Loading...
HomeMy WebLinkAboutContract 36575CITY SECRETARY �� CONTRACT NO. CITY OF FORT W ORTH EMERGENCY OPERATIONS CENTER AUDIO VISUAL DESIGN PROPOSAL D.C. Price, PMP -Project Manager, I.T. Solutions - And - Eric Carter, Homeland Security Grants Manager 1000 Throckmorton Street Fort Worth, Texas 76102 Dear D.C. and Eric: 6301 Benjamin Road, Suite 101 Tampa, Florida 33634 crg.aviinc.com January 28, 2008 Thank you for the opportunity to support the efforts undertaken by the City of Fort Worth, and by the architects at Elements of Architecture, Inc. for the Fort Worth Emergency Operations Center (EOC) in Fort Worth, Texas. We understand and appreciate the complexity of this new facility and welcome the challenge to design the audio visual system, sub -systems, and all technical and non -technical furniture essential to meeting the requirements of your users, key personnel, and staff. Audio Visual Innovations (AVI) is proposing to provide design services for all of the areas and elements described herein at your new facility. This effort includes but is not limited to meeting with you, the architect, construction prime contractor, staff, and other key personnel, to determine requirements for each space, designing a visual, audio, and control system that meets these requirements, documenting the design and interactively gaining approval for said design. AVI fully intends to provide you with the option of having AVI procure and install the audio visual equipment for the project, and presumes that our involvement in the design element of the project does not preclude our firm from consideration. Other AVI efforts included with this proposal are to interface and coordinate furniture design, delivery and installation for the entire building as well as providing seating and raised flooring (where applicable). AVI will work closely with professional furniture manufacturers, raised flooring specialists, and with facility design engineers to insure this process stays on schedule. Included in the financial design investment are the design fees for the technical furniture portion of your project. We plan to use Evans for all technical furniture in your new facility. Also included, but as an option, is the design of all the remaining furniture in your facility. This option will be provided by Benhar Furniture and coordinated through their assigned Project Manager. Benhar has the ability to provide you with three (3) outside quotes for each furniture piece, meeting your contracting requirements for product purchase. AVI's Control Room Group (CRG) is a professional control room integrator and will use every available resource to ensure this project is completed on time and within the prescribed budget. Sincerely, �s� Alan D. Jackson Initial -Date CONFIDENTIAL Page 1 of 9 Date: Januar�r 28, 2008 [t�ntral rr CITY OF FORT WORTH EMERGENCY OPERATIONS CENTER 6301 Benjamin Road, Suite 101 AUDIO VISUAL DESIGN PROPOSAL Tampa, Florida 33634 crg.aviinc.com DESIGN AGREEMENT FOR FORT WORTH EMERGENCY OPERATIONS CENTER This agreement is between the Glty of Fort Worth (Cavner/Buyer) and Audio usual Innovations, Inc. (Company). All submittals will be provided in hard and soft copy using a standard AutoCAD 2000 format (sheet sizes to be determined). This level of design and consultation will ensure a cost effective solution for the new Emergency Operations Center which will consist of a mix of current Owner Furnished Equipment (OFE) and new audiovisual products. AVI plans to provide integration and installation for this project below, and the design details follow. A breakdown of labor and deliverables are listed The Programming Phase provided includes the following items: 1. Review the Architect's and the other consultants' drawings for coordination. 2. Prepare and present an Audio/Visual system design for Owner's approval for design direction and coordination based on our understanding of the new facilities operational requirements. The Design Document Phase provides a written document itemizing proposed equipment specifications and itemized costs for the Owner's review and approval. This written document includes: 1. General Equipment Specifications —minimum requirements for key elements of the system. This includes power requirements and heat loads, as well as overall dimensions. 