Loading...
HomeMy WebLinkAboutIT17-212 - Original - Advanced Broadcast Solutions, LLC - Council Chambers Audio Visual System Upgrade - 05/10/2017 Records Ma,, l i� �r%/' % eI's /KENT �, / rill/i/✓/- :>;;, Document WASH NGT G N CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Fume: Advanced Broadcast Solutions Vendor Dumber: 133299 JD Edwards Number Contract Number: M "" This is assigned by City Clerk's Office Project Name: Chambers Technology Upgrade Description: CJ Interlocal Agreement ❑ Change Order ❑ Amendment M Contract ❑ Other: Contract Effective Date: 05/10/17 Termination Date: 10/01/17 Contract Renewal Notice (Days): 30 Number of days required notice for termination or renewal or amendment Contract Manager: Patti Belle Department: Information Technology Contract Amount: $140,660.06 ,Approval Authority: (CIRCLE LINE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): As of 08/27/14 �10T GOODS & SERVICES AGREEMENT between the City of Kent and Advanced Broadcast Solutions, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Advanced Broadcast Solutions, LLC organized under the laws of the State of Washington, located and doing business at 811 South 192"d Street, #100, Seatac, WA 98148-2207, (206) 870-0244, and Mark Siegel (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. City: Vendor shall provide the following goods and materials and/or perform the following services for the Upgrade the existing audio and visual system located within the City's Council Chambers in accordance with the Scope of Work attached and incorporated as Exhibit A. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by October 1, 2017. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed One Hundred Forty Thousand, Six Hundred and Sixty Dollars, and Five Cents ($140,660.05), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The Vendor shall submit invoices to the City on a monthly basis for services provided during the prior month. City shall pay Vendor invoices within thirty (30) days of the City's receipt of a proper invoice. If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND GOODS & SERVICES AGREEMENT - 1 (Over$20,000, including WSST) IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any .reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, In good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. GOODS & SERVICES AGREEMENT - 2 (Over$20,000, including WSST) VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Comolete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions GOODS & SERVICES AGREEMENT- 3 (Over$20,000, including WSST) established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform In accordance with their specifications and Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction, X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. GOODS& SERVICES AGREEMENT - 4 (Over$20,000, including WSST) XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. GOODS & SERVICES AGREEMENT - 5 (Over$20,000, including WSST) J. City Business License Reguired. Prior to commencing the tasks described in Section 1, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code, K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which: shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed', and the terms of the Agreement shall be deemed to have applied. VENDOR: CITY OF KENT- By By: rr i6na (signature) - Ure) e" YZ__ Prin�,Narn Print Na ��:- Suze, 'e oke �>e f77 Its L� Its 7 may6r' (title) DATE: �5 I —? DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Mark Siegel Patti Belle City of Kent 811 South 192nd Street, #100 220 Fourth Avenue South Seatac, WA 98148-0244 Kent, WA 98032 (206) 870-0244 (telephone) (253) 856-4648 (telephone) (206) 299-9990 (facsimile) (253) 856-4700 (facsimile) APPR AS TO FORM�: N 4T n Su ;uze e 0 AS :p`PR T ent 4La Department QpnN,sheld,you mo enter tht eJectrojw+c nj p,tBi where kj­­qract tjA$b,­­*dj GOODS & SERVICES AGREEMENT - 6 (Over$20,000, including WSST) CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I a e�o fulfill the five requirements referenced above. By: For: l�JVL �ri�[ s JU�1-�-hti Title: Date: S 1�+ 2- -, i -] EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of I n)yv r- �n SL-L .} ,ems Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the l y l ZG 17 (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. i By: L. For: ,ELLJ-)cn Title: RE;i,io �- Date: `3 I `A ` 2,� EEO COMPLIANCE DOCUMENTS - 3 of 3 Exhibit A Scope of Work Council Chambers Upgrade for City of Kent Advanced Broadcast Solutions shall provide the following goods and services for the itemized cost indicated below. The amount of $140,660,05 is the total sum to be paid for all goods and services provided under the Agreement and set out in this Scope of Work. 1.0 EQUIPMENT AND INSTALLATION: 1.1 PRICE LIST - Vendor is responsible for the purchase and Installation of the Equipment Listed below: ------........ AB Se S lf­-ABS Sell Ext ... Item 6 escription Qty List Ext List (per uote (per quote) 51611 LSA1U Chien Fixed Wall 4 $195.00 $780.00 $110 6.00 '23.98 HDMI and SDI to Analog and SDI ADVC-G2-NA Muld-Functional 1 $999.00 $999.00 $915.00 $915,00 Converter/Scalar - Frame ---------7­""'1.................. ------................... synchronizerjvc ProHD 17.3" DT-N17H Broadcast Studio 1 $1,850,00 $1,850.00 $1,598,22 $1,598.22 LED-Backlit LCD Monitor Panasonic AW-HE130 AW-HE130WP HD Integrated 5 $8,900.00 $44,500.00 $7,113.45 $35,567.24 Nigel B - White Finish Anti-Vibration NB-AVCB-W Multi-Camera 2 $449.95 $899.90 $379.96 $759,90 Mounting Bracket all PTZ ghati—use———------------- Carxgeras 1/4".20 Tripod Fittings)Planar- PCT2485 PCT2485 - 24W 2 $419.00 $838.00 $406.80 $81160 multi-touch LED LCD, Analog, HDMI, .......................... ....... Sharp - 60" Oass (60.1"diagonal) LC-60LE661U Commercial LED 2 $1,429.00 $2,858.00 $1,162.11 $2,324.22 Smart TV - HD (1920 resolution wJ300 cd/m2 Brightness and 5,000:1 Contrast Ratio. Built-in USB Media Sharp 40" LC-40LB48OU 2 $249.99 $499,98 $274.80 1 $549.,60 Class (40" Diag.) - LED - 1080p- HDTV- Black ............... SLA City al'Kent Chambers Up grade 2017 Blackmagic - Micro CONVCMIC/SH Converter - SDI to 2 $85.00 $170.00 $88.40 $176,80 HDMI Yamaha TF Series TF1-CA digital 48kHz mixing console. Multi-touch 1 $2,950.00 $2,950,00 $2,100,00 $2,100,00 7" tOUchscreen .......... display with Touch Flow operation. 16 faders + I Master NY64-D fader. 16 onboardYamaha 1 $470,00 $470.00 $336,00 $336,.00 Dante 1/0 expansion card for TF series consoles Symetrix-Radius $2,429.70........................_'$2`,4'2'9'�'70`_ DSP, 1/0 expander 80-0102 12x8 EX, 12 in, 8out 1 $3,C card...slot 64Symetrix - xIn 12 120 Volt Dante 1/0 80-0086 12 channel analog 1 $2,119.00 $2,119,00 $1,675.70 $1,675.70 output expander, 12 x64 Dante channel Dante receiverSYMETRIX 80-0056 The ARC�-2e is a menu-driven remote 1 $239.00 $239.00 $19330 $193,70 control for Symetrix DSPs Sharp - 80" Class (80"diagonal) LC-80LE661U Commercial LED 2 $4,629.00 $9,258.00 $3,719.54 $7,439.07 Smart TV - HD '1920 X 1089) resolution w/30 0 cd/m2 Brightness and 5,000:1Shure- MXA910B Ceiling Array 1 $4,500.00 $4,500,00 $3,658,78 $3,658,78 Microphone with IntelliMix DSP Suite, Black Sennheiser - 115-L, ME36 lobar mini 115-L shotgun capsule, 2 $559-00 $1'118.00 $402,60 $805.20 MZH3015 ooseneck ............. MZT30 flange mount and MZS31 shock CX204V mountQSC - 4 1 $1,600.00 $1,600.00 $1,249,30 $1,249.30 channel70V 60-600-02 Extron - MLC 226 1P, 2 $1,530,00 $3,060.00 $933.30 $1,866.60 Black &White ­­­­­.......... ........... FaceplatesExtron:60- 1081-OlSix Input 60-1081-01 HDCP-Compliant 2 $2,390.00 $4,780,00 $1,457,90 $2,915.80 Scaling Presentation Switcher Extron:60-1331-12 00.00 $2,013.00 Distance ............ HDMI Twisted Pair ExtenclerExtron:60- 60-1331-13 1331-13 Long 6 $550.00 $3,300.00 $335,50 $2,01100 Distance SIA Clty of'Kent Ownbets Upgra&2017 2 HDMI Twisted Pair DA-HDTV-SDI ExtenderApantac - 1 $700.00 $700.00 $598.50 $598,50 DA-HDTV-SDI HDMI 1.3 to SDI converter 20 066�LOLO _-..,...... _ - .. .. .. Kramer r VS-66HN 6x6 HDMI Matrix 1 $3,295.00 $'3,295.00 $2,065.68 $2,065.68 Port DesktoSwitcherLinp abet $249 99 $204 00 $204 O0 LG5116P 16- 1 $249 99 PoE+ CONVMSDIDA SwitchMackmagic 1 $195.00 $195.00 $187�20 $187.20 Design - Mini Converter ._.,,. _,,.... . ......... ........ _w,.,w.... SDI I Distribution Brig III ine 51.2P1-H - SerlesONE 2x54 W 8 $1,149,00 $9,192.00 $921.54 $7,372.30 Phase Dim 120VAC, Mineral Bronze w/ Horizontal m.�, ........._... . ....� yoke Mtg.Le.. .. ., ....,. . ...�.... vIlton DDMXI-BLZ DDMXI-BLZ Decora 2 $44.99 $89.98 $60.74 $121,48 Digital. . .,,..,_. ,.... a. -. .uuv_.., _ . .. ..--.. ....m 450Tightrope - Cablecast Flex 2 Video Server - IOTB RAID5, 2 channel CBLmFLEX2 340 configurable W I 1 $18,900.00 $18,900.00, $17,435.25 $17,435.25 LED/CFL, 1000W Incandescent Dimmer and Timer with Bluetooth I pe-Carousel �.,. ...... ...wo . bulletin board configured for broadcast in a 1RU CBL-CG330-SDI chassis. SIDI x1 or I $3,750,00 $3,750,00 $3,474.75 $3,474.75 Ox2 SD/HD SDI encode/decode„ multi-format server _........n ......... with..,.1G!TB of 6IAI5 ._...n ...,. '._w........................... . . and Composite outputs, genlock input, hardware accelerated graphics. CBL-CG330-SVR All Tightrope Media 5 $3,950.00 $19,750.00 $150.00 $750.00 Systems - Remote Training, Installation li Assistance and Service VHUBSMART6G12I2 Blac'kmagicJDesign - 1 $1,39 .00 $1,395.00 Smart .. $1,339.20 $1,339.20 __._.._ ......-. ,m..� . � x 12 Videnhub I2 �_.�..�._ ..,.,,.._._ _ ....._,_., .....,._.,,,,,� .....,__ .�.,-..._., 6G-SDISUBTOTAL - $57,309,11 $105,372,77 M EQUIPENT ..,.,.. _ ...._......... ... .. TOT AL $10 ,372 77 .___.-._ .._...._..-.... _...._ ...,, ABS- Integration Services (Labor, Integration commissioning, I $21,700.00 $21,700.00 testing and project Cable connectors, connectors, Materials four 5" sections of 1 $800.00 $800.00 15 �S!�Se.w/,..mounts SUBTOTAL $127,872.77 Sales Tax 4/1/17 - 10% $12,787.28 5LA(fty of Keno f.Prn9w hewn I'ppradc 2017 3 les Tax ***This does include sales Tax*** [�added otal with Sa $140,660.05 I 1.2 — Purchase and Installation Roles and Responsibilities 1.2.1 Vendor Responsibility 1. Create a final set of installation/schematic drawings. 