Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
AVI Systems Inc; 2020-09-21; PWM21-1265FAC
PWM21-1265FAC Closed-Circuit Television (CCTV) Display Installation Page 1 of 6 City Attorney Approved 1/20/2020 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT CLOSED-CIRCUIT TELEVISION (CCTV) DISPLAY INSTALLATION This agreement is made on the ______________ day of _________________________, 2020, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Avi Systems, Inc., a North Dakota corporation whose principal place of business is 10070 Willow Creek Road, San Diego, CA 92131-1623 (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: Jason Kennedy (City Project Manager) PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. 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. DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 21st September PWM21-1265FAC Closed-Circuit Television (CCTV) Display Installation Page 2 of 6 City Attorney Approved 1/20/2020 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: ____________David W. Bunting_________ 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. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 PWM21-1265FAC Closed-Circuit Television (CCTV) Display Installation Page 3 of 6 City Attorney Approved 1/20/2020 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 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 fifteen (15) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within five (5) working days after commencing work. CONTRACTOR’S INFORMATION. AVI Systems, Inc. 10070 Willow Creek Road (name of Contractor) 792548 (street address) San Diego, CA 92131-1623 (Contractor’s license number) C-7 Low Voltage 5/31/22 (city/state/zip) 760-670-6084 (license class. and exp. date) 1000036874 (telephone no.) N/A (DIR registration number) 6/22/22 (fax no.) ryan.walsh@avisystems.com (DIR registration exp. date) (e-mail address) /// /// /// /// /// /// DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 PWM21-1265FAC Closed-Circuit Television (CCTV) Display Installation Page 4 of 6 City Attorney Approved 1/20/2020 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 AVI SYSTEMS, INC., a North Dakota corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) David W. Bunting, Area Vice-President Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name/title) By: (sign here) (print name/title) 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 Group B Chairman, President, or Vice-President 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: _____________________________ Assistant City Attorney DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 PWM21-1265FAC Closed-Circuit Television (CCTV) Display Installation Page 5 of 6 City Attorney Approved 1/20/2020 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 be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than fifty percent (50%) of the work with its own forces. DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 N/A N/A None None N/A N/A 0% 0% 0%N/A N\A PWM21-1265FAC Closed-Circuit Television (CCTV) Display Installation Page 6 of 6 City Attorney Approved 1/20/2020 EXHIBIT B CCTV DISPLAY INSTALLATION JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Equipment and parts to install two Samsung 43" (equal or equivalent) displays- one in the Safety Training Center office and one in the Shooting Range Control room to support the CCTV and security system upgrades. $1,928.38 2 LS 1 Integration & Labor $2,628.95 3 LS 1 Shipping, handling and tax $206.36 TOTAL* $4,763.69 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 Retail Sales Agreement AVI Systems Inc., 10070 Willow Creek Road San Diego, CA, 92131-1623 | Phone: (858)653-4300, Fax: (858)695-7844 Proposal Number: 1025701 Proposal Date: September 01, 2020 Prepared For: Carlsbad, City of Safety Training Center-CCTV System DisplaysAttn: Jason Kennedy Prepared By: Ryan Walsh Phone: (858)653-4339 Email: ryan.walsh@avisystems.com Attn: Jason Kennedy Safety Training Center 5750 Orion Street Carlsbad, CA, 92010 Phone: (760) 931-2236 Email: jason.kennedy@carlsbadca.gov Attn: Jason Kennedy Carlsbad, City of 1635 Faraday Ave Carlsbad, CA, 92008-7314 Phone: (760) 602-2460 Email: jason.kennedy@carlsbadca.gov Customer Number: 542100 COMMENTS PRODUCTS AND SERVICES SUMMARY Equipment $1,928.38 Integration $2,628.95 Shipping & Handling $51.00 Tax $155.36 Grand Total $4,763.69 Unless otherwise specified. The prices quoted reflect a discount for a cash payment (i.e., check, wire transfer) made by Customer in full within the time stated for payment on each invoice. Discount only applies to new items included on the invoice, and only applies if the balance on the invoice is paid in full. All returned equipment is subject to a restocking charge. The prices are valid for 30 days and may be locked in by signing this Retail Sales Agreement. BILL TO SITE EXHIBIT C