HomeMy WebLinkAboutItem 11i - Security Alarm System Maintenance ServicesSTAFF REPORT
PUBL IC WORKS SERVICES DEPARTMENT
DATE: July 15, 2025
TO: Honorable Mayor and City Council
FROM: Paul Cranmer, Public Works Services Director
By: Leonel Martin, Public Works Project Manager
SUBJECT: PROFESSIONAL SERVICES AGREEMENT WITH AMERICAN BUSINESS
MACHINES FOR SECURITY ALARM AND FIRE SUPPRESSION SYSTEM
INSTALLATION, MONITORING, AND REPAIR SERVICES, AND SECURITY
CAMERA AND ACCESS CONTROL UPGRADE AND INSTALLATION IN THE
AMOUNT OF $883,916.77
CEQA: Not a Project
Recommendation: Approve
SUMMARY
The Fiscal Year 2024-25 Capital Improvement Plan (“CIP”) provides for a Citywide
upgrade to building security alarms, building access control, fire suppression
systems, and video cameras. To ensure the City is receiving the highest quality of
service and most competitive pricing for this project, the Public Works Services
Department (“PWSD”) solicited a formal Request for Proposals (“RFP”). Based on the
proposals received, it is recommended that the City Council approve, authorize, and
direct the City Manager to execute a Professional Services Agreement with
American Business Machines for security alarm and fire suppression system
installation, monitoring, and repair services, and security camera and access control
upgrade and installation, in the amount of $883,916.77, with a 10% contingency,
and the option of three one-year extensions for annual monitoring and repair
services of the security alarm and fire alarm systems and annual fire suppression
system inspections.
Security System Professional Services Agreement
July 15, 2025
Page 2 of 5
BACKGROUND
Over the past few years, many City of Arcadia facilities have faced persistent
challenges with their security and access control systems. These challenges include
inconsistent performance, outdated technology, and increasing difficulty
maintaining legacy systems that are no longer supported or efficient. As the
reliability of these critical systems continues to decline, it has become apparent that
a citywide upgrade to the security and fire alarm system is necessary. A new
system that includes advanced access control solutions, upgraded fire protection
systems, and state-of-the-art security monitoring tools, is needed. Notable features
of a new security system must include cloud-based management software, mobile
app integration, and high-resolution 4K security cameras, capable of license plate
recognition. Additionally, the security software must enhance search functions
using facial recognition, clothing descriptors, and object identification, significantly
improving situational awareness and incident response capabilities.
The existing systems were installed over various years using multiple vendors and
technologies. A key component of this project is the consolidation of all monitoring,
installation, access administration, and system maintenance services, under a
single professional vendor. This streamlined structure will improve service delivery,
reduce the administrative burden, and ensure consistency and accountability
across all City facilities. This project represents a major step forward in ensuring the
safety and security of City personnel, assets, and the public. It aligns with current
safety standards, supports long-term operational efficiency, and reflects the City’s
ongoing commitment to maintaining secure and responsive municipal facilities.
DISCUSSION
On March 24, 2025, a Notice Inviting Proposals for security alarm and fire
suppression system installation, monitoring, and repair services and security
camera and access control upgrade and installation was published in accordance
with City Council Resolution No. 7483, and RFP packages were provided to firms
who provide these services. On May 1, 2025, the City Clerk’s Office received two
proposals. Both proposals were evaluated based on the firm’s thoroughness and
understanding of the scope of work, relevant experience, references, and proposal
quality. Based on the combined committee scores after the first round of review,
both companies were selected for final consideration, which included a review of
Security System Professional Services Agreement
July 15, 2025
Page 3 of 5
the cost proposals and interviews. The results of the evaluation for each company’s
ranking and proposed cost are listed below:
Company Name Ranking Cost Proposal
Cost Proposal
After Added
Scope
American Business Machines 1 $645,544.95 $851,374.05
AM-TEC Securities 2 $663,664.16 $773,930.78
The proposals received were carefully reviewed in coordination with key staff,
including the City’s Information Technology (“IT”) team, Facilities Management, and
Fire Inspection personnel. This cross-departmental collaboration ensured that the
proposal was evaluated from both a technical and operational standpoint, allowing
the City to identify specific needs, address known deficiencies, and strategically plan
for a Citywide upgrade that maximizes long-term value and reliability. After
interviewing both companies and discussing the City’s current system, both
companies provided updated cost proposals for items that were clarified during the
interview process. After careful review and consideration, it was determined that
American Business Machines is the most qualified firm to complete this project.
American Business Machines demonstrated a thoughtful and detail-oriented
approach that made them the best fit. The evaluation committee was particularly
impressed by their flexibility towards changes, requests, and problem-solving.
Upon selecting American Business Machines, the City negotiated additional scope
of work for the project. The firm’s original cost proposal was $851,374.05. Following
the additional scope, American Business Machines presented a revised cost
proposal of $883,916.77. The additional scope of work includes increased camera
memory storage, 4k cameras, and the latest software. It was also decided that
additional camera storage would be a valuable addition, ensuring critical footage is
retrievable months after an incident occurs, greatly reducing the risk of evidence
loss in complex investigations. Additionally, 4K cameras were added to enable
accurate license plate and facial recognition. The 4K cameras offer four times the
Security System Professional Services Agreement
July 15, 2025
Page 4 of 5
resolution of standard HD cameras and provide sharper and clearer images, critical
for identifying suspicious behavior or unauthorized access.
The latest security software platform demonstrated by American Business
Machines was also requested, as it significantly improves investigative capabilities.
In addition to facial recognition, it enables identification based on clothing color,
accessories, or object movement. This intelligent search functionality reduces time
spent reviewing footage and improves situational awareness. Not only does this
modern system provide better coverage, it will also offer faster response times and
improved protection of public facilities. The added cost is a strategic investment in
long-term security, reliability, and service performance. It eliminates the risk of
future cost increases, ensures full system transparency, and delivers an
immediately deployable, high-performance solution aligned with long-term safety
and operational goals.
In addition to the planned upgrades, American Business Machines will perform a
thorough inspection of the City’s fire suppression systems at all facilities. This
assessment will produce a comprehensive report detailing existing deficiencies,
deferred maintenance, and recommended repairs. This evaluation presents an
ideal opportunity to fully understand the current condition of these systems and
prioritize repairs alongside the new installations. Additionally, to further safeguard
the City’s digital infrastructure, the new security system will operate on an
independent network provided by the vendor. This network will include dedicated
internet access and system connectivity, ensuring that the City's sensitive internal
data remains securely segregated. This design choice significantly strengthens the
City’s cybersecurity posture by preventing unnecessary exposure to the municipal
network used for confidential and administrative functions. As part of the
implementation, vendor-led training sessions will be conducted at each facility to
ensure that staff are fully prepared to operate and manage the new systems. The
upgraded platform will also allow authorized personnel to manage user access
remotely from a desktop or mobile device, including the ability to view entry logs,
adjust permissions, and grant or revoke access in real time. This will significantly
improve operational flexibility, response capability, and overall facility security.
Security System Professional Services Agreement
July 15, 2025
Page 5 of 5
ENVIRONMENTAL ANALYSIS
The proposed action does not constitute a project under the California
Environmental Quality Act (“CEQA”), as it can be seen with certainty that it will have
no impact on the environment.
FISCAL IMPACT
Funds in the amount of $3,000,000 have been budgeted in the Fiscal Year 2024-25
Capital Improvement Plan for this project. The total cost for the security alarm and
fire suppression system installation, monitoring, and repair services, and security
camera and access control upgrade and installation is $883,916.77. A 10%
contingency would bring the total cost to $972,308.45, which is within the adopted
budget.