2. Provide CoK with Project Management and Oversight services through the life of the project. 3. Vendor is responsible for testing of equipment to ensure functionality and "working condition" as it is received and installed. 4. Installation of all Equipment purchased and provided per final drawings and as outlined in Section 1.0. 5. Testing and troubleshooting of complete system upon final installation. See Section 2.3 6. City Staff Training Audio Equipment 7. City Staff Training Video Equipment 8. Purchase and install all required cables per final drawing schematic. 9. Purchase and install all required wiring per final drawing schematic. 10. Purchase and install all required connections per final drawing schematic. 11. Acquire all required permits. 12. Vendor and any subcontractors must be able to provide proof of that they are currently licensed and bonded. 13. Ensure that all equipment and cables clearly labeled. 14. Provide a defined schedule with dates and times determined in advance mutually based on room usage. 15. Supplying any misc. equipment and supplies not specified on the bid equipment and necessary to complete the installation. 16. Work to be conducted within the CoK standard working hours, (M-F 8:OOAM-5:OOPM PDT) or as agreed upon between the vendor and the CoK. 17. Vendor to provide support and follow up trouble shooting for a defined period of time as outlined in Section 3.0. 1.2.2 City of Kent Responsibility Chambers West 1. Provide a raceway from the dais area of the Chambers West to the control room for connecting the lectern to the system. based on installation drawings specifying path size and requirements. 2. Provide a raceway from the projector location to the lectern for the projector cables based on installation drawings specifying path size and requirements. 3. Provide a raceway or cable path from the screen to the lectern. based on installation drawings specifying path size and requirements. 4. Confirm and/or update to allow for 120VAC outlets at both projector and lectern locations, 4 total (20 Amps Un-switched per each). 5. Confirm and/or update to allow for 120VAC outlets with a switchbox (up/stop/down) at both screen locations. SLA City of Kent Chambers Upgrade 2017 4 6. Provide a network drop in Chambers West moved to opposite side of the dais and installed in the dais in consultation with IT Network staff. 7. Provide mounting hardware for monitors. Chambers East 8. Provide a raceway from the lectern to the top of the "old stairway" and to the ceiling of the 2nd floor hallway, for all cables associated with Chambers East based on installation drawings specifying path size and requirements. 9. Confirm and/or update to allow for 120VAC outlets at both lectern locations, 2 total (20 Amps Un-switched per each). 10.120VAC outlets with a switchbox (up/stop/down) at both screen locations. 11.Provide network drop in Chambers East moved back on the wall to a location in the back of the stairwell wall in consultation with IT Network staff. 12.Provide mounting hardware for monitors. Control Room 13.Ensure there is enough additional electrical capacity in the Control Room to accommodate the additional equipment. 14.Provide PC's and monitors for lectern. 2.0 COMMUNICATIONS AND SUPPORT WITH INSTALLATION PARTNERS 2.1 — Communication The vendor will be required to communicate and work with the equipment supply vendor(s), the City of Kent Facilities Department and the Multimedia Manager, as well as the design vendor. The vendor must identify the personnel that will serve as the project manager. The vendor must act as the contact between the City of Kent and the equipment supply vendor(s) on any equipment warranty during the purchase and installation period including replacement of any defective, equipment damaged during shipment, equipment with a manufacturing defect or any other nonfunctioning as tested and determined by the installing vendor. During the installation and testing period, the vendor must immediately communicate with the equipment vendor(s) to replace any defective or nonfunctioning equipment. It shall be the equipment vendor's obligation to replace such defective or nonfunctioning equipment with new components and the vendor shall retain possession of any defective or nonfunctioning equipment during the installation and testing period. The City shall not be required to seek repair or replacement of equipment through a manufacturer's warranty. The vendor provide the appropriate service levels and availability to perform the installation, and troubleshoot problems after the installation in both a normal and "emergency" setting. SLA City of Keep Chambers Upgrade 2017 5 3.0 — SUPPORT & TESTING - 3.1 Testing Period The purpose of the testing period is to allow the City to utilize the equipment in a variety of settings for a full month's business period. The vendor shall provide support to the City for the 30-day period following completion of installation in the event that there are any difficulties with the equipment installation. The vendor shall be available by telephone and may be asked to come on site. This testing period support will take place at no cost to the City unless mutually agreed. 3.2 Post-Installation Support Following the 30-day test period, the vendor may be asked to provide assistance to the City with regard to the equipment installation. At this time, the City would compensate the vendor according to normal business practices of the City. SLA City of Kent Chambers Upgrade 2017 () N IT ------------ --j- L 2nd Floor City Hall Video Productio &taping area overlooks Chambers I st Floor City Hall Council Chambers West{Am-cm u et&dt-71*"wQ 0 0 i I I st Floor City Hall Council Chambers East(uror.n e )*k-tiu..j 0 0 i SLA City of Kent Chambers Upgrade 2017 7 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. From:April Smith Fax:(206)417-1512 To: Far (2061 299-9990 Page 2 of 6 OV21 CO17 3:05 PM OP ID:AS AFRO" CERTIFICATE OF LIABILITY INSURANCE DA031211�001Y7 2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT, If the certificate holder is an ADDITIONAL INSURED,the poilcy(les)must be endorsed. If SUBROGATION IS WAIVED, subject to the terns and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER NAME;CT April Smith Anderson&Black Insurance LLC NE --- 19109 36th Ave W Ste 200 PH6 No Eat):206-866-7662 A/C N.:206-866-7662 Lynnwood,WA 98036 ADDRESS:aprils@andersonandblack.com �c ADVAN-1 - -------- ..-.— CUSTOM I _ _ MURER(S)AFFORDING COVERAGE NAIC_/ INSURED Advanced BroadcastINSURERA:Travelers Prop&Cas Co ofAm 25674 Solutions,LLC INSURER B:Travelers Indemnity C Attn: Mark Siegel ompany 25658 - ----------- - 811 So.192nd St.#100 INSURER C•Travelers Casualty ins Cc of 19046 SeaTac,WA 98148 INSURER D:America _ INSURER E;Best Rating A++XV INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WSR POLICY FMXP LTR TYPE of INSURANCE POLICY NUMBER MI MMIO LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,00 �C*AhTALETCT A X j COMMERCIAL GENERAL IIAQIII"; ZLP81M22538 0110612017 01106/2018 PREMISES LEa octurrerce s _ 300,00 j CLAIMS-MADE OCCUR M�XF(Any one perso� 10,00 X EMP BENEFITS LP81M22538 01/06/2017 01/0612018 PERsor,aL a ADv,NJURY s 1,000,00 GENERAL AGc RE(,AT� 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS COMP/OP AGG S 2,000,00 X FOLICY 'PR'T 7 LOC IE&O LIMIT - s 1,000,00 AUTOMOBILE LIABILITY COMBINED S.N6.E LIMIT T 1,000,0D (Ea 9U cen[V B X �- --ANY AUTO BA2F925801 01 f06/2017 0110612018 c BODIL't N.VRr(Pe(person) S ALL OWNED'AUTO` CODILY N-uRY(Per acnde- I) T _CHEDULEDAUT05 j--.---- --_---- ------------------ PROPERT;DWI AGE S kHIRED AUTOS (PEP AG:IDENT) NON-OWNED AU T 0'j t X Hired Phys Dam 1001$11000 DEDUCTIBLES T X UMBRELLA LIAS C,CCLR FALHGCCURRENCF S 4,000,00 EXCESS LIAR CtAk1�-rADE AGr,REGATF S 4,000,00 A --- -�= UP81M2254A 01106/2017 01/06/2018 r - -- - --- i s DECI-CTIB.E X RETENTION T 10000 S WORKERS COMPENSATION X 'NC TA'U r^!. AND EMPLOYERS'LIABILITY YIN T�iR'rL'MITS ER C ANY PROPRIETORrPARTNEPoEXE-'IJTIVE UPSIM2254A 01/06/2017 01/06/2018 E L EACH ACCIDENT Is 1,000.00 OFFICE(Mandatory In NH) Fny NEF EXCLUCEO� N f A (Mandatory In A,OR,PA,WA WORK COMP E L C45E.ASE-EA EMPLOYEE S 1,000,00 It es,dascr�Ce under DESCRIPTION OF OPERATIONS t Jorr E L DISEASE POLICY LIMIT is 1,000,00 A PROPERTY LPBIM22538 0110612017 0110612018 BPP 2,000,00 RC/SPEC FORMf$5,000 DIED iBUS INC 1,120,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 1t11 Addalonal Remarks Schedule,If mars specs Is required) &O INCLUDES COVERAGE FOR NETWORK S INFOWt NION SECURITY LIABILITY AND CO24SIJNICATIONS 6 bMIA LIABILITY $1,000,000 EC OCC/$1,000,000 AQG. $10,000 TENTION CERTIFICATE HOLDER CANCELLATION CITYKEN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN The City of Kent ACCORDANCE WITH THE POLICY PROVISIONS, 220 Fourth Ave.S. Kent,WA 98031 AUTHORIZED REPRESENTATIVE O 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD From April Smith Fax:(206)"7-1512 To: Far: r206;299-9990 Page 3 of 6 03a1r2017 3:05 PM COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE - ADDITIONAL INSUREDS - PRIMARY AND NON-CONTRIBUTORY WITH RESPECT TO CERTAIN OTHER INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to Paragraph 4, a, named insured, and we will not share with Prima Insurance, of SECTION IV - that other Insurance, provided that: COMM �CIAL GENERAL LIABILITY CONDITIONS: (1) The "bodily injury" or "property damage" However, if you specifically agree in a writ- for which coverage is sought is caused ten contract or agreement that the insurance by an "occurrence" that takes place; and afforded to an additional insured under this (2) The "personal injury" or "advertising in- Coverage Part must apply on a primary ba- jury" for which coverage is sought arises sis, or a primary and non-contributory basis, out of an offense that is committed; this insurance is primary to other insurance that is available to such additional insured subsequent to the signing and execution of which covers such additional insured as a that contract or agreement by you. i t CG D4 25 07 08 o 2008 The Travelers Companies, Inc. Page 