PWM21-1265FACDocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 RSA: 1025701 Printed on September 1, 2020 Page 2 of 6 INVOICING AND PAYMENT TERMS Customer and AVI have agreed on the payment method of ACH. Payment must be remitted by stated method. To the extent Customer seeks to use of any payment methods other than stated, and that payment method results in an increased transaction cost to AVI, the new payment must be approved in writing, and the Customer shall be responsible for paying the increased transaction cost to AVI associated with the change in payment method. Payments shall be made 30 days from invoice date. So long as the invoice has been sent and the Customer’s payment is made within the terms work will continue. AVI uses progress billing, and invoices for equipment and services allocated to the contract on a monthly basis. Unless otherwise specified, all items quoted (goods and services) as well as applicable out of pocket expenses (permits, licenses, shipping, etc.) are invoiced in summary (including applicable sales taxes due for each category of invoiced items). Customer is to make payments to the following “Remit to” address: AVI Systems NW8393 PO Box 1450 Minneapolis, MN 55485-8393 A monthly summary of detailed equipment received is available upon request. Equipment received may be different than equipment billed based on agreed billing method. TAXES AND DELIVERY Unless stated otherwise in the "Products and Services Summary" above, AVI will add and include all applicable taxes, permit fees, license fees, and delivery charges to the amount of each invoice. Taxes will be calculated according to the state law(s) in which the product(s) and/or service(s) are provided. Unless Customer provides a valid tax exemption certificate for any tax exemption(s) claimed, AVI shall invoice for and collect all applicable taxes in accordance with state law(s), and Customer will be responsible for seeking a tax credit/refund from the applicable taxing authority. AGREEMENT TO QUOTE AND DOCUMENTS CONSTITUTING YOUR CONTRACT WITH AVI AGREED AND ACCEPTED BY AVI Systems, Inc. Company Company Signature Signature Printed Name Printed Name Date Date City of Carlsbad Jason Kennedy 9/8/2020 PWM21-1265FAC Exhibit C (continued) DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 RSA: 1025701 Printed on September 1, 2020 Page 3 of 6 SERVICES TO BE PROVIDED A.FUNCTIONAL NARRATIVE: The Carlsbad Safety Training Center will be adding displays to two different areas.These displays will be connected to a small form factor owner-furnished PC to allow end users to view CCTV camerasfrom the PCs. B.SYSTEM DESCRIPTION: •Two Samsung 43” displays will be provided and mounted (one will be located in the facility manager's office, theother will be located in the Shooting Range control room. •At each display location will be: o One CPU mount for an owner furnished small form factor PC. The CPU mount will reside behind thedisplay. This PC will be affixed to the CPU mount. o One Extron active DisplayPort adaptor for converting PC video to HDMI at the display •The City of Carlsbad shall be required to provide 120V AC power at each display location. To ease installation forclearances behind the display AVI requests Carlsbad install recessed clock receptacle (Leviton 689 or equivalent)at these locations. •Control of the displays shall be accommodated via the manufacturers remote •Audio shall be accommodated using the displays built-in speakers. C.EXCLUSIONS: The following work is not included in our Scope of Work: •All conduits, high voltage, wiring panels, breakers, relays, boxes, receptacles, etc. •Concrete saw cutting and/or core drilling •Fire wall, ceiling, roof and floor penetration •Necessary gypsum board replacement and/or repair •Necessary ceiling tile or T-bar modifications, replacements and/or repair •Structural support of equipment *AVI Systems not responsible for building related vibrations •Installation of ceiling mounted projection screen •All millwork (moldings, trim, cut outs, etc.) •Patching and Painting •Permits (unless specifically provided for and identified within the contract) •Unless otherwise stated the pricing in this agreement does not include prevailing wage or union labor •Unless specifically noted lifts and scaffolding are not included D.CONSTRUCTION CONSIDERATIONS: In order to accomplish the outlined goals of this project, the Customer will 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. E. NOTICE: THIS SCOPE OF WORK IS DELIVERED ON THE BASIS OF THE FOLLOWING ASSUMPTIONS: •The room(s) match(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 verified by AVI Systems project manager or representative before scheduling of the installation. All work areas should be clean and dust free prior to the beginning of on-site integration of electronic equipment. •Customer communication of readiness will be considered accurate and executable by AVI Systems project