HomeMy WebLinkAbout1. AK Security Alarm PWCA Design Installation Security Data System EOC Building 10-24-2023 DocuSign Envelope ID: B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
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 Protect and Protect 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).
1
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
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.
2
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
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
3
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
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.
4
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
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
5
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
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.
6
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
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.
7
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
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]
8
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date
first written above.
"CITY" "CONTRACTOR"
CITY OF LAKE ELSINORE, a municipal AK Security Alarm LLC
corporation
F
DocuSigned by:
DocuSigned by:
aSbin, Siw�pSbin,........... F
�
City Manager
By: Oscar Gomez
Its: Owner
ATTEST:
DocuSigned by:
Ln ��
City Clerk
APPROVED AS TO FORM:
DocuSigned by:
F6fav'�aM (,c,itibU
—1
City Attorney
DocuSigned by:
S6WA,610, lug
Assistant City Manager
9
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
EXHIBIT A
CONTRACTOR'S PROPOSAL
[ATTACHED]
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
11521 Trailrun Ct
Riverside,CA,92505
oscar@aksecurityalarm.org
aksecurityalarm.net
(951)482-9526
ACO 7848
LIC# 1005318
FIRE ALARM SYSTEMS
AKSecutity Alarm
Estimate
For: Gus Papagolos Estimate No: 918
gpapagolos@verizon.net Date: 10/03/2023
job Site:
EOC LABOR
521 N Langstaff St
Lake Elsinore,CA 92530
(951) 764-2417
Ship To: job Site: Tracking No
521 N Langstaff St Ship Via
Lake Elsinore,CA 92530 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 AN Throw-out 1 $22,000.00 0% $22,000.00
new building:
This phase includes programming the 4X4 video wall and
setting up audio-visual
equipment in the data center
2.QSC Control: 1 $53,000.00 0% $53,000.00
This allocation covers the cost of QSC control systems for
audio and video control.
3. Fire System Installation: 1 $20,000.00 0% $20,000.00
This phase includes the installation of fire alarms,smoke
detectors,sprinkler systems,and
related equipment.
1 /4
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0 - Estimate 918 - 10/03/2023
Code Description Quantity Rate s Amount
4.Alarm System Installation: 1 $15,000.00 0% $15,000.00
This allocation covers the installation of the alarm system for
security purposes.
5.Access Control Installation: 1 $10,000.00 0% $10,000.00
This phase involves the installation of access control systems
for secure entry points.
6.Access Points Installation: 1 $7,000.00 0% $7,000.00
This covers the installation of network access points for
wireless connectivity throughout
the building.
7. Executive Conference Room Installation: 1 $10,000.00 0% $10,000.00
This phase includes the setup and installation of audio-visual
equipment in the executive
conference room.
8.War Room Installation: 1 $5,000.00 0% $5,000.00
This allocation covers the setup and installation of technology
in the war room.
9. Data Port and Termination: 1 $8,000.00 0% $8,000.00
This involves the installation of data ports and the termination
of network cabling
throughout the building.
10. Pull Boxes Termination: 1 $3,000.00 0% $3,000.00
This phase covers the termination of pull boxes for cable
management.
11. Radio Set-Up: 1 $5,000.00 0% $5,000.00
This includes the setup of radio communication systems
within the building.
12. Fiber Bridge Install&Set Up: 1 $7,000.00 0% $7,000.00
This phase involves the installation and setup of fiber optic
bridges for high-speed data
transmission
13. Building Light Control: 1 $5,000.00 0% $5,000.00
This allocation covers the integration of a building-wide
lighting control system.
Labor Subtotal $170,000.00
2 /4
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0 - Estimate 918 - 10/03/2023
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.