1 of f From:April Smith Fax:(206)447-151: To Fay: 1206p 299-9990 Page 4 of 6 03r21 12017 3 06 PM I. BLANKET ADDITIONAL INSURED OWNERS, and executed that contract or agree- MANAGERS OR LESSORS OF PREMISES. ment; and The following is added to SECTION II — b. Is caused, in whole or in part, by your WHO IS AN INSURED: acts or omissions in the performance Any person or organization that is a of your ongoing operations to which or premises owner, manager or lessor is that contract agreement applies an insured, but only with respect to li- or the acts or omissions issions of any person ability arising out of the ownership, maintenance or use of that part of any tions on your behalf. organization performing such opera- premises leased to you. The,limits of insurance provided to such The insurance provided to such prem•- insured will be the limits which you ises owner, manager or lessor does agreed to provide in the written contract not apply to: or agreement, or the limits shown in the Declarations, whichever are less. a. Any "bodily injury" or "property damage" caused by an "occurrence" L. BLANKET ADDITIONAL INSURED — BROAD that takes place, or "personal in- FORM VENDORS jury" or "advertising injury" caused The , following is added to SECTION II — by an offense that is committed, WHO IS AN INSURED: after you cease to be a tenant in that premises; or Any person or organization that is a ven- b. Structural alterations, new construe- dor -and that you have agreed in a written tion or demolition operations per- contract or agreement .to include as an formed by or on behalf of such additional insured on this Coverage Part is an insured, but only with respect to li- ability for "bodily injury" or "property I BLANKET ADDITIONAL INSURED — LESSORS damage" that: OF LEASED EQUIPMENT a. Is caused by an "occurrence" that takes The following is added to SECTION 11 — place after you have signed and exe- WHO IS AN INSURED: cuted that contract or agreement; and Any person or organization that is an b. Arises out of "your products" which equipment-lessor is an insured, but only are distributed or sold in the regular with respect to liability for "bodily In- course of such vendor's business. jury", "property damage", "personal in- jury Th I provided to such vendor is " or 'advertising injury" caused, in e Insurance p whole or in part, by your acts or omis- subject to the following provisions: sions in the maintenance, operation or a The limits of insurance provided to use by you of equipment leased to you such vendor will be the limits which by such equipment lessor. you agreed to provide in the written The insurance provided to such equipment contract or agreement, or the limits lessor does not apply to any "bodily in- shown in the Declarations, whichever jury" or "property damage" caused by an are less. "occurrence" that takes place, or "per- b. The insurance provided to such vendor sonal injury" or advertising injury" does not apply to: . caused by an offense that Is committed, after the equipment lease expires. (1) Any express warranty not author- K. BLANKET ADDITIONAL INSURED — PERSONS Ized by you; OR ORGANIZATIONS FOR YOUR ONGOING (2) Any change in "your products" OPERATIONS AS REQUIRED BY WRITTEN made by such vendor; CONTRACT OR AGREEMENT (3) Repackaging, unless unpacked The following is added to SECTION II — solely for the purpose of inspec- WHO IS AN INSURED: tion, demonstration, testing, or the Any person or organization that is not substitution of parts under instruc- otherwise an insured under this Cover- tions from the manufacturer, and age Part and that then repackaged in the original ton- g you have agreed in a tamer; written contract or agreement to in- clude as an additional insured on this (47 Any failure to make such Inspec- Coverage Part is an insured, but only tions, adjustments, tests or servic- with respect to liability for "bodily in- ing as vendors agree to perform or jury" or "property damage" that: normally undertake to perform in a is caused by an "occurrence" that the regular course of business, in takes place after you have signed connection with the distribution or .sale of "your products"; Page 4 of 6 ® 2012 The Travelers Indemnity Company. All rights reserved. CC D4 17 01 12 Includes copyrignted material of insurance Services Office. Inc. with its permisslorl From April Smith Far..1206)447-1512 To Fat: 12061 299-6990 Page 5 of 6 03r2ir-017 3:05 PM t (5) Demonstration, installation, ser- rent or past partnership or joint venture vicing or repair operations,' ex- that; is not shown as a Named Insured in cept such operations performed the Declarations. This paragraph does not at such vendor's premises in apply to any such partnership or joint connection with the sale of venture that otherwise qualifies as an in- "your products"; or sured under Section I) - Who Is An In- (6) "Your products" which, after dis- sured. tribution or sale by you, have 0. MEDICAL PAYMENTS - INCREASED LIMITS been labeled or relabeled or The following used as a container, part in- SECTION III - LIMITS laces Para OF INSURANCE: 7. of gradient of any other thing or substance by or on behalf of such vendor. 7. Subject to 5. above, the Medical Ex- pense Limit is the most we will pay Coverage under this provision does not tinder Coverage C for all medical ex- apply to: penses because of "bodily injury" sus- tained by any one person, and will be a. Any person or organization from the higher of: whom you have acquired "your products", or any ingredient, part or (a) $10,000; or container entering into, accompany- (b).The amount shown on the Declara- ing or containing such products; or tions of this Coverage Part for b. Any vendor for which coverage as Medical Expense Limit. an additional insured specifically is scheduled by endorsement. P. CONTRACTUAL LIABILITY - RAILROADS M. WHO IS AN INSURED - UNNAMED 1• The following replaces Paragraph c. of SUBSIDIARIES the definition of "insured contract" in the DEFINITIONS Section: The following is added to SECTION II - C. Any easement or license agree- WHO IS AN INSURED: ment; Any of your subsidiaries, other than a 2. paragraph f.(1) of the definition of "in- shown as a Named Insured in the Dec- partnership or joint venture, that is not sured contract" in the DEFINITIONS Sec- larations is a Named Insured if: tion is deleted. a You maintain an ownership interest O. KNOWLEDGE AND NOTICE OF OCCURRENCE OR of more than 50% in such subsidi- OFFENSE ary on the first day of the policy The' following is added to Paragraph 2., period; and Duties In The Event of Occurrence, Offense, b. Such subsidiary is not an insured Claim or Suit, of SECTION IV - COMMERCIAL under similar other Insurance. GENERAL LIABILITY CONDITIONS: No such subsidiary is an insured for e. The following provisions apply to "bodily injury" or "property damage" Paragraph a. above, but only for the that occurred, or "personal injury" or purposes of the insurance provided "advertising injury" caused by an of- under this Coverage Part to you or fense committed: any insured listed in Paragraph 1- or 2. a Before you maintained an ownership of Section II - Who Is An Insured: interest of more than 50% in such (1)'Notice to us of such "occurrence" subsidiary; or or offense must be given as soon b. After the date, if any, during the as practicable only after the "oc- policy period that you no longer currence" or offense is known to maintain an ownership interest of you (if'you are an individual), any more than 50% in such subsidiary. of your partners or members who is an individual (if you are a part- N. WHO IS AN INSURED - LIABILITY FOR nership or joint venture),- any of CONDUCT OF UNNAMED PARTNERSHIPS OR yyour managers who is an individual JOINT VENTURES if you are a limited liability com- pany), any of your trustees who is The following replaces the last para- an individual (if you are a trust), graph of SECTION II - WHO IS AN any of your "executive officers" or INSURED: directors (if you are an organiza- No person or organization is an insured tion other than a partnership, joint with respect to the conduct of any cur- venture, limited liability company or trust) or any "employee" author- CG D4 17 D1 12 ® 2012 The Travelers Indemnity Company. All riglts reserved. Page 5 of 6 Includes copyrighted materia: of Insurance Services Office, Inc. with its oermissiom From:April Smith Far:(206)447-1512 To Fa. 1206)299-8590 Page 6 of 6 03r2i2017 3 05 PM ized by you to give notice of an However, if this policy includes an en- "occurrence" or offense. dorsement that provides limited cover- (2) If you are a partnership, joint age for "bodily injury" or "property venture, limited liability company damage" or pollution costs arising out of a discharge, release or escape of or trust, and none of your part- "pollutants" which contains a require- ners, joint venture members, rhent that the discharge, release or es- managers or trustees are indi- cape of "pollutants" must be reported viduals, notice to us of such to us within a specific number of occurrence" or offense must be days after its abrupt commencement, given as soon as practicable this Paragraph e. does not affect that only after the "occurrence" or requirement. offense is known by: (a) Any individual who is: R. UNINTENTIONAL OMISSION The following is added to Paragraph 6., (I} A partner or member of venture;partnership or joint Representations, of SECTION IV - v COMMERCIAL GENERAL LIABILITY CONDITIONS- The (ii} A manager of any limited The unintentional omission of, or uninten- liability company; tional error in, any information provided by you which we relied upon in issuing Gii) A trustee of any trust; or this policy will not prejudice your rights under this insurance. However, this pro- (iv) An executive officer or vision does not affect our right to collect director of any other or- additional premium or to exercise our ganization; rights of cancellation or nonrenewal in that is your partner, joint accordance with applicable insurance laws venture member, manager or or regulations. trustee; or S. BLANKET WAIVER OF SUBROGATION (b) Any "employee" authorized The following is added to Paragraph 8., by such