2. System Block Diagrams —interconnectivity and signal flow diagrams, reflecting audio, video, Rub, and control drawings. 3. Facility Related Drawings — showing system device electrical requirements, system device conduit requirements and other related system interconnectivity. 4. Equipment List — a comprehensive list of all major system components and manufacturers pricing. 5. Furniture Design: All technical console furniture design, including peripheral room furniture and accessories design and will be submitted within the same 10% - 60% - 95% AV deliverable schedule as outlined below. _ Initial —Date CONFIDENTIAL Page 2 of 9 YEN CITY OF FORT WORTH EMERGENCY OPERATIONS CENTER 6301 Benjamin Road, Suite 101 AUDIO VISUAL DESIGN PROPOSAL Tampa, Florida 33634 crg.aviinc.com DELIVERABLES SCHEDULE The design details will be delivered in three stages with approximate dates as follows: 1. 10% Design Delivers general overview of AN and KVM systems and drawings with +/-25% rough order of magnitude costs for equipment, engineering and installation. Approximate due date: Within 2 weeks after execution of this contract. 2. 60% Design Delivers more refined design of AN and KVM systems with detailed drawings with +/-10% rough order of magnitude costs for equipment, engineering and installation. Approximate due date: Within four weeks after the 10% Design phase is approved and signed -off on. 3. 95% Design Delivers near final design of AN and KVM systems with detailed drawings ready for integration by Architects CAD engineers into construction documents. Equipment, engineering and installation costs shall be fixed for the associated design. Approximate due date: Within four weeks after the 60% Design phase is approved and signed -off on. Example Schedule: * Design Contract Approved and Signed: December 28, 2007 * Purchase Order Received: December 31, 2007 - 10% Design Completed: January 14, 2008 - Approval of 10% Design: January 211 2008 - 60% Design Completed: February 18, 2008 - Approval of 60% Design: February 25, 2008 - 95% Design Completed: March 24, 2008 - Approval of 95% Design: March 31, 2008 * Contract Vehicle and Terms/Conditions Approved: April 7, 2008 * Purchase Order Received for Project: April 14, 2008 * Project Begins: - Equipment Ordered: April 15, 2008 - Equipment Installed: June/July 2008 Initial —Date CONFIDENTIAL Qludia Visual' Inno�atipns Page 3 of 9 ��;tllpji'[p8 ftt71➢IGd [i�'4�19�� CITY OF FORT WORTH EMERGENCY OPERATIONS CENTER AUDIO VISUAL DESIGN PROPOSAL AGREEMENT 6301 Benjamin Road, Suite 101 Tampa, Florida 33634 crg.aviinc.com 1. The design fees are based on being provided soft copy of the plans as needed to prepare our documents. 2. Reimbursable expenses include reproduction costs which will be passed through and billed as incurred. A. COMPENSATION 1. Fees will be invoiced as follows: • 700/. at execution of this proposal • 30% upon approval and sign -off on EOC design 2. Additional Services -Hourly on the basis of the fee schedule listed on page 5 of this document. 3. Reimbursable expenses —Include reproduction costs for CAD printing and are invoiced monthly as required. Additional expenses must be pre -approved by the Owner. 4. Travel: Most coordination will be handled remotely between AVI, the customer, and their prime and sub contractors. If coordination travel is required (over and above the two design trips to the customers facility in Fort Worth Texas which are included in this proposal) these travel costs will be billed as incurred and will include per diem, hotel (lodging) and any other travel related expenses. Financial Investment Audio Visual Systems Design $56,380.00* *NOTE: Please see AVI Design Fee Schedule (GSA) on page 5 of this document and attachment "A" for Initial —Date CONFIDENTIAL labor breakout pricing Audia Visual � InnQvatians Page 4 of 9 Q6,r�Ulti''�dV P[1q�IGB [tG'ufiPJl7� CITY OF FORT WORTH EMERGENCY OPERATIONS CENTER AUDIO VISUAL DESIGN PROPOSAL AVI DESIGN FEE SCHEDULE 1GSA) g Sales Enineer III Sr. System Engineer /Design Systems Engineer /CAD and Drafting Programmer III Sr. Project Manger/Engineer 6301 Benjamin Road, Suite 101 Tampa, Florida 33634 crg.aviinc.com $151.00 per hour $ 126.00 per hour $ 76.00 per hour $ 151.00 per hour $ 96.00 per hour