication design and installation for the EOC building project. The sustainment of these essential requirements and continued operational and maintenance continuity of the City’s data systems is paramount. Utilizing AK Security Alarm LLC will ensure comprehensive City-wide systems compatibility, connectivity, integrity and simplify system operations, and maintenance. It is for these reasons and at the preference of the City Council that this action is the sole source purchase. By contracting with AK Security Alarm LLC, the City ensures a cost savings and ensures that the design and installation of the security and data system services are compatible with existing systems. Switching to another vendor would require a significant investment that would exceed the investment already made with the existing provider. Below is a list of many of the essential requirements for the EOC building: •Design and install alarm system. •Design and install security camera system (interior and exterior). •Design and install data systems. •Design and install fire alarm system. •Design and install wireless access points. •Design and install audio and video systems. •Program all systems to central control board. •Test, upload, back-up all systems. •Train end-users in all system functions. Following the approval of this agenda item, work and execution of the attached agreement services will be immediately provided to the City, Staff has reviewed and verified the contractor has a valid license and a review of the contractor’s references and General and Auto Liability Insurances and Workers’ Compensation Insurance are in place naming the City as additional insured. EOC Security and Data System Page 3 of 3 7 7 7 Fiscal Impact Funds are budgeted in the Fiscal Year 2023/24 Capital Improvement budget. Attachments Attachment 1 - AK Security Alarm Agreement Exhibit A - Proposal 1 Agreement No. __________ AGREEMENT FOR PUBLIC WORKS CONSTRUCTION AK Security Alarm LLC For the Design & Installation of Security and Data System Emergency Operations Center Building CIP PROJECT NO. Z20036 This Agreement for Public Works Construction (“Agreement”) is made and entered into as of October 24, 2023 by and between the City of Lake Elsinore, a municipal corporation (“City”) and AK Security Alarm LLC (“Contractor”). The City and Contractor, in consideration of the mutual promises and covenants set forth herein, agree as follows: 1.The Project and Project Documents. Contractor agrees to construct the following public improvements (“work”) identified as: Design & Installation of Security and Data System, Emergency Operations Center Building (the “Project”) The City-approved plans for the construction of the Project, which are incorporated herein by reference and prepared by Staff, are identified as: Design & Installation of Security and Data System Emergency Operations Center Building The Project Documents include this Agreement and all of the following: (1) Bidder’s Proposal as submitted by the Contractor, Contract Documents, General Specifications, Special Provisions, and all attachments and appendices; (2) everything referenced in such documents, such as specifications, details, standard plans or drawings and appendices, including all applicable State and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or extending the work contemplated as may be required to insure completion in an acceptable manner. All of the provisions of the above-listed documents are made a part of this Agreement as though fully set forth herein. 2.Compensation. a.For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to construct the Project, including furnishing all materials and performing all work required for the Project, and to fulfill all other obligations as set forth in the Bidder’s Proposal, such contract price being one hundred seventy thousand dollars and no cents ($170,000.00). 2 b.City hereby promises and agrees to employ, and does hereby employ, Contractor to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices set forth, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Project Documents. c.Contractor agrees to receive and accept the prices set forth in the Bidder’s Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the Project Documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 3.Completion of Work. a.Contractor shall perform and complete all work within 60 working days from the date of commencement specified in the Notice to Proceed, and shall provide, furnish and pay for all the labor, materials, necessary tools, expendable equipment, and all taxes, utility and transportation services required for construction of the Project. b.All work shall be performed and completed in a good workmanlike manner in strict accordance with the drawings, specifications and all provisions of this Agreement as hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and any other legal requirements governing the Project. c.Contractor shall not be excused with respect to the failure to so comply by any act or omission of the City, the City Engineer, a City inspector, or a representative of any of them, unless such act or omission actually prevents the Contractor from fully complying with the requirements of the Project Documents, and unless the Contractor protests at the time of such alleged prevention that the act or omission is preventing the Contractor from fully complying with the Project Documents. Such protest shall not be effective unless reduced to writing and filed with the City within three (3) working days of the date of occurrence of the act or omission preventing the Contractor from fully complying with