HomeMy WebLinkAboutAVI Systems Inc; 2019-07-23; 2019-MPW/IT01DocuSign Envelope ID: A72E3892-65D5-42D2-9C8D-2487C96C69D2
Tracking#: 2019-MPW/IT0l
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
LEO CARRILLO-VISITOR CENTER AND HACIENDA AUDIO VISUAL INSTALLATION
($60,000 or Less)
This agreement is made on the 23rd day of Ju 7 Y , 20 19 , by the
City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and AVI Systems, Inc.
whose principal place of business is 7270 Trade Street, Suite 102, San Diego, CA 92121 (hereinafter called
"Contractor").
City and Contractor agree as follows:
DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the
project described by these Contract Documents (hereinafter called "Project").
PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents unless excepted
elsewhere in this Contract.
CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract,
Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans
and Specifications, and all proper amendments and changes made thereto in accordance with this Contract
or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict,
this Contract will supersede terms and conditions in the Contractor's proposal.
LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad
Ordinances governing labor.
GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project
in accordance with directions and subject to inspection approval and acceptance by: Mick Calarco
(City Project Manager)
WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute
the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770,
1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said
specified prevailing rates of wages to all workers employed by him or her in execution of the Contract.
Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code
and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act."
The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107 .5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the
Contract for work.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which
generally requires keeping accurate payroll records, verifying and certifying payroll records, and making
them available for inspection. Contractor shall require any subcontractors to comply with Section 1776.
Leo Carrillo Audio Visual Installation Page 1 of 10 City Attorney Approved 1/25/2019
DocuSign Envelope ID: A72E3892-65D5-42D2-9C8D-2487C96C69D2
Tracking#: 2019-MPW/IT0l
FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted
as part of the contract process as set forth in this agreement and not in anticipation of litigation or in
conjunction with litigation.
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act,
provides for civil penalties where a person knowingly submits a false claim to a public entity. These
provisions include false claims made with deliberate ignorance of the false information or in reckless
disregard of the truth or falsity of the information.
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining
to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an
administrative debarment proceeding wherein the contractor may be prevented from further bidding on
public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for
the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding.
Signature:
Print Name: Joel Lehman
REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification
of Commercial General Liability and Property Damage Insurance and a Certificate of Workers'
Compensation Insurance indicating coverage in a form approved by the California Insurance Commission.
The certificates shall indicate coverage during the period of the contract and must be furnished to the City
prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted
insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on
the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key
Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of
Insurance Commissioners (NAIC) latest quarterly listings report.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in an
amount not less than ........ $1,000,000
Subject to the same limit for each person on account of one accident in an amount not less than
....... $1,000,000
Property damage insurance in an amount of not less than ........ $1,000,000
Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily
injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of
the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-
scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be
limited in any manner.
The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall
be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named
insured shall also be available and applicable to the City as an additional insured.
WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor has no
employees and provides, to City's satisfaction, a declaration stating this.
INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and
hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising from or in connection with the performance
Leo Carrillo Audio Visual Installation Page 2 of 10 City Attorney Approved 1/25/2019
DocuSign Envelope ID: A72E3892-6505-42D2-9C80-2487C96C6902
Tracking#: 2019-MPW/IT0l
of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable
law, rules or regulations including those related to safety and health; and from any and all claims, loss,
damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the
nature of the work covered by the Contract, except for loss or damage caused by the sole or active
negligence or willful misconduct of the City. The expenses of defense include all costs and expenses
including attorneys' fees for litigation, arbitration, or other dispute resolution method.
JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San Diego County,
California.
Start Work: Contractor agrees to start within 30 working days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within 15 working days after receipt of Notice to
Proceed.
CONTRACTOR'S INFORMATION.
AVI Systems, Inc.
(name of Contractor)
792548
(Contractor's license number)
C7 -Low Voltage
(license class. and exp. date)
1000036874
(DIR registration number)
6/29/2022
(DIR registration exp. date)
7270 Trade Street, Suite 201
(street address)
San Diego, CA 92121-2384
(city/state/zip)
858-653-4339
(telephone no.)
858-695-7844
(fax no.)
Ryan.Walsh@avisysteminc.com
(e-mail address)
AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority to bind
Contractor to the terms and conditions of this Agreement.
