Loading...
HomeMy WebLinkAboutC2021-130 - 5/11/2021 - Approved DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 Us c �g SERVICE AGREEMENT NO. 99916 v � Audio/Video Upgrade for Council Chambers APOO 1852 THIS Audio/Video Upgrade for Council Chambers Agreement (''Agreement'') is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and The Personal Computer Store, Inc., dba Avinext ("Contractor'), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Audio/Video Upgrade for Council Chambers in response to Request for Bid/Proposal No. 99916 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Audio/Video Upgrade for Council Chambers ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Agreement is for three years, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or the Contracts and Procurement Division, or the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the term of this Agreement for up to zero additional zero-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $330,755.99, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Peter Collins IT Department 361 .826.3735 PeterCCcctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Peter Collins Director of Information Technology 1201 Leopard St., Corpus Christi, TX 78401 Phone: 361 .826.3735 Fax: n/a IF TO CONTRACTOR: The Personal Computer Store, Inc., dba Avinext Attn: Jonathan Reed Sales Representative 1400 University Drive East, College Station, TX 77840 Phone: 979.846.9727 Fax: 979.268.1017 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES') FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 CONTRACTOR 5'. ocuSigned by: Signature: r6W, B5607B5A3923430... Printed Name: Tim Rhome Title: General Manager Date: 3/31/2021 M2021-095 Authorized By CITY OF CORPUS CHRISTI Council 05/11/2021 /D�ocuSigned by: CA, DS JOS/KDCMF6Phjby lJ r;/St Interim Assistant Director, Contracts and Procurement Date: 5/12/2021 Attached and Incorporated by Reference: ATTJESTocuSig�ned by: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Rebecca Huerta Attachment D: Warranty Requirements City Secretary Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. 99916 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 V1Vla. ° � ATTACHMENT A: SCOPE OF WORK JI5 Project Name: Council Chambers Audio Video Upgrade Project Address: City of Corpus Christi, City Hall, 1201 Leopard Street, 1 It Floor, Corpus Christi Texas, 78401 Background: The goal of this project is to upgrade the existing council chambers audio and video (AV) experience. This will give the users a more enjoyable and reliable experience and reduce the maintenance load on staff. Scope of Work VIDEO 1 . The Contractor shall install a new AV over IP video distribution system which will handle video distribution to the four current displays in the Council Chambers. 