Loading...
HomeMy WebLinkAboutContractDocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C CONTRACT AGREEMENT Using State Master Contract #03418 THIS AGREEMENT ("Agreement") is made as of the 27th day of October, 2023, (the "Effective Date") by and between the City of Renton, a Washington State municipal corporation ("City"), through its Executive Services Department and Avidex Industries LLC, ("Contractor") a Washington Liability Company, who are collectively referred to as the "Parties", to provide Gene Coulon Memorial Beach Park Public Address (PA) System Upgrade. City and Contractor agree as set forth below: WHEREAS, the City has entered into the State Master Contracts Usage Agreement (MCUA) #21725 authorizing the use of State Contracts; and, WHEREAS, through competitive bid process Washington State Department of Enterprise Services (DES) awarded Contract #03418 that provides for Audio Visual hardware, accessories or required peripherals and services including removal and installation services; and, WHEREAS, Contractor is a listed and participating Contractor for Contract #03418. The City and Contractor agree as set forth below: 1.Scope of Work: Contractor will provide all material and labor necessary to perform all work described in the Scope of Work which is attached and fully incorporated into this Agreement by reference as Attachment "A." 2.Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Scope of Work consisting of additions, deletions or modifications, the Agreement Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work shall be authorized by written Change Order or Amendment signed by the Parties. 3.Time of Performance: Contractor shall commence performance of the Agreement no later than 30 calendar days after the Agreement's Effective Date. 4.Term of Agreement: The Term of this Agreement shall end at completion of the Scope of Work, no later than 120 days from the Effective Date. This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of The City and Contractor. 5.Agreement Sum: The total amount of this Agreement is the sum of $46,022.49 which includes Washington State Sales Tax estimate. This amount may be adjusted to a mutually agreed amount based on changes to the Scope of Work. CAG-23-395 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C D.Final Acceptance. Final Acceptance of the Project occurs when the Public Works Director has determined that the Project is one hundred percent (100%) complete and has been constructed in accordance with the Plans and Specifications. E. Payment in the Event of Termination. In the event this Contract is terminated by the either party, the Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in the Scope of Work is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under the Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by the City or which may be sustained by the reason of such refusal, neglect, failure or discontinuance of Contractor performing the work, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all reasonable legal expenses and costs incurred by the City to protect the rights and interests of the City under the Contract. 8.Hold Harmless: Contractor shall indemnify, defend and hold harmless the City, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys' fees, legal expenses and litigation costs, arising from injury or death to persons, including injuries, sickness, disease or death of Contractor's own employees, agents and volunteers, or damage to property caused by Contractor's negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by the City and its officers, agents, employees and volunteers. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate ... ) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the City, its officers, officials, employees and volunteers, Contractor's liability shall be only to the extent of Contractor's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor's waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 9.Insurance: Contractor shall secure and maintain: e PAGE3 OF24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C 10. A.Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B.Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence, shall also be secured for any professional services being provided to the City that are excluded in the commercial general liability insurance. C.Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D.It is agreed that on Contractor's commercial general liability policy, the City of Renton will be named as an Additional Insured on a non-contributory primary basis. The City's insurance policies shall not be a source for payment of any Contractor liability. E.Subject to the City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before executing the work of this Agreement. F.Contractor shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Contractor agrees as follows: A.Contractor, and Contractor's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B.The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. e PAGE40F24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C C.If Contractor fails to comply with any of this Agreement's non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D.Contractor is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws and worker's compensation. 11.Independent Contractor: Contractor's employees, while engaged in the performance of any of Contractor's Work under this Agreement, shall be considered employees of the Contractor and not employees, agents, representatives of the City and as a result, shall not be entitled to any coverage or benefits from the City of Renton. Contractor's relation to the City shall be at all times as an independent contractor. Any and all Workman's Compensation Act claims on behalf of Contractor employees, and any and all claims made by a third-party as a consequence of any negligent act or omission on the part of Contractor's employees, while engaged in Work provided to be rendered under this Agreement, shall be the solely Contractor's obligation and responsibility. 