partnership, joint Transfer Of Rights Of Recovery Against Oth— venture, limited liability com- ers To Us, of SECTION IV — COMMERCIAL pany, trust or other organiza- GENERAL LIABILITY CONDITIONS: tion to give notice of an "occurrence" or offense. If the insured has agreed in a contract or agreement to waive that insured's right of (3) Notice to us of such "occur- recovery against any person or organiza- rence"• or offerise will be tion, we waive our right of recovery deemed to be given as soon as against such person or organization, but practicable if it is given in good only for payments we make because of: faith as soon as practicable to your workers' compensation in- a. "Bodily injury" or "property damage" surer. This applies only if you caused by an "occurrence" that takes subsequently give notice to us place; or of the "occurrence" or offense as soon as practicable after any b. "Personal injury" or "advertising in- of the persons described in jury" caused by an offense that is Paragraphs e. (1) or (2) above committed; discovers that the "occurrence" subsequent to the execution of the con- or offense may result in sums tract or agreement. to which the Insurance provided under this Coverage Part may apply. Page 6 of 6 ® 2012 The Trave:ars Indemnity Company. All rights reserved. CG D4 17 01 12 Includes copyrighted material of Insura-ice servicos Office, 'nc. wiLh its permission Estimate Date 4/3/2017 Advanced BroadcaOSoiWons 811 SOUTH 192ND STREET, #100 Quatation# 19333 Seatac, WA. 98148-2207 Rep MS Ph: (206) 870-0244 Account* Fax: (206) 299-9990 Project Ship To: Ship To: City of Kent City of Kent Attn: Accounts Payable Information Technology 220 Fourth Ave S 220 4th Avenue South Kent,WA 98032 Kent, WA 98032 FOB Terms Ship Via Valid Until P.O.No. Origin Net 20 5/17/2017 Item Description Qty Unit Cost Total Council Chamber Upgrade LSAIU Chief Fixed Wall Mount, Large 4 105.995 423.98T ADVC-G2-NA HDMI and SDI to Analog and SDI Multi-Functional 1 915.00 915.00T Converter/Scalar-Frame synchronizer DT-N17H ]VC ProHD 17.3" Broadcast Studio LED-Backlit LCD 1 1,598.22 1,598.22T Monitor AW-HE130WP Panasonic AW-HE130 HD Integrated Camera(White) 5 7,113.448 35,567.24T NB-AVCB-W Nigel B-White Finish Anti-Vibration Multi-Camera 2 379.95 759.90T Mounting Bracket(Fits all PTZ Cameras that use 1/4".20 Tripod Fittings) PCT2485 Planar-PCT2485-24W multi-touch LED LCD,Analog, 2 406.80 813.60T HDMI, DisplayPort LC-60LE661U Sharp-60"Class(60.1"diagonal)Commercial LED 2 1,162.11 2,324.22T Smart TV-HD(1920 x 1080)resolution w/300 cd/m2 Brightness and 5,000:1 Contrast Ratio. Built-in USB Media Player, Digital Tuner,and 10W per Channel Stereo Audio System.3-Year Onsite Limited Warranty LC-40LB48OU Sharp-40"Class(40"Diag.)-LED- 1080p-HDTV- 2 274.80 549.60T Black CONVCMIC/SH Blackmagic-Micro Converter-SDI to HDMI 2 88.40 176.80T TF1-CA Yamaha TF Series digital 48kHz mixing console. 2,100.00 2,100.00T Multi-touch 7"touchscreen display with TouchFlow operation. 16 faders+ 1 Master fader. 16 onboard Mic/Line analog Inputs. 32 mono+ 2 stereo mixable channels. Rack mountable with optional RK5014 NY64-D Yamaha Dante I/O expansion card for TF series 336.00 336.00T consoles 80-0102 Symetrix-Radius 12x8 EX, 12 in, 8 out DSP,1/0 1 2,429.70 2,429.70T expander card slot,64x64 Dante 80-0086 Symetrix-xIn 12 120 Volt Dante I/O 12 channel analog 1 1,675.70 1,675.70T output expander, 12 channel Dante receiver Subtotal Sales Tax (10.0%) Total Signature Page 1 Estimate Date 4/3/2017 Advanced eroa&ast solutions Quotation# 19333 811 SOUTH 192ND STREET, #100 Seatac,WA. 98148-2207 Rep MS Ph: (206)870-0244 Account# Fax: (206) 299-9990 Project Ship To: Ship To: City of Kent City of Kent Attn. Accounts Payable Information Technology 220 Fourth Ave S 220 4th Avenue South Kent,WA 98032 Kent,WA 98032 FOB Terms Ship Via Wild Until P.O.No. Origin Net 20 5/17/2017 Item Description Qty Unit Cost Total 80-0056 SYMETRIX The ARC-2e is a menu-driven remote control 1 193.70 193.70T for Symetrix DSPs LC-80LE661U Sharp-80"Class(80"diagonal)Commercial LED Smart 2 3,719.535 7,439.07T TV-HD(1920 x 1080) resolution w/300 cd/m2 Brightness and 5,000:1 Contrast Ratio. Built-in USB Media Player,Digital Tuner,and 1OW per Channel Stereo Audio System. 3-Year Onsite Limited Warranty MXA910B Shure-Ceiling Array Microphone with IntelliMix DSP 1 3,658.78 3,658.78T Suite,Black I15-L Sennheiser-I15-L,ME36 lobar mini shotgun capsule, 2 402.60 805.20T MZH3015 gooseneck,MZT30 flange mount and MZS31 shock mount 0X204V QSC-4 channel 70V amplifier 1 1,249.30 1,249.30T 60-600-02 Extron-MLC 226 IP,Black&White Faceplates 2 933.30 1,866.60T 60-1081-01 Extron:60-1081-01Six Input HDCP-Compliant Scaling 2 1,457.90 2,915.80T Presentation Switcher 60-1331-12 Extron:60-1331-12 Long Distance HDMI Twisted Pair 6 335.50 2,013.00T Extender 60-1331-13 Extron:60-1331-13 Long Distance HDMI Twisted Pair 6 335.50 2,013.00T Extender DA-HDTV-SDI Apantac-DA-HDTV-SDI HDMI 1.3 to SDI converter 1 598.50 598.50T 20-0661010 Kramer VS-66HN 6x6 HDMI Matrix Switcher 1 2,065.68 2,065.68T LGS116P Linksys 16-Port Desktop Gigabit PoE+Switch 1 204.00 204.00T CONVMSDIDA Blackmagic Design -Mini Converter SDI Distribution 1 187.20 187.20T S1.2P1-H Brightline-SeriesONE 2x54 W Phase Dim 120VAC, 8 921.5375 7,372.30T Mineral Bronze w/ Horizontal Yoke Mtg. DDMX1-BLZ Leviton DDMX1-BLZ Decora Digital 45OW LED/CFL, 2 60.74 121.48T 1000W Incandescent Dimmer and Timer with Bluetooth Technology Subtotal Sales Tax (10.0%) Total Signature Page 2 Estimate Date 4/3/2017 Advanced broadcast solutions Quotation# 19333 811 SOUTH 192ND STREET, #100 Seatac,WA. 98148-2207 Rep MS Ph: (206) 870-0244 Account# Fax: (206)299-9990 Project Ship To: Ship To: City of Kent City of Kent Attn: Accounts Payable Information Technology 220 Fourth Ave S 220 4th Avenue South Kent,WA 98032 Kent,WA 98032 FOB Temts Ship Via Valid Until P.O.No. Origin Net 20 5/17/2017 Item Description Qty Unit Cost Total CBL-FLEX2-340 Tightrope-Cablecast Flex 2 Video Server- IOTB 1 17,435.25 17,435.25T RAID5, 2 channel configurable 1x1 or Ox2 SD/HD SDI encode/decode, multi-format server with 10TB of RAID5 storage in a 1 RU chassis.Selectable SD or HD SDI with embedded audio. Includes Cablecast Automation and Carousel Server Software.Includes graphics,crawl, bug,bug text on output,3 year hardware warranty and 6 hours of installation support and training. CBL-CG330-SDI Tightrope-Carousel bulletin board configured for 1 3,474.75 3,474.75T broadcast in a 1RU chassis. SDI and Composite outputs, genlock input, hardware accelerated graphics.All Carousel features as well as interface with the Cablecast schedule for display of"Airs Again On","Coming up Next"and Cablecast schedule bulletins updated dynamically throughout the day Includes Carousel Player License and Carousel Channel License.2 hours of remote installation support/end user training and 3 years hardware assurance included. CBL-CG330-SVR Tightrope Media Systems-Remote Training,Installation 5 150.00 750.00T Assistance and Service VHUBSMART6G1212 Blackmagic Design-Smart Videohub 12 x 12 6G-SDI 1 1,339.20 1,339.20T SUBTOTAL 105,372.77 Integration ABS Integration Services(Labor,commissioning,testing 1 21,700.00 21,700.00T and project management) Materials Cable connectors,four 5"sections of 1'S" pipe w/ 1 800.00 800.00T mounts SUBTOTAL 22,500.00 All quotes are valid for 30 days unless otherwise noted. Subtotal $127,872.77 By signing,the purchaser/Ikensee acknowledges that the purchaser/ucensee read and agrees to the terms and conditions set forth by ABS and quoted vendors.ABS Sales Tax (10.0%) $12,787.28 terms and conditions supersede any and all purchase orders and other documents vela"to the systern or the purchase or license thereof.Purchaser/licensee is subject to shipping/handling and 3%credit card processing fees incurred related to Total $140,660.05 order,unless otherwise stated. http://www,advancedbroadcastsolutions.com/terms-conditions/ Signature Page 3 FARIMERM City of Seattle PrIcIn $1.05,372.77 $ 128,090.62 $21,700.00 $ 21,700.00 $800.00 $ 800.00 $127,872.77 $ 150,590.62 $12,787,28 10,00% $ 15,209.65 10.10% $140,660.05 $�165,800.27 MWAIRMIMEM $25,140.23 Chamber Technology Timeline Quarter #4 2016 • Video Switcher - COMPLETED & INSTALLED • Lighting and audio testing Quarter #1 2017 • Vendor comparison and evaluation - COMPLETED • Prep for arrival of presentation monitors - COMPLETED Quarter #2 2017 In Room Display • Mounting hardware - Facilities to install • Power&video cables - Vendor to install • Presentation monitors (2 Sharp Commercial LED LCD 80"& 2 Sharp Commercial LED LCD 60") • Roll around cart with monitor (Sharp Commercial LED LCD 60") • Video distribution amplifier Audio - Vendor to Install • Toa Electronics audio amplifier • Mackie audio mixer • Shure Ceiling Array Microphone, and related hardware and software Podiums - Vendor to install • Podium router HD upgrade • Extron Podium control panel with programming • Extron switcher • Podium HD scan converters HD Cameras& lighting - Vendor to install • HD video cameras (3 existing mounts) • HD video cameras (2 new mounts) • Video lighting Quarter #3 2017 On-air system - Vendor to install • HD video router(Kramer HDMI) • HD Video Playback system (Cablecast) • HD Billboard system (Carousel) • HD record back-up system • Quality control equipment/video monitors • Comcast equipment (16x9 aspect ratio, digital HD signal) Io ogle M0NIT0R xut w � CAMERA I LIGHTING A ,zCAMERA r r ,✓f ir,,- f, ;'o 0�S7, r MONITOR � T�CIR CAMERA CAMERA r Via;, /ev f CAMERA uNu«r , ,. °CAIMERA , CAMERA U ` CAMERA4 DO'R oll Win "Jamr, Nw�o�w�flDD/�,j: •.'s rl ,e ,�/i,...fi,,, r,IN 4.; f ASSOCIATES November 21, 2016 Kent TV 21 Attn: Edgar Riebe 1008 Western Avenue Suite 201 Seattle,WA 98104 t 206-829.8171 Edgar, Thank you for the opportunity to provide you with this proposal to replace end of life technical systems in the council chambers and production control room. We have provided this proposal based on our walk through with you and on our experience with numerous similar projects. There are many options and details that may be further refined with your direction. it is our preference to with your key stakeholders to be certain that we have provided the very best system design to fit your unique needs.We look forward to an opportunity to discuss our recommendations further. Please direct any questions or correspondence regarding this proposal to me. Sincerely, 94�== Erik Utter President-Utter Associates f. 