RECOMMENDATION
It is recommended that the City Council determine that this action does not
constitute a project under the California Environmental Quality Act (“CEQA”); and
approve, authorize, and direct the City Manager to execute a Professional Services
Agreement with American Business Machines for security alarm and fire
suppression system installation, monitoring, and repair services, and security
camera and access control upgrade and installation, in the amount of $883,916.77,
with a 10% contingency. It is further recommended that the City Council delegate
the authority to approve future extensions under this agreement to the City
Manager, without having to return to the City Council for subsequent approval,
provided that any changes to the financial terms stay within standard inflationary
limits.
Attachment: Proposed Professional Services Agreement
1
24347.00006\30493020.2
CITY OF ARCADIA
PROFESSIONAL SERVICES AGREEMENT
FOR THE SECURITY ALARM AND FIRE SUPPRESSION
SYSTEM INSTALLATION, MONITORING, AND REPAIR SERVICES
AND SECURITY CAMERA AND ACCESS CONTROL
UPGRADE AND INSTALLATION PROJECT
This Agreement is made and entered into as of ________________, 2025 by and between
the City of Arcadia, a municipal corporation organized and operating under the laws of the State
of California with its principal place of business at 240 West Huntington Drive, Arcadia, California
91066 (“City”), and American Business Machines, a California Corporation, with its principal
place of business at 1200 18th Street, Bakersfield, CA 93301 (hereinafter referred to as
“Consultant”). City and Consultant are sometimes individually referred to as “Party” and
collectively as “Parties” in this Agreement.
RECITALS
A. City is a public agency of the State of California and is in need of professional
services for the following project: the Security Alarm and Fire Suppression System
Installation, Monitoring, and Repair Services and Security Camera and Access Control
Upgrade and Installation Project (hereinafter referred to as “the Project”).
B. Consultant is duly licensed and has the necessary qualifications to provide such
services.
C. The Parties desire by this Agreement to establish the terms for City to retain
Consultant to provide the services described herein.
AGREEMENT
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
1. Services.
Consultant shall provide the City with the services described in the Scope of Services
attached hereto as Exhibit “A.”
2. Compensation.
a. Subject to paragraph 2(b) below, the City shall pay for such services in
accordance with the Schedule of Charges set forth in Exhibit “B.”
b. In no event shall the total amount paid for services rendered by Consultant
under this Agreement exceed the sum of Eight Hundred Eighty-Three Thousand, Nine
Hundred Sixteen Dollars and Seventy-Seven Cents ($883,916.77). This amount is to cover
all printing and related costs, and the City will not pay any additional fees for printing expenses.
Periodic payments shall be made within 30 days of receipt of an invoice which includes a detailed
description of the work performed. Payments to Consultant for work performed will be made on
a monthly billing basis.
2
24347.00006\30493020.2
3. Additional Work.
If changes in the work seem merited by Consultant or the City, and informal consultations
with the other party indicate that a change is warranted, it shall be processed in the following
manner: a letter outlining the changes shall be forwarded to the City by Consultant with a
statement of estimated changes in fee or time schedule. An amendment to this Agreement shall
be prepared by the City and executed by both Parties before performance of such services, or
the City will not be required to pay for the changes in the scope of work. Such amendment shall
not render ineffective or invalidate unaffected portions of this Agreement.
4. Maintenance of Records.
Books, documents, papers, accounting records, and other evidence pertaining to costs
incurred shall be maintained by Consultant and made available at all reasonable times during the
contract period and for four (4) years from the date of final payment under the contract for
inspection by City.
5. Term.
The term of this Agreement shall be for one (1) year from the date of execution, unless
earlier terminated as provided herein. The Parties may, by mutual, written consent, extend the
term of this Agreement if necessary to complete the Project. Consultant shall perform its services
in a prompt and timely manner within the term of this Agreement and shall commence
performance upon receipt of written notice from the City to proceed (“Notice to Proceed”). The
Notice to Proceed shall set forth the date of commencement of work.
6. Delays in Performance.
a. Neither City nor Consultant shall be considered in default of this Agreement for
delays in performance caused by circumstances beyond the reasonable control of the non-
performing party. For purposes of this Agreement, such circumstances include but are not limited
to, abnormal weather conditions; floods; earthquakes; fire; epidemics; war; riots and other civil
disturbances; strikes, lockouts, work slowdowns, and other labor disturbances; sabotage or
judicial restraint.
b. Should such circumstances occur, the non-performing party shall, within a
reasonable time of being prevented from performing, give written notice to the other party
describing the circumstances preventing continued performance and the efforts being made to
resume performance of this Agreement.
7. Compliance with Law.
a. Consultant shall comply with all applicable laws, ordinances, codes and
regulations of the federal, state and local government, including Cal/OSHA requirements.
b. If required, Consultant shall assist the City, as requested, in obtaining and
maintaining all permits required of Consultant by federal, state and local regulatory agencies.
c. If applicable, Consultant is responsible for all costs of clean up and/ or removal of
hazardous and toxic substances spilled as a result of his or her services or operations performed
under this Agreement.
3
24347.00006\30493020.2
8. Standard of Care
Consultant’s services will be performed in accordance with generally accepted
professional practices and principles and in a manner consistent with the level of care and skill
ordinarily exercised by members of the profession currently practicing under similar conditions.
9. Assignment and Subconsultant
Consultant shall not assign, sublet, or transfer this Agreement or any rights under or
interest in this Agreement without the written consent of the City, which may be withheld for any
reason. Any attempt to so assign or so transfer without such consent shall be void and without
legal effect and shall constitute grounds for termination. Subcontracts, if any, shall contain a
provision making them subject to all provisions stipulated in this Agreement. Nothing contained
herein shall prevent Consultant from employing independent associates, and subconsultants as
Consultant may deem appropriate to assist in the performance of services hereunder.
10. Independent Contractor
Consultant is retained as an independent contractor and is not an employee of City. No
employee or agent of Consultant shall become an employee of City. The work to be performed
shall be in accordance with the work described in this Agreement, subject to such directions and
amendments from City as herein provided.
11. Insurance. Consultant shall not commence work for the City until it has provided
evidence satisfactory to the City it has secured all insurance required under this section. In
addition, Consultant shall not allow any subcontractor to commence work on any subcontract until
it has secured all insurance required under this section.
a. Commercial General Liability
(i) The Consultant shall take out and maintain, during the performance
of all work under this Agreement, in amounts not less than specified herein, Commercial General
Liability Insurance, in a form and with insurance companies acceptable to the City.
(ii) Coverage for Commercial General Liability insurance shall be at
least as broad as the following:
(1) Insurance Services Office Commercial General Liability
coverage (Occurrence Form CG 00 01) or exact equivalent.
(iii) Commercial General Liability Insurance must include coverage
for the following:
(1) Bodily Injury and Property Damage
(2) Personal Injury/Advertising Injury
(3) Premises/Operations Liability
(4) Products/Completed Operations Liability
(5) Aggregate Limits that Apply per Project(6) Contractual
Liability with respect to this Agreement
(7) Property Damage
(8) Independent Consultants Coverage
4
24347.00006\30493020.2
(iv) The policy shall contain no endorsements or provisions limiting
coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured
against another; (3) products/completed operations liability; or (4) contain any other exclusion
contrary to the Agreement.
(v) The policy shall give City, its officials, officers, employees, agents
and City designated volunteers additional insured status using ISO endorsement forms CG 20 10
10 01 and 20 37 10 01, or endorsements providing the exact same coverage.
(vi) The general liability program may utilize either deductibles or
provide coverage excess of a self-insured retention, subject to written approval by the City, and
provided that such deductibles shall not apply to the City as an additional insured.
b. Automobile Liability
(i) At all times during the performance of the work under this
Agreement, the Consultant shall maintain Automobile Liability Insurance for bodily injury and
property damage including coverage for owned, non-owned and hired vehicles, in a form and with
insurance companies acceptable to the City.
