Loading...
HomeMy WebLinkAboutSouthern California Sound Image; 2008-01-31;AGREEMENT FOR SCHULMAN AUDITORIUM SOUND REINFORCEMENT SERVICES Southern California Sound Image Incorporated JHIS AGREEMENT is made and entered into as of the Q\ ^ of 20Qg> by and between the CITY OF CARLOAD, a municipal and Sound Image, Inc., a California Corporation, ("Contractor"). RECITALS A. City requires the professional services of a Sound Reinforcement Provider that is experienced in installing advanced audio systems for live performance venues. B. Contractor has the necessary experience in providing professional services and advice related to audio modernization project in the Ruby G. Schulman Auditorium. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor 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 attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for one additional one year period. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version #11.28.06 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be Eighty nine Thousand Two Hundred and Seventy nine dollars ($89,279). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6- STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION City Attorney Approved Version #11.28.06 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. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1.000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and City Attorney Approved Version #11.28.06 Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this City Attorney Approved Version #11.28.06 Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: For Contractor: Bill Richmond Glenn A. Peacock Media Specialist Director, Contracting Division Carlsbad City Library Sound Image 1775 Dove Lane 2415 W. Vineyard Ave. Carlsbad, CA 92011 Escondido, CA 92029 760-602-2024 760-737-3900x2121 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, City Attorney Approved Version #11.28.06 subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version #11.28.06 6 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, 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 information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor City Attorney Approved Version #11.28.06 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. 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 (print name/title/ K Hft- «5rJgyV Q CITY OF corporati By: ATTEST: (e-mail address) tO" RRAINE M/WOOD City Clerk NOIAHY PUBLIC £it^At&rney>Appjovec(j/'^sion #11.28.06 SHANNON MULVANNY Commission #1516041 Notary Pubflc - CaHtomta San Diego County MyComm. Expires Sep 27,20061 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, Secretary, President, or Assistant Secretary, Vice-President 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: RONALD R. BALL, City Attorney Deputy City Attorney City Attorney Approved Version #04.01.02 EXHIBIT "A" SCOPE OF SERVICES See Attached. City Attorney Approved Version #04.01.02 10 City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization Project Revised Proposal Submittal Submitted to: Bill Richmond 1775 Dove Lane Carlsbad, CA 92011 Prepared by Sound Image Incorporated December 20, 2007 City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submittal 2 of 15 December 20, 2007 Mr. Bill Richmond 1775 Dove Lane Carlsbad, CA 92011 RE: Ruby G. Schulman Audio Modernization Project Dear Mr. Richmond, On behalf of Sound Image Incorporated, Thank you for the opportunity to be hired for the above project. This proposal represents a detailed account of the value-engineered version of the "Alternate Proposal" from our original submittal of September 10, 2007 A summary of the changes: 1. Change of quantity Yamaha 01V/96 v2 mixer from (2) to (1) 2. Change of quantity Aviom 6416Y2 from (7) to (6) 3. Removal of MackieHR824 monitors 4. Change of quantity Mackie BigKnob from (3) to (2) 5. Removal of HP DV6500y computer 6. Removal of HP a61 SOyPLUS computer 7. Removal of Middle Atlantic MDV-VL desk and bridge 8. Adjustment of misc. hardware and cabling from $3,114 to $2,814 9. Adjustment of labor from $34,604 to $33,824 10. Adjustment of expenses from $1,373 to $1,147 The proposal document will reflect these adjustments in the content that describes work and the revised bill of materials. Feel free to contact me with any comments or questions. Thank you for your business! Glenn A. Peacock Executive Director Contracting Division Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www.sound-image.com City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submittal 3 of 15 Table of Contents 1) General Vendor Information 4 2) References 5 3) Solution Specification Responses 6 4) Implementation