2. The Contractor shall replace the council dais displays with 24" touch monitors on stands that will allow them to be laid at an angle in which does not obstruct the view 3. The Contractor shall install a 98" display equipped with a small webcam and ceiling microphone system separate from the main system at the back section of the Council chambers to receive from the main system which can also function as a standalone system for smaller meetings and web conferences. This interactive display will be equipped with an OPS PC to allow for a seamless experience 4. The Contractor shall install two 98" displays above the council dais. 5. The Contractor shall include they video production system input needed for the current streaming and television setup. AUDIO 1 . The Contractor shall install a new DSP for audio routing to handle all audio routing and tuning. 2. The Contractor shall remove existing analog mixer boards from the system to allow for a more consistent reliable experience. 3. The Contractor shall install new ceiling speakers for the council chambers, lobby outside the chambers and the conference rooms. 4. The Contractor shall configure the system into multiple zones to allow for separate audio in the back of the council chambers when being used for smaller meetings, lobby, offices using OFE speakers, and conference rooms. 5. The Contractor shall install new amplifiers to power the new speakers at the correct voltage. Page 1 of 2 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 6. The Contractor shall tune the system to achieve the best audio possible in the space with an emphasis on voice lift due to the use of the system. 7. The Contractor shall replace all wired microphones on the dais with wireless Shure conference system tied in with the RTS. 8. The Contractor shall replace staff table and podium microphones with wired microphones. 9. The Contractor shall add four new wireless microphones to the system and the existing eight OFE wireless boundary mics will be reused with the intent to use them for smaller meetings. l O.The contractor shall install four outputs for media hookups on the left side of the council chambers and four outputs will be installed on the right side near the back of the council chambers. 1 1 .The contractorwill install ceiling mics to allow forvoice pickup in the majority of the room. Control 1 . The contractor will install and configure 1-10" touch panel in the control room, 1-7" panel in the city secretary's desk, and 1-7" touch panel in the wall near the interactive display to run the rear area when the system is being used in the smaller configuration. 2. The contractor will install an RTS system on the dais for each council member which will be tied into the council mics. This will allow for standard RTS functionality as well as remote management of the council mic from the control room in the event it is needed. Page 2 of 2 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 Irking Schedule AV Quotation AVSAVVY NETW )RK.s RT 194027-B 03/19/21 Formerly MicroAge College Station The Personal Computer Store, Inc. 1400 University Drive East-College Station,TX 77840 Jonathan Reed Phone(979)846-9727 Fax(979)268-1017 979-595-2798 Ext. www.Avinext.com reed@avinext.com Peter Collins (218)242-9642 City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 78401 United States Will Call STD NET 30 3/11/2021 Part Description Qty List Price Price Ext. Price 1 Quote is Valid for 90 Days(Expires 90 days after 3/19/2021) 2 COMDIRIT2 Avinext DIR Educational IT and Service Contract 1 $0.00 $0.00 $0.00 DI R-CPO-4448 3 HDWMOUNT Avinext Mounting Hardware 1 $2,750.00 $2,475.00 $2,475.00 4 SER100014 Avinext Project Manager 120 $125.00 $112.50 $13,500.00 5 SER10007 Avinext A/V Technician 150 $95.00 $85.50 $12,825.00 6 SER10008 Avinext Lead A/V Technician 150 $125.00 $112.50 $16,875.00 7 SER100080 Avinext Lead A/V Programmer 136 $160.00 $144.00 $19,584.00 8 SER10009 Avinext Lead A/V Designer 40 $160.00 $144.00 $5,760.00 9 SER10016 Avinext Travel Expenses 1 $10,059.00 $10,059.00 $10,059.00 10 WARO3XD Avinext 3 Year On-Site Warranty 1 $30,418.05 $27,376.24 $27,376.24 11 SER100014 Avinext Project Manager 88 $125.00 $112.50 $9,900.00 12 SER10007 Avinext A/V Technician 130 $95.00 $85.50 $11,115.00 13 SER10008 Avinext Lead A/V Technician 130 $125.00 $112.50 $14,625.00 14 SER100080 Avinext Lead A/V Programmer 99 $160.00 $144.00 $14,256.00 15 CMSHDW Chief CMSHDW 25 CABLE&CABLE LOCK KIT 3 $37.00 $25.90 $77.70 (QTY 4) 16 CPA072P Chief CPA072P 72" PERFORATED COLUMN 2 $148.00 $103.60 $207.20 17 CPA120 Chief CPA120 CPA120 COLUMN 2 $187.00 $130.90 $261.80 18 CPA330 Chief CPA330 OFFSET CEILING PLATE CPA 4 $70.00 $49.00 $196.00 STYLE 19 FCAC1LB Chief FCAC1LB FUSION BACK COVER SINGLE 2 $407.00 $293.04 $586.08 LCMBLK 20 LCM1U Chief LCM1U SINGLE CEILING MOUNT LARGE 2 $380.00 $273.60 $547.20 BLACK 21 LTM1 U Chief LTM1 U Micro-Adjust Tilt Wall Mount Large 1 $321.00 $231.12 $231.12 22 PAC 116 Chief PAC116 STEEL STUD/DRYWALL ANCHOR 1 $36.00 $25.92 $25.92 KIT-8PC 03/30/21 10:45:11 Page 1 / 5 1 of 5 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 Avinext Quote# 194027-B Part Description Qty List Price Price Ext. Price 23 PACPC1 Chief PACPC1 POWER CONDITIONER 5 $205.00 $143.50 $717.50 ACCESSORY 24 XCM1U Chief XCM1U XL SINGLE COLUMN CEILING 2 $577.00 $415.44 $830.88 MOUNT 25 AM-200 Crestron AM-200 AirMedia® Presentation System 1 $1,800.00 $1,116.00 $1,116.00 200 26 CBL-HD-12 Crestron CBL-HD-12 Crestron®Certified HDMI® 22 $70.00 $43.32 $953.04 Interface Cable, 18 Gbps, 12 ft(3.6 m) 27 CBL-HD-20 Crestron CBL-HD-20 Crestron®Certified HDMI® 1 $100.00 $62.00 $62.00 Interface Cable, 18 Gbps, 20 ft(6.1 m) 28 CBL-HD-6 Crestron CBL-HD-6 Crestron®Certified HDMI® 16 $50.00 $31.00 $496.00 Interface Cable, 18 Gbps, 6 ft(1.8 m) 29 CP4N Crestron CP4N 4-Series Control System 1 $2,800.00 $1,736.00 $1,736.00 30 DMF-CI-8 Crestron DMF-CI-8 DigitalMediaTM Card Chassis 1 $2,000.00 $1,400.00 $1,400.00 for DM-NVX-C&DMCF, 8 Slots 31 DM-NVX-360 Crestron DM-NVX-360 DM NVX®4K60 4:4:4 HDR 10 $1,800.00 $1,260.00 $12,600.00 Network AV Encoder/Decoder 32 DM-NVX-360C Crestron DM-NVX-360C DM NVX®4K60 4:4:4 2 $1,800.00 $1,260.00 $2,520.00 HDR Network AV Encoder/Decoder Card 33 DM-NVX-E30 Crestron DM-NVX-E30 DM NVX®4K60 4:4:4 HDR 3 $1,300.00 $910.00 $2,730.00 Network AV Encoder 34 DM-NVX-E30C Crestron DM-NVX-E30C DM NVX®4K60 4:4:4 4 $1,300.00 $910.00 $3,640.00 HDR Network AV Encoder Card 35 HD-DA4-4KZ-E Crestron HD-DA4-4KZ-E 1:4 HDMI®Distribution 5 $550.00 $341.00 $1,705.00 Amplifier w/4K60 4:4:4 &HDR Support 36 TS-1070-B-S Crestron TS-1070-B-S 10.1 in. Tabletop Touch 1 $3,000.00 $1,860.00 $1,860.00 Screen, Black Smooth 37 TS-770-B-S Crestron TS-770-B-S 7 in. Tabletop Touch Screen, 2 $2,000.00 $1,240.00 $2,480.00 Black Smooth 38 TSW-770-B-S Crestron TSW-770-B-S 7 in. Wall Mount Touch 