(ii) Coverage for automobile liability insurance shall be at least as
broad as Insurance Services Office Form Number CA 00 01 covering automobile liability
(Coverage Symbol 1, any auto).
(iii) The policy shall give City, its officials, officers, employees, agents
and City designated volunteers additional insured status.
(iv) Subject to written approval by the City, the automobile liability
program may utilize deductibles, provided that such deductibles shall not apply to the City as an
additional insured, but not a self-insured retention.
c. Workers’ Compensation/Employer’s Liability
(i) Consultant certifies that he/she is aware of the provisions of Section
3700 of the California Labor Code which requires every employer to be insured against liability
for workers’ compensation or to undertake self-insurance in accordance with the provisions of
that code, and he/she will comply with such provisions before commencing work under this
Agreement.
(ii) To the extent Consultant has employees at any time during the term
of this Agreement, at all times during the performance of the work under this Agreement, the
Consultant shall maintain full compensation insurance for all persons employed directly by
him/her to carry out the work contemplated under this Agreement, all in accordance with the
“Workers’ Compensation and Insurance Act,” Division IV of the Labor Code of the State of
California and any acts amendatory thereof, and Employer’s Liability Coverage in amounts
indicated herein. Consultant shall require all subconsultants to obtain and maintain, for the period
required by this Agreement, workers’ compensation coverage of the same type and limits as
specified in this section.
d. Technology Professional Liability Insurance (Errors and Omissions)
(i) At all times during the performance of the work under this
5
24347.00006\30493020.2
Agreement the Consultant shall maintain professional liability or Errors and Omissions insurance
appropriate to its profession, in a form and with insurance companies acceptable to the City and
in an amount indicated herein. This insurance shall be endorsed to include contractual liability
applicable to this Agreement and shall be written on a policy form coverage specifically designed
to protect against acts, errors or omissions of the Consultant. “Covered Professional Services”
as designated in the policy must specifically include work performed under this Agreement. The
policy must “pay on behalf of” the insured and must include a provision establishing the insurer's
duty to defend.
(ii) Technology Professional Liability Insurance must cover (1) all
acts, errors, omissions, negligence, infringement of intellectual property; (2) network
security and privacy risks, including but not limited to unauthorized access, failure of
security, breach of privacy perils, wrongful disclosure, collection, or negligence in the
handling of confidential information, privacy perils, including coverage for related
regulatory defense and penalties; (3) system failure, damage to or destruction of
electronic information, data recovery, business interruption, cyber extortion, and
information theft; (4) data breach expenses payable whether incurred by City or
Consultant, including but not limited to consumer notification, whether or not required by
law, computer forensic investigations, public relations and crisis management firm fees,
credit file or identity monitoring or remediation services in the performance of services
for City or on behalf of City hereunder. If a sub-limit applies to any elements of coverage,
the certificate of insurance evidencing the coverage above must specify the coverage
section and the amount of the sub-limit.
(iii) The policy shall give City, its officials, officers, employees,
agents and City designated volunteers additional insured status.
e. Minimum Policy Limits Required
(i) The following insurance limits are required for the Agreement:
Combined Single Limit
Commercial General Liability $3,000,000 per occurrence/$6,000,000 aggregate
for bodily injury, personal injury, and property
damage
Automobile Liability $1,000,000 per occurrence for bodily injury and
property damage
Employer’s Liability $1,000,000 per occurrence
Technology Professional Liability $2,000,000 per claim and aggregate (errors and
omissions)
(ii) Defense costs shall be payable in addition to the limits.
(iii) Requirements of specific coverage or limits contained in this
section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of
6
24347.00006\30493020.2
any coverage normally provided by any insurance. Any available coverage shall be provided to
the parties required to be named as Additional Insured pursuant to this Agreement.
f. Evidence Required
Prior to execution of the Agreement, the Consultant shall file with the City evidence
of insurance from an insurer or insurers certifying to the coverage of all insurance required
herein. Such evidence shall include original copies of the ISO CG 00 01 (or insurer’s equivalent)
signed by the insurer’s representative and Certificate of Insurance (Acord Form 25-S or
equivalent), together with required endorsements. All evidence of insurance shall be signed by
a properly authorized officer, agent, or qualified representative of the insurer and shall certify the
names of the insured, any additional insureds, where appropriate, the type and amount of the
insurance, the location and operations to which the insurance applies, and the expiration date of
such insurance.
g. Policy Provisions Required
(i) Consultant shall provide the City at least thirty (30) days prior
written notice of cancellation of any policy required by this Agreement, except that the Consultant
shall provide at least ten (10) days prior written notice of cancellation of any such policy due to
non-payment of premium. If any of the required coverage is cancelled or expires during the term
of this Agreement, the Consultant shall deliver renewal certificate(s) including the General
Liability Additional Insured Endorsement to the City at least ten (10) days prior to the effective
date of cancellation or expiration.
(ii) The Commercial General Liability Policy and Automobile Policy
shall each contain a provision stating that Consultant’s policy is primary insurance and that any
insurance, self-insurance or other coverage maintained by the City or any named insureds shall
not be called upon to contribute to any loss.
(iii) The retroactive date (if any) of each policy is to be no later than the
effective date of this Agreement. Consultant shall maintain such coverage continuously for a
period of at least three years after the completion of the work under this Agreement. Consultant
shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced
past the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the
policy is replaced by another claims-made policy with a retroactive date subsequent to the
effective date of this Agreement.
(iv) All required insurance coverages, except for the professional
liability coverage, shall contain or be endorsed to waiver of subrogation in favor of the City, its
officials, officers, employees, agents, and volunteers or shall specifically allow Consultant or
others providing insurance evidence in compliance with these specifications to waive their right
of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and
shall require similar written express waivers and insurance clauses from each of its
subconsultants.
(v) The limits set forth herein shall apply separately to each insured
against whom claims are made or suits are brought, except with respect to the limits of liability.
Further the limits set forth herein shall not be construed to relieve the Consultant from liability in
excess of such coverage, nor shall it limit the Consultant’s indemnification obligations to the City
and shall not preclude the City from taking such other actions available to the City under other
provisions of the Agreement or law.
7
24347.00006\30493020.2
(vi) Excess Umbrella Liability Policies: If any excess or umbrella
liability policies are used to meet the limits of liability required by this Agreement, then
said policies shall be “following form” of the underlying policy coverage, terms,
conditions, and provisions and shall meet all the insurance requirements stated in this
Agreement, including, but not limited to the additional insured, primary & non-
contributory and waiver of subrogation insurance requirements stated herein. No
insurance policies or self-insurance maintained by the City, whether primary, reinsurance
or excess, and which also apply to a loss covered hereunder, shall be called upon to
contribute to a loss until Consultant’s primary and excess/umbrella liability policies are
exhausted.
h. Qualifying Insurers
(i) All policies required shall be issued by acceptable insurance
companies, as determined by the City, which satisfy the following minimum requirements:
(1) Each such policy shall be from a company or companies
with a current A.M. Best's rating of no less than A:VII and admitted to transact in the
business of insurance in the State of California, or otherwise allowed to place insurance
through surplus line brokers under applicable provisions of the California Insurance Code
or any federal law.
i. Additional Insurance Provisions
(i) The foregoing requirements as to the types and limits of insurance
coverage to be maintained by Consultant, and any approval of said insurance by the City, is not
intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise
assumed by the Consultant pursuant to this Agreement, including but not limited to, the
provisions concerning indemnification.