Technical Admin Support $ 35.00 per hour Note: If selected to procure and install the system designed, AV[ plans to use GSA pricing wherever possible. AVI is on GSA Schedule 58 and 70 and has posted labor rates which we will abide by. Submitted By, �s� Alan D. Jackson Alan Jackson, CTS [Control Room Groupj Audio Visual Innovations, Inc. Toll Free: (888) 61 M083 x2266 Mobile: (813) 363-1352 Email: aiackson( aviinc.com Date: JanuarX 28 2008 Signing below shall constitute a binding Purchase Order for the design and fee structures described herein: r%V' V Accepted By: FORM AND LEGALITY: n (Printed) Title (Prin�te/d) v Date Initial — Date CONFIDENTIAL ASSISTANT EITY ATTORNEY Attested By: Audio Visual � Innovations Page 5 of 9 (c�ntrnl r MI) ICE ;;,. CITY OF FORT W ORTH EMERGENCY OPERATIONS CENTER 6301 Benjamin Road, Suite 101 AUDIO VISUAL DESIGN PROPOSAL Tampa, Florida 33634 crg.aviinc.com TERMS AND CONDITIONS Applicable to all quotations by Audio Visual Innovations Inc., herein referred to as the Company. 1. Acceptance of Terms This quotation shall not be binding upon the Company until signed by the Buyer and accepted in writing by a duly authorized representative of the Company. Any modification, addition to, or waiver of any of the terms and conditions of this quotation shall not be effective unless in writing and signed by an authorized representative of the company, and any different or conflicting terms appearing in Buyer's purchase order or other documents are expressly rejected by Company. Buyer's receipt of the Equipment shall constitute assent to all terms and conditions contained herein. No relaxation, forbearance or indulgence by the Company in enforcing any of the terms and conditions of this agreement or the granting of any time to any other party shall prejudice or restrict the rights and powers of the Company hereunder, nor shall waiver of any breach hereof operate as a waiver of any subsequent or continuing breach hereof. 2. Delivery The company will use its best efforts to deliver the Equipment, herein defined as the total deliverable as defined in the quotation, in accordance with the Buyer requested delivery date subject to receipt of all necessary information from Buyer. Shipping dates are approximate only, and the Company shall not be liable for delays or for failure to manufacture due to causes beyond its reasonable control or due to compliance with any government regulations. Any delay shall extend delivery dates to the extent caused thereby. Buyer shall reimburse the Company its additional expenses resulting from any Buyer -caused delay. When delivery of the Equipment is delayed at the request of the Buyer and the equipment has already been shipped to the Company, the Company will place the Equipment in storage and the Company will immediately invoice the Buyer 70% of the price, which will be promptly paid. The buyer shall have no right to cancel or rescind this agreement by reason of an excusable delay as defined herein, and shall accept such delayed performance by the company. The Buyer's receipt of the Equipment shall constitute a waiver of any claims for delay. 3. Payment Terms Unless otherwise specified herein, the total price of the design proposal shall be paid as follows: 70% at signing; 30% upon completion of design. Unless otherwise specified, equipment is sold F.O.B. origin -Buyer to pay all shipping charges. If this quotation covers equipment for more than one system, room, suite, or location, for purposes of payment in accordance with payment terms stated on the face hereof each room, suite, or location shall be treated as if the subject of a separate sale and payment made accordingly. Company shall not be liable for failures of or Initial —Date CONFIDENTIAL delays in manufacture, delivery or installation resulting from any cause or causes beyond its reasonable control. 4. Buyer In Arrears Or Default In the event Buyer is in arrears with any payment whatsoever due from it to the Company at any time whatever, whether in respect of the purchase price or any other amount due from the buyer to the Company under the terms of this agreement, the amount in arrears shall bear interest at three (3) percent above the prime rate prevailing at the principal New York branch of Chase Manhattan Bank as from the date each amount falls due, pending actual payment thereof in full, without prejudice to any relief and remedy available to the Company. In the event of Buyer's default, the Company may, with notice, peaceably enter any premises in which the equipment is located and remove, hold and sell it in accordance with applicable law, to satisfy in whole or in part Buyer's obligations. 