Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 55664-A4
CSC No. 55664-A4 FOURTH AMENDMENT TO FORT WORTH CITY SECRETARY CONTRACT NO. 55664 This Fourth Amendment to Fort Worth City Secretary Contract No. 55664 ("Fourth Amendment") is made by and between the City of Fort Worth ("City"), a Texas home -rule municipal corporation acting by and through its duly authorized Assistant City Manager, and AVI- SPL, LLC ("Vendor"), a Florida limited liability company acting by and through its duly authorized representative. City and Vendor are individually referred to as a "Party" and collectively referred to as the "Parties." WHEREAS, on April 1, 2021, the Parties entered into an Agreement identified as Fort Worth City Secretary Contract No. 55664 ("Agreement"); WHEREAS, the Agreement allows unlimited one-year renewal options at the City's sole discretion; WHEREAS, the Parties renewed the Agreement for three (3) prior renewals with terms of February 1, 2022 to January 31, 2023, February 1, 2023 to January 31, 2024, and February 1, 2024 to January 31, 2025; WHEREAS, on February 1, 2025, the Parties renewed the Agreement for its Fourth Renewal with a term of February 1, 2025 to January 31, 2026; WHEREAS, on August 5, 2021, the Parties amended the Agreement with its First Amendment to include additional services; WHEREAS, on January 25, 2024, the Parties amended the Agreement with its Second Amendment to increase the amount of the contract and to incorporate Exhibit A and its terms into the Agreement; WHEREAS, on March 18, 2024, the Parties amended the Agreement with its Third Amendment to incorporate Exhibit A and its terms into the Agreement; WHEREAS, it is the collective desire of the Parties to amend the Agreement to incorporate the attached Exhibit A and its terms into the Agreement; and WHEREAS, the amount of this contract shall remain an amount not to exceed $100,000.00 annually. NOW, THEREFORE, City and Vendor do hereby agree to the following: I. AMENDMENT OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Pagel of 2l The Exhibit A, attached to this Agreement, is hereby added to the Agreement and incorporated herein as if originally attached thereto. II. ALL OTHER TERMS SHALL REMAIN THE SAME All terms, provisions, conditions, covenants, and recitals of the Agreement that are not expressly amended herein shall remain in full force and effect. III. ELECTRONIC SIGNATURE This Amendment may be executed in multiple counterparts, each of which shall be an original and all of which shall constitute one and the same instrument. A facsimile copy or computer image, such as a PDF or tiff image, of a signature, shall be treated as and shall have the same effect as an original. [SIGNATURE PAGE FOLLOWS] [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 2 of 21 IN WITNESS WHEREOF, the Parties hereto have executed this Fourth Amendment, to be effective the day the Assistant City Manager signs it. ACCEPTED AND AGREED: CITY OF FORT WORTH 1jjLqrj-.j By: William hnson (Jun 11, 2025 14:16 CDT) Name: William Johnson Title: Assistant City Manager Date: APPROVAL RECOMMENDED: By: James Davis (Jun 9, 2025 11:04 CDT) Name: Jim Davis Title: Fire Chief ATTEST: By: Name: Jannette S. Goodall Title: City Secretary VENDOR: AVI-SPL, LLC By: Name: Chase Leonard Title: Attorney Date: 06/05/25 9Fa44 ..... o � Faoe oao�,9�d opaa anbrtx ag44 d nu CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name: Brenda Ray Title: Purchasing Manager APPROVED AS TO FORM AND LEGALITY: By: Name: Taylor Paris Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION: M&C: N/A Date Approved: N/A Form 1295 Certification No.: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 3 of 21 EXHIBIT A Proposal Prepared For City of Fort Worth City of Fort Worth EOC First Floor �I M iT 7�fK~C9 S 3 AVIA408*SPL 2701 E. State Highway 121 Suite 800 Lewisville, TX 75056 (972)243-4422 Fax: (972) 243-5450 www.avispl.com Prepared by: Paul Medford Paul. Medford @avispl,com Proposal no: 477396-4 AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 1 I P a g e Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 4 of 21 AVI � 7 SPL- Thank you for the opportunity to provide this proposal. We value our At AVI-SPL, our goal is to build partnerships