(ii) If at any time during the life of the Agreement, any policy of
insurance required under this Agreement does not comply with these specifications or is
canceled and not replaced, City has the right but not the duty to obtain the insurance it deems
necessary and any premium paid by City will be promptly reimbursed by Consultant or City will
withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City
may cancel this Agreement.
(iii) The City may require the Consultant to provide complete copies of
all insurance policies in effect for the duration of the Project.
(iv) Neither the City nor any of its officials, officers, employees, agents
or volunteers shall be personally responsible for any liability arising under or by virtue of this
Agreement.
j. Subconsultant Insurance Requirements. Consultant shall not allow any
subcontractors or subconsultants to commence work on any subcontract until they have provided
evidence satisfactory to the City that they have secured all insurance required under this section.
Policies of commercial general liability insurance provided by such subcontractors or
subconsultants shall be endorsed to name the City as an additional insured using ISO form CG
20 38 04 13 or an endorsement providing the exact same coverage. If requested by Consultant,
8
24347.00006\30493020.2
City may approve different scopes or minimum limits of insurance for particular subcontractors
or subconsultants.
12. Indemnification.
a. To the fullest extent permitted by law, Consultant shall defend (with counsel
of City’s choosing), indemnify and hold the City, its officials, officers, employees, volunteers, and
agents free and harmless from any and all claims, demands, causes of action, costs, expenses,
liability, loss, damage or injury of any kind, in law or equity, to property or persons, including
wrongful death, in any manner arising out of, pertaining to, or incident to any acts, errors or
omissions, or willful misconduct of Consultant, its officials, officers, employees, subcontractors,
consultants or agents in connection with the performance of the Consultant’s services, the Project
or this Agreement, including without limitation the payment of all damages, expert witness fees
and attorney’s fees and other related costs and expenses. Consultant's obligation to indemnify
shall not be restricted to insurance proceeds, if any, received by Consultant, the City, its officials,
officers, employees, agents, or volunteers.
b. To the extent required by Civil Code section 2782.8, which is fully
incorporated herein, Consultant’s obligations under the above indemnity shall be limited to claims
that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the
Consultant, but shall not otherwise be reduced. If Consultant’s obligations to defend, indemnify,
and/or hold harmless arise out of Consultant’s performance of “design professional services” (as
that term is defined under Civil Code section 2782.8), then upon Consultant obtaining a final
adjudication that liability under a claim is caused by the comparative active negligence or willful
misconduct of the City, Consultant’s obligations shall be reduced in proportion to the established
comparative liability of the City and shall not exceed the Consultant’s proportionate percentage
of fault.
13. California Labor Code Requirements.
a. Consultant is aware of the requirements of California Labor Code Sections
1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the
performance of other requirements on certain “public works” and “maintenance” projects
(“Prevailing Wage Laws”). If the services are being performed as part of an applicable “public
works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total
compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration,
demolition, installation, or repair, Consultant agrees to fully comply with such Prevailing Wage
Laws. Consultant shall defend, indemnify and hold the City, its officials, officers, employees and
agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any
failure or alleged failure to comply with the Prevailing Wage Laws. It shall be mandatory upon
the Consultant and all subconsultants to comply with all California Labor Code provisions, which
include but are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775),
employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code
Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815) and debarment
of contractors and subcontractors (Labor Code Section 1777.1).
b. If the services are being performed as part of an applicable “public works”
or “maintenance” project and if the total compensation is $15,000 or more for maintenance or
$25,000 or more for construction, alteration, demolition, installation, or repair, then pursuant to
Labor Code Sections 1725.5 and 1771.1, the Consultant and all subconsultants performing such
services must be registered with the Department of Industrial Relations. Consultant shall maintain
registration for the duration of the Project and require the same of any subconsultants, as
9
24347.00006\30493020.2
applicable. This Project may also be subject to compliance monitoring and enforcement by the
Department of Industrial Relations. It shall be Consultant’s sole responsibility to comply with all
applicable registration and labor compliance requirements.
c. This Agreement may also be subject to compliance monitoring and
enforcement by the Department of Industrial Relations. It shall be Consultant’s sole responsibility
to comply with all applicable registration and labor compliance requirements. Any stop orders
issued by the Department of Industrial Relations against Consultant or any subcontractor that
affect Consultant’s performance of services, including any delay, shall be Consultant’s sole
responsibility. Any delay arising out of or resulting from such stop orders shall be considered
Consultant caused delay and shall not be compensable by the City. Consultant shall defend,
indemnify and hold the City, its officials, officers, employees and agents free and harmless from
any claim or liability arising out of stop orders issued by the Department of Industrial Relations
against Consultant or any subcontractor.
14. Verification of Employment Eligibility.
By executing this Agreement, Consultant verifies that it fully complies with all requirements
and restrictions of state and federal law respecting the employment of undocumented aliens,
including, but not limited to, the Immigration Reform and Control Act of 1986, as may be amended
from time to time, and shall require all subconsultants and sub-subconsultants to comply with the
same.
15. City Material Requirements.
Consultant is hereby made aware of the City’s requirements regarding materials, as set
forth in Request for Proposals, which are deemed to be a part of this Agreement.
16. Laws and Venue.
This Agreement shall be interpreted in accordance with the laws of the State of California.
If any action is brought to interpret or enforce any term of this Agreement, the action shall be
brought in a state or federal court situated in the County of Los Angeles, State of California.
17. Termination or Abandonment
a. City has the right to terminate or abandon any portion or all of the work
under this Agreement by giving ten (10) calendar days written notice to Consultant. In such event,
City shall be immediately given title and possession to all original field notes, drawings and
specifications, written reports and other documents produced or developed for that portion of the
work completed and/or being abandoned. City shall pay Consultant the reasonable value of
services rendered for any portion of the work completed prior to termination. If said termination
occurs prior to completion of any task for the Project for which a payment request has not been
received, the charge for services performed during such task shall be the reasonable value of
such services, based on an amount mutually agreed to by City and Consultant of the portion of
such task completed but not paid prior to said termination. City shall not be liable for any costs
other than the charges or portions thereof which are specified herein. Consultant shall not be
entitled to payment for unperformed services, and shall not be entitled to damages or
compensation for termination of work.
b. Consultant may terminate its obligation to provide further services under
this Agreement upon thirty (30) calendar days’ written notice to City only in the event of substantial
10
24347.00006\30493020.2
failure by City to perform in accordance with the terms of this Agreement through no fault of
Consultant.
18 Documents. Except as otherwise provided in “Termination or Abandonment,”
above, all original field notes, written reports, Drawings and Specifications and other documents,
produced or developed for the Project shall, upon payment in full for the services described in this
Agreement, be furnished to and become the property of the City.
19. Organization
Consultant shall assign Suzanne Camarillo as Project Manager. The Project Manager
shall not be removed from the Project or reassigned without the prior written consent of the City.
20. Limitation of Agreement.
This Agreement is limited to and includes only the work included in the Project described
above.
21. Notice
Any notice or instrument required to be given or delivered by this Agreement may be given
or delivered by depositing the same in any United States Post Office, certified mail, return receipt
requested, postage prepaid, addressed to:
CITY:
City of Arcadia
240 West Huntington Drive
Arcadia, CA 91066
Attn: Leonel Martin
Project Manager
CONSULTANT:
American Business Machines
1200 18th Street
Bakersfield, CA 93301
Attn: Suzanne Camarillo
Accounts Manager
and shall be effective upon receipt thereof.
22. Third Party Rights
Nothing in this Agreement shall be construed to give any rights or benefits to anyone other
than the City and the Consultant.
23. Equal Opportunity Employment.
Consultant represents that it is an equal opportunity employer and that it shall not
discriminate against any employee or applicant for employment because of race, religion, color,
national origin, ancestry, sex, age or other interests protected by the State or Federal
Constitutions. 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.