5. Title, Risk of Loss Title to the Equipment shall pass to Buyer upon delivery, subject to a purchase money security interest retained by the Company in the Equipment sold and the proceeds thereof untiI payment of all amounts then due to the Company. The Company shall be entitled to remove the Equipment from the buyer's premises if all payments are not made when due. Buyer agrees to execute financing statements under the Uniform Commercial Code or other documents as the Company requests to protect its security interest. Risk of loss or damage to the Equipment or any part thereof shall pass to the Buyer upon delivery. 6. Installation &Site Preparation Installation (field assembly, interconnection, equipment calibration and checkout) is to be performed by the Company's trained technical employees. The Company shall be entitled to employ sub -contractors and/or agents to assist in or carry out, in whole or in part, the installation. In the event installation by Company employees is prevented by trade unions, the Buyer shall arrange with the trade unions at its own expense to complete installation. The Company is thereafter liable only for engineering supervision of installation. The Company shall coordinate and cooperate with other trades to facilitate satisfactory work progress. If the Company's work in progress is impeded by other trades and/or contractors (excluding the Companies own subcontractors) or by scheduling delays due to the Buyer, time delays in the final installation as well as additional charges including labor, travel and reasonable expenses may result.ALT Page 6 of 9 Audio � Innav, [etntrnl uom CITY OF FORT WORTH EMERGENCY OPERATIONS CENTER AUDIO VISUAL DESIGN PROPOSAL The Buyer shall be responsible for preparing, at its own expense, the installation site in accordance with the company's instructions, including the requirements specified in the quotation. In no event shall the Company be responsible for any high voltage electrical work, ceiling modifications, structural modifications, or mechanical systems modifications. Unless otherwise specified, Buyer shall provide the Company with source code for any non - Company programmed remote control system required to be modified under the terms of this agreement. The Buyer shall provide the Company with reasonable access to the installation site before delivery, for purposes of determining site readiness for installation, and shall designate an individual on Buyer's staff to serve as a contact person for all site preparation and installation issues. Buyer shall provide the Company with free access to the installation site for the purpose of preparation for installation. The buyer shall indemnify the Company against any loss, damage or claim arising out of the condition of the storage and installation premises. Buyer shall obtain at its expense and keep effective all permissions, licenses, and permits whenever required in connection with the installation and/or use of the Equipment and the premises where the Equipment shall be situated. 7a. Warranty In the event the Equipment is in any way misused or altered or is repaired by someone other than a representative of the Company, which within the sole judgment of the Company results in an adverse effect, including effects upon performance or reliability of the Equipment, the warranty and the Company's obligations hereunder shall terminate without notice to Buyer. 7b. Warranty Service —Chargers Warranty service will be provided in accordance with the Company's standard service terms. Where such terms are inconsistent with the terms herein, the terms herein will govern. Unless otherwise specified, each installation/system carries a ninety -day warranty covering defects in the installation portion of the sale. Components and materials carry the manufacturers warranty as described below, which may be greater than the ninety -day listed above. The Company will attempt to reply to warranty service requests received from Buyer prior to 1:00 p.m. within forty-eight hours. In the event service is provided outside of normal working hours, Buyer will be charged for any overtime hours in accordance with the Company's then standard policy on overtime rates. Normal working hours are 9 a.m. to 5 p.m., Monday through Friday, excluding legal holidays. 