and Schedule 7 5) Relevant Experience 8 6) Warranty and Maintenance 10 7) Additional Information 11 8) Costs 13 "Alternate Proposal" 13 9) Billing and Payment 15 10) Exceptions 15 Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www. sound-image.com City of Carlsbad Ruby G. Schuiman Auditorium Audio Modernization RFP submittal 4 of 15 1) General Vendor Information i) Company Name ii) Corporate Address iii) Number of Years in Operation iv) Annual Revenue v) Employees vi) San Diego area support vii) Other available support viii) Application Names ix) Application Modules: x) Type of user interface(s) xi) Hardware: xii) Server Hardware/OS options: xiii) Client hardware options: xiv) Date proposed application was written: Southern California Sound Image Incorporated 2415 Auto Park Way. Escondido, CA 92029 36 $30M Total-80 Contracting Division-30 Touring Division-50 Escondido/30 minutes travel/staff of 22 xv) Frequency of major upgrades/releases: xvi) Date of last major upgrade: xvii) Estimated next release: xviii) Total similarly sized organizations as customers: xix)Total current installations, list of customers: Manufacturers of main product: Yamaha, Whirlwind, Mackie, Audiosceince, Aviom, AMX AMX revised programming files, Yamaha DME custom Programming not applicable Windows GUI and AMX custom TSI As specified (see attached schedule of values) not applicable None required Custom application to be developed None proposed not applicable not applicable In excess of 200 800-1000 See attached partial list Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www.sound-image.com City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submittal 5 of 15 General Vendor Information (continued) xx) Typical implementation time: xxi)Typical hours required to implement: xxii) Typical training plan: xxiii) Do we provide implementation services xxiv) Typical Installation size: xxv) Versions under development: 6-8 weeks 250-600 (this project is approx. 380) 8-24 hours in development and delivery (this project features 12 hours, three sessions) YES 4-6 users This is custom-not applicable Additional Vendor Data xxvi) State of California Contractor's License: xxvii) Federal Tax ID # 2) References TypeC-7 #633296 33-0086640 Job Name Victoria Gardens Cultural Center Lake Elsinore Storm Staduim Santa Monica College Abundant Living Family Churct Easllake Church San Juan Captslrano Unified School District EOC Address 10500 Civic Center Dr. Racho Cucamonga CA. 91730 500 Diamond Dr. Lake Elsinore CA 92530 1900 Pico Blvd.Sanla Monica, CA 90405 9269 utica Ava, Suite 120 Rancho Cucamonga, CA 990 Lane Ave. Chula Visla, CA 33122 Valley Road San Juan Capistrano. CA 92675 Contact Name Keven Mcardle Dave Osier Greg Brown Carl Lucero Marcus Jones Jay Eastman Contact Phone number 909-773-2605 951-245^1487 310-434-4203 909-987-71 10 ex.235 619-421-4100 ex. 240 909-890-0521 Date of Instalation 2006 2006 2006 2007-Present 2007-Present 2006 Type of System Audio System Audio System Audio/ Video System Audio/ Video System Audio/ Video System Audio/ Video System System Version In use Orginal Orglnal Orginal Orginal Orginal Orignal Available for Site Visit Yes Yes Yes No No Yes CosIS 500,000 55,000 450.000 700.000 850,000 335,000 Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www. sound-image, com City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submittal 6 of 15 3) Solution Specification Responses i) Purchase and install the equipment as specified in this document (1) Sound Image has carefully reviewed the RFP specification and is providing a response which includes all items specified ( new and owner furnished) to be installed as specified with the following exceptions: Substitution item in place of the Alesis AI-4 (2) Sound Image has developed an Alternate Solution based on a digital audio network called A-NET which we are recommending for serious consideration. Please see section 7 (additional information) and attachments referencing the "Alternate Solution" for all details. This includes information to convey the business and technical case for our recommendation, an A-NET verses Ethemet/CobraNet comparison and a single line diagram to show the alternate's topology. ii) Configure the software running on the installed equipment to perform the routing and mixing tasks (1) The application required to support the Yamaha DME will be installed and configured on the laptop and desktop computers specified in the RFP. iii) Augment the existing code running on the AMX system (1) Sound Image will examine the functionality of the current system (2) Sound Image will develop the revised programming in concept and submit/present/exhibit for approval. (3) Sound