24. Entire Agreement
This Agreement, with its exhibits, represents the entire understanding of City and
Consultant as to those matters contained herein, and supersedes and cancels any prior or
11
24347.00006\30493020.2
contemporaneous oral or written understanding, promises or representations with respect to
those matters covered hereunder. Each party acknowledges that no representations,
inducements, promises or agreements have been made by any person which are not incorporated
herein, and that any other agreements shall be void. This Agreement may not be modified or
altered except in writing signed by both Parties hereto. This is an integrated Agreement.
25. Severability
The unenforceability, invalidity or illegality of any provision(s) of this Agreement shall not
render the provisions unenforceable, invalid or illegal.
26. Successors and Assigns
This Agreement shall be binding upon and shall inure to the benefit of the successors in
interest, executors, administrators and assigns of each party to this Agreement. However,
Consultant shall not assign or transfer by operation of law or otherwise any or all of its rights,
burdens, duties or obligations without the prior written consent of City. Any attempted assignment
without such consent shall be invalid and void.
27. Non-Waiver
None of the provisions of this Agreement shall be considered waived by either party,
unless such waiver is specifically specified in writing.
28. Time of Essence
Time is of the essence for each and every provision of this Agreement.
29. City’s Right to Employ Other Consultants
City reserves its right to employ other consultants, including engineers, in connection with
this Project or other projects.
30. Prohibited Interests
Consultant maintains and warrants that it has not employed nor retained any company or
person, other than a bona fide employee working solely for Consultant, to solicit or secure this
Agreement. Further, Consultant 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 Consultant, 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
director, official, 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.
[SIGNATURES ON FOLLOWING PAGE]
12
24347.00006\30493020.2
SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF ARCADIA
AND AMERICAN BUSINESS MACHINES
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date first
written above.
CITY OF ARCADIA AMERICAN BUSINESS MACHINES
By: By:
Dominic Lazzaretto
City Manager Title:
Printed Name:
ATTEST: By:
Title:
By:
City Clerk Printed Name:
APPROVED AS TO FORM: CONCUR:
By: ___________________________________
Michael J. Maurer Paul Cranmer
City Attorney Public Works Services Director
13
24347.00006\30493020.2
EXHIBIT “A”
Scope of Services
The Scope of Services for the Security Alarm and Fire Suppression System Installation,
Monitoring, and Repair Services and Security Camera and Access Control Upgrade and
Installation, shall include, but are not limited to the following:
The City of Arcadia is undertaking a comprehensive, citywide upgrade of its security, access
control, and fire alarm systems across 17 municipal facilities. This initiative is designed to enhance
the safety, efficiency, and operational readiness of critical public assets through the deployment
of modern, integrated technology. The scope includes the installation of high-resolution 4K and
multi-sensor cameras, cloud and on-premises storage capabilities, panic buttons, motion
detectors, badge readers, and secure access control systems. Fire alarm and suppression
systems will be brought up to current code through the installation of new panels, cellular dialers,
and centralized monitoring, along with annual inspections and detailed reporting of deficiencies
and required repairs. The project also introduces a robust IT backbone, featuring Ubiquiti Layer
3 managed switches and a UniFi Cloud Gateway to ensure reliable, secure connectivity for all
systems.
As part of this project, each facility will receive a minimum of two (2) high-definition (HD)
security cameras, regardless of size or function. The final location of all cameras will be
determined in coordination with City staff at the time of installation, based on site-
specific safety priorities, visibility needs, and environmental considerations.
City Hall - 240 W. Huntington Dr., Arcadia, CA 91007
Upper City Hall
1. Scope of Work:
A. Fire Alarm and Suppression
Inspect existing fire suppression and alarm systems.
Upgrade or replace outdated equipment to meet current code.
Provide monitoring integration and control via mobile/desktop
interface.
B. Alarm System
Replace outdated alarm panels.
Install two (2) new alarm keypads at the two back entrance doors
on the east side.
C. Panic Buttons
Replace existing panic buttons.
Install one (1) new panic button in a secure location (location to be
defined post-award).
14
24347.00006\30493020.2
D. Video Surveillance (CCTV)
Replace seven (7) existing cameras with high-definition cameras.
Install four (4) new cameras:
• Two (2) in the parking lot near the soccer field
• Two (2) at the Cashier’s Office entrance (one per side)
Ensure at least one (1) exterior camera is 4K-capable with facial or
license plate recognition.
E. Access Control
Upgrade all existing access control keypads.
Install three (3) new access control keypads at (locations may be
modified on the field):
• Basement entrance
• Former City Clerk’s Office
• Traffic control storage room
F. Cabling, Infrastructure & Network
Provide dedicated internet service for the security/fire system.
Install all required switches, routers, and low-voltage cabling.
System must operate on an isolated network, independent of the
City’s internal IT infrastructure.
Lower City Hall (Annex B and Annex K)
1. Scope of Work:
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm system
serving Annex B and Annex K.
Separate the Lower City Hall system from Upper City Hall’s shared
platform.
Integrate upgraded fire components into the centralized monitoring
system.
B. Alarm System
Provide new, independent alarm system for Lower City Hall.
Install two (2) new access control keypads and replace existing
panels.
15
24347.00006\30493020.2
C. Panic Buttons
Replace six (6) existing panic buttons:
• Five (5) in Annex B (Human Resources/Admin)
• One (1) in Annex K (City Manager’s Office)
D. Video Surveillance (CCTV)
Replace all existing exterior cameras (currently two).
Install two (2) additional cameras:
• One (1) in the City Manager’s Lobby (Annex K)
• One (1) in the Human Resources Lobby (Annex B)
At least one new camera to be 4K-capable for facial recognition or
high-detail capture.
E. Access Control
Upgrade all existing access control keypads (three in Annex K, two
in Annex B).
Install two (2) additional access control keypads:
• One (1) at the breakroom patio door
• One (1) at the exterior gate into the patio
F. Cabling, Infrastructure & Network
Install independent broadband internet and managed network
switch.
Ensure all wiring, terminations, and mounting are clean and code
compliant.
The system must operate on an isolated network, separate from the
City’s internal IT systems.
Council Chamber - 240 W. Huntington Dr., Arcadia, CA 91007
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Ensure system meets current code requirements.
B. Alarm System
Replace and update all existing alarm components to interface with
new access control and camera systems.
16
24347.00006\30493020.2
C. Panic Buttons
Confirm presence or install panic button(s) as required in
coordination with City Manager’s office (locations not publicly
disclosed).
D. Video Surveillance (CCTV)
Replace two (2) existing exterior cameras.
Install two (2) additional high-definition cameras to cover:
• The City Hall Lawn
• Walkway from the parking lot to the Council Chambers
entrance
At least one (1) exterior camera shall be 4K-capable for facial or
plate recognition.
B. Access Control
Upgrade all existing access control keypads.
Install two (2) additional access control keypads:
• One (1) at the AV Room entrance
• One (1) at the main entrance into the Chambers (replace
with standardized keypad model)
C. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed and concealed as appropriate for
public-use buildings.
Community Center - 365 Campus Dr., Arcadia, CA 91007
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Ensure system meets current code requirements.
B. Alarm System
Replace outdated panels and tie in with new access control
keypads and cameras.
17
24347.00006\30493020.2
Provide door chirp functionality for the back office entrance.
C. Panic Buttons
Replace one (1) existing panic button located in the Community
Center offices.
D. Video Surveillance (CCTV)
Replace all twenty-one (21) existing cameras with high-definition
models.
Install two (2) additional cameras to cover:
• One (1) in the Community Center parking lot
• One (1) in the TV room or front desk area
1. Access Control
Upgrade all existing access control keypads.