8. Limitations Of Warranty —Products Of Others 6301 Benjamin Road, Suite 101 Tampa, Florida 33634 crg.aviinc.com Unless otherwise specified, No warranty whatsoever is provided by the Company hereunder as to products manufactured by other than the Company, including but not limited to, cables, lamps, batteries, glassware, and evacuated devices (including valve, cathode ray tubes, and other special electron tubes). The Company's sole obligation with respect to any material or part identified in the quotation, literature, or specifications furnished to the Buyer as manufactured or supplied by others, shall be to pass on to the Buyer the applicable manufacturer's warranties, if any. 9. Buyer Responsibilities Buyer or any user of the Equipment shall (i) notify the Company as soon as any unusual operating peculiarity appears, and (ii) operate the Equipment in a safe and competent manner in strict compliance with established safety operating procedures and applicable laws and government regulations. In the event the Buyer or any user of the Equipment fails to comply with any of the above -stated conditions, the Company's warranties and its obligations hereunder shall terminate without notice to Buyer. 10. Limitation Of Liability The foregoing warranties are exclusive and in lieu of all other warranties, whether written or oral, implied or statutory. No implied warranty of merchantability or fitness for a particular purpose shall apply, in no event will the company be liable for any damages, other than the allocable charges paid by the buyer for the equipment, whether direct, indirect, special, dental or consequential, arising from any warranty claims. 11. Taxes ementor Any and all taxes levied or based on the prices in this agre, the Equipment being sold hereunder, exclusive of any taxes based on net income, shall be added to the selling prices set forth in the quotation; otherwise, the Buyer shall provide the Company with a tax exempt certificate acceptable to the taxing authorities. 12. Choice Of Law And Severability This agreement shall be interpreted in accordance with and governed in all respects by the law of Texas. Should any provision of this agreement be found invalid or unenforceable by a court of competent jurisdiction or by operation of any applicable law, it shall not affect the validity of any other provision contained herein. 13. Restocking Fees In the event Buyer wishes to return any Equipment based on reasons outside of the Company's control, Buyer agrees to pay any and all restocking fees. Qllxlia YISIl181 _ Initial —Date � � Inn4►►atiipns CONFIDENTIAL Page 7 of 9f�al(I$EtN9 tON�I l fjl'N7Itl7 CITY OF FORT W ORTH EMERGENCY OPERATIONS CENTER AUDIO VISUAL DESIGN PROPOSAL 14. General The quotation shall be firm for the period shown on the face hereof, subject to withdrawal or change by the Company upon notice at any time prior to acceptance of an order. It supersedes all prior agreements and understandings between the parties relating to the subject matter and is intended by the parties as the complete and exclusive CUSTOMER ACCEPTANCE ptance�(signed) 6301 Benjamin Road, Suite 101 Tampa, Florida 33634 crg.aviinc.com statement of the terms of the quotation and agreement. Any representation, affirmation of fact, course of prior dealings, promise or condition in connection shall not bind the parties therewith or usage of the trade not incorporated herein �� -h.� �,ri ���fi %:� _� �— � � %L' lac � ,'�- ci �.