CONTRACTOR
By:
(sign here)
Joel Lehman chief operating officer
(print name/title)
By:
(sign here)
CITY OF CARLSBAD, a municipal corporation
of the State of California
By:
Assistant City Manager, Deputy City Manager
or Department Director
as authorized by the City Manager
ATTEST:
.'.J~ R_. "'MJ_, ~ FO r
BARBARA ENGLESON
Christopher MoueMef Financial officer CityClerk
(print name/title)
Leo Carrillo Audio Visual Installation Page 3 of 10 City Attorney Approved 1/25/2019
DocuSign Envelope ID: A72E3892-65D5-42D2-9C8D-2487C96C69D2
Tracking#: 2019-MPW/IT0l
If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a
corporation, Agreement must be signed by one corporate officer from each of the following two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY: UJ& ~
Assistant City Attorney
Leo Carrillo Audio Visual Installation Page 4 of 10 City Attorney Approved 1/25/2019
DocuSign Envelope ID: A72E3892-65D5-42D2-9C8D-2487C96C69D2
Tracking#: 2019-MPW/IT0l
EXHIBIT A
LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR
Set forth below is the full name and location of the place of business of each sub-contractor whom the
Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total
bid, and the portion of the Project which will be done by each sub-contractor for each subcontract.
NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project
to be performed under the contract in excess of one-half of one percent of the bid, the contractor
shall be deemed to have agreed to perform such portion, and that the Contractor shall not be
permitted to sublet or subcontract that portion of the work, except in cases of public emergency or
necessity, and then only after a finding, reduced in writing as a public record of the Awarding
Authority, setting forth the facts constituting the emergency or necessity in accordance with the
provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the
California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
SUBCONTRACTORS
Portion of Project to Business Name and Address DIR Registration License No., %of
be Subcontracted No. Classification & Total
Expiration Date Contract
NONE
Total% Subcontracted:
Leo Carrillo Audio Visual Installation Page 5 of 10 City Attorney Approved 1/25/2019
DocuSign Envelope ID: A72E3892-65D5-42D2-9C8D-2487C96C69D2
Tracking#: 2019-MPW/ITOl
EXHIBIT B
(ENTER SCOPE OF WORK, SPECIFICATIONS, CONTRACTOR'S PROPOSAL, ETC.)
PRODUCTS AND SERVICES SUMMARY
Equipment
Integration
JOB QUOTATION
Shipping & Handling
Tax
Grand Total
Leo Carrillo Audio Visual Installation Page 6 of 10
$5,124.93
$2,305.00
$139.00
$399.89
$7,968.82
City Attorney Approved 1/25/2019
DocuSign Envelope ID: A72E3892-65D5-42D2-9C8D-2487C96C69D2
SERVICES TO BE PROVIDED
INTEGRATION SERVICES
INTEGRATION SCOPE Of' WORK
Tracking#: 2019-MPW/IT0l
A. SUMMARY: The City of cartsbad has requested AVI Systems lo provide (2} Display Carts: (1) for the VisilDr Center (Barn} and (1)
for the Hacienda. The Coty of Cartsbad will be providing the AV carts lo AV! Systems to install the new equipment onto.
Quote assumes the followlng, and will result In a Change Order If site conditions are found other than stated:
• Quote assumes that the AV carts provided by the City will be sufficient for the new equipment AVI will ins.tall.
• Quote assumes that the AV carts provided by the City will be assembled and ready for AVI Systems technicians to install the
equipment.
B. SYSTEM DESCRIPTION:
Visitor Center
• Functionality Description. AVI Systems will install an 82" display and associated cables on to an OFE AV cart. The new display
will have a blu-ray player and sound bar (installed on !he cart} connected to it as well.
• Displa'(S.
Samsung BE82N display wiU be installed on the OFE AV cart.
• Source Devices:
(1) Samsung 8O-J5100 Blu-Ray player will be conne<:ted to the HOMI 1 input on the display.
• Audio:
Audio will pass through a Samsung HW-MS650 soundbar that will be mounted on the cart underneath the display.
• Controls .
. ., Display. Blu-Ray and Sound bar wm be controlled with manufacturer's remote.
Hacienda
• Functionality Description: AVI Systems \11\II install an 65" display· and associated cables on to an OFE AV cart. The new display
will have a sound bar {instalte-d on the cart) conne<:ted to rt as well. . ~-
Sam sung QB65N dtSptay will be instalie-d on the OFE AV cart.
• Source Oev,ces:
NIA
• ll.ud!Q .
. _, Audio will pass through a SONOS Be.am Smart soundbar that will be mountoo on the cart undemeatrl the d,splay.
• Controls:
c:: Display and Soundbar will be controlled wrth manufacturer"s remote.
C. EXCLUSIONS: The following work is not Included in our Scope of Wmk:
• All conduits. high voltage, winng panels. breakers. relays. boxes. receptacles. etc.