Image will conduct development and testing in our shop in Escondido to include demonstration to city representatives for approval prior to implementation on site. (4) Sound Image will build a new user GUI for the two touch panels and a advanced technical user interface as a WEB based GUI to reside on the specified network client computers. iv) Modify or purchase new furniture (1) Furniture will be supplied by other, Sound Image will coordinate others concerning the selection, layout and installation v) Provide Training for key City staff members (1) The proposed training includes the development of content and scheduling of 3 separate training sessions with City staff. Training to be conducted by a senior staff member of Sound Image vi) Provide new as-built drawings to reflect the installed system (1) Drawings will be provided as specified to include digital files in PDF and AutoCAD form on CD. The programming files will be included in this process. As built documentation will be maintained by Sound Image during the warranty period and any subsequent contract service periods. Sound Image will maintain an archive of documentation and programming files. Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www.sound-image.com City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submittal 7 of 15 4) Implementation and Schedule Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www.sound-image.com City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submittal 8 of 15 5) Relevant Experience i) Southern California Sound Image is considered the leading audio technical services provider in North America. This recognition comes from the music entertainment industry's biggest stars and awards of technical excellence from the professional sound world's top trade publications. (1) A sampling of clientele includes the following (this reads as a who's who list in rock, pop and country music entertainment). Many on the list below represent exclusive relationships that have been in place for many years. Jimmy Buffett Rascal Flatts James Blunt Eric Clapton Lindsey Buckingham Heart Gwen Stefani Doobie Brothers Salvador Melissa Etheridge Brooks & Dunn Keane Rod Stewart Clint Black Chapin Carpenter Vanhalen Billy Idol Go Go's Santana Gary Allan Natalie Cole Journey SHeDAISY Trace Adkins Elvis Costello Brad Paisley Babyface No Doubt Keltic Pickler Robert Cray Def Leppard Jason Michael Caroll Brian Wilson CSN&Y Vince Gill Bob Dylan Jason Mraz Toby Keith Dan Fogelberg Joss Stone Foreigner Lenny Kravitz Pat Benetar Lucinda Williams Boz Scaggs Aerosmith The services for the clients listed above have included the supply, service and support for complete touring sound systems and in some cases personal recording studios. i) Southern California Sound Image has partnered with leading manufacturers of professional audio equipment in the development of new technology and product. Sound Image, Inc. 2415 Auto Park Way. Escondldo, CA 92029. (780) 737-3900 www.sound-image,com City of Carlsbad Ruby G. Schuiman Auditorium Audio Modernization RFP submittal 9 of 15 Relevant Experience (Continued) ii) A sampling of permanently installed systems clientele Abundant Living Family Life Calvary Chapel Redlands Chapman College City of Poway Coastline Community Church Colbum School Phase 2 CUSD Ancillary Support Facility San Juan Capistrano School district. Green Valley Ranch Phase III Hector G. Godinez High School Jason Mraz Home Recording Studio LA Unified School District Mission Hills Church Nutrilite Center for Optimal Health Nutrilite's Scientific Advisory Board Conference Room Padre Dam Customer SC Pala Casino Presbyterian Church of the Master Rancho Bernardo Inn Rancho Cucamanga Victoria Gardens Cultural Center Rincon Harrah's Resort Casino San Marcos Fire station Santa Monica College Theater Arts Renovation Project St. Margaret's Episcopal Church Temple Adat Shalom Thatcher School The Rock Church San Diego USC School of Pharmacy Gibson Amphitheater Viejas Concerts at the Park Humphrey's Concerts by the Bay Scotland Concerts The Learning Annex Christ's Church of the Valley Epworth United Methodist Church Faith Bible Church General Electric Chandler Presbyterian Church Avnet Higley PAC Le Nature Bottled Water Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www.sound-1mage.com City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submittal 10 of 15 6) Warranty and Maintenance a) Warranty i) All new equipment provided by Sound Image includes each manufacturer's full warranty from the date of customer invoice. ii) Sound Image shall provide a one (1) year system warranty from the date of the city's acceptance of the system. iii) Sound Image warrants