with our clients, partnership and we appreciate our continued partnership with you. With you. We are dedicated to providing you with solutions that will enable your organization to perform at the highest level and be in a position to meet the challenges you face today and in the future. You can count on the AVI-SPL team to deliver exceptional service and solutions to help you improve the user experience of your collaboration systems - anywhere in the world. Our vision is to help your teams work smarter and live better. AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 2 1 P a g e Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 5 of 21 AVI< SPL We take your investment in collaborative solutions as seriously as you do. That's why we're with you every step of the way, making sure you have the support to keep your business running smoothly and you get the return on investment you expect. The hallmark of AVI-SPUs client success is our ability to keep pace with the tech nologytrends that drive the way organizations operate, and to innovate and improve upon them so that we can offer customers a standard of quality that no other company can match. When you partner with us as your trusted guide, you will experience: I@ Commitment A partner committed to your success and making a positive impact on your organization and our world 0 Global Reach Optimized global deployment teams with in -country support teams to deliver localized solutions and service -anywhere in the world AVI-SPL LLC r-, Expertise Expertise you can trust to guide your digital transformation and realize your business objectives ru Customer Experience World -class customer experience with a continual improvement mindset informed by the ITIL methodology Proposal #: 477396-4 Contract #: GSA 10 Proven Record A proven track record of supporting deployment and managed services in -country, wherever needed 0 Analytics Focus on actionable business intelligencewith routine reporting on key success metrics and usage analyrtics powered by our patented Symphony application 3 1 P a g e Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 6 of 21 AVID SPL AVI-SPL Project Integration Process / Plan } Execute Monitor Close How we define your needs and follow through with consistent execution. AVI-SPL ensures high quality project delivery that is on time and on budget. • Define and document each step • Determine an effective, standardized communication and reporting style • Develop a comprehensive training and adoption program • Dedicate regular oversight to the project, even after completion AVI-SPL uses a five -phase process to integrate solutions seamlessly and focus on the end -user experience: Initiate We will host a kickoff meeting and work with your key team members to determine the best approach to making your project a success Our team will review the scope of the project, the schedule, the communication strategy, and all other relevant matters to ensure a smooth start. Plan The planning phase begins with development of the project schedule including detailed work breakdown tasks identifying key deliverables, dependencies and both internal and external milestones required to successfully execute the project. Execute AVI-SPL wlII complete all engineering, programming, fabrication, and on -site installation activities. When the installation is complete, testing is executed prior to the final inspection and acceptance of the deployed solutions. Monitor This phase is focused on consistent review of project work activities to ensure alignment with the approved project plan. Our team delivers quality assurance through checks and balances along with consistent testing at specified intervals in the project Iifecycle. We will review risk management plans and deploy risk mitigation strategies to ensure scope, schedule and budget remain on track. Close The final phase is centered on completion of all contractual and operational activities to ensure your complete satisfaction and readiness to sign -off on the completed project. This includes demonstration and training on using your new technology along with all final project documentation for service onboarding. You will receive automated Customer Satisfaction Score (CSAT) and