'I ASSOC 1 ATES Kent TV21 Council Chambers AV and Broadcast upgrades Prepared for: Edgar Riebe Prepared by: Erik Utter November 21, 2016 Introduction Utter Associates is proposing to design and integrate upgrades to the Council Chambers AV systems and Kent TV21 Broadcast Systems in response to a request for proposal.This turn-key solution replaces end-of-life AV systems, production systems and playout cablecast systems. Utter Associates is an engineering and design focused firm that offers solutions independent of relationships with manufacturers. Our extensive experience includes broadcast, network, corporate, educational and government PEG facilities. Our knowledge spans a wide range of solutions. We have recently completed several PEG facilities based around very similar architectures to this design. There are many advantages to our approach including streamlined integration, ease of use, reduced risk, and quality support. This proposal is based on a walk-through completed November 10. Although we were unable to complete a thorough system audit,we believe we have ample experience with similar PEG facilities to understand what will satisfy the technical needs of the City. We have elected to provide a proposal that we believe will support the stated goals of the City today and in the future. At the direction of the City we are happy to take a different approach to the budget or the technology. We look forward to an opportunity to discuss the options. Design Philosophy When designing systems for PEG facilities the following design considerations are critical: 1. Operator ease of use—Technical flexibility and capabilities should be retained while offering a straight-forward workflow that supports short training periods and streamlined operations. It is understood that staffing is minimal and the design needs to support work-flow efficiency. 2. Long product life-cycle— PEG Projects are funded on very long cycles.Sometimes 10-15 years or more. Equipment should be carefully selected with the expectation of very long product life cycles and support. This usually rules out lower cost "PC based" or all-in one solutions and steers selections to well established manufacturers. 3. Manufacturer support— Equipment selections should account for the level of support offered by the manufacturer. Where possible,we recommend manufacturers that offer Kent TV21 1 free telephone operational support and free software upgrades.We align ourselves with manufacturers that have a record of offering superior support. An additional design consideration for this project is that the City has stated an intent to move in the next several years. This design supports a move to a new facility with minimal down-time. Some existing infrastructure (wiring and cable pathway) is planned to be re-used in the existing facility to minimize wasted investments at the time of the move. We prefer that system design and work-flow planning is an interactive process between your key stakeholder group and our designers. The design process should create opportunities for improvement. Design Details Broadcast Systems Our Integrated Production System approach is centered on a Ross Carbonite switcher/multi- viewer chassis with periphery equipment that is fully compatible yet uses discreet hardware to allow for future upgrades and redundancy.The ability of the switcher to integrate controls of external devices such as the CG and router will greatly simplify operations work-flow.As an integrated system it offers significant ease of training and back-up scenarios.The graphics system is industry standard and offers unlimited layers, template based work-flow, play-out sequencing, and can be controlled by the switcher.Typical events will be recorded directly to the playback system and be backed up by an industry standard KiPro recorder with removable media. PTZ cameras will be based on an industry standard Panasonic platform that can be expanded beyond the initial three cameras. Automated channel play-out control will utilize a PEG industry standard Tightrope Cablecast system based on a web Ul that can be accessed by any authorized PC or mobile device. It will play back a variety of media formats and convert them on the fly to HD. The playout system has integrated scheduling, branding and text crawl support. A reader-board system is tightly integrated into the playout automation and supports RSS feeds. The facility signal path will be entirely HD with down-conversion to cable and web. This will make for a very simple upgrade path for future HD cable and web services. The new web encoder will support HD webcast to a variety of service providers. Several technical options are available for this system and will be fully explored with you. Kent TV21 2 Council Chambers AV Systems The core of the AV system is based around a highly configurable Crestron automation system that provides both a technical interface and a simplified "self-serve" interface that allows non- technical City staff to turn on the system with sound reinforcement, presentation screens, and lighting with the press of a button. We believe this "self-serve" function is critical to a positive user experience.The result will offer a drastic improvement to council chambers AV quality, flexibility, and ease of use. The existing dais microphones and the speakers in the hanging lamps will be retained in this space, however, all sound processing and amplification will be replaced. The microphones at the work-table in the rear of the room will be replaced with a beam forming microphone array that hangs from the ceiling. This will improve quality and aesthetics while reducing room setup time. The City has expressed a desire to provide and install replacement displays for the existing projectors on their own. We will interface with these new displays and provide new podium switching systems that will both significantly improve quality and usability. During the November 10 walk-through, it became clear that council chambers lighting was inadequate and would require augmentation to work properly with modern cameras. We strongly recommend the addition of production lighting and automation controls. The aesthetics of light figures are highly variable and subjective. We have included in our quote a quantity of fixtures that were acceptable in the historic council chambers of the City of Everett, however,we expect to re-visit this detail with the city to choose appropriate fixtures for the aesthetics of the space. Implementation Plan We typically follow construction or architectural programming methods. Each completed phase leads to subsequent phases in the process with a singular critical path. Over the course of a project, information is shared through regular meetings and communication with all parties. Each project starts with detailed discovery and ends with commissioning and training. The discovery and negotiation phase begins after a notice of intent, but prior to final contract execution to allow an opportunity for complete technical discovery, fine tuning of design and equipment lists, finalizing the schedule and coordination requirements. Overall project coordination is provided by a dedicated project manager that coordinates with city scheduling requirements,equipment procurement, delivery, asset tagging and integration. Kent TV21 3 The project manager is the single point of contact and will be available for regular meetings, weekly progress reports, and closeout documents. We recommend partially building the broadcast systems off site to minimize system down-time. After the systems is ready, Utter Associates will integrate and commission on-site and continue to be on-site during training and first-use to fully support you. Our clients will tell you that we have the best integration and support team in the industry. Scope of Work Included Scope of Work (SOW): • Planning and Design o Audit existing systems and work-flow. o Complete re-design of video production and AV systems. o Identify potential systems improvements and value engineering opportunities. o Complete an AutoCAD design ready for integration. o Create a wiring database ready for integration. • Project Management o Coordinate project schedules and manage issues as the arise. o Coordinate equipment and materials procurement. o Provide client with project status updates as requested. • Integration o Install all equipment to highest industry standards. o Test all cabling. • Commissioning &Training o Provide complete system setup and commissioning o Coordinate vendor commissioning and training o Provide end-to-end user training and system manuals Not Included Scope of Work(SOW): • Electrical line voltage improvements (necessary for lighting improvements) • Facility infrastructure improvements such as running hidden conduit or creating new cable pathways. • Mechanical improvements Kent TV21 4 Adcfitk')na� work Additional work identified outside of this SOW or not shown in the design documents will result in a change order proposal. Any changes to the agreed upon scope of work defined in the proposal must be authorized in writing. D61ivenabbs At the conclusion of the project, Utter Associates shall deliver to Kent TV21 all applicable textual documents, spreadsheets, databases, technical drawings, graphical charts, timelines and other documents considered to be relevant to the project. All textual notes, data, spreadsheets, meeting minutes, e-mails, draft documents, databases, technical drawings and other documents not considered to be part of the technical documentation package will be stored in a protective manner. After three years all project-related materials will be disposed of in a manner that is consistent with good document disposal practices. Deliverables include: 1, Single line construction drawings 2. Design drawings as PDF and AutoCAD 3. Wiring database 4. Equipment and System Manuals Proposed Cabo,r piani w id scJ'iedule W.6 WX1 WKI _A91 I WKS WKI WKIQ WKIL WKIJ Wwk("N Todn % A'=Y com DESTGN 131400 DEUVERY MTJVI" OFAIVE OCIVARY D(LIVIRle INSTALL INSFALL MTALt INSTAU, 30057 PUNCH Ima L-r$"I. 4r$";N RVAW 'RCTCURE Far F81 WAY F&I ME" zo A A i-- A 4 w 14 24 Z"s s T aw—i Cr �zi -" 7i' 24 xsi AV W—M.,•81—�U,,­ 1­dI I TIN* 1 0 1 0 r 0 r7il _1 fi 70-- To"t cwwawoerow 0 ............ ...... ............ ....... r'Y un'r T!"4'r,ow q&XJR a _L' 0, 0 ts 16 0 36 4 Kent TV21 5 Staffing and Contacts Utter Associates 1008 Western Ave Suite 201 Seattle,WA 98104 206-829-8170 Project Manager:Sam Atkinson sam@utterassociates.com 206-829-8172 Engineering and Design: Erik Utter erik@utterassociates.com 206-829-8171 Operations and Accounting: Amanda Kay Helmick amanda@utterassociates.com 206-829-8170 Pricing Details Project Total:$345,338.94 Price does not include WA State sales tax. See pricing details in appendix A. Warranty Utter Associates guarantees all integration workmanship for a period of one year. Equipment will include original manufacturers warranty. Terms This proposal is valid for 60 days. Payment Schedule Phase Percent Payment Design Approval 35% $120,868.63 Equipment Delivery 35% $120,868.63 Integration Complete 25% $86,334.73 Project close-out 1 5% $17,266.95 Payment Terms Invoices are due on receipt. Late payments shall incur a 1.5%monthly finance fee, 18%per annum. Kent TV21 6 Additional work outside of this project shall be billed at$1,200/day plus expenses. Term of Agreement This agreement will become effective when signed by both parties and will terminate on the earlier of: • the date Contractor completes the services required by this Agreement • the date a party terminates the Agreement as provided below. Terminating the Agreement With reasonable cause, either party may terminate this Agreement effective immediately by giving written notice of termination for cause.Reasonable cause includes: • a material violation of this Agreement,or • nonpayment of Contractor's compensation after 20 days written demand for payment. Contractor shall be entitled to full payment for services performed prior to the effective date of termination. Independent Contractor Status Contractor is an independent contractor,not Client's employee.Contractor's employees or subcontractors are not Client's employees. Exclusive Agreement This is the entire Agreement between Contractor and Client. Modifying the Agreement This Agreement may be modified only by a writing signed by both parties. Resolving Disputes If a dispute arises under this Agreement,the parties agree to first try to resolve the dispute with the help of a mutually agreed-upon mediator in King County,WA.Any costs and fees other than attorney fees associated with the mediation shall be shared equally by the parties. If it proves impossible to arrive at a mutually satisfactory solution through mediation,the parties agree to submit the dispute to a mutually agreed-upon arbitrator in King County, WA.Judgment upon the award rendered by the arbitrator may be entered in any Kent TV21 7 court having jurisdiction to do so. Costs of arbitration, including attorney fees, will be allocated by the arbitrator. Limited Liability This provision allocates the risks under this Agreement between Contractor and Client. Contractor's pricing reflects the allocation of risk and limitation of liability specified below. Contractor's total liability to Client under this Agreement for damages, costs,and expenses shall not exceed the compensation received by Contractor under this Agreement. However, Contractor shall remain liable for bodily injury or personal property damage resulting from grossly negligent or willful actions of Contractor or Contractor's employees or agents while on Client's premises to the extent such actions or omissions were not caused by Client. NEITHER PARTY TO THIS AGREEMENT SHALL BE LIABLE FOR THE OTHER'S LOST PROFITS OR SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES, WHETHER IN AN ACTION IN CONTRACT OR TORT, EVEN IF THE PARTY HAS BEEN ADVISED BY THE OTHER PARTY OF THE POSSIBILITY OF SUCH DAMAGES. Notices All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: • when delivered personally to the recipient's address as stated on this Agreement • three days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated on this Agreement, or • when sent by fax or electronic mail, such notice is effective upon receipt provided that a duplicate copy of the notice is promptly given by first class mail,or the recipient delivers a written confirmation of receipt. No Partnership This Agreement does not create a partnership relationship. Neither party has authority to enter into contracts on the other's behalf. Kent TV21 8 A i i i Applicable Law This Agreement will be governed by the laws of the state of Washington. i f I Signatures Contractor.Utter Associates 1 Signature i Typed or Printed Name.Erik T Utter Title:President Date:November 21,2016 Client':City of Kent By: Signature Typed or Printed Name: Title: Date: Kent TV21 9 City of Kent-Appendix A r120 BioadastSstemVideoserrer I ti7lmpeVTJ13 CB:FrexGle3<0 HDYdectervcr S12,99200 $1259210 Bullelm Roard S stems I li nvope Media CB--CG330-SDI Carrie!ou lehr bcard sysien-,not 2w tram g 13.88125 $3.661 25 WeD encoder 1 fr mmpe Media C!S-LIVF 330 Wen encoder S321500 $3.27600 flD-SDI video router I loss Video NK-3GI6-9CP 16x16 Router wi bUit-rn romrcl parel S2.931 25 $2,93125 lRedurdall pwr cab'e for Rowe T Ross Video 1rK-DRY Y Cable for Iwo NK PI External Power Supplies $50 89 S50 89 160 PlayuuVrouler interface 1 RQSS Video 14K-SCP1A Router RS 232 inledace $430 39 $430 39 I70 Redundant pwr for router I Ross Video NK PI Rrrlundanl 5GW i r5V Evprelnal Power Supply $94 00 $94 00 100 Video and Audio Processing Framo 1 Ross Video 0133 FRC Open gear rnoaular ha me wits nelwork $1.07126 51,077 26 T90 Redurdanl pwr im Processing Frames I Ross Video PS-0133 Open gear redundant power $482 14 $482 14 200 V•deo distribution amps 1 Ross Video J3A 87C5A-H8- Analog V ceo Utility DA $266 51 $266 5+ PIC Audio Froneading I RussVJeo MUX-82584C AudioMux $1.22393 $1223.93 220 rare Code DA I RosSVIeo A)A 64C5-C-R2C Nritcrde RA S12t26 $387 26 230 Maser Sync Seneralci I Ross Vireo PS 8260 R2 Master Reference 5 test 5-'Nl Genelatc, S1,987 84 $1,982 89 k?O HD to SU cable corvener and trame sync I Ross Vrdea -IOC-8223-S-R2C Cowiconwaer DA ant:Irame sync wah aud�c 53,01160 S3,017 60 Master Clock I ESE FS188 NIP N'aslerrinrk 52 201 38 $2.20139 Audio Movers I Marshal ARAM1 Aidiamoritde $43994 S43994 Multi-newer•emote control 1 Muanda RCF 2 Mulbviewer remote cvrol $1,167 25 SI.167 25 Multi viewer I Muanda KALFIJO-MX-8X1 9 Input single H:aoMullviewerIBU $9.It7so S9.1T750 Client Computers 2 Deli Opliplex 3020 Small lorm+actor PC 6.4 ,5O0 integrated rapnres $863 50 $1.12100 Video converters I Firsemble Oesr ns BE-75 H0analog 10 HO SDI Italic s nc wiaudm S1.47',30 $1,411 00 Racx I Middle;Atlantic VRK4436 44RU 36 Deep rack $1 129 46 S1.129 48 320 Rack power I Middle Atlantic 001620 C-N'S 16 duller power d spmudon 513012 $130 12 330 Rack monitor I Marsra l OR-701 A QC Monitor S2,84816 S2.848 TG 340 KVMSw@eh I Monoorree 3407 KVVSwacn 526500 P6500 350 Rack mi monitor I MiddleAt!anec RV-LC)-MT 0500 S22500 350 Audio levelers I Ap'Ier CoTpe,im 32CC Audio leveler S'409 38 S1.4C9 36 370 Video Swilcher ROSS'1120 CE116 Carden le 3 ngle W Pioeuclmn swrlaer S'2.134 90 S12.13a 80 383 Swllcler central panel Rcss V goo T81-PANEL C3ni le R act 1 ME control panel $7,797 Do, S7.797 00 39D Gr hits system I R3SS'1lder, xPressmn Live Sollware oaseo mu ti-'aver C'u add segce%c 211 mU 403 Redundai l per lot switehet 2 Ross'✓aeo PSU-'2V16A-6PIN Redundant Poker lot Irame are panel 156321 $7,126 42 413 Video conveners for mcnivs 3 Ross Video SHC-9642 3GJ OU SDI to HDMI Corveaer S325 BO S977 39 420 are omputerUlsplays 4 Samsin S??C6500 Monitor $?toIn S84040 433 Multi-vicsser displays 2 Sarniing RM400 40*1 CD MonWs St,t W l6 $2,235 52 440 HD Archival Media Reconte,. i AJA View Ki Pro Rack Video recorders $2,187 90 S2,f87 90 450 HD Archival Media Pecorde-s Dives 2 OVA Video KI-STOR500-111, 50U GB T2CCrpm storage-JSB 3 340'50 58C3 00 460 HD Cameras and PTI"earls 3 Penasmuc AWHEI30PJ HID PT7 Camcra S8.283 00 $24,849 00 470 Camera Pr1 Conncllcr I Panason,c AWRP50 HC P7 ConlrcRe- S2.00200 S2.002 00 460 Wave'orm Monitors 1 ti ackma Ic Design SmarlScape Duo 4< Waveform recta display 352640 S526 40 40 fdichwEltri 1 GII S2240' Cdoaclllw Icuchsrecr S39 00 335'00 500 Computer Scan Coverers 2 Evemnle Cesi,ns BE"e4 Mmo Sur ccnvemer $1,431 34 S2.862 68 510 AW o Board 1 Mackie 140N174 14 cAannel audio m,xcr $394 24 S394 24 520 leers 1 Macce MR5mk3 Speaker 5 SI34 40 5268 80 GMAMISM AV SYSTEM 533 Presentation video sw Icher/scale/control let I Creslion DMPS3-300-C Swacher/scaler S4400000 $4,500 00 540 Podium mlailsdlectors/svnrxlungiransitruM 2 Crestion W-TX-4002G Mediauansmeter S2.20000 S4,40000 550 Podium input connector panel 2 Cremon Fliplop Cesklop connector panel S42500 $850 00 560 System control panels 2 Crestron TSW752-OS 7'leuchscreen controller St,27203 S2A44 DO 570 Displav eAerders 4 Kanex HOEaselOOPCEL HUMI Base r extenders M5000 32.600 GO 580 Cedirg mount mic array`or hole 1 ClearOne Bearrferminr Mic Beamlommn,m,c arty and OSF $8,31003 S6,310 03 590 Pi many mic DSP I BSS Audio BLU B06 CSP processor S4,85600 S4.856 00 BOO Exoarsion LISP I 8SSALCIo BUJ120 DSP expansion unr, S-'34.100 S'.944 CO 610 Nfrero none npu:cards 4 ESS Audio BL 4m% AEC input cards S37400 $3.496 DO 620 Piesenntlml aod,0 apt.1 cards 1 B S Audio Oi OCARO-'S Audra mpul car, $2320, $23200 630 Audi;out0ul card t 11ISSALilio BLU'CARC-011' Auden oUpul Card S294 0. $284 00 640 Audio Amp iliers 2 Eatron XPA-2CC4 AudoAmpliirers S23250C S4455000 UGWM E50 Architectural grade a h14 12 Hhpbpw Fl 35-X255-S-02-7-03-0-30 Two lamp fixture 52.210 OD S26.400 00 660 UgHing controller and wa 1 panel I Lutron CSGRJ-6E-Nlll Graphic Cyr dimmer w/6 zones $1.200 00 $1.200 OD 670 Lighting Ballasts 24 Lutron EC5--555-J-UNV 2 Luton 1Cds steT Ballasts S68OD S1,63200 680 Lamps 74 warn Studidhne 55/320U 3700K 55W lamps S12 00 $286 00 690 GG Training It PCs,Video XPRESSION-Ore IDAY Xmes !idnrinq oar-web eased S81500 S01500 700 -=I Syssem Traning 8 Tightrope Media CHL-SVC-PF HOURL'r Arbl hoaal rr ct tiee'rairni $12960 $1,036 60 ,,b-"Aal Cw=riel,s $184.46894 Des.n S25.500 CO Initial than S43,600 00 Pro rarnnnrt $1+,00000 Project M m!