• Concrete saw cutting andlor core drilling
• Fire wall, ceiling. roof and floor penetration
• Necessary gypsum board replacement and,or repair
• Ne<:essary ceiling tile or T-bar modifications. replacements andi'or repair
• Structural support of equipment •AVI Systems not responsible for build,ng related Yibraoons
• lnstalla!lon of ce~ing mounted projection screen
• All millwork (moldings, tnm. cutouts. etc.)
• Patching and Painting
• Permits (unless specifically provided for and identified within the contract)
• Unless otherwise stated the pocing in this agreement does not include prevailing wage or union labor
• Unless spe<:ificaty noted lifts and scaffolding are not included
D. CONSTRUCTION CONSIDERATIONS:
In order to accomplish the outltned goals of this project. the Customer w,11 be responsible for contracting with an outside entity to make
the necessary modifications to the space as directed by AVI Systems. The costs associated with these modifications are not included in
this proposal.
Leo Carrillo Audio Visual Installation Page 7 of 10 City Attorney Approved 1/25/2019
DocuSign Envelope ID: A72E3892-65D5-42D2-9C8D-2487C96C69D2
Tracking#: 2019-MPW/ITOl
E. NOTICE: THIS SCOPE OF WORK IS DELIVERED ON THE BASIS OF THE FOLLOWING ASSUMPTIONS:
• The room(s) matcn(es) the drawings provided
• Site preparation by the Customer and their contractors includes electrical and data placement per AVI Systems specification.
• Site preparation will be venfied by AVI Systems project manager or representative before scheduhng of the installation. All
work areas should be clean and dust free poor to the beginning of on-stte integration of electronic equipment.
• Customer communocation of readiness will be considered accurate arid executable by AVI Systems project manager.
• In the e~ent of any arrival to site that AVI Systems is not able to execute work aoo definabte progress. the Customer will be
Cf'larged a $250.00 Mobilizatlon Fee to offset the lost time due to the lack of readiness. The Mobihzaoon Fee will be
presented as a Contract Change Order and wil llma~ halt work until acceptance by the Customer and rescheduling of the
integratioo effort IS agreed u poo.
• Rescheduling and redeployment of AVI Systems techmcians due to unacceptable site preparatloo may cause scheduling
delays of up to 10 business days.
• There is ready access to the building I facility and the room(s) for equipment and materials.
• There IS secure storage for equipment during a multi-day integration.
• If Customer furnished equipment and existing cabling is to be used. AVI Systems assumes that these items are in good
working condition at this time and will integrate into the designed solution. Any repair. replacement and,'or configuration of
these items that may be necessary will be made at an addioonal cost.
• All Network conflguration.s including IP addresses are to be prov1d{.<0, operal!Onal and functJonal before AVI S1•stems
integratioo begins. AVI Systems witl not be responsible for tesl!ng the LAN connections.
• Cable or Satellite drops must be in place wilh converter boxes operational before lhe completion of integration. Any delay
resultmg in elltra work caused by late arrival of these items will resutt in a change order for llme and matenals.
• Document review I feedback on drawings I correspondence will be completed by the Customer wrthin two business days
(unless otherwise noted).
• The documented Change Control process will be used to the maximum extent possit:.e -the Customer will have an assigned
person wi'lll the authority to communocateJapprove project Fiel<! Directed Cnange Orde<S and Contract Change Orders (see
Appendix!.
• In developing a comprehensive proposal for equipment and integration services AVI Svstems' Sales Representatwes and
Engineering teams must make some assumptJons regarding the physical construction of your facility. the availability of
technical infrastructure and site condillons for installatton. If any of the conditions we have indtcated m the site survey form are
incorrect or have changed for your particular pro1ect or project site. please let your Sales representative know as soon as
possible. Cooditions of the site found during .ntegration effort which are different from those documented may have an effect
on the price of the system solll'tlon. integration or services. To ensure that you have an accurate proposal based on your
facility and specific to the conditions of your pro,ect. please review all project documentation carefully.