Net Promoter Score (NIPS) surveys to provide feedback. We closely analyze the data to ensure we are providing outstanding customer service. AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 7 of 21 AVID SPL Global Support and Maintenance AVI-SPL's Global Support and Maintenance services relieve you of the day-to-day burden of maintaining your collaboration technology estate, keeping yourteams connected, and concentrated on delivering business value. Elite Support Our Elite services give you an extra level of onsite responsiveness and support with: • Unlimited onsite support M-F, 8am-5pm* • Unlimited remote help desk support — available globally 24x7x365 • Facilitation of manufacturer repair or replacement programs — let us navigate your warranty terms • Software and firmware updates managed remotely for covered assets Global Support Operations Centers • AVI-SPL's Global Support Operations Centers (GSOCs) deliver live help desk support 24x7x365. • Offering quick and efficientemail, phone, and portal communications options. • The GSOCs will diagnose a problem, implement a repair remotely, or escalate to a specialist. 4 Repair/Replacement Facilitation -Some equipment maybe repairable or replaced at no charge under the manufacturer's warranty. The help desk will assist in arranging the return of the defective equipment to the manufacturer for servicelreplacement as applicable. Software Updates and Upgrades -access to the help desk for software updates and upgrades remotely available per manufacturer recommendation. Updates are provided on an as needed basis. Once an issue is reported, the remote help desk coordinates with you and the manufacturerto determine the best course of action. If a programmer is required, additional charges may apply at the applicable rate for those services, Unlimited Onsite Support -available Monday through Friday, 8 a.m. - 5 p,rn.*, excluding holidays, with travel included, where applicable, AVI-SPL will provide a two-busmess day onsite response following the help desk's determination that an onsrte dispatch is needed. *Local standard time excluding AVI-SPL holidays AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 5 1 P a g e Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 8 of 21 AVI<l SPL Investment Summary (Prepared For: IFletcher Jackson I Prepared By Paul Medford City of Fort Worth Date Prepared: 03/31/2025 275 W 13 ST Fort Worth, TX76102-6399 Proposal #: 477396-4 Valid Until• 07/0112025 Total Equipment Cost $85,572.55 Includes cable, connectors, hardware, switches, relays, terminal blocks, panels, etc., to ensure complete and operational system Professional Integration Services $49,123.06 Includes engineering, project management, CAD, on -site installation and wiring, coordination and supervision, testing, checkout, ownertraining, etc. performed on the Owner's premises. Also includes all fabrication, modification, assembly, rackwiring, programming, warranties, etc., some performed at AVI-SPL Direct Costs $0.00 Includes non equipment or labor costs, such as travel expenses, per diem, lift and vehicle rentals General & Administrative $2,239.35 Includes all G & A expenses: vehicle mileage, shipping and insurance, as applicable Services- Room Support and Maintenance $2,198.88 Includes post -installation support and maintenance options selected for installed rooms Services - Device Maintenance $6,592.16 Includes post -installation maintenance options selected for installed devices Subtotal $145,726.00 Tax As Applicable (*) Total $145,726.00 * ANY and all applicable taxes will be included upon invoicing Purchase orders should be addressed to AVI-SPL LLC Due to global semiconductor ("chip") shortages and supply chain disruptions pricing quoted in this proposal may change. Installation schedules are subject to current (daily) product availability and may be delayed or postponed. This Entire Document and all information (including drawings, specifications and designs( presented by AVI-SPL LLC are the property of AVI-SPL LLC or its affiliate, Proprietary information provided to potential customers, clients or agents is far the sole purpose of demonstrating solutions delivery 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-SPL. © Copyright