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