12.Record Keeping and Reporting: Contractor shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement. The Contractor agrees to provide access to, and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). 13.Public Records Compliance. To the full extent the City determines necessary to comply with the Washington State Public Records Act, Contractor shall make a due diligent search of all records in its possession, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Contractor believes said records need to be protected from disclosure, it shall, at Contractor's own expense, seek judicial protection. Contractor shall indemnify, defend, and hold harmless the City for all costs, including attorneys' fees, attendant to any claim or litigation related to a Public Records Act request for which Contractor has responsive records and for which Contractor has withheld records or information contained therein, or not provided them to the City in a timely manner. Contractor shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. e PAGE50F24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C 14.Other Provisions: A.Administration and Notices. Each individual executing this Agreement on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Contractor. Any notices required to be given by the Parties shall be delivered at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth below. Any notice so posted in the United States mail shall be deemed received three (3) calendar days after the date of mailing. This Agreement shall be administered by and any notices should be sent to the undersigned individuals or their designees. CITY OF RENTON Jason Seth 1055 South Grady Way Renton, WA 98057 Phone: (425) 430-6502 E-mail Address: jseth@rentowa.gov Fax: (425) 430-6516 CONTRACTOR Avidex Attn: Contract Administrator 8509 154th Avenue NE Redmond, WA 98052 Phone: (425) 274-7916 E-mail Address: dcrace@avidex.com Fax: (425) 643-0330 B.Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. C.Assignment and Subcontract. Contractor shall not assign or subcontract any portion of this Agreement without the City of Renton's prior express written consent. D.Compliance with Laws. Contractor and all of the Contractor's employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. A copy of this language must be made a part of any contractor or subcontractor agreement. E.Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the terms of this contract shall prevail. F Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. e PAGE60F24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C G.Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. H.Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Contractor hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Contractor is a foreign corporation not registered with the State of Washington. I.Severability. A court of competent jurisdiction's determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. J Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. K.Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L.Waivers. All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either The City or Contractor from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. e PAGE70F24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766D057B497C IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of Effective Date above. CITY OF RENTON G DocuSigned by: ��!�!!31��:.land Kristi Rowland, Deputy Chief Administrative Officer 1055 South Grady Way Renton, WA 98057 11/2/2023 I 11:54 AM PDT Date Approved as to Legal Form _ Shane Moloney Renton City Attorney Non-standard (2420 Avid ex) clb 10-23-23 PAGE80F24 Avidex Lance Bowers, COO 8509 154th Avenue NE Redmond, WA 98052 11/2/2023 I 8:32 AM PDT Date Approved by Cheryl Beyer via email 11/2/2023 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C Attachment A City of Renton Gene Coulon Memorial Beach Park Public Address (PA) System Upgrade AUDIOVISUAL SOLUTION PROPOSAL Avidex Project 220243 Version 4 STATE OF WASHINGTON DES MASTER CONTRACT NO. 03418 Submitted by Dave Crace 425-274-7916 dcrace@avidex.com av1dex Audio Video Integration & Design Excellence 8509 154th Avenue NE, Suite #100 I Redmond, WA 98052 I 425.643.0330 PAGE90F24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C Table of Contents PAGE 10oF24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C INTRODUCTION Our work will be completed at the City of Renton Gene Coulon Memorial Park, 1201 Lake Washington Blvd N, Renton, WA. 98056 at the swimming beach. OVERVIEW Based on the 8/17/22 site walk, 10/5/22 Teams meeting, and subsequent 3/3/23 site walk, Avidex has developed the following proposal to provide audio public address systems (PA) in the areas outlined below. The speaker system has been designed taking into consideration the EN 54-24 standard, which specifies the requirement for all parts of fire alarm systems. Parts 4, 16, and 24 are the most applicable specifications to AV systems manufacturing. EN 54-24 recognizes that the exact nature of the acoustical requirements for voice alarm loudspeakers will vary according to the nature of the space into which there are installed. It therefore specifies the minimum requirements that apply to voice alarm loudspeakers and a common method for testing their operational performance against parameters specified by the manufacturers. In addition, the audio processor and amplifier include general purpose contact closure interfaces (GPIO) for integration into the fire-life-safety (FLS) alarm system if required by the client. The interface with the client's fire alarm system would be