1 $1,800.00 $1,116.00 $1,116.00 Screen, Black Smooth 39 USB-NX2-LOCAL-1 G- Crestron USB-NX2-LOCAL-1 G-B USB over 1 $850.00 $527.00 $527.00 B Ethernet Network Endpoint Wall Plate with Routing, Local, Black 40 U SB-NX2-R EMOTE-1 Crestron U SB-NX2-R EMOTE-1 G-B USB over 4 $850.00 $527.00 $2,108.00 G-B Ethernet Network Endpoint Wall Plate with Routing, Remote, Black 41 60-1731-01 4K/60 Annotation Processor with USB Extension 1 $6,590.00 $3,954.00 $3,954.00 42 100036 LWC 100036 EZ-RJ45 BOOT CAT6 CLEAR 56 $0.24 $0.17 $9.52 43 11108080034 LWC 11108080034 RJ45 PLUG 8P8C CAT6 56 $0.64 $0.45 $25.20 CLEAR 44 18-2C-P-BLK LWC 18-2C-P-BLK COMMERCIAL 18/2 CMP 810 $0.28 $0.19 $153.90 BLACK 45 20SD-BNCM-M-25 LWC 20SD-BNCM-M-25 VIDEO BNC M-M 25' BLK 3 $43.58 $30.51 $91.53 46 22-1 P-CMP-EZ-BLK LWC 22-1 P-CMP-EZ-BLK QWI KSTRI P 22/1 P 50 $0.37 $0.26 $13.00 AUDIO CMP BLK 47 24-4P-P-L6-EN-BLK LWC 24-4P-P-L6-EN-BLK CAT6 550 23/4P UTP 2800 $0.61 $0.42 $1,176.00 CMP BLACK 48 E-USBAB-15 LWC E-USBAB-15 USB 2.0 MOLDED AM-BM 15' 17 $14.04 $9.83 $167.11 BLACK 49 LV1 LWC LV1 LOW VOLT MT/BRKT SG RETRO 2 $1.62 $1.13 $2.26 50 BGR-4538 Middle Atlantic BGR-4538 45SP/38D MULTIBAY 1 $1,983.00 $1,288.95 $1,288.95 BGR RK 51 BSPN-45-38 Middle Atlantic BSPN-45-38 45SP 38DP BGR 1 $1,117.00 $726.05 $726.05 SIDE PANELS 03/30/21 10:45:11 Page 2 / 5 2of5 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 Avinext Quote# 194027-B Part Description Qty List Price Price Ext. Price 52 CBS-BGR Middle Atlantic CBS-BGR BGR CASTER KIT 1 $243.00 $157.95 $157.95 W/HDWARE 53 E131 Middle Atlantic E131 1 S FLANGED ECONO 6 $12.00 $7.80 $46.80 BLANK 54 PD-2415SC-NS Middle Atlantic PD-2415SC-NS 24 OUTLET 1X1 5A 2 $216.00 $140.40 $280.80 CIRC. W/ 55 U1V Middle Atlantic U1V 1SP VENTED UTILITY SHELF 1 $62.00 $40.30 $40.30 56 AD-C6T-LP QSC AD-C6T-LP 6.5"Two-way low-profile ceiling 12 $225.00 $157.50 $1,890.00 speaker, 70/100V transformer with 16? bypass, 135° conical DMT coverage, includes C-ring and rails for blind mount installation, 0305 mm cut-out. Available in white only. Priced individually but must be purchased in pairs. 57 CIML4 QSC CIML4 Four channels of microphone/ 2 $350.00 $245.00 $490.00 line-level analog audio input with 48V phantom power. 58 COL4 QSC COL4 Four channels of balanced, line-level 2 $320.00 $224.00 $448.00 analog output. 59 SL-QUD-510-P QSC SL-QUD-510-P Q-SYS Core 510 UCI 1 $420.00 $294.00 $294.00 Deployment Software License, Perpetual. 60 CORE 510i Kit QSC CORE 510i Kit Integrated Core with eight 1/0 1 $6,680.00 $4,676.00 $4,676.00 card slots, 256 x 256 networked audio channels, dual redundant media LAN ports, one Auxiliary LAN port, 16 configurable GPIO, 64 next-generation AEC processors, 2RU. Can also be configured via software as an 1/0-Frame offering 128 x 128 networked audio channels. Rear plates(RP1 Kit) are included. 61 CX-Q 4K8 QSC CX-Q 4K8 8-Channel 500W/CH Q-SYS 1 $4,760.00 $3,332.00 $3,332.00 Network Amplifier, Lo-Z, 70V, 100V direct drive, FlexAmpTM, with Mic/line Inputs, 100-240V. 62 1/0-USB BRIDGE QSC : 1/0-USB Bridge 1 $1,920.00 $1,344.00 $1,344.00 63 PTZ-12x72 QSC PTZ-12x72 Q-SYS PoE camera for 1 $4,175.00 $2,922.50 $2,922.50 AV-to-USB Bridging. 