the system to be free of defects in materials and workmanship and fit for the intended purpose. This warranty does not cover equipment or system abuse, misuse including but not limited to: operating outside of environmental, electrical, temperature or humidity specifications, system alterations neither approved nor performed by Sound Image or repair by a service facility other than those authorized by the manufacturer. iv) Sound Image shall respond within 4 business hours of the initial request for service during the normal working hours of Monday through Friday, between 8:OOAM and 5:00PM, except for recognized holidays. Service required outside of normal working hours shall be billed at the normal hourly rates for overtime work. v) Upon arrival for warranty service, Sound Image is expecting access to the system and equipment. To avoid additional charges, please contact us if delays in access are expected. b) Maintenance i) Sound Image will provide general maintenance in the form of a 4 hour scheduled service call to the project site to be scheduled yearly. The service rendered during this call will include inspection of all terminations, testing or verification of signal quality and making minor corrections or repairs to physical portions of the system. ii) Sound Image will inspect and review programming, interview staff for programming issues or limitations. The deliverable of this process will include a report of all findings and an implementation plan of our recommendations if any. iii) Sound Image has accounted for the first year of maintenance under the costs proposed in this RFP submittal at a preferred rate. Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www.sound-image.com City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submlttal 11 of 15 7) Additional Information Alternate Solution Sound Image has reviewed the RFP documents and very carefully considered information gathered from the onsite tour and discussions. The intent of audio modernization is well understood and the following Alternate Solution is submitted respectfully recognizing the importance of stability in function and operation while providing a very flexible class of service. a) Network Quality of Service It is our opinion that for this application the Pro64 A-Net network represents superior structure and stability in comparison to a CobraNet Ethernet network. Please review the following points; i) Simplicity (1) The number of components can be reduced saving on cost and avoiding unnecessary complexity. As an example, note the requirement for the Yamaha DME64N has been reduced to just a single unit in our proposed alternate. (2) The Pro64 network does not rely on IP addressing. A Pro64 network is auto recognizing and self configuring. There are no addresses to get corrupted, stolen or lost. Simply plug the boxes in and the Control Master polls the network and determines what other Pro64 boxes are on the network and automatically ensures that all audio is distributed throughout the network. All that's required is connecting the network boxes and audio sources and activating channels into the network. (3) A computer is not required for setup or operation of a Pro64 network. Channels can be turned on and off from the front panel. A GUI for monitoring and controlling the network is in development but will not be required. (4) Pro64 boxes are swappable - no addressing to setup in the case of an equipment failure. ii) Reliability (1) Removing the computer from the network streamlines the system and reduces the number of points of failure. (2) No IP addresses to get corrupted, stolen or lost. (3) The specified components all have an extremely low failure rate. (4) Redundant and "fail safe" cabling configurations possible. iii) Flexibility (1) Pro64 networks can effectively utilize both "star" and "daisy chain" topologies. (2) Daisy chain connections in a network are practically unlimited while maintaining pristine quality audio. (3) Pro64 networks have Virtual Data Cables, a data path for up to 14 discrete GPIO or MIDI channels or 7 RS232/RS242 streams. (4) Word clock can be seamlessly transported over the network, or can be the Word clock for the network and attached devices, (5) Variable sample rates up to 196kHz Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www.sound-image.com City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submittal 12 of 15 Additional Information (continued) (6) Able to sync to sample rates up to +/- 10% of center frequency without sample rate conversion iv) Quality (1) Extremely accurate clock and proprietary algorithms manage and eliminate jitter and wander, without the use of sample rate converters