&Acmm $33.070 cc Commission ng and Training $29.700 CC Malenals 112.009 CC Shipping $5,ra 00 PROJECTTOTAL: 3345,338.94 Appendix B - References Project Name: King County Television Population: 2M Client Name: James Burns Client Title: King County TV Mngr Telephone#: 206-477-0856 Mailing Address: 516 3nd Avenue Rm W1018 Email:james.burns@kingcounty.gov 5eattle WA 98104 Similar Functionality Installed: Ross Carbonite Switcher,Expression CG, Panasonic Cameras, Mitto Scan Converter, Crestron AV,Audio DSP Project Start Date: 10/2014 Go Live Date: -Originally planned Go-Live date: 1/2015 -Actual Go-Live date: 1/2015 Project Cost: $1.2M Turn-key Implementation Approach: Phased approach to keep KCTV on-air while building out in the same space. Working around council chambers schedules. Other comments: This project also included master control playout,council chambers AV systems,a TV studio and control room. Project Name:City of Everett Population: 105,370 Client Name: Mark Somers Client Title: Everett Channel Mngr Telephone#: 425-257-7130 Mailing Address: 3002 Wetmore Ave. Email: msomers@everettwa.gov Evere WA 98201 Similar Functionality Installed: Ross Carbonite switcher, Expression CG, Mitto Scan Converter, Tightrope Cablecast. Project Start Date: 6/2013 Go Live Date: -Originally planned Go-Live date: 8/2013 -Actual Go-Live date: 8/2013 Project Cost: $410,000-Turn-key Implementation Approach: Phased approach to keep current channel on-air while working around council schedule. Other comments: Did not incl: chambers AV. Project Name:City of Kirkland Population: 87,281 Client Name: Mike Connor Client Title: Kirkland TV Mngr. Telephone#: 360-710-3230 Mailing Address: 123 5"'Ave Email: mconnor@kirklandwa.gov Kirkland WA Similar Functionality Installed: Ross Carbonite switcher, Expression CG, Mitto Scan Converter, Panasonic PTZ cameras Tightrope Cablecast. Project Start Date: 5/2016 Go Live Date: 6/2016 Project Cost: $372,000-Turn-key Implementation Approach: Phased approach to keep current channel on-air while working around council and construction schedule. Other comments: Did not incl:chambers AV. Project Name:City of Bremerton Population: 39,320 Client Name: Charleen Burnette Client Title: SKAT Manager Telephone#: 360-473-5011 Mailing Address: 7266 Tibardis Rd NW Email:charleen.burnetteCc@ci.bremerton.wa.us Bremerton WA Similar Functionality Installed: Ros sCarbonite switcher,Expression CG,Mitto Scan Converter, Panasonic PTZ cameras Project Start Date: 5/5/2016 Go Live Date: 5/18/2016 Project Cost: $155,200 Implementation Approach: Phased approach to keep current channel on-air while working around council schedule. Other comments: Did not incl:chambers AV Playback,Archive or webcast. Project Name:Thurston Community Television Population: 262,000 Client Name: Deborah Vinsel Client Title: Executive Director Telephone#: 360-956-3100 Mailing Address: 440 Yauger Way SW Suite C Email:dvinsel@tctv.net Olympia,WA 98502 Similar Functionality Installed: Ross Carbonite switcher, Ross expression CG, Ensemble Mitto scan converter Project Start Date: 5/2104 Go Live Date: - Originally planned Go-Live date: 8/2014 - Actual Go-Live date: 8/2014 Project Cost: $400,000 Turn-key Implementation Approach: This was a studio and control room project that was completed at once. Other comments: This was a studio and control room project without playback for a PEG. Ease of use was critical. Other similar recent systems that may be seen on utterassociates.com: Western Washington University - 1/2016 Ross Carbonite, xPression Graphics Bates Technical College - 11/2015 Ross Carbonite, xPression Graphics Qregon State University - 6/2014 Ross Switcher, xPression Graphics, Tightrope Cablecast, Panasonic PTZ cameras Sales Quotation (Quote Expires on: 12/31/2016 12:00:OOAM) ke ..7 �_. Sales Quotation �(V�� � ;]l #0106521 Y MEDIA Page i of a Buver: KentTV21 Date: 11/29/2016 Project Code: 220 Fourth Avenue South Terms NET 30 DAYS Kent, WA 98032 United States Account Representative: Robert Smith Phone: 206-728-4000 Ship To KentTV21 Email: rsmith@keycodemedia.com 220 Fourth Avenue South Please fax signed quote to: 818-333-5949 Kent,WA 98032 United States Our Address: 720 3rd Avenue, Ste#1607, Seattle,WA 98104 No. Description Tax Qty Price Extend Comment: SWITCHING © TrCaster 8000(includes Control Surface) TX 1.00 34,995.00 34,995.00 Comment: Tricaster 8000 includes Advanced Edition complimentary until December 31st. After December 31st,additional cost of $1,995.00 will be added for Advanced Edition. 0 Asus VS248H-P 2#'LED LCD Monitor- TX 2.00 159.00 318.00 16:9-2 ms-Adjustable Display Angle- 1920 x 1080-16.7 Million Colors-250 Nit- 50,000,000:1 -Full HD-DVI-HDMI-VGA- 32 W-Glossy Black-ENERGY STAR, RoHS,WEEE, EPEAT Silver VS248H-P HDMI DVI VGA W/PWR ADAPT © C2G HDMI 10'Cable TX 1.00 17.99 17.99 0 3m DVI-D WM DUAL LINK DIGITAL VIDEC TX 1.00 22.99 22.99 CABLE Comment: CAMERAS 0 1080/60P 3-G-SDI AND LIVE IP TX 3.00 3,849.00 11,547.00 STREAMING PTZ CAMERA- SRG300SENV ® Sony Wall Mount Kit for BRG-1-1700,Z700, TX 3.00 220.00 660.00 300,Z330 and 300 the Size of Mount Kit is Slightly Big ...Continued MEDIA (cont...)Sales Quotation:0106521 /KentTV21 Page 2 of 4 With the RM-IP10,the BRC-H900, TX 1.00 2,060.00 2,060.00 BRC-Z700,and BRC-Z330 can be controller though an IP network. The use of the props IP Control Interface Board, either the BRBK-IP10 or BRBK-IP7Z(depending on camera model) is also required for compatibility.This functionality allows for flexible configurations, and enables the installation of up to 112 units of BRC cameras and up to five units of RM-IP10 controller depending on customer requirements. NETGEAR 24 Port Gigabit Business-Class TX 1.00 197.68 197.68 Rackmount Switch-Lifetime Warranty (JGS524) Comment: AUDIO ® 24 Channel Mixer with USB out TX 1.00 799.00 799.00 ® TOA 912 Wall Mount TX 1.00 1,500.00 1,500.00 Comment: MONITORS 70"Digital Signage Display- TX 3.00 3,799.99 11.399.97 Chief Fusion Wall Tilt XTMI U Wall Mount fc TX 3.00 352.00 1,056.00 Flat Panel Display-55"to 82'Screen Support-250 lb Load Capacity-Brack AJA HD/SD to HDMI, Includes 1-meter TX 3.00 345.00 1,035.00 HDMI cable "Includes DWP Power Supply" Comment: RACK EQUIPMENT Blackmagic Design Smart Videohub 20 x 2( TX 1.00 1,995.00 1,995.00 ® SmartView Duo TX 1.00 495.00 495.00 ® SmartView HD TX 1.00 895.00 895.00 17" ...Continued MEDIA (cont...)Sales Quotation: 0106521 /KentTV21 Page a of 4 Comment: DISTRIBUTION ® CASTUS QuickCast Single Channel HD-SC Tx 1.00 9,995.00 9,995.00 Server Comment: PROFESSIONAL SERVICES Consulting and Workflow Design, Daily Rati 2.00 1,800.00 3,600.00 Consulting and Workflow Design helps maximize the value of your solution by establishing and documenting Standard Operating Procedures from both an End-User and Administrative standpoint. Labor for Drawings,Workflow Map, Deep Dive, BOM,and Documentation ® Project Engineer, Daily Rate 3.00 1,320.00 3,960.00 System Commissioning Services- Intermediate/Configuration,testing, and documentation related to your solution components. Onsite Project Engineer for 3 Days of Installation Sr. Installer, Daily Rate 6.00 680.00 4,080.00 Sr. Installer/Installation Supervisor responsible for physical installation of equipment and cabling. Onsite Assist Engineers for 3 Days of Installation ® An Engineer with experience managing the 1.00 1,480.00 1,480.00 solutions you have purchased will provide administrators and/or staff with an orientation of key features and capabilities relevant to your workflow. key, MEDIA (cont...) Sales Quotation:0106521 1 KentTV21 Page a of a SubTotal $92,108.63 Shipping&Handling: To Be Determined Sales Tax $7,891.56 Order Totat The terms and conditions of this Sales Quote("SO")can be found at http:!/www koycodemedia com/terma/salesorder,which constitutes an offer or counter-offer,as applicable,on the part of Key Code Media,Inc ("KCM") This SO becomes a binding contract,when the buyer listed above("Buyer"),accepts by acknowledgement,receives any of the goods ordered hereunder("Goods",or in receiving the services ordered hereunder('Service") Any Buyer acknowledgement form,purchase order,or other document related to the Goods and/or Services shall not have the effect of modifying the terms and conditions of this SO and are hereby rejected by KCM KCM will consider Buyer's request for changes or additions only if such request is made in writing and directed to specific clauses in this SO No changes or additions shall be binding upon KCM without prior written consent of a duly authorized representative of KCM. I acknowledge and agree to the terms and conditions of this quotation. Signed: Date: Print Name: Title: / / / / / r f / r / r / / / r r/ / / r / r f F � 1 / r / / / / / J f / / f f / / / r / / r / / / / r / l/�IJ//r/////ii�f/ri/iiJii/ ��i ,/ //r//i✓i�rrrlliad//auia,rii/%r� ����1���/ �/ / / r /r // / f / MA / / 1 / / f / r // / / / / ( f r 1 / / � r / r / / / / / / / r / r /J / r r / / r/ / 1 / r r , r / / 1 / / / / i / / l / r r % f / / � r / / / F / r / 1 r , / / / / / i / / / F / f / r / / F / r / J � / F / / o / I / / / CITY OF KENT INFORMATION TECHNOLOGY 220 4111 Avenue South Kent, WA 98032 Fax: 253-856-4700 KENT W AS H ING TO PJ PHONE: 253-856-4600 Me o To: Suzette Cooke, Mayor From: Melissa Janson, Project Manager/Business Analyst CC: Mike Carrington, Information Technology Director Date; April 12, 2017 Re: Request for Waiver of competitive bid requirement for purchases under KCC 3.70.110(A) for Advanced Broadcast Solutions Chambers Upgrade As you know, the City Council Chambers is in need of an update to its current multimedia solutions systems to improve the capturing and broadcasting of the City's varied media messages, including Council meetings and press releases. In furtherance of this need, the IT Department is undertaking current procurement efforts to replace the current