3 /4
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0 - Estimate 918 - 10/03/2023
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
4 /4
DocuSign Envelope ID: B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
71TI/13/2023
E(MM/DD/YYYY)
� CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
Jones and Company Insurance Agency, Inc. NAME: Derek C.Jones
505 S Villa Real Suite 115 WC,PHONNo,Ex : (714)453-2220 aC No, (714)453-2230
Anaheim Hills, CA 92807
ADMDARESS: derek@dontriskit.com
License#: OE39020 INSURERS AFFORDING COVERAGE NAIC#
INSURER A: Penn-Star Ins. Co. NAIC#10673 10673
INSURED INSURER B: California Automobile Insurance Company 38342
AK SECURITY ALARM, LLC. INSURERC:
11521 TRAILRUN CT INSURERD:
RIVERSIDE, CA 92505-5114 INSURERE:
INSURER F:
COVERAGES CERTIFICATE NUMBER: 00001432-61172 REVISION NUMBER: 3
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MM/DD YYYY MM POLICY EFF POLICY EXP
LTR /DD YYYY LIMITS
A X COMMERCIAL GENERAL LIABILITY Y N CPV0068663 08/30/2023 08/30/2024 EACH OCCURRENCE $ 1,000,000
DAMAGE TO RENTED
CLAIMS-MADE
X OCCUR PREMISES Ea occurrence $ 100,000
MED EXP(Any one person) $ 5,000
PERSONAL&ADV INJURY $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
X POLICY PE� LOC PRODUCTS-COMP/OP AGG $ 2,000,000
OTHER: $
MBIB AUTOMOBILE LIABILITY Y N BA040000076159 09/22/2023 09/22/2024 Ea a.".nt31NGLE LIMIT $ 1,000,000
ANY AUTO BODILY INJURY(Per person) $
OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS ONLY X AUTOS
HIRED NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY Per accident
UMBRELLA LIAB OCCUR EACH OCCURRENCE $
EXCESS LIAB HCLAIMS-MADE AGGREGATE $
DED RETENTION$ $
WORKERS COMPENSATION PER OTH-
AND EMPLOYERS'LIABILITY Y/N STATUTE ER
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? ❑ N/A
(Mandatory in NH) E.L.DISEASE-EA EMPLOYE $
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
ADDITIONAL INSURED: CITY OF LAKE ELSINORE.
"ALL PROJECTS WHERE REQUIRED BY WRITTEN CONTRACT"
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
CITY OF LAKE ELSINORE ACCORDANCE WITH THE POLICY PROVISIONS.
130 S. MAIN ST
LAKE ELSINORE, CA 92530 AUTHJ=ZED RE�PRESPNTep
�]U-'� DCJ
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Printed by DCJ on 11/13/2023 at 04:31 PM
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
COMMERCIAL GENERAL LIABILITY
EPA-1746 (10/2015)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - AUTOMATIC STATUS WHEN
REQUIRED IN CONTRACT OR AGREEMENT (OTHER
THAN CONSTRUCTION)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section II — Who Is An Insured is amended to C. With respect to the insurance afforded to these
include as an additional insured any person or additional insureds, the following additional
organization when you and such person or exclusions apply:
organization have agreed in writing in a contract, This insurance does not apply to:
agreement, or permit, that such person or
organization be added as an additional insured on 1. 'Bodily injury", "property damage" or "personal
your policy. Such person or organization is an and advertising injury" arising out of the
additional insured only with respect to liability for rendering of, or the failure to render, any
"bodily injury", "property damage" or "personal and professional architectural, engineering or
advertising injury" caused, in whole or in part, by: surveying services, including:
1. Your acts or omissions; or a. The preparing, approving, or failing to
2. The acts or omissions of those acting on your prepare or approve, maps, shop drawings,
behalf; opinions, reports, surveys, field orders,
change orders or drawings and
in the performance of your ongoing operations for specifications; or
the additional insured or in connection with your b. Supervisory, inspection, architectural or
premises rented to you. engineering activities.
However, the insurance afforded to such This exclusion applies even if the claims
additional insured: against any insured allege negligence or other
1. Only applies to the extent permitted by law; wrongdoing in the supervision, hiring,
2. Will not be broader than that which you are employment, training or monitoring of others
required by the contract or agreement to by that insured, if the 'occurrence" which
provide for such additional insured; and caused the "bodily injury" or "property
damage", or the offense which caused the
3. Only applies to "occurrences" or coverages not "personal and advertising injury", involved the
otherwise excluded under this policy. rendering of or the failure to render any
B. Status as an additional insured for the person or professional architectural, engineering or
organization to which this endorsement applies: surveying services.