the Project Documents. d.City and Contractor recognize that time is of the essence in the performance of this Agreement and further agree that if the work called for under the Agreement is not completed within the time hereinabove specified, damages will be sustained by the City and that, it is and will be impracticable or extremely difficult to ascertain and determine the actual amount of damages the City will sustain in the event of, and by reason of, such delay. It is, therefore, agreed that such damages shall be presumed to be in the amount of $500 per calendar day, and that the Contractor will pay to the City, or City may retain from amounts otherwise payable to Contractor, such amount for each calendar day by which the Contractor fails to complete the work, including corrective items of work, under this Agreement within the time hereinabove specified and as adjusted by any changes to the work. 3 4. Changes to Work. City and Contractor agree that the City may make changes to the work, or suspend the work, and no matter how many changes, such changes or suspensions are within the contemplation of the Contractor and City and will not be a basis for a compensable delay claim against the City nor be the basis for a liquidated damage claim against the Contractor. Any change to the work shall be by way of a written instrument (“change order”) signed by the City and the Contractor, stating their agreement to the following: a. The scope of the change in the work; b. The amount of the adjustment to the contract price; and c. The extent of the adjustment to the Schedule of Performance. The City Engineer is authorized to sign any change order provided that sufficient contingency funds are available in the City’s approved budget for the Project. All change in the work authorized by the change order shall be performed under the applicable conditions of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustments for such changes. 5. Bonds. Contractor shall provide, before commencing work, a Faithful Performance Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price in the form that complies with the Project Documents and is satisfactory to the City Attorney. 6. Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or obligations under this Agreement may be assigned, transferred, conveyed or otherwise disposed of by Contractor without the prior written consent of City. 7. Licenses. Contractor represents and warrants to City that it holds the contractor’s license or licenses set forth in the Project Documents, is registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business license. 8. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, the County and Board Supervisors, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to 4 property, or violation of law. It is understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 9.Insurance Requirements. a.Insurance. Contractor, at Contractor’s own cost and expense, shall procure and maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager, the following insurance policies. i.Workers’ Compensation Coverage. Contractor shall maintain Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker’s Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii.Commercial General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii.Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may be attached limiting the coverage. 5 iv.Builder’s Risk Coverage. Prior to the commencement of any construction of the Project, Design-Builder shall obtain (or cause to be obtained) and keep in force during the term of any construction, builder’s risk insurance insuring for all risks of physical loss of or damage (excluding the perils of earthquake and flood). v.Professional Liability Coverage Contractor shall maintain professional errors and omissions liability insurance appropriate for Contractor’s profession for protection against claims alleging negligent acts, errors or omissions which may arise from Contractor’s services under this Agreement, whether such services are provided by the Contractor or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per occurrence basis. b.Endorsements. Each general commercial liability and automobile liability insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII and shall be endorsed with the following specific language: i.The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii.This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii.This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv.The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. v.Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi.The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. c.Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City’s option, Contractor shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d.Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of 6 performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 10.Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: AK Security Alarm LLC Attn: Oscar Gomez 11521 Trailrun Ct Riverside, CA 92505 11.Entire Agreement. This Agreement constitutes the complete and exclusive statement of agreement between the City and Contractor. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 12.Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 13.Assignment and Subcontracting. Contractor shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties for obligations of the Contractor under this Agreement will be permitted only with the express consent of the City. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 14.Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 15.Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 16.Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 7 17. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys’ fees. 18. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 19. Authority to Enter Agreement and Administration. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. The City Engineer shall act as the Project administrator on behalf of the City. 20. Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 21. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 22. Prevailing Wages. a. Contractor and all subcontractors shall adhere to the general prevailing rate of per diem wages as determined and as published by the State Director of the Department of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of Lake Elsinore and are available for review upon request. 8 b. Contractor's attention is directed to the provisions of Labor Code Sections 1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these Sections. The statutory provisions for penalties for failure to comply with the State's wage and the hours laws will be enforced. c. Labor Code Sections 1774 and 1775 require the Contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures and certain notices required of the Contractor pertaining to their location. The statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016, Contractor and its subcontractors must furnish electronic certified payroll records to the Labor Commissioner without regard to when the Project was awarded to Contractor. d. Labor Code Section 1777.5 requires Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project, which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the Agreement. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade and if other contractors on the public works site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age. e. Eight hours labor constitutes a legal day's work, as set forth in Labor Code Section 1810. 23. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. [Signatures on next page] 9 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. “CITY” CITY OF LAKE ELSINORE, a municipal corporation “CONTRACTOR” AK Security Alarm LLC City Manager ATTEST: By: Oscar Gomez Its: Owner City Clerk APPROVED AS TO FORM: By: Click or tap here to enter text. Its: Click or tap here to enter text. City Attorney Director of Administrative Services EXHIBIT A CONTRACTOR’S PROPOSAL [ATTACHED] EXHIBIT B LIST OF SUBCONTRACTORS [ATTACHED] AK Security Alarm Estimate For:Gus Papagolos gpapagolos@verizon.net Job Site: EOC LABOR 521 N Langstaff St Lake Elsinore, CA 92530 (951) 764-2417 Estimate No:918 Date:10/03/2023 Ship To:Job Site: 521 N Langstaff St Lake Elsinore, CA 92530 Tracking No Ship Via FOB Code Description Quantity Rate s Amount A rough breakdown of the $170,000.00 budget allocation for each phase of the project based on the items listed. 1. Programming 4X4 Video Wall, Data Center and A/V Throw-out new building: This phase includes programming the 4X4 video wall and setting up audio-visual equipment in the data center 1 $22,000.00 0%$22,000.00 2. QSC Control: This allocation covers the cost of QSC control systems for audio and video control. 1 $53,000.00 0%$53,000.00 3. Fire System Installation: This phase includes the installation of fire alarms, smoke detectors, sprinkler systems, and related equipment. 1 $20,000.00 0%$20,000.00 ESTIMATE 11521 Trailrun Ct Riverside, CA, 92505 oscar@aksecurityalarm.org aksecurityalarm.net (951) 482-9526 ACO 7848 LIC# 1005318 FIRE ALARM SYSTEMS 1 / 4 Code Description Quantity Rate s Amount 4. Alarm System Installation: This allocation covers the installation of the alarm system for security purposes. 1 $15,000.00 0%$15,000.00 5. Access Control Installation: This phase involves the installation of access control systems for secure entry points. 1 $10,000.00 0%$10,000.00 6. Access Points Installation: This covers the installation of network access points for wireless connectivity throughout the building. 1 $7,000.00 0%$7,000.00 7. Executive Conference Room Installation: This phase includes the setup and installation of audio-visual equipment in the executive conference room. 1 $10,000.00 0%$10,000.00 8. War Room Installation: This allocation covers the setup and installation of technology in the war room. 1 $5,000.00 0%$5,000.00 9. Data Port and Termination: This involves the installation of data ports and the termination of network cabling throughout the building. 1 $8,000.00 0%$8,000.00 10. Pull Boxes Termination: This phase covers the termination of pull boxes for cable management. 1 $3,000.00 0%$3,000.00 11. Radio Set-Up: This includes the setup of radio communication systems within the building. 1 $5,000.00 0%$5,000.00 12. Fiber Bridge Install & Set Up: This phase involves the installation and setup of fiber optic bridges for high-speed data transmission 1 $7,000.00 0%$7,000.00 13. Building Light Control: This allocation covers the integration of a building-wide lighting control system. 1 $5,000.00 0%$5,000.00 Labor Subtotal $170,000.00 AK Security Alarm - Estimate 918 - 10/03/2023 2 / 4 Subtotal $170,000.00 s 0%$0.00 Shipping $0.00 Total $170,000.00 Total $170,000.00 Notes Scope of Work: City of Lake Elsinore EOC New Building Project Overview: The City of Lake Elsinore is undertaking the construction of a new Emergency Operations Center (EOC) building located at 521 N Langstaff St, Lake Elsinore, CA 92530. This scope of work document outlines the requirements for the installation and integration of various systems and infrastructure within the new building, including AV video wall, alarm system, fire system, wireless access points (APs), access control, data infrastructure, and the server room. 1. AV Video Wall Installation: Provide and install a state-of-the-art audio-visual (AV) video wall system. Configure the video wall for seamless display of emergency information, data feeds, and video feeds. Ensure compatibility with various input sources and video formats. Provide training for City staff on the operation and maintenance of the AV video & audio throughout. 