Install five (5) additional access control keypads throughout the
Community Center.
F. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
Recreation Building - 375 Campus Dr., Arcadia, CA 91007
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Ensure system meets current code requirements.
B. Alarm System
Replace outdated panels and tie in with new access control
keypads and cameras.
Provide door chirp functionality for the back office entrance.
18
24347.00006\30493020.2
C. Panic Buttons
Replace one (1) existing panic button located in the Community
Center offices.
D. Video Surveillance (CCTV)
Replace six (6) existing cameras with new high-definition models.
Install two (2) additional cameras to cover:
• One (1) interior camera in the hallway near the main activity
room
• One (1) camera monitoring the back entrance
E. Access Control
Install three (3) new access control keypads at critical doorways
F. Cabling Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
Library - 20 W. Duarte Rd., Arcadia, CA 91007
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Address system segmentation between the Library and the
adjacent Museum Education Center (MEC) if currently shared.
Ensure system meets current code requirements.
B. Alarm System
Replace outdated panels and tie in with new access control
keypads and cameras.
Include full zone and remote arming capabilities.
19
24347.00006\30493020.2
C. Panic Buttons
Replace four (4) existing panic buttons across key administrative or
service locations.
D. Video Surveillance (CCTV)
Replace twenty-three (23) existing
Install seven (7) additional cameras in key public and parking areas
E. Access Control
Upgrade three (3) existing access control keypads.
Install two (2) new keypads:
• One (1) for staff entrance into the main office
• One (1) for emergency exit doors near the back service
hallway
F. Cabling Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
Museum Education Center (MEC) - 380 W. Huntington Dr., Arcadia, CA 91007
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Ensure system meets current code requirements.
B. Alarm System
Replace outdated panels and tie in with new access control
keypads and cameras.
Include full zone and remote arming capabilities.
C. Panic Buttons
Install one (1) new panic button.
20
24347.00006\30493020.2
D. Video Surveillance (CCTV)
Install four (4) new cameras around interior and exterior
Ensure coverage is coordinated with the adjacent Gilb Museum to
avoid redundancy.
E. Access Control
Install one (1) access control keypad at the main staff entrance.
F. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
GILB Museum - 382 W. Huntington Dr., Arcadia, CA 91007
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Ensure system meets current code requirements.
B. Alarm System
Replace outdated panels and tie in with new access control
keypads and cameras.
Include full zone and remote arming capabilities.
C. Panic Buttons
Confirm location and replace existing panic button(s); add new as
needed for front counter or office area (pending staff input).
D. Video Surveillance (CCTV)
Replace nine (9) existing cameras
Install two (2) additional cameras to cover:
• One (1) in the museum front lobby
• One (1) near the side staff entrance
21
24347.00006\30493020.2
E. Access Control
Install two (2) new keypads:
• One (1) for staff entrance
• One (1) at the rear access point to collections or archive
areas
F. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
Fire Station 105 - 710 S. Santa Anita Ave., Arcadia, CA 91007
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Ensure system meets current code requirements.
B. Alarm System
Replace outdated panels and tie in with new access control
keypads and cameras.
Include full zone and remote arming capabilities.
C. Panic Buttons
Replace three (3) existing panic buttons
Confirm optimal placement with station leadership.
D. Video Surveillance (CCTV)
Replace one (1) existing camera
Install three (3) additional cameras to cover:
• One (1) exterior near the front entrance
• Two (2) cameras monitoring entry points or admin areas
22
24347.00006\30493020.2
E. Access Control
Upgrade three (3) existing access control keypads
Install five (5) new keypads:
• Locations to be confirmed at facility
F. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
Fire Station 106 - 630 S. Baldwin Ave., Arcadia, CA 91007
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Ensure system meets current code requirements.
B. Alarm System
Replace outdated panels and tie in with new access control
keypads and cameras.
Include full zone and remote arming capabilities.
C. Panic Buttons
Confirm at the facility if there will be any
D. Video Surveillance (CCTV)
Replace one (1) existing camera
Install three (3) additional cameras to cover:
• One (1) in the exterior
• Two (2) on the interior
23
24347.00006\30493020.2
E. Access Control
Upgrade three (3) existing access control keypads
Install five (5) new keypads:
• Locations to be confirmed at the facility
F. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
Fire Station 107 - 79 W. Orange Grove Ave., Arcadia, CA 91006
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Ensure system meets current code requirements.
B. Alarm System
Replace outdated panels and tie in with new access control
keypads and cameras.
Include full zone and remote arming capabilities.
C. Panic Buttons
Confirm with facility about there not being any panic buttons
D. Video Surveillance (CCTV)
Replace one (1) existing camera
Install three (3) additional cameras to cover:
• Areas to be confirmed at the site
E. Access Control
Upgrade three (3) existing access control keypads
Install five (5) new keypads:
• Areas to be confirmed at the site
24
24347.00006\30493020.2
F. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
Police Department - 250 W. Huntington Dr., Arcadia, CA 91007
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Ensure system meets current code requirements.
B. Alarm System
Replace outdated panels and tie in with new access control
keypads and cameras.
Include full zone and remote arming capabilities.
C. Panic Buttons
Confirm that there won’t be any panic buttons
D. Video Surveillance (CCTV)
Replace twelve (12) existing cameras
Install twelve (12) additional cameras to cover:
• Areas to be confirmed with Police department
E. Access Control
i. Upgrade five (5) existing access control keypads
Install three (3) new keypads:
• To be identified in the facility
F. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
25
24347.00006\30493020.2
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
Parks (Newcastle, Eisenhower, and Bonita)
Newcastle- 143 Colorado Blvd, Arcadia, CA 91007
Eisenhower - 2nd Avenue & E. Colorado Blvd, Arcadia, CA 91006
Bonita - 207 Bonita St., Arcadia, CA 91006
1. Scope of Work
A. Video Surveillance (CCTV)
Install twelve (12) high-definition cameras at each of the following
locations:
Final camera placement will be determined during a site walk with
City staff and ABM
B. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
Par 3 Golf Course – 620 Live Oak Ave, Arcadia, CA 91006
1. Scope of Work
A. Video Surveillance (CCTV)
Install twelve (12) high-definition cameras at each of the following
locations:
Final camera placement will be determined during a site walk with
City staff and ABM
B. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
26
24347.00006\30493020.2
Public Works - 11800 Goldring Road, Arcadia, CA 91006
1. Scope of Work
A. Fire Alarm and Suppression
Inspect and upgrade the existing fire suppression and alarm
systems.
Integrate fire alarm components into the centralized citywide
monitoring system.
Address system segmentation between the Library and the
adjacent Museum Education Center (MEC) if currently shared.
Ensure system meets current code requirements.
B. Alarm System
Replace outdated panels and tie in with new access control
keypads and cameras.
Include full zone and remote arming capabilities.
C. Panic Buttons
Replace two (2) existing panic buttons
Confirm if more should be added
D. Video Surveillance (CCTV)
Replace nine (9) existing cameras
Install two (2) additional cameras to cover:
• Entrances of the yard
E. Access Control
i. Upgrade three (3) existing access control keypads
Install two (2) new keypads:
• Locations to be confirmed on the site
F. Cabling, Infrastructure & Network
Provide dedicated broadband internet service and managed
network switch for this site.
Ensure the system is operated independently from the City’s
internal IT network.
All cabling must be neatly routed per code and concealed as
appropriate for public-use buildings.
27
24347.00006\30493020.2
Deliverables:
The following deliverables are expected by the City of Arcadia:
A. Software & Integration
Configure and deploy all devices into the Verkada cloud platform.
Ensure remote arming capabilities and multiple admin login
credentials for the City Manager’s Office.