provided by the client and located within the structure housing the proposed PA system. It is important to affirm the requirements for the new audio system installed in the space listed above. The implemented solution needs to meet specific performance goals. Any new system must be: •Technically capable of supporting the intended uses. •Reliable for the users to not require excessive support. •Simple to operate and easy to use for all who interact with it. •Cost-effective both in deployment and long-term operation Systems must provide for the following considerations: •Consistent interface for easier user recognition •Flexible implementations capable of adapting to future technology choices. •Compatibility with IT direction of Unified Communications •The ability for all users to see and understand what is being presented. •Allow control of how the image(s) are presented and allocated to the display space. e PAGE lloF24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C SCOPE Speakers The proposed speakers will be mounted in the following locations: •One (1) speaker will be mounted to each of two (2) Lifeguard Towers. The towers are the East and Central towers, the West tower is no longer in use. The Lifeguard speakers will be mounted beneath the platform and directed towards the swim area. •One (1) speaker will be mounted to each of two (2) Lifeguard Towers, mounted beneath the platform and directed towards the beach area. o The towers have burial conduit that runs from below the guard bench seat to the Lifeguard office located in the locker room I concession building. o The speakers @ the Lifeguard towers will be housed in a protective cage to mitigate theft/vandalism concerns. •One (1) speaker mounted to the roof area of the building housing the Lifeguard offices and directed towards the parking areas. o Avidex will work with the client on a suitable mounting location and method and requires a weatherproof cable penetration of the building provided by others. Lifeguard Towers -Microphones Each of the two (2) lifeguard towers will be outfitted with a waterproof NEMA enclosure that provides the connection for a noise-canceling omnidirectional palm-held microphone with talk switch. The mic includes a post to hang up the mic on the included clip when not in use. The mic will be outfitted with a connection that allows the mic to be removed from the NEMA enclosure during off hours for storage in the lifeguard offices for security reasons. Lifeguard Office -Microphone The Lifeguard Office has a microphone identical to the lifeguard towers that supports paging from within the office. e PAGE 12 OF 24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C Audio -Digital Signal Processing (DSP) The system includes a small form factor audio DSP to manage the audio parameters. This includes system equalization based on the selected speakers and microphones. Audio -Amplifier The system includes a four (4) channel audio amplifier, of which three (3) channels will be in use. The amplifier channels will drive the following areas: •Swim Area •Beach Area •Parking Area Based on our understanding, these areas will be configured as the following zones: •Lake Area only -Zone 1 •Beach + Parking Lot only -Zone 2 •Lake + Parking Lot Areas combined -Zones 1 & 2 Control of paging to Zone 1 & Zone 2 is from the touch panel located in the Lifeguard offices. These zones are completely configurable in the DSP program, so reconfiguration is possible prior to and post commissioning. Control The system leverages the DSP's ability to serve as a control platform and will include a 5" touch screen controller located at the rack for audio management. This includes muting the audio system when the mies are not in use, volume, and zone control. Additional functionality can be integrated into the system as required based on an enhanced SOW quoted separately as needed. One example would be emergency notification playback, as the DSP has the ability to store and playback audio files when triggered from a FLS alarm system. Equipment Rack The system will utilize the existing wall mounted AV rack located in the lifeguard office. The existing equipment will be decommissioned and turned over to the client for asset management. e PAGE 13oF24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C SCHEDULE Avidex will work with the City to finalize a schedule that meets the implementation requirements of the project. The chart below identifies various phases in the overall process. Please note that each job is unique and will have its own installation schedule that will be agreed upon between Avidex and the client. Programming Testing Adjustment Cli.ent Training Client Acceptance Transition to Warranty This project is anticipated to take approximately 18 week(s) from receipt of a valid Purchase Order or an executed contract referring to this proposal document. This is not a guarantee of delivery or installation time. Actual delivery and installation schedules will be finalized after receipt of the purchase order. PAGE 14oF24 DocuSign Envelope ID: 852A1A80-F9A7-48FC-9209-766O057B497C PRICING PUBLIC ADDRESS SYSTEM UPGRADE EQUIPMENT AND MATERIALS MANUFACTURER EQUIPMENT AND SOFTWARE MAINTENANCE TECHNICAL SERVICES -includes audiovisual engineering, offsite and on-site installation and wiring, coordination and supervision, testing, checkout, owner training and New System Warranty. This proposal includes non-union labor for all activities. GENERAL & ADMINISTRATIVE 360 ° SERVICE PLAN -1 Year Essential Plan PROJECT SUBTOTAL SHIPPING -Ground shipping included per DES contract SALES TAX ESTIMATE Applicable sales tax will be added to invoices based on current tax rates on the invoice date as required by state law PROJECT TOTAL PAGE 15 OF 24 $13,197.28 $248.00 $26,784.35 $403.00 $1,168.00 $41,800.63 $0.00 $4,221.86 $46,022.49