AVI-SPL LLC. All Rights Reserved Proposal #: 477396-4 Contract # GSA Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 9 of 21 AVI�JSPL" Terms and Conditions This Proposal together with AVI-SPL's General Terms and Conditions and the applicable Addendum(a) located here and incorporated herein by this reference (collectively the "Agreement") constitutes the entire agreement between AVI-SPL LLC ("Seller", "AVI-SPL", "we", "us", "our") and the buyer/customer identified in the Proposal ("Buyer", "Customer", "Client", "you", "your") with respect to its subject matter and supersedes all prior and contemporaneous agreements, representations and understandings of the Parties, written or oral. By signing below, issuing a valid purchase order for the Services and/or Products specified herein or receiving the Products and/or Services specified herein, whichever occurs first, Buyer acknowledges It has read and agrees to the terms of this Agreement. This Agreement shall not be binding upon Seller until accepted by Buyer as set forth in this Agreement and the earlier of Seller's confirmation in writing of Buyer's order and Seller's performance under the applicable Proposal. Any terms and conditions contained in Buyer's purchase order or any other Buyer -provided documents related to this transaction shall have no effect and are hereby rejected. Notwithstanding anything herein to the contrary, if a master services agreement signed by both Parties is in effect covering the sale of the Services and/or Products that are the subject of this Proposal, the terms and conditions of said agreement shall prevail to the extent they conflict or are inconsistent with this Agreement. Billing and Payment Terms Unless otherwise agreed In writing by Buyer and Seller in the Proposal, the total Proposal price, excluding the price for Stand-alone Services (as defined in this section(, shall be billed as follows, subject to continuing credit approval: 50%down payment at time of order, 40% upon delivery at Seller; 10%upon project completion and Buyer sign -off or first beneficial use, whichever occurs first, payable net 30 from Buyer's receipt of invoice. For purposes ofthis Agreement, "Stand- alone Services" means any Services not attached to an installation project. Billing and payment terms for Stand-alone Services are set forth in the applicable Service Addendum(aj. Unless otherwise specified in the Proposal, Products are sold F.O.B. origin -Buyer to pay all shipping charges. If this Proposal covers Products or Services 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. Unless otherwise specified in the Proposal, all pricing and amounts are in US Dollars and all billing and payment shall be made in US Dollars. Link to AVI-SPLTerms and Conditions: https:HavisPi.com/terms-of-use/ Buyer Acceptance Buyer Legal Entity Buyer Authorized Signature Buyer Authorized Signatory Title Buyer Authorized Signatory Name pate This Entire Document and all information (including drawings, specifications and designs( presented by AVI-SPL LLC are the property of AVI-SPL LLC or its affiliate. Proprietary information provided to potential Customers, clients or agents is for the sole purpose of demonstrating solutions delivery 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-SPL. © Copyright AVI-SPL LLC. All Rights Reserved AVI-SPL LLC Proposal #: 477396-4 Contract # GSA 7 I Page Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 10 of 21 AVI�JSPL® Room Summary - EOC Room 139 Microphone Equipment List (Mfg (Model (Description I city I Unit Pricel Extended Pricel l WIRELESS MICROPHONE iSHURE SHUULXD4DG50 RECEIVER, DUAL DIGITAL WIRELESS W/INTERNAL 1 $2,681.37 $2,681.37 PWR SUP, 1/2 WAVE SHURE 5HUULXD1G50 DIGITAL WIRELESS BODYPACK TRANSMITTER 1 $471.44 $471.44 W/MINI 4-PIN CONNECTOR SHURE SHUWL165MBCLM3 MICROPHONE, LAVALIER, LOW -PROFILE 1 $131.81 $131.81 CARDIOID, LEMO CONN,BLACK SHURE 5HUULXD2SM58G50 SYSTEM, WIRELESS W/ULXD2 HANDHELD SM58 1 $505.87 $505.87 MIC SHURE SHLJSBC200 DUAL DOCKING CHARGER W/OUT POWER 1 $173.37 $173.37 .SUP PLY ISHURE SHLJSB900B BATTERY, RECHARGABLE LITHIUM -ION 2 $95.00 $190-001 SHURE SHUUAS74US ACTIVE DIRECTIONAL ANTENNAW/GAIN SWITCH 1 $336.06 $336.06 470-698 MHz BIAMP SYSTEMS BIATESIRASIC4 