1. Commences during the policy period and 2. "Bodily injury" or "property damage" occurring
after such written contract, written agreement after:
or written permit has been executed; and a. All work, including materials, parts or
2. Ends when: equipment furnished in connection with
a. Your ongoing operations for that additional such work, on the project (other than
insured are completed; or service, maintenance or repairs) to be
performed by or on behalf of the additional
b. The lease of premises expires, or insured(s) at the location of the covered
c. This policy is cancelled or otherwise operations has been completed; or
terminates, b. That portion of"your work" out of which the
whichever occurs first. injury or damage arises has been put to its
intended use by any person or organization.
EPA-1746 (1012015) Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 2
with its permission.
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
D. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III— Limits Of Insurance:
The most we will pay on behalf of the additional
insured is the amount of insurance:
1. Required by the contract or agreement you
have entered into with the additional insured;
or
2. Available under the applicable Limits of
Insurance shown in the Declarations,
whichever is less.
This endorsement will not increase the applicable
Limits of Insurance shown in the Declarations.
Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., EPA-1746 (10/2015)
with its permission.
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
California Automobile Insurance Company
P.O. BOX 10730 MERCURY
SANTA ANA, CA 92711-0730 INSURANCE
Customer Service: (800) 503-3724
BUSINESS AUTO POLICY
ADDITIONAL INSURED Renewal Declarations
Effective Date: 09/22/2023
NAMED INSURED: AGENT:
AK SECURITY ALARM, LLC JONES&COMPANY INS AGENCY
11521 TRAILRUN CT 505 S VILLA REAL STE 115
RIVERSIDE,CA 92505-5114 ANAHEIM HILLS,CA 92807
(714)453-2220
SCHEDULE
Insurance Company: California Automobile Insurance Company
Policy Number: BA040000076159
Policy Period: From: 09/22/2023 to 09/22/2024 at 12:01 AM Standard Time at your mailing
address
Additional Insured: CITY OF LAKE ELSINORE
Address: 130 S Main St, Lake Elsinore CA 92530
Endorsements Attached:
CA 20 48 10 13 - Designated Insured
AUTOMOBILE LIABILITY PROVIDED
Covered Autos: Symbol 7 - Specifically Described "Autos"
Limits of Insurance: $1,000,000 CSL
M DS 9107 11 Page 1 of 1
DocuSign Envelope ID:B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
BUSINESS LICENSE CITY OF LAKE ELSINORE
This business license is issued for revenue purposes only and does not grant authorization Administrative Services-Licensing
to operate a business. This business license is issued without verification that the holder is 130 South Main Street, Lake Elsinore, CA 92530
subject to or exempted from licensing by the state,county,federal government,or any PH(951)674-3124
other governmental agency.
Business Name: AK SECURITYALARM LLC BUSINESS LICENSE NO. 027138
Business Location: 11521 TRAILRUN CT Business Type: ELECTRICAL CONTRACTOR
RIVERSIDE,CA 92505-5114
Owner Name(s): OSCAR GOMEZ
Issue Date: 10/1/2023 Expiration Date: 9/30/2024
AK SECURITY ALARM LLC
11521 TRAILRUN CT
RIVERSIDE, CA 92505-5114
Starting January 1,2021,Assembly Bill 1607 requires the prevention of gender-based discrimination of business establishments.A full notice is available in English or other
languages by going to:https://wvfw.dca.ca.gov/publications/
TO BE POSTED IN A CONSPICUOUS PLACE THIS IS YOUR LICENSE • NOT TRANSFERABLE
DocuSign Envelope ID: B1E8BE5C-7D27-40A5-9388-EF1881CD44F0
EXHIBIT B
LIST OF SUBCONTRACTORS
Home Integrated System Inc.
Fred Vasquez
Email hints.inc(aD_gmail.com
323 E Coolidge St
Long Beach, Ca 90805
BLUEPRINT AUDIO solutions
Marcos Duran
marcos .blueprintaudiosolutions.com
14458 ARTHUR ST.
HESPERIA, CA 92344