2. Alarm System Installation: Design, install, and configure a comprehensive alarm system to ensure the security of the EOC building. Include intrusion detection, motion sensors, and door/window sensors. Integrate the alarm system with the central monitoring station for immediate response. 3. Fire System Installation: Install a fire detection and suppression system that complies with local fire safety codes and regulations. Include smoke detectors, fire alarms, fire extinguishers, and emergency exit signage. Ensure regular maintenance and testing of the fire system. 4. Wireless Access Points (APs): Plan and install wireless access points throughout the building to provide reliable Wi-Fi coverage. Ensure sufficient coverage for staff and emergency personnel. Implement security measures to protect the wireless network from unauthorized access. 5. Access Control System: Install an access control system to manage entry and exit points within the EOC building. Include card readers, keypads, and biometric access where required. Configure access levels for different personnel and provide audit trail capabilities. AK Security Alarm - Estimate 918 - 10/03/2023 3 / 4 6. Data Infrastructure: Design and install a robust data infrastructure, including structured cabling and networking equipment. Ensure high-speed internet connectivity and data transfer capabilities. Establish redundancy and backup systems for data resilience. 7. Server Room Setup: Design and build a secure and climate-controlled server room within the EOC building. Install server racks, cooling systems, and fire suppression equipment. Implement physical and environmental security measures to protect critical infrastructure. 8. Compliance and Testing: Ensure that all systems installed comply with relevant local, state, and federal regulations and codes. Conduct thorough testing and commissioning of all systems to verify their functionality and reliability. Provide documentation and training to City personnel for system operation and maintenance. 9. Project Timeline: Establish a project timeline with milestones and completion dates for each system installation and integration phase. Regularly update the City on progress and any potential delays. 10. Project Management: Appoint a dedicated project manager responsible for overseeing the entire scope of work and coordinating with subcontractors and relevant authorities. Maintain open communication channels with the City and provide regular updates on the project's status. This scope of work outlines the key components necessary for the successful completion of the City of Lake Elsinore EOC New Building project. It is imperative that all systems and infrastructure are installed, integrated, and tested to ensure the functionality and security of the Emergency Operations Center. Any changes or deviations from this scope must be documented and approved by the City before implementation. AK Security Alarm Client's signature AK Security Alarm - Estimate 918 - 10/03/2023 4 / 4 From:Patricia Rascon To:Rick De Santiago Cc:Jason Simpson; Candice Alvarez Subject:[External]October 24, 2023, City Council Agenda Item No. 10 Design & Installation of the Security & Data Systems (CIP Z200236) Date:Tuesday, October 24, 2023 1:22:31 PM Attachments:image001.png image002.png image003.png image004.png image005.png image006.png CSLB 1005318.png Importance:High Message from external sender. Use Caution. Good afternoon, Public Works Director De Santiago, CIFAC is a construction industry-supported organization dedicated to public contract code compliance and education. We do not represent specific contractors but rather advocate on behalf of the construction industry to ensure compliance with the Public Contract Code, fair bidding opportunities, and proper awarding of public contracts. While reviewing the scope of work submitted by the C-10 contractor, AK Security Alarm, LLC, we found two issues of concern: 1. Page two of the Proposal (bullet point five) references the “Design and install fire alarm system.” We understand that Contractor State Law regulations state that a C-16 Fire Protection Contractor must install this system. 2. AK Security Alarm LLC has a Worker’s Compensation Insurance exemption filed with the CSLB. AK Alarm LLC would need proof of Worker’s Compensation Insurance to fulfill that portion of the City’s Agreement for Public Works Construction item 9. a.i. Furthermore, the staff report states, “Staff has reviewed and verified the contractor has a valid license and a review of the contractor’s references and General and Auto Liability Insurances and Workers’ Compensation Insurance are in place naming the City as additional insured.” We are currently working with the CSLB to confirm the licensing requirements for the project. Until such time, we strongly recommend that the City pull the agenda item to ensure a competitive bidding and awarding process that aligns with state laws. Thank you in advance for your cooperation. Regards, Patricia (Patti) Rascon Southern Regional Compliance Manager 213-418-4264 | 707-439-3810 prascon@cifac.org www.cifac.org P.O. Box 2102 Beaumont, CA 92223