F. INTEGRATION PROJECT MANAGEMENT PROCESSES
AVI Systems will follow a foundational project management process whicll may include the following actJons.'dehverables (based on the
size1complexityldurat1on of the integration project):
• Site Survey -perforrned pnor to Retail Sales Agreement and attached
• Project Welcome Notice -emailed upon receipt of Purchase Order
• Project Kick-Off meeting with Customer Representatlve(s)-either b;• phooe or in-person
• Project Status reviews -informal or formal -either by phone or in-person (based on the size/complex1ty/duratioo of the
project1
• Project Change Control -compnsed of Field Directed Change Order andior Contract Change Order subm1ttals (see Appendix)
• Notice of Substantial Compleoon (see Appendix) -at Customer walk-through -prior to Service transil!On
G. KNOWLEDGE TRANSFER (TRAINING}
This ,s geared specifically towards the end-user/ operator. Tile purpose of '111,s knowledge transfer 1s to provide operators with the
necessary• knowledge to confidently and comfor1ably operate all aspects of the integrated system. Areas covered indu,je the following:
• Equ,pment and system over.iew
• Equipment operatton and function
• Eqwpment start up, stop, and shut down
• Equipment automatic and manual operation
• Discussion and documentation relal!ng to control system operation
• Discussion and documentation relat,ng to system processor and ,ts control applications
• Powering up, powering down AV svstem via control s~stem
• Manual operation of display s~'Stems. audio system and all other related components
• Use/operation of patch panels. when and where to be used
Leo Carrillo Audio Visual Installation Page 8 of 10 City Attorney Approved 1/25/2019
DocuSign Envelope ID: A72E3892-6505-4202-9C80-2487C96C69D2
Tracking#: 2019-MPW/IT0l
• Who to call wtien help is required
H. AVI SYSTEMS INTEGRATION SERVICES RESPONSIBILITIES
AVI Systems \11111 provide sef'Jteesiwork for the project as described above in the Scope of Work or per the attached separate Scope of
Work document detaihng the scol)e of work to be performed.
• Pro\')de equipment. materials and service items per the contract products and services detail.
• Pro\'lde systems equipment integration and supervisory responsibility of the equipment integration.
• Pro\')de systems configuration. checkout and testing.
• Pro,Kle proiect timeline schedules.
• PrOl•lde necessary information, as requested. to the ov.ner or other parties involved with this protect to ensure that proper AC
electrical power and cableways and/or conduits are provided to properly integrate the equipment within the facil11Jes.
• Pr01,)de manufacturer supplied equipment documentaoon.
• Provkle final documentation and "as builr system drawings (CAD) -if purchased.
• Provide system training following mtegranon to the des,gnated proiect leader or team.
I. CUSTOMER INTEGRATION SERVICES RESPONSIBILITIES
• Pro\'Kle for tne construction or modificaoon of the facilioos for soundproofing, lighting, electrical. HVAC. structural support of
equipment. and decorating as appropriate. lndudes installation of ceihng mounted prOfecilOn screen.
• Provide for the ordering. provisioning. installation. wrnng and verification of any Data Network (LAN. WAN. T1. ISDN, etc) and
Telephone Line (Analog or Digital) equipment and services prior to on-Site mtegraoon.
• Provide all necessary cableways and/or conduits required to facilitate AV systems wiring.
• Provide all necessary condwt. wiring and devices for tectlmcal power to the AV systems equipment.
• Provl<le reasonable accesses of AVI Systems personnel to tne facilities during periods of integraoon, tesllng and traming.
includmg off hours and weekends
• Provide a secure area to house all integration materials and eqwpment.
• Provide a pro1ect leader who will be available for coosultation and meetings.
• Provide timely review and approval of all documentation {Technical Reports. Drawings. Contracts. etc.j.
Leo Carrillo Audio Visual Installation Page 9 of 10 City Attorney Approved 1/25/2019
DocuSign Envelope ID: A72E3892-65D5--42D2-9C8D-2487C96C69D2
Tracking#: 2019-MPW/IT0l
PRODUCTS AND SERVICES DETAIL
PRODUCTS:
Description ~ Extended
Visitor Center Equipment
BE82N
BD-J5100
HW-MS650/ZA
SAMSUNG
SAMSUNG
SAMSUNG
82IN TAA COMMERCIAL DISPLAY WI MNTR TUNER
300NIT 3,8.40X2160 3YR WI WIFI
$3.294 12 53,294.12
SAMSUNG 2D BLU-RAY PLAYER
SOUND+ ONE B SOUND+ ONE BODY 3CH
SOUNDBAR SPEAKERS BUil T-IN SUB MUL Tl-
ROOM READY
Sub-Total: Visitor Center Equipment
Hacienda Equipment
QB65N SAMSUNG 65IN COMMERCIAL 4K UHD LED MNTR LCD
DISPLAYTAA
SNS-BEAM1US1BLK CRESTRON Sanos@ Beam Smart Soundbar. Black
(BEAM1US1BLK). Sold in the US only, MSRP1l1st
price shown is the M
Leo Carrillo Audio Visual Installation
Sub-Total: Haclenda Equipment
Integration
Eng1neenng & Dra.-,mgs
Project Management
Integrations Cables & Connectors
On Site Integration
Sub-Total: lntegratlon
Page 10 of 10
$86.00 $8600
$310.00 5310.00
$3,690.12
$1,059.81 51,059 81
$375.00 537500
$1,434.81
5174.00
5732.00
$35.00
51.36400
$2,305.00
F.429.93
City Attorney Approved 1/25/2019