Maintain compatibility with current City-issued access badges.
B. Training
Providing one (1) vendor-led training session for Council Chamber
personnel and City Manager’s Office staff.
Training shall cover:
• Operation of the Verkada platform (mobile and desktop)
• Access permissions, monitoring, and system alerts
• Emergency support contacts and escalation procedure
Printed reference materials and post-training
Q&A to be included.
C. Testing & Commissioning
Conduct a full functional test of all installed systems.
Demonstrate remote access features and camera feeds to City IT
and designated staff.
Submit device inventory and configuration documentation.
D. Warranty & Support
One (1) year labor warranty and ten (10) year manufacturer
warranty (Verkada).
Provide 12-month cloud storage for all newly installed cameras.
Emergency response time of 4-hours to address and resolve the
issue at hand.
E. Documentation Submittal
Hard & PDF copies of the following:
o Fire Suppression Yearly/5 year inspections for all facilities that
require it
o Equipment list of all camera, sensors, panic buttons, access
control panels, etc.
o Copies of all passing or completed certifications of inspections
or requirements
28
24347.00006\30493020.2
EXHIBIT “B”
Schedule of Charges/Payments
Consultant will invoice City on a monthly cycle. Consultant will include with each invoice a detailed
progress report that indicates the amount of budget spent on each task. Consultant will inform
City regarding any out-of-scope work being performed by Consultant. This is a time-and-materials
contract.
Compensation shall be based on time and materials spent in accordance with the following tasks,
not to exceed the total compensation listed below:
The schedule of prices is attached as attachment “A” to this Exhibit “B”.
Security Alarm and Fire Suppression System Installation, Monitoring, - $883,916.77
And Repair Services And Security Camera And Access Control
Upgrade and Installation Project
Total Compensation - $883,916.77
The total compensation shall not exceed the total listed without written authorization in
accordance with Section 2 (b) of the agreement.
29
24347.00006\30493020.2
Attachment “A” to Exhibit “B”
City of Arcadia- Total Project Overview
Location Camera's
snd Access
Contro.,_
Hardware
and
lnstallatl0ll
Annual
Monitoring/
Licensing
Cameras,
Intrusion Alarm
and --- ...·-··-·
Fire Alarm
Inspection
Fire Alarm Annual
Monitoring
CLSS Dieters-
lnstaHation
Fire Suppression Inspection Switch Solution lntemet Solution Tax (10.25)
Public
Works
$46,152.81
$6,457.13
$2,246.40
$975.00 Included in One Cost for
City
$2,179.20 Included In One Cost for
Ctty
Included in One Cost for
CttY
$3,272.60
library $61.537.49 $6,767.05 $2,246,40 $975.00 Included In One Cost
for City $2.179.20 Included in One Cost for
Cky
Included in One Cost
for C y $4,039.78
Community
Center
$52,560.93 $5,966.08
$2,246.40
$975.00 Included In One Cost
for City
$1,089.60 Included in One Cost
for C y
Included In One Cost
for C y $1,800.84
REC
Building
$29,646.91
$3.963.35
$1,123.20
$975.00 Included in One Cost
for City
$1,089.60 Included In One Cost for
City
lnchJded in One Cost for
City
$1,778.06
Giib
Museum
$29,190.59
$4,163.45
$2,246.40
$975.00 Included in One Cost
for City
$1,089.60 Included in One Cost
for City
Included in One Cost
for City $1,954.22
MEC
Museum
$17,378.40 $1,778.48
included
with Giib
Museum
$975.00 Included In One Cost
for City
$1,089.60 Included in One Cost for
City
Included In One Cost for
City
$951.96
City Hall
$81,673.39
$6,738.43
$2,248.40
$975.00 Included in One Cost
for City
$1,089.60 Included in One Cost
for City
Included in One Cost
for City
$4,227.96
City Hall-
Lower City
Hall
Included
Included $1,123.20
$975.00 Included in One Cost
for City $1,089.60 Included In One Cost
for C y
Included in One Cost
for City
Council
Chambers
$30,096.00
$6,712.00
$1,123.20
$975.00 Included In One Cost
for City
$1.089.60 Included in One Cost tor
City
Included in One Cost
for City
$2,273.04
Polee
Department
$79,931.67 $6,105.80 $4,492.80 $975.00 Included In One Cost
for C y
$2,179.20 lnchJded In One Cost for
City
Included in one cost ror
City
$4,584.66
Fire Station
105 $26,339.80 $1,803.10 $2,246.40 $975.00 Included in One Cost
for City $1.089.60 Included In One Cost
for C y
Included in One Cost for
Ctty $1,036.77
Fire Station
106 $29,021.04 $2.757.58 $2,246.40
$975.00 Included in One Cost
for City $1,089.60 Included in One Cost
for City
Included in One Cost
for City $1,490.97
Fire StaUon
107 $31,001.89 $2,080.00 $2,248.40 $975.00 Included in One Cost
for City
$1.089.60 Included in One Cost
for City
Included in One Cost
for CttY
$1,456.25
Par Three
Golf
Course
$15,813.10 $5.628.10 $1,123.20
$975.00
$1,108.34
Newcastle
Park. $15,813.10 $5,628.10 $1,123.20
$975.00
$1,108.34
Bonita Park $15.813.10 SS.828.10
$1,123.20
$975.00
$1,108.34
Eisenhower
Park $15,813.10
$5,628.10
$1,123.20
$975.00
$1,108.34
Location Camera's
end Access
Control
Annual
Monitoring
cameras
and
Access
Co••-•
Fire Alarm
Inspection
Fire Alarm Annual
Monitoring
CLSS Dialers-
lnsteHation
(Not included In Original
Total)
Fire Suppression
Inspection
Switch Solution Internet Solution
Tax (10.25)
Cost Per
Project $579,803.32 $79,604.85 $30,326.40 $18,575.00 $24,570.00 $17,433.60 $28,249.14 $22,306.88 $33,300.47
Original
Proposal Sub-total $798.869.19 AMERICAN
BUSINESS
MACHINES
Tax $33,300.47
Shipping $13,206.31
contingency $38,540.80
Total Project
Cost $863.916.77
30
24347.00006\30493020.2
EXHIBIT “C”
Activity Schedule
All work shall be completed in accordance with the following schedule:
The term of this Agreement shall be for one (1) year from the date of execution. All tasks under
Exhibit “A” shall be adhered to and executed accordingly.
31
24347.00006\30493020.2
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
THAT WHEREAS, the City of Arcadia, (hereinafter referred to as “City”) has awarded to American
Business Machines, (hereinafter referred to as the “Contractor”) an agreement for the Security
Alarm and Fire Suppression System Installation, Monitoring, and Repair Services and
Security Camera and Access Control Upgrade and Installation Project, Contract
No._________, (hereinafter referred to as the “Project”).
WHEREAS, the work to be performed by the Contractor is more particularly set forth in the
Contract Documents for the Project dated ________________, (hereinafter referred to as
“Contract Documents”), the terms and conditions of which are expressly incorporated herein by
reference; and
WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof
and to furnish a bond for the faithful performance of said Contract Documents.
NOW, THEREFORE, we, ______________________, the undersigned Contractor and
________________________________________________ as Surety, a corporation organized
and duly authorized to transact business under the laws of the State of California, are held and
firmly bound unto the City in the sum of EIGHT HUNDRED EIGHTY-THREE THOUSAND, NINE
HUNDRED SIXTEEN DOLLARS AND SEVENTY-SEVEN CENTS ($883,916.77), said sum
being not less than one hundred percent (100%) of the total amount of the Contract, for which
amount well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and
well and truly keep and perform the covenants, conditions and agreements in the Contract
Documents and any alteration thereof made as therein provided, on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to their
intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee
of all materials and workmanship; and shall indemnify and save harmless the City, its officials,
officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then
this obligation shall become null and void; otherwise it shall be and remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefore,
there shall be included costs and reasonable expenses and fees including reasonable attorney’s
fees, incurred by City in enforcing such obligation.