12x Optical Zoom 72° horizontal field of view. For small to medium conference rooms. Includes Lan, 3G-SDI and HDMI; includes a PTZ-WMB1 (Wall Mount Bracket). 64 SL-DAN-64-P QSC SL-DAN-64-P Q-SYS Software-based Dante 1 $1,335.00 $934.50 $934.50 64x64 Channel License, Perpetual 65 MZ-V7S250B/AM Samsung 970 EVO Plus Series-250GB PCIe 1 $95.00 $68.03 $68.03 NVMe-M.2 Internal SSD 66 QB75R Samsung QB75R Edge Lit 4K 2 $2,769.00 $2,231.81 $4,463.62 67 QB98R Samsung QB98R Edge Lit 4K 3 $10,000.00 $8,000.00 $24,000.00 68 A710-TB Shure A710-TB TILE BRIDGE FOR 2 FT MXA710 6 $95.00 $76.00 $456.00 69 AN14OUT-XLR Shure AN14OUT-XLR 4-Output, XLR connectors, 3 $550.00 $440.00 $1,320.00 Mic/Line DanteTm Audio Network Interface with PEQ and Audio Summing 70 MXA710W-4FT Shure MXA710W-4FT LINEAR ARRAY MIC, 3 $2,699.00 $2,159.20 $6,477.60 WHITE, 4 FT 71 MXC420DF/C Gooseneck Microphone, Length 50 cm, dual bend 20 $290.00 $232.00 $4,640.00 72 MXCW640 Wireless Conference Unit 20 $1,998.00 $1,598.40 $31,968.00 73 MXCWAPT-A Access Point Receiver 1 $5,000.00 $4,000.00 $4,000.00 74 MXCWNCS Networked charging station 2 $1,500.00 $1,200.00 $2,400.00 75 SB900A 4 $118.00 $94.40 $377.60 03/30/21 10:45:11 Page 3 / 5 3of5 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 Avinext Quote# 194027-B Part Description Qty List Price Price Ext. Price Shure SB900A Shure Lithium-Ion Rechargeable Battery 76 SB930 Rechargeable Battery 20 $230.00 $184.00 $3,680.00 77 SBC220 Shure SBC220 2 Bay Networked Docking Station 1 $356.00 $284.80 $284.80 78 SBC220-US Shure SBC220-US 2 Bay Networked Docking 1 $438.00 $350.40 $350.40 Station 79 UA8100 Shure UA8100 100' UHF Remote Antenna 2 $255.00 $204.00 $408.00 Extension Cable, BNC-BNC, RG213/U Type 80 UA834WB Shure UA834WB In-line antenna amplifier for 2 $179.00 $143.20 $286.40 remote mounting. (470-902 MHz) 81 ULXD1=-H50 Shure ULXD1=-H50 Digital Wireless Bodypack 2 $556.00 $444.80 $889.60 Transmitter with Miniature 4-Pin Connector 82 ULXD2/B58=-H50 Shure ULXD2/B58=-H50 Handheld Transmitter 2 $693.00 $554.40 $1,108.80 with BETA 58A® Microphone 83 ULXD4Q=-H50 Shure ULXD4Q=-H50 Quad Digital Wireless 1 $6,269.00 $5,015.20 $5,015.20 Receiver with internal power supply, 1/2 Wave Antenna and Rack Mounting Hardware 84 WL185 Shure WL185 Microflex®Cardioid Lavalier 2 $124.00 $99.20 $198.40 Microphone 85 SUPER713 Tripp Lite SUPER713 SURGE PROTECTOR 6 $27.60 $18.07 $108.42 POWER STRIP 120V 7 OUTLET 7FEET CORD 2160 JOULES BLACK 86 N235-001-6A Tripp Lite N235-001-6A CAT6A STRAIGHT 29 $24.83 $16.26 $471.54 THROUGH MODULAR IN LINE SNAP IN COUPLER RJ45 F/F 87 88 COMNOT Non-Contract Items 1 89 Teranex Mini HDMI to Blackmagic BMD-CONVNTRM/AB/HSDI Teranex 1 $495.00 $495.00 $495.00 SDI 12G Mini - HDMI to SDI 12G 90 CTMAASDIH Blackmagic CONVNTRM/AA/SDIH Teranex Mini 2 $495.00 $495.00 $990.00 12G-SDI to HDMI 91 BMD-CTMYASMTPN Blackmagic BMD-CONVNTRM/YA/SMTPN 3 $85.00 $85.00 $255.00 Teranex Mini -Smart Panel 92 CONVNTRM/YA/RSH Blackmagic BMD-CONVNTRM/YA/RSH Teranex 1 $85.00 $85.00 $85.00 Mini - Rack Shelf 93 CD-MX915H LWC CD-MX915H MaxBlox D-SUB Termination 5 $4.45 $3.14 $15.70 System Hood 94 CD-MX9F LWC CD-MX9F MaxBlox D-SUB Termination 5 $21.74 $15.33 $76.65 System Female D139 95 CD-MX9M LWC CD-MX9M MaxBlox D-SUB Termination 5 $22.15 $15.63 $78.15 System Male D139 96 03410 C2G 03410 1-PORT KEYSTONE WALLPLATE 2 $4.99 $1.58 $3.16 WHT 97 28102 C2G 28102 2m USB 2.0 A/B CBL BLK 2 $6.99 $6.29 $12.58 98 29926 C2G 29926 4ft UNIVERSAL POWER CORD(C13 3 $7.99 $6.40 $19.20 to 5-15P) 99 38989 C2G 38989 25ft USB A to B M/M Active Cable 1 $28.99 $26.09 $26.09 100 AR-DVM-HDF LWC AR-DVM-HDF CABLE ADAPTER DVI-HD 5" 1 $23.88 $16.85 $16.85 BLACK 101 E351806 2402L 241 WIDE LCD DT FULL HD PROJ CAP 17 $624.00 $537.30 $9,134.10 10TCH USB CTLR ZERO-BEZEL 102 SL102-100 Ergomart Limbo w/ 100 VESA 16 $129.00 $109.00 $1,744.00 103 BKNUC8V5PNK1 Intel NUC 8 Pro Kit NUC8v5PNK, US cord, 1 $599.00 $542.44 $542.44 03/30/21 10:45:11 Page 4 / 5 4of5 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 Avinext Quote# 194027-B Part Description Qty List Price Price Ext. Price 104 KVR24S17S8/8 8GB 2400MHz DDR4 Non-ECC CL17 SODIMM 1 $50.00 $46.73 $46.73 1 Rx8 105 FQC-08930 OEM Windows 10 Professional 64-bit English 1 1 $149.00 $0.00 $0.00 pack DSP OEI DVD 106 NK2BXWH-A NETKEY 2PORT WHT SURFACE MNT DIRECT 29 $2.28 $1.99 $57.71 SHIP INCREMENTAL OF 1 107 UTP28SP25BL 25FT CAT6 BLK CU PATCHCORD SD DIRECT 6 $23.80 $19.17 $115.02 SHIP INCREMENTAL OF 1 108 UTP28SP7BL 7FT CAT6 BLK CU PATCHCORD SD DIRECT 42 $14.34 $11.66 $489.72 SHIP INCREMENTAL OF 1 109 PC-G1790-E-P-C LWC PC-G1790-E-P-C SG FP W/HDMI -CLEAR 1 $53.80 $35.43 $35.43 ANODIZE SubTotal $330,755.99 Sales Tax $0.00 Shipping $0.00 Total $330,755.99 QUOTES ARE VALID FOR 30 DAYS FROM THE DATE SHOWN ABOVE. PRICES SUBJECT TO CHANGE- PRICES BASED UPON TOTAL PURCHASE-ALL DELIVERY, TRAINING OR CONSULTING SERVICES TO BE BILLED AT PUBLISHED RATES FOR EACH ACTIVITY INVOLVED-GENERALLY ALL HARDWARE COMPUTER COMPONENTS PROPOSED ABOVE ARE COVERED BY A LIMITED ONE TO THREE YEAR WARRANTY, COVERING PARTS AND LABOR ON A DEPOT BASIS-WE SPECIFICALLY DISCLAIM ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY IMPLIED WARRANTIES OR WITH REGARD TO ANY LICENSED PRODUCTS. WE SHALL NOT BE HELD LIABLE FOR ANY LOSS OF PROFITS, BUSINESS, GOODWILL, DATA, INTERRUPTION OF BUSINESS, INCIDENTIAL OR CONSEQUENTIAL MERCHANTABILITY OR FITNESS OF PURPOSE, OR DAMAGES RELATED TO THIS AGREEMENT. 03/30/21 10:45:11 Page 5 / 5 5of5 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 INSURANCE REQUIREMENTS A. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this not Exhibit. domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 3. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. B. ADDITIONAL REQUIREMENTS 1 . Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Page 1 of 3 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the ''other insurance'' clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. 5. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and Page 2 of 3 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. 7. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. 8. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2020 Insurance Requirements Ins. Req. Exhibit 7-D IT Contracts - Hardware Installation 06/08/2020 Risk Management - Legal Dept. Page 3 of 3 DocuSign Envelope ID:07CE3F35-8584-4066-86A6-C4249AD23C70 Attachment D: Warranty Requirements 1 . Three years for parts, labor and hardware. Page 1 of 1