�•� Customer's Name (printed) Company/Organization (printed) 21�10� Date (printed) ASSISTANT CITY ATT®RN�Y Initial —Date CONFIDENTIAL = Audio Visual Innp�ationS Page 8 of 9 [cwntral ream ®raup] CITY OF FORT W ORTH EMERGENCY OPERATIONS CENTER AUDIO VISUAL DESIGN PROPOSAL ATTACHMENT "A" 6301 Benjamin Road, Suite 101 Tampa, Florida 33634 crg.aviinc.com GSA Position / Title Hours �Magri GSA Labor Rate �M Extended Price Sales Engineer III 80 $151.00 $121080.00 Sr. System Engineer 1 80 $126.00 1 $10,080.00 Systems Engineer/ CAD 80 $76.00 $6,080000 Programmer III 80 $151.00 $12,080.00 Sr. Proiect Manager 160 $96.00 $15,360.00 Technical Admin Support 20 $35.00 $700.00 TOTAL LABOR COST 500 $569380.00 Proposal and Pricing valid for 60 days. This Entire Document and all information enclosed including drawings, specifications and designs is the property of Audio Visual Innovations (AVI). Proprietary information provided to our client or his agents is for the sole purpose of demonstrating AVI's capabilities and shall be held in confidence. These Materials may not be copied, distributed or disclosed in any way without the sole written permission of an authorized representative of AVI. Audio 1►isualy ■ innovations [control room oroup] Audio Visual Innovations 6301 Benjamin Road, Suite# 101, Tampa, FL 33634 Office: (813) 8844168 1 Fax: (813) 882-9508 www.Crq.aviinc.com — Qllidip Visual` Initial —Date � � Innovations CONFIDENTIAL Page 9 of 9 �lf,fI11C41 t�Qlll �pDI1111 Page I of 2 City of Fort Worth, Texas COUNCIL ACTION: Approved or DATE: Tuesday, January 29, 2008 LOG NAME: 02EOCAVDESIGN01 1 /29/2008 REFERENCE NO.: **C-22637 SUBJECT: Authorize the City Manager to Execute a Contract for Technology Advisory Services with Audio Visual Innovations, Inc., for the Office of Emergency Management's Emergency Operations Center RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract for technology advisory services with Audio Video Innovations, Inc., for the Emergency Operations Center using General Services Administration Contract GS-03F-0037M, for an estimated amount of $56,380, DISCUSSION: The City of Fort Worth Emergency Operations Center (EOC) experienced significant floor and wall damage due to flooding in August 2007. Given the vital nature of the EOC to the City's ability to coordinate any large scale emergency response, staff has been working to restore the facility as soon as possible. Based on experience gained during recent large scale activations, e.g. Hurricane Katrina, Office of Emergency Management (OEM) has recommended redesigning the floor space and information management systems to extend the service life of the current EOC and ensure adequate space and IT infrastructure to support the future needs of the City over the next 10 to 15 years. Audio Video Innovations, Inc. (AVI), will provide design services for all of the audio-visual, information technology and communications infrastructure in the redesigned facy. This effort includes but is not limited to meeting with City staff, the facility architect, the construction prime contractor, and other key personnel, to determine the requirements for each space, designing an audio-visual and control system that meets defined requirements and documenting the design. The initial design work will be the start of a multi -year redesign/renovation project. AVI will work closely with the Design Architect contracted by the City's Transportation and Public Works Department (TPW) to deliver detailed architectural drawings and finalized construction documents. AVI has submitted a Design Proposal based on General Services Administration (GSA) pricing schedules. IT Solutions (ITS) has reviewed the pricing and finds the cost to be competitive. Pursuant to Section 211 of the e-Gov Act of 2002, Cooperative Purchasing provides authorized State and local government entities access to information technology items offered through GSA's Schedule 70 and the Corporate contracts for associated special item numbers. Under Section 271,103 of the Local Government Code, a local government contracting an item under a Federal Supply Schedule of the GSA satisfies any state law requiring that the local government seek competitive bids for contracting. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Grants Fund, TO Fund/Account/Centers FROM Fund/Account/Centers. GR76 539120 002442172210 r 6'_3s0 a 111 AV http://www.cfwnet.org/council_packet/Reports/mc_print.asp Page 2 of Submitted for City Manager's Office by_ Ori inating Department Head• Additional Information Contact: Joe Paniagua (6191) Juan Ortiz (6173) Eric Carter (2877) D.C. Price (6994) http: //www, cfwnet. org/council�acket/Reports/mc�rint. asp 2/4/2008