at any time (2) Extremely low latency less than 880usec (including A/D and D/A) (3) Variable sample rates up to 196kHz± (4) 24-bit uncompressed audio at all times (5) The inclusion of the Yamaha AD8HR microphone preamps not only represents better sound but they are also a significant functional improvement. (Does not require a computer as in the case of the Whirlwind ES2 solution) The business case in our recommendation is consideration of our expertise with as a key provider of professional audio technology and services to the top artists in entertainment combined with the offer that Sound Image will fully warrant the complete design and installation for client satisfaction. Our recommended solution requires less space and power and features fewer components. Please see the attached Alternate Version cost proposal for the details. Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www. sound-image, com City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP subrnittal 13 of 15 8) Costs "Alternate Proposal" Total Amount of Proposal in Numbers: Total Amount in Words $89,279 Eighty nine thousand, two hundred and seventy nine dollars The Undersigned has checked carefully all of the above figure and understands that the City will not be responsible for any error or omission on the part of the undersigned in preparing this proposal. The Undersigned also agrees that in the case of default in executing the required Contract with the necessary insurance polices within twenty (20) days from the date of award of agreement by the City, the City may administratively authorize the award of the contract to the second or third best value bidder. Mr. Glenn A.Peacock Executive Director Signature Sound Image, Inc. 2415 Auto Park Way. Escondido, CA (780) 737-3900 www.sound-image.com 92029. City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submittal 14 of 15 ATTACHMENT D (Developed Alternate Proposal)•^EKU^BUB ! 1 i 2 ! 3 ! i 4 i i 5 i i 6 | '• ^ I 8 | 10 | 8 | 11 i 12 ! 13 I 14 ! 15 i 16 ;i 17 : : 18 I : 19 i 20 i i 21 ; i 22 ; ! 23 i 24 ! i 25 | Qty, Manufacturer :/ Model r . '' 1 1 1 1 2 2 3 1 6 2 1 1 1 1 2 2 1 2 1 1 1 1 4 1 1 YAMAHA ROSENDAHL YAMAHA YAMAHA AVIOM AVIOM AVIOM AVIOM AVIOM YAMAHA APOGEE APOGEE WHIRLWIND MIDDLE ATLANTIC MACKIE MACKIE PRO CASES SOUND IMAGE SOUND IMAGE SOUND IMAGE SOUND IMAGE STATE OF CALIFORNIA SOUND IMAGE SOUND IMAGE SOUND IMAGE DME64N MIF3 01V/96V2 MIXER ICP1 6416dio 64161 6416o MH10 6416Y2 AD8HR BIG BEN X-VID SYNC GEN CUSTOM DWR-24-22 BigKnob SRM350 CUSTOM CASE CUSTOM CUSTOM CUSTOM LOT SALES TAX LABOR LABOR EXPENSES Description . - • Price 'AUDIO DSP DEVICE | MIDI TIME CODE INTERFACE !DIGITAL AUDIO MIXER |WALL MOUNTED CONTROL PANEL JDIGITAL i/o MODULE iLINE LEVEL INPUT MODULE JUNE LEVEL OUTPUT MODULE iMERGER HUB iA-NET INTERFACE CARD FOR YAMAHA •8 CHANNEL MIRCOPHONE PRE AMP MASTER WORD CLOCK 'VIDEOCARD OPTION FOR WORD CLOCK 16 CHANNEL STAGEBOX WITH 30' TAILS IWALL MOUNTED STORAGE RACK FOR DME64N MONITOR CONTROLLER iACTlVE FLOOR MONITOR (CASE FOR YAMAHA 01V/96 MIXER i STAGE FLOOR POCKET MONITOR PANEL ! RECORDING PANEL I STAGE WALL PANEL i MISC.HARDWARE/CABLING JTAX ON EQUIPMENT (7.75%) {INSTALLATION, ENGINEERING, SUPERVISION AND i PROJECT MANAGEMENT ^TRAINING I FREIGHT AND HANDLING, REPRODUCTION $5.625 $538 $1,970 $750 $6,625 $5,324 $7,986 $1,254 $7,950 $3,850 $1,682 $500 $434 $563 $581 $1,066 $594 $250 $125 $125 $2,814 $3,704 $32,994 $831 $1,147 Sound Image, Inc. 2415 Auto Park Way. Escondido, CA (780) 737-3900 www.sound-image.com 92029. City of Carlsbad Ruby G. Schulman Auditorium Audio Modernization RFP submittal 15 of 15 9) Billing and Payment i) Billing and payment to be structured as follows; (1) Sound Image proposes the following progressive payment plan with ten percent retention as noted in ltem#5 of the sample agreement attachment with the RFP. (a) 33% with notice to proceed order or contract (b) 33% at completion of engineering and shop work (c) 33% at final completion. (2) Sound Image will provide a invoice/application for payment due 20 days from receipt /approval. 10) Exceptions i) No Exceptions to the distributed RFP documentation END OF PROPOSAL Sound Image can be contacted at the following: Sound Image website www.sound-image.com CALIFORNIA ARIZONA TENNESSEE Sound Image, Inc. 2415 Auto Park Way Escondido, California 92029 Office (760) 737-3900 Fax (760) 737-3929 Sound Image, Inc. 1555 West University Drive #106 Tempe, Arizona 85281 Office (480) 483-6422 Fax (480) 483-6428 Sound Image, Inc. 7127 Cockrill Bend Boulevard Nashville, Tennessee 37209 Office (615) 256-0528 Fax (615) 256-9945 Sound Image, Inc. 2415 Auto Park Way. Escondido, CA 92029. (780) 737-3900 www.sound-image.com