manager. •In the event of any arrival to site that AVI Systems is not able to execute work efficiently and definably progress, the Customer will be charged a fee to reimburse AVI Systems for all lost time and inefficiencies. At this time, the Customer will be presented a Contract Change Order and will/may halt work until acceptance by the Customer and rescheduling of the integration effort is agreed upon. •Rescheduling and redeployment of AVI Systems technicians due to unacceptable site preparation may cause scheduling delays of up to 10 business days. •There is ready access to the building / facility and the room(s) for equipment and materials. PWM21-1265FACExhibit C (continued) DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 RSA: 1025701 Printed on September 1, 2020 Page 4 of 6 •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 additional cost. •All Network configurations including IP addresses are to be provided, operational and functional before AVI Systems integration begins. AVI Systems will not be responsible for testing the LAN connections. •Cable or Satellite drops must be in place with converter boxes operational before the completion of integration. Any delay resulting in extra work caused by late arrival of these items will result in a change order for time and materials. •Document review / feedback on drawings / correspondence will be completed by the Customer within two business days (unless otherwise noted). •The documented Change Control process will be used to the maximum extent possible – the Customer will have an assigned person with the authority to communicate/approve project Field Directed Change Orders and Contract Change Orders (see Appendix). •In developing a comprehensive proposal for equipment and integration services AVI Systems’ Sales Representatives and Engineering teams must make some assumptions regarding the physical construction of your facility, the availability of technical infrastructure and site conditions for installation. If any of the conditions we have indicated in the site survey form are incorrect or have changed for your particular project or project site, please let your Sales representative know as soon as possible. Conditions of the site found during integration effort which are different from those documented may have an effect on the price of the system solution, integration or services. To ensure that you have an accurate proposal based on your facility and specific to the conditions of your project, please review all project documentation carefully. F. INTEGRATION PROJECT MANAGEMENT PROCESSES AVI Systems will follow a foundational project management process which may include the following actions/deliverables (based on the size/complexity/duration of the integration project): •Site Survey – performed prior to Retail Sales Agreement and attached •Project Welcome Notice – emailed upon receipt of Purchase Order •Project Kick-Off meeting with Customer Representative(s) – either by phone or in-person •Project Status reviews – informal or formal – either by phone or in-person (based on the size/complexity/duration of the project) •Project Change Control – comprised of Field Directed Change Order and/or Contract Change Order submittals (see Appendix) •Notice of Substantial Completion (see Appendix) – at Customer walk-through – prior to Service transition G. KNOWLEDGE TRANSFER (TRAINING) This is geared specifically towards the end-user / operator. The purpose of this knowledge transfer is to provide operators with the necessary knowledge to confidently and comfortably operate all aspects of the integrated system. Areas covered include the following: •Equipment and system overview •Equipment operation and function •Equipment start up, stop, and shut down •Equipment automatic and manual operation •Discussion and documentation relating to control system operation •Discussion and documentation relating to system processor and its control applications •Powering up, powering down AV system via control system •Manual operation of display systems, audio system and all other related components •Use/operation of patch panels, when and where to be used •Who to call when help is required PWM21-1265FAC Exhibit C (continued)DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 RSA: 1025701 Printed on September 1, 2020 Page 5 of 6 H. AVI SYSTEMS INTEGRATION SERVICES RESPONSIBILITIES AVI Systems will provide services/work for the project as described above in the Scope of Work or per the attached separate Scope of Work document detailing the scope of work to be performed. •Provide equipment, materials and service items per the contract products and services detail. •Provide systems equipment integration and supervisory responsibility of the equipment integration. •Provide systems configuration, checkout and testing. •Provide project timeline schedules. •Provide necessary information, as requested, to the owner