HomeMy WebLinkAboutWestern Audio Visual Inc; 2016-06-07;AGREEMENT FOR AUDIO VISUAL DESIGN AND INSTALLATION SERVICES
WESTERN AUDIO VISUAL, INC.
THIS AGREEMENT is made and entered into as of the ~ ~~ A,h.Jl... , 20Jje by and between the CITY OF CARLSBAD, a
corpor tn", ("City"), and Western Audio Visual, Inc., a corporation, ("Contractor'').
RECITALS
day of
municipal
City requires the professional services of an audio visual installer that is experienced in
engineering, installing and testing audio visual technology. Contractor has the necessary
experience in providing these professional services, has submitted a proposal to City and has
affirmed its willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in Exhibit "A", attached and incorporated by this reference in
accordance with the terms and conditions set forth in this Agreement.
2. TERM
This Agreement will be effective for a period of one (1) year from the date first above written.
3. COMPENSATION
The total fee payable for the Services to be performed will be six thousand three hundred sixty-
six dollars and eighty cents ($6,366.80). No other compensation for the Services will be allowed
except for items covered by subsequent amendments to this Agreement. City reserves the right
to withhold a ten percent (1 0%) retention until City has accepted the work and/or the Services
specified in Exhibit "A."
4. STATUS OF CONTRACTOR
Contractor will perform the Services as an independent contractor and in pursuit of Contractor's
independent calling, and not as an employee of City. Contractor will be under the control of City
only as to the results to be accomplished.
5. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that this
section will survive the expiration or early termination of this Agreement.
City Attorney Approved Version 4/1/15
6. INSURANCE
Contractor will obtain and maintain policies of commercial general liability insurance, automobile
liability insurance, a combined policy of workers' compensation, employers liability insurance, and
professional liability insurance from an insurance company authorized to transact the business of
insurance in the State of California which has 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 "AX"; OR an alien non-
admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest
quarterly listings report, in an amount of not less than one million dollars ($1 ,000,000) each,
unless otherwise authorized and approved by the Risk Manager or the City Manager. Contractor
will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-
made coverage. The insurance will be in force during the life of this Agreement and will not be
canceled without thirty (30) days prior written notice to the City by certified mail. City will be named
as an additional insured on General Liability which shall provide primary coverage to the City. The
full limits available to the named insured shall also be available and applicable to the City as an
additional insured. Contractor will furnish certificates of insurance to the Contract Department,
with endorsements to City prior to City's execution of this Agreement.
7. CONFLICT Of INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
8. COMPLIANCE WITH LAWS
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment and will obtain and maintain a City of Carlsbad Business License
for the term of this Agreement.
9. TERMINATION
City or Contractor may terminate this Agreement at any time after a discussion, and written notice
to the other party. City will pay Contractor's costs for services delivered up to the time of
termination, if the services have been delivered in accordance with the Agreement.
10. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of
false claims as set forth in the California False Claims Act, Government Code sections 12650, et
seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges
that debarment by another jurisdiction is grounds for the City of Carlsbad to terminate this
Agreement.
11. JURISDICTIONS AND VENUE
Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes
between the parties arising out of this Agreement is the State Superior Court, San Diego County,
California.
12. ASSIGNMENT
Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become
due under it, without the prior written consent of City.
City Attorney Approved Version 4/1/15
2
13. AMENDMENTS
This Agreement may be amended by mutual consent of City and Contractor. Any amendment will
be in writing, signed by both parties, with a statement of estimated changes in charges or time
schedule.
14. 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)
JA'j-5'q.ku11J -e/8
(pnnt name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
By:
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
1)1sistant City Attorney
,t;;?:f?llj
/
City Attorney Approved Version 4/1115
3
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange
On __ ____:_cM..:..:ac..Ly....::2:..:5"-, .::::;2.::..01..:..:6:__ ____ before me, _ ___,K_,_,a"'"r""en'-'--'=-L'-'. R'-"i""'tt""'"o,,_,N-'-'o""'t"""a'-'rv...:.P_,u::.::b"'"lic""-----:-::--:------
(insert name and title of the officer)
personally appeared Catherine Schellin
who proved to me on the basis of satisfactory evidence to be the person(s:) whose name(s) is/aue:
subscribed to the within instrument and acknowledged to me that b{e/she(~ executed the same in
~her/t!)(ek" authorized capacity~), and that by his~w'~k signature(~) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. KAREN L. FIITIO
COM!VI. li2t3852: n
Notary Pub!ic-Ciliifornia ~
ORANGE COUNTY 1L
Comm. Expil'es Dec 30, ·;~_-· 1\
Signature _y"'"".r'--1-4'~--__ '__,\ \"""l-------,,-,----,---=-:-:-:-~ Karen L. Ritto
(Seal)
---------------------------------------
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange
On ----'-'-M=a"-y-=2"'-5'--', 2::.:0::...;1c..:::6'-------before me, -----'-K"""'a"'-re=n..:...=L.:....:R....:.:i=tt=o,'-'N-'"'o=t=arvc.L...:.P...::u=b=lic=-----------
(insert name and title of the officer)
personally appeared -----'J~a::..L...:S::..:c::..:.h:..:::e.::.:llic:..:.n _____________________ _
who proved to me on the basis of satisfactory evidence to be the person(s:) whose name(s:) is/ana:
subscribed to the within instrument and acknowledged to me that he~~ executed the same in
hisbboot:bbe4xauthorized capacity~~Rs:), and that by hishbectlbeh"<signature(~) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
KAREN L FliTTO
WITNESS my hand and official seal. corv1!VL #2138r-5~t/ ""'
Notary Public-California ~
ORANGE COUI\JTY u,
Comm. Expires Dec 30,
(Seal)
EXHIBIT "A"
SCOPE OF SERVICES
Western Audio Visual, Inc. will design and install a portable assistive listening system to support
audio reinforcement in the Senior Center Auditorium. All work shall be performed in accordance
with the attached Contractor's proposal dated May 4, 2016.
Equipment
Assistive Listening System
Qty. 1 IDSP Advanced Level1 Stationary RF System
Qty. 6 Advanced Intelligent DSP RF Receiver
Qty. 8 Intelligent Earphone/Neck Loop Lanyard
Qty. 6 Universal Ear Speaker
Qty. 1 Intelligent 12-Unit Charging/Carrying Case
Miscellaneous Components
Qty. 2 1 :3 Balanced Stereo Audio Distribution Amplifier
Qty. 2 Custom Panel with Audio Connections for RF
Qty. 1 Miscellaneous Cables, Connections
Equipment Subtotal
Shipping/Handling
Tax
Engineering, Drafting and DSP
Project Management
Installation and Testing
G and A
Non-Equipment Total
Grand Total
Non-Equipment
4
$1,423.00
$1,014.00
$344.00
$84.00
$402.00
$228.00
$178.00
$207.00
$3,880.00
$165.00
$323.60
$284.00
$184.00
$1,472.00
$58.20
$1,998.20
$6,366.80
City Attorney Approved Version 4/1/15