As a condition precedent to the satisfactory completion of the Contract Documents, unless
otherwise provided for in the Contract Documents, the above obligation shall hold good for a
period of one (1) year after the acceptance of the work by City, during which time if Contractor
shall fail to make full, complete, and satisfactory repair and replacements and totally protect the
City from loss or damage resulting from or caused by defective materials or faulty workmanship.
The obligations of Surety hereunder shall continue so long as any obligation of Contractor
remains. Nothing herein shall limit the City’s rights or the Contractor or Surety’s obligations under
the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section
337.15.
32
24347.00006\30493020.2
Whenever Contractor shall be, and is declared by the City to be, in default under the Contract
Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall
promptly, at the City’s option:
i. Take over and complete the Project in accordance with all terms and conditions in
the Contract Documents; or
ii. Obtain a bid or bids for completing the Project in accordance with all terms and
conditions in the Contract Documents and upon determination by Surety of the
lowest responsive and responsible bidder, arrange for a Contract between such
bidder, the Surety and the City, and make available as work progresses sufficient
funds to pay the cost of completion of the Project, less the balance of the contract
price, including other costs and damages for which Surety may be liable. The term
“balance of the contract price” as used in this paragraph shall mean the total
amount payable to Contractor by the City under the Contract and any modification
thereto, less any amount previously paid by the City to the Contractor and any
other set offs pursuant to the Contract Documents.
iii. Permit the City to complete the Project in any manner consistent with California
law and make available as work progresses sufficient funds to pay the cost of
completion of the Project, less the balance of the contract price, including other
costs and damages for which Surety may be liable. The term “balance of the
contract price” as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Contract and any modification thereto, less any
amount previously paid by the City to the Contractor and any other set offs
pursuant to the Contract Documents.
Surety expressly agrees that the City may reject any contractor or subcontractor which may be
proposed by Surety in fulfillment of its obligations in the event of default by the Contractor.
Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from
Contractor for completion of the Project if the City, when declaring the Contractor in default,
notifies Surety of the City’s objection to Contractor’s further participation in the completion of the
Project.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Project to be performed
thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of
any such change, extension of time, alteration or addition to the terms of the Contract Documents
or to the Project.
By their signatures hereunder, Surety and Contractor hereby confirm under penalty of perjury that
surety is an admitted surety insurer authorized to do business in the State of California.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
33
24347.00006\30493020.2
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20___.
(Corporate Seal)
Contractor/ Principal
By
Title
(Corporate Seal)
Surety
By
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate) Title
The rate of premium on this bond is ____________ per thousand. The total amount of premium
charges is $_______________________________.
(The above must be filled in by corporate attorney.)
THIS IS A REQUIRED FORM
Any claims under this bond may be addressed to:
(Name and Address of Surety) ___________________________________________
___________________________________________
___________________________________________
(Name and Address of Agent or ___________________________________________
Representative for service of ___________________________________________
process in California, if different ___________________________________________
from above)
(Telephone number of Surety ___________________________________________
and Agent or Representative for
service of process in California)
NOTE: A copy of the Power-of-Attorney to local representatives of the bonding company
must be attached hereto in addition to appropriate Notarial Acknowledgments of Execution
by both Contractor and Surety.
34
24347.00006\30493020.2
PAYMENT BOND (LABOR AND MATERIALS)
KNOW ALL MEN BY THESE PRESENTS That
WHEREAS, the City of Arcadia (hereinafter designated as the “City”), by action taken or a
resolution passed July 15, 2025, has awarded to American Business Machines hereinafter
designated as the “Principal,” a contract for the work described as follows: Security Alarm and
Fire Suppression System Installation, Monitoring, and Repair Services and Security
Camera and Access Control Upgrade and Installation Project, Contract No.____________
(the “Project”); and
WHEREAS, said Principal is required to furnish a bond in connection with said contract; providing
that if said Principal or any of its Subcontractors shall fail to pay for any materials, provisions,
provender, equipment, or other supplies used in, upon, for or about the performance of the work
contracted to be done, or for any work or labor done thereon of any kind, or for amounts due
under the Unemployment Insurance Code or for any amounts required to be deducted, withheld,
and paid over to the Employment Development Department from the wages of employees of said
Principal and its Subcontractors with respect to such work or labor the Surety on this bond will
pay for the same to the extent hereinafter set forth.
NOW THEREFORE, we, the Principal and __________________________ as Surety, are held
and firmly bound unto the City in the penal sum of EIGHT HUNDRED EIGHTY-THREE
THOUSAND, NINE HUNDRED SIXTEEN DOLLARS AND SEVENTY-SEVEN CENTS
($883,916.77) lawful money of the United States of America, for the payment of which sum well
and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors,
heirs, executors, administrators, successors or assigns, shall fail to pay any of the persons named
in Civil Code Section 9100, fail to pay for any materials, provisions or other supplies, used in,
upon, for or about the performance of the work contracted to be done, or for any work or labor
thereon of any kind, or amounts due under the Unemployment Insurance Code with respect to
work or labor performed under the contract, or for any amounts required to be deducted, withheld,
and paid over to the Employment Development Department or Franchise Tax Board from the
wages of employees of the contractor and his subcontractors pursuant to Revenue and Taxation
Code Section 18663, with respect to such work and labor the Surety or Sureties will pay for the
same, in an amount not exceeding the sum herein above specified, and also, in case suit is
brought upon this bond, all litigation expenses incurred by the City in such suit, including
reasonable attorneys’ fees, court costs, expert witness fees and investigation expenses.
This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so as
to give a right of action to such persons or their assigns in any suit brought upon this bond.
It is further stipulated and agreed that the Surety on this bond shall not be exonerated or released
from the obligation of this bond by any change, extension of time for performance, addition,
alteration or modification in, to, or of any contract, plans, specifications, or agreement pertaining
or relating to any scheme or work of improvement herein above described, or pertaining or relating
to the furnishing of labor, materials, or equipment therefore, nor by any change or modification of
any terms of payment or extension of the time for any payment pertaining or relating to any
scheme or work of improvement herein above described, nor by any rescission or attempted
rescission or attempted rescission of the contract, agreement or bond, nor by any conditions
precedent or subsequent in the bond attempting to limit the right of recovery of claimants
35
24347.00006\30493020.2
otherwise entitled to recover under any such contract or agreement or under the bond, nor by any
fraud practiced by any person other than the claimant seeking to recover on the bond and that
this bond be construed most strongly against the Surety and in favor of all persons for whose
benefit such bond is given, and under no circumstances shall Surety be released from liability to
those for whose benefit such bond has been given, by reason of any breach of contract between
the owner or City and original contractor or on the part of any obligee named in such bond, but
the sole conditions of recovery shall be that claimant is a person described in Civil Code Section
9100, and has not been paid the full amount of his claim and that Surety does hereby waive notice
of any such change, extension of time, addition, alteration or modification herein mentioned,
including but not limited to the provisions of sections 2819 and 2845 of the California Civil Code.
By their signatures hereunder, Surety and Principal hereby confirm under penalty of perjury that
surety is an admitted surety insurer authorized to do business in the State of California.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20__.
(Corporate Seal)
Contractor/ Principal
By
Title
(Corporate Seal)
Surety
By
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate) Title
NOTE: A copy of the Power-of-Attorney to local representatives of the bonding company must be attached hereto in addition to appropriate Notarial Acknowledgments of Execution by both Contractor and Surety.