or other parties involved with this project to ensure thatproper AC electrical power and cableways and/or conduits are provided to properly integrate the equipment withinthe facilities. •Provide manufacturer supplied equipment documentation. •Provide final documentation and “as built” system drawings (CAD) - if purchased. •Provide system training following integration to the designated project leader or team. I. CUSTOMER INTEGRATION SERVICES RESPONSIBILITIES •Provide for the construction or modification of the facilities for soundproofing, lighting, electrical, HVAC, structuralsupport of equipment, and decorating as appropriate. Includes installation of ceiling mounted projection screen. •Provide for the ordering, provisioning, installation, wiring and verification of any Data Network (LAN, WAN, T1,ISDN, etc.) and Telephone Line (Analog or Digital) equipment and services prior to on-site integration. •Provide all necessary cableways and/or conduits required to facilitate AV systems wiring. •Provide all necessary conduit, wiring and devices for technical power to the AV systems equipment. •Provide reasonable accesses of AVI Systems personnel to the facilities during periods of integration, testing andtraining, including off hours and weekends. •Provide a secure area to house all integration materials and equipment. •Provide a project leader who will be available for consultation and meetings. •Provide timely review and approval of all documentation (Technical Reports, Drawings, Contracts, etc.). PRODUCTS AND SERVICES DETAIL PRODUCTS: Model # Mfg Qty Price Extended QE43T SAMSUNG 1 $454.66 $454.66 CA_E- WASTE_RECYCLE_FEE_35+IN 1 $6.00 $6.00 RMB400 CHIEF 1 $81.75 $81.75 AVI-TBD-MATERIAL AVI SYSTEMS 1 $81.25 $81.25 60-1686-01 EXTRON 1 $250.00 $250.00 E-DPM-M-03F LIBERTY AV 1 $8.10 $8.10 PAC115 CHIEF 1 $17.18 $17.18 KSA1023B CHIEF 1 $51.75 $51.75 HDPMM06F LIBERTY AV 1 $13.50 $13.50 $964.19 QE43T SAMSUNG 1 $454.66 $454.66 CA_E-WASTE_RECYCLE_FEE_35+IN 1 $6.00 $6.00 RMB400 CHIEF 1 $81.75 $81.75 AVI-TBD-MATERIAL AVI SYSTEMS 1 $81.25 $81.25 60-1686-01 EXTRON 1 $250.00 $250.00 E-DPM-M-03F LIBERTY AV Description Shooting Range Control Room Display 43IN QET SERIES STANDALONE MNTR DISPLAY CRYSTAL UHD 300NIT 16/7 CA E-Waste Recycle Fee 35 inches or more FIT BOARD WALL MOUNT400 mm 1-5/8" CHANNEL STRUTDPH 101 4K PLUSDISPLAYPORT LOCKING 3' BLACKTOGGLER ACCESSORY 1/4-20 CPUWALL MOUNT U-STYLEHDMI PREMIUM 18G CBL W/NET 6' Sub-Total: Shooting Range Room Control Display Facility Manager Office Display 43IN QET SERIES STANDALONE MNTR DISPLAY CRYSTAL UHD 300NIT 16/7 CA E-Waste Recycle Fee 35 inches or more FIT BOARD WALL MOUNT400 mm 1-5/8" CHANNEL STRUTDPH 101 4K PLUSDISPLAYPORT LOCKING 3' BLACK 1 $8.10 $8.10 PWM21-1265FAC Exhibit C (continued)DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 RSA: 1025701 Printed on September 1, 2020 Page 6 of 6 PAC115 CHIEF 1 $17.18 $17.18 KSA1023B CHIEF 1 $51.75 $51.75 HDPMM06F LIBERTY AV 1 $13.50 $13.50 $964.19 $349.72 $965.35 $1,225.64 $88.24 $2,628.95 TOGGLER ACCESSORY 1/4-20 CPU WALL MOUNT U-STYLE HDMI PREMIUM 18G CBL W/NET 6' Sub-Total: Facility Manager Office Display Installation Engineering & Drawings Project Management On Site Integration Integration Cables & Connectors Sub-Total: Installation Total (less shipping and taxes):$4,557.33 Refer to page 1 for the Grand Total that includes the Taxes, and Shipping & Handling PWM21-1265FAC Exhibit C (continued) DocuSign Envelope ID: 3330B965-2F4D-432F-A820-6935FE6E66A4 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 6/15/2020 (701) 224-7047 25615 AVI Systems, Inc. 8019 Bond Street Lenexa, KS 66214 25674 A 1,000,000 630-6P418787 4/1/2020 4/1/2021 1,000,000 10,000 1,000,000 2,000,000 2,000,000 1,000,000A 810-6P420390 4/1/2020 4/1/2021 25,000,000B CUP-6P422499 4/1/2020 4/1/2021 25,000,000 0 A UB-6P809829 4/1/2020 4/1/2021 1,000,000 1,000,000 1,000,000 B Tech E&O ZPL16N78588 4/1/2020 Occurrence/Aggregate 7,000,000 The City of Carlsbad/CMWD is included as an Additional Insured on a Primary/Non-contributory basis re General Liability and Auto Liability as per written contract. Waiver of Subrogation is in favor of the additional insured re General Liability as required by written contract. 30-day Notice of Cancellation applies in favor of Additional Insured. City of Carlsbad / CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 AVISYST-01 LBENTZ Choice Insurance 207 E Front Ave Bismarck, ND 58504 Lesley Bentz l.bentz@insurewithchoice.com Charter Oak Fire Insurance Company Travelers Property Casualty Company of America X 4/1/2021 X X X X X X X X X -- WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00)- POLICY NUMBER: WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: DATE OF ISSUE: 4 1 2020 ST ASSIGN: UB -6P809829 Any person or organization for which the insured has agreed by written contract executed prior to loss to furnish this waiver. Policy Number: 630 6P418787