audio visual equipment, which replacement will include new cameras, lighting, televisions, and a High Definition (HD) audio and visual broadcasting system. The IT Department has reviewed local and state contracts for potential vendors who can provide the equipment and installation required to comp,lete, this upgrade, and Advanced Broadcast Solutions, LLC (ABS) is the preferred vendor. This vendor is preferred due to several key factors, including the vendor's quality and reliability, contracted pricing, ability to meet the projected timeline, and its proximity to the Kent City Hall. In addition, ABS, is also the current vendor for a similar procurement conducted by the City of Seattle in 2013, The City of Kent was able to obtain a more competitive pricing model than that contracted with the City of Seattle, resulting in a $25,000 savings and is a direct result of the vendor's relationship with the City. ABS has successfully executed similar projects, services, and installations for the City in prior years. The vendor's prior track record and familiarity with the City is an invaluable benefit for the City. For, the reasons expressed above, the IT Department believes it would be in the City's best interests to contract and negotiate directly with ABS, After discussions with the City Attorney's Office, and pursuant to the authority granted to the Mayor through Kent City Code ("KCC") section 3.70.1 10(C), the IT Department respectfully requests that the Mayor find that it is in the City's best interests to negotiate a direct purchase of the needed audio/visual equipment and services with Advanced Broadcasting Solutions and waive the competitive bid process that would otherwise be required by KCC 3.70.080. Thank you very much for your time and consideration on this matter. If you concur with this recommendation, please indicate our approval by signing below. CITY OF K,ENT--'­­--'> Su7,Otte ok Mayor D • KE]�[T Agenda Item: Consent Calendar - 7G WASHI\GTOh TO: City Council DATE: May 2, 2017 SUBJECT: Advanced Broadcast Solutions - Chambers Technology & Kent TV21 Upgrades - Authorize MOTION: Authorize the Mayor to execute all documents necessary to enter into a contract with Advanced Broadcast Solutions, LLC, in the amount of $140,660.05, for replacement of the chamber audio and video system, and to ratify all acts consistent with this motion, subject to final contract terms and conditions acceptable to the IT Director and City Attorney. SUMMARY: The City has a number of technologies that are used in Council Chambers and the City's television station, Kent TV21, that are beyond their end of life and need replacement. There are dollars earmarked in the IT budget for these replacements. The current required amount of $140,660.05 is covered in the Council approved 2017-2018 biennial budget cycle. Systems needing replacement are in-room display (projectors currently) and podium router technology, video cameras, in room audio system, lighting for television, and station playback system. In 2013, Seattle conducted a competitive bid process for television video production, broadcast equipment, and related services. Through that process, Advanced Broadcast Solutions, LLC (ABS) was selected and awarded Seattle's contract. The equipment and services produced through that process are nearly identical to those needed by the City. IT staff prefers to contract directly with ABS because of the vendors competitive pricing, proven track record and familiarity with Kent, ability to meet the required timeline, and proximity to Kent City Hall. Therefore, it requested a Mayoral waiver of any required competitive bid process, which is permitted by KCC 3.70.110(A) and would allow staff to enter into direct negotiations with ABS. The end result of those negotiation efforts is that the City was able to obtain slightly better pricing. A copy of the waiver presented to the Mayor is attached. EXHIBITS: 1) Mayoral Waiver under KCC 3.70.110(A); 2) Goods and Services Agreement; Advanced Broadcast Solutions Quotation; 3) Pricing Comparison; and Chambers Technology Upgrade Timeline. RECOMMENDED BY: Operations Committee YEA: Ralph, Thomas NAY: BUDGET IMPACTS: Council approved the 2017 IT Operating Budget allocation which adequately covers the associated 2017-2018 cost. INFORMATION TECHNOLOGY DEPARTMENT 4^4�� Mike Carrington, Director Phone: 253-856-4607 KEN T• Fax: 253-856-4700 W A 5 H I N G T O N Address: 220 Fourth Avenue S. Kent, WA. 98032-5895 DATE: April 18, 2017 TO: Operations Committee FROM: Patti Belle, Multimedia Manager SUBJECT: Recommend Chambers Technology & Kent TV21 technology upgrades MOTION: Authorize the Mayor to execute all documents necessary to enter into a contract with Advanced Broadcast Solutions, LLC, in the amount of $140,660.05, for replacement of the chamber audio and video system, and to ratify all acts consistent with this motion, subject to final contract terms and conditions acceptable to the IT Director and City Attorney. SUMMARY: The City has a number of technologies that are used in Council Chambers and the City's television station, Kent TV21, that are beyond their end of life and need replacement. There are dollars earmarked in the IT budget for these replacements. The current required amount of $140,660.05 is covered in the Council approved 2017-2018 biennial budget cycle. Systems needing replacement are in-room display (projectors currently) and podium router technology, video cameras, in room audio system, lighting for television, and station playback system. In 2013, the City of Seattle conducted a competitive bid process for television video production, broadcast equipment, and related services. Through that process, Advanced Broadcast Solutions, LLC (ABS) was selected and awarded Seattle's contract. The equipment and services produced through that process are nearly identical to those needed by the City. IT staff prefers to contract directly with ABS because of the vendors competitive pricing, proven track record and familiarity with CoK, ability to meet the required timeline, and proximity to Kent City Hall. Therefore, it requested a Mayoral waiver of any required competitive bid process, which is permitted by KCC 3.70.110(A) and would allow staff to enter into direct negotiations with ABS. The end result of those negotiation efforts is that the City was able to obtain slightly better pricing. A copy of the waiver presented to the Mayor is attached. Information Technology staff will be available to answer any questions the committee might have on this topic. EXHIBITS: Mayoral Waiver under KCC 3.70.110(A); Goods and Services Agreement; Advanced Broadcast Solutions Quotation; Pricing Comparison; and Chambers Technology Upgrade Timeline. BUDGET IMPACT: Council approved the 2017 IT Operating Budget allocation which adequately covers the associated 2017-2018 cost. 0 " m m w m (D N 0 0 cQ rl- 0) (D M LO (.0 N 0 — 0 0 LO rl- CN 0 tit ri Y; 'i 06 Cl G C,i 6 6 4 0 0 cli 0 m NN r- r- m 0 N C) 04 N — — — OD 00 -j- 0:) CO C.0 7a C6 C� C6 cli cc r-, lf� 0 F- x N m ro OD (� N (D 0 (0 m �r) Ir C) C7) C� (D m a co r- N CY) 1-1 U) m 0 CO OD Lr) 0 � OD LO m 0 0 0 C) CD Yt N rl- 0 N CD 0 (.0 ui 4 6 cy; 6 6 cri 0 c) co r-- N co r- Lo co o o *f M — *'T a r- M tl- M LO r-: 0 M 0) C) x (N uj 00 LO — 0 0 It t LO LO 0 0 0 0 0 r-_ LO th q cv Lq r-, ('d r-1: q " o o Oo cy) 0 't — o Lo �r a cy) o o -zt 0 00 C'j (D co r- Ln m CD 0 t� -r — M r- co N N 00 CIA 0 0 C) Cl) rm Q C) cl) m m cl) m Cl) 0 * �t M m CryCY) EL Z co r- :5 M 0 0 :03 o -M cl Q) > 0 M C) CD IL CO C) 03 F,- z E 2 co 0- > - a) F= ,, -a L) co -�d F > 0 E7) E 0 = T P CN (n C) co 72 CO 0 N c� U) co IL co -r w 0 m 0 _j C) z >1 0 co co rya tJ > 0) c U') w &a w m 0 N m 'IT CN N . . . . co C3 m m m N M In O M (C) M tp O CO CO N O O O N N M M M M N O t0 CO M M In 4 to 4 O M N M M N � to � CO t• 4 4 00 N W O 0 NM M M M r CO r• � CO N 00 h tO O r r cn t` U 7 0 r- r 00 OD cn r M M W M N r 000 CM O N N N CO CV r r M C% N Cal r 00 'gr r N cM N N N Cl) O O O N N M CO N OO O O 1� I-- r CD N M CO co O O CO r-- 0 10 It to 00 r-- M c) V CO O tO M U) M M 00 Ln M CO to CO Cl) 00 Lf) A— ~ N ,-: M CD CU r N P.: O ci N ^ 6 Ch tO O CO r r r M CO [Q CA IT M to to r.- 00 M r r M V CO r -gr W CO N 00 M O O cn O Q-p 4) r tO N N N r r- M r r N N N N f Ch vE Cn co O N O O N O 0 0 0 0 0 1� 00 O O O CD CD O O co c �+ M O N N Cn CO N cO O O 1� h h O h N M co 00 O O to co � Q O rn m u) OO r- M m V cO O 0 M 0 Co m 00 o M CO 6 c6 c6 cm to a c y.:. O N M CO CO N n O m N r• M M to O V M r r r M O G L _7 U It M CA M) i ao M r r M It W r � W M N M M O O CO O Q r G U O +„� r M N N N r r_ M r r CV C% N N CEO N m ~ 5O 'T W Mr- 6.1 O O N t0 O r 0 0 Cod'0 0 0 00 O O O O CD CD C. CO N V m to 0 o o N � M O r v o o � r* r` to � co M M M to Lq to cO C) J C te aC) to OO M M CO N O O CO M cn M M w N m m ti o u) 00 U) r• m 0 M r r.- O CO CO O M N r- M r tt) O E M U) M M M wm lh i a '!a = M r M r r M t7 (O r t0 N M M M lO O r m c � E N N r CM M r C% 0 L � L L L aCU) c w '0 10 M > r- Ca V r r to N N N N r r r r r N r N r N N CO CO r r O O O Qo`-0U)�l 3 Cl LM w c cm c L (a c`o O0 0 O CL :, w t`cx M M 4 y w r 'cr r m M M M r M C1 a) 0 v cM z M 4 M M C'M M 4 r f_) r M O Oto ++ M �k M # M M M a: r r r M M M M M r M C7 Ch r M C L E Y O (n CG sa. �? M a; M c") M O �t M M M V M M M M M 0 M O O a) 0 0 O m = C> O % M m d 7 7 O O M co M M 0 0 3 M M L a 30 c 00 j d 0 � y d a m y r C7 C7 C'1 0 y rn M d m m C7 _ C7 0 co U .>_ L C7 hi _ o m C7 0 CY_ C Ir.V CM 0 `♦� vH.. L N m Q • ' c� p to 0 WUaO _ � _ Qmo a)QO V O 0 o o co U W Acl -Q Eo o ) oN Y c O 0 5 to ww2 C _ o o m ao ._ o ( clrrQ — 0 sc3q n LL c c c to a) a `� L d o can 00 co co )-c X cr m �, E o 0 0 o Q m L. �'O m ¢ > E E E E E t Mn U is w w w 0 Y 0 ? o a o U cc cc >, >, >, o rn to W r N M a v ? L) ~ W > vo U Q o om ton o o o crn t i p cry cc Q > Z = Q coo Z V coo 0 0 0 s MQ J N o M M = o cq O H aD U V O li >- 0 0 0 U X o x o 0 0 o Q o }' (U Cn J Q Q Z a- J U I-- Z CO 00 OD J - U CO O O co N ■� G1 E 0 V O (D U m m CA CD O 0 � a c c u) N E U CD E c � V c C7 OEQ � m0 , a 0 L Q E3: 0 O _ 4 N t O O O O r N M V' lO CO r- O M O N M D O y C qr Y J r N M V tO W I- CO M r r r r r r r r N N N N w