4-CHANNEL MIC/LINE INPUT CARD (INSTALLED) 1 $282.50 $282,501 Subtotal) $4,772.421 Room Support and Maintenance Warranty; 3-months $0.00 Equipment Total $4,772.42 Installation Materials $234.95 Professional Services $3,924,00 Direct Costs $0.00 General & Administrative $134.75 Subtotal $9,066.12 For informational purposes only — all Purchase Orders must match Investment Summary details. This Entire Document and all information (including drawings, specifications and designs) presented by AVI-SPL LLC are the property of AVI-SPL LLC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery 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-SPL. © Copyright AVLSPL LLC. All Rights Reserved AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 8 1 P a g e Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 11 of 21 AVID SPL Room Summary - Room 129 Equipment List (Mfg (Model Description Qty VIDEO CONFERENCI NG NEAT NEANEATBARPROPAD ICOLLAB SYSTEM, NEAT BAR PRO + NEAT PAD AND 1 (NEATFRAME) MOUNTS WIRELESS PRESENTATION CRESTRON CREAM310OWF PRESENTATION GATEWAY, AIRMEDIA SR 3 REC 1 100 W. W CRE5TRON CREDMNVXE30 ENCODER, DM 4K604:4:4 HDR NETWORK AV 1 SCHEDULING PANEL CRESTRON CRETSS770WS TOUCH SCREEN, 7" ROOM SCHEDULING, WHITE 1 SMOOTH CRESTRON CRETSW770MSMKWS MOUNT, MULTISURFACE KIT FOR TSW-770, 1 WHITE SMOOTH DISPLAYS AND MOUNTS LG ELECTRONICS LGE86UR340C9UD LCD, 86° 4K/UHD 330NT 100LB SPR/OPT AUD 2 OUT NO WiFi/BT -TAA CHIEF CHIXTl MOUNT, FUSION MICRO-ADJ TILT WALL MOUNT, 2 EXTRA LARCE CRESTRON I CREDMNVXD30 (DECODER, DM 4K604:4:4 HDR NETWORK AV 2 Room Support and Maintenance Elite Maintenance Services - Room; 12-months Unit Price Extended Pricel $5,996.25 $5,996.25 $1,031.25 $1,031,25 $1,032.38 $1,032.38' $990.81 $990.81 $115.47 $115.47 $2,048.44 $4,096.88 $332.41 $664.82 $1,032.38 $2,064.76' Subtotal) $15,992.1l Equipment Total Installation Materials Professional Services Direct Costs General & Administrative Services - Room Support and Maintenance Subtotal For informational purposes only — all Purchase Orders must match Investment Summary details. $1,016.89 $15,992.62 $1,153.85 $7,392.00 $0.00 $427.82 $1,016.89 $25,983.18 This Entire Document and all information (including drawings, specifications and designs) presented by AVI-SPL LLC are the property of AVI-SPL LLC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery 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-SPL © Copyright AVI-SPL LLC. All Rights Reserved Proposal #: 477396-4 Contract #: GSA Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 12 of 21 AVI��SPL" Room Summary - Video Wall Processors Upgrade Equipment List Mfg !Model IDescription I Qty I Unit Price) Extended Price VUWALL VUETXNT3SMC TRx Central Management Software and TRx 1 $10,901.25 $10,901.25 TECHNOLOGY Appliance Server VUWALL VUETRXCS TRx Unlimited Capture-VNC Sources 1 $2,722.50 $2,722.50 TECHNOLOGY VUWALL VUWTRXENTDS SOFTWARE, TRX ENTERPRISE MODULE FOR 4 $2,775.31 $10,901.24 TECHNOLOGY VUSCAPE CONTROLLER INC. VuwALL VUWVWSERVERIUR4 SERVER REDUNDANT 1 $6,387.00 $6,387.00 TECHNOLOGY INC. Subtotal) $30,911.99 Room Support and Maintenance Warranty; 3-months Device Maintenance $0.00 Mfg Model Description Months Qty Unit Price Extended Price VUWALL VUESUPPORTPREMIU M 3YR 3-YEAR SUPPORT PREMIUM 12 1 $6,592.16 $6,592.16 Subtotal $6,S92.16 Equipment Total $30,911.99 Installation Materials $1,521.82 Professional Services $21,159.06 Direct Costs $0.00 General & Administrative $872.81 Services - Device Maintenance $6,592.16 Subtotal $61,057.84 For informational purposes only — all Purchase Orders must match Investment Summary details. This Entire Document and all information (including drawings, specifications and designs) presented by AVI-SPL LLC are the property of AVI-5PL LLC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery 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-SPL. © Copyright AVI-Si LLC. All Rights Reserved AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 10 I Page Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 13 of 21 AVI�JSPL® Room Summary - Room 148 Equipment List (Mfg (Model Description Ill Unit Pricel Extended Pricel VTC SYSTEM CISCO SYSTEMS CISCS-KITPRO-C-K9 CODEC, CISCO WEBEX ROOM KIT PRO W/QUAD 1 $19,319.18 $19,319.18 CAM CARBON SOUND CONTROL 50URC8CQCK REMOTECAM8 FOR THE CISCO QUAD CAMERA 1 $3,181.25 $3,181.25 TECHNOLOGIC W/RC-CUBBY-CQC WALL MINT CRESTRON CREDMNVX360C ENCODER/DECODER CARD, DM NVX 4K604:4:4 1 $1,429.63 $1,429.63 HDR NETW BIAMP SYSTEMS BIATESIRAEXUBT EXPANDER, POE AVB/USB WITH RLUEETOOTH 1 $625.00 $625.00I SCHEDULING PANEL CRESTRON CRETSS770WS TOUCH SCREEN, 7" ROOM SCHEDULING, WHITE 1 $990.74 $990.74 SMOOTH CRESTRON CRETSW770MSMKWS MOUNT, MULTISURFACE KIT FOR TSW-770, 1 $115.47 $115.47 WHITE SMOOTH Subtotall $25,661.271 Room Support and Maintenance Elite Maintenance Services - Room; 12-months $1,181.99 Equipment Total $25,661.27 Installation Materials $1,202.66 Professional Services $13,982.00 Direct Costs $0.00 General & Administrative $711.15 Services - Room Support and Maintenance $1,181.99 Subtotal $42,739.07 For informational purposes only — all Purchase Orders must match Investment Summary details. This Entire Document and all information (including drawings, specifications and designs) presented by AVI-SPL LLC are the property of AVI-51"L LLC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery 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-5PL. © Copyright AWSPL LLC. All Rights Reserved AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 111 page Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 14 of 21 Room Summary - Room 117 and 118 Equipment List Mfg Model Description CRESTRON CREDMNVXE30 ENCODER, DM 4K604:4:4 HDR NETWORK AV CRESTRON CREDMNVXE202GBT ENCODER, DM NVX 4K604:2:0 NETWORK AV WALL PLATE Room Support and Maintenance Warranty; 3-months AVI�-�SPLa Qty Unit Price Extended Pricel 2 $1,03234 $2,064.681 2 $866.30 $1,732.60 Subtotal $3,797.291 $0.00 Equipment Total $3,797.28 Installation Materials $323.69 Professional Services $2,666.00 Direct Costs $0.00 General & Administrative $92.92 Subtotal $6,879.79 For informational purposes only — all Purchase Orders must match Investment Summary details. This Entire Document and all information (including drawings, specifications and designs) presented by AVI-SPL LLC are the property of AVI-51"L LLC or its affiliate. Proprietary information provided to potential customers, clients or agents is for the sole purpose of demonstrating solutions delivery 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-SPL. © Copyright AVI-SPL LLC. All Rights Reserved AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 12 1 P a g e Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 15 of 21 City of Fort Worth OP477396 — EOC First Floor Scope of Work REV4 AVI-SPL Solution Scope of Work After careful and deliberate consideration ofyour requirements, we are pleased to provide the following audiovisual solutions Scope of Work. The scope of work noted is based on sound engineering principles, reliable technology, and have been formulated specifically to meet your requirements. EOC Room 139 Audio System • AVI-SPL will provide and install a dual wireless microphone receiver to work with the existing sound system. This will include a wireless lavalier and a handheld microphone. n amplifier and six (6) speakers for proper coverage and amplification of the room. Room 129 Display System • AVI-SPL will provide and install one (1) 86" LED display mounted at the front of the conference room. UCSolution • AVI-SPLwill provide and install one (1) UCSolution for each room. • A touch panel placed on the table will be the main user interface for the system. A PoE+ (802.3at, Class 4/Mode A) network connection is required at the table for this device. Optionally, an included PoE injector may be used • The conference bar will be mounted below the display • The conference bar features a built-in camera, microphone array, and speakers • The conference bar will serve as the Android based UC device with no additional compute o A network connection is required behind the display forthis device Presentation System • AVI-SPL will provide and install one (1) Crestron wireless presentation device for the room. Scheduling Panel • AVI-SPL will provide and install one (1) 7" scheduling panel. The panel will be located on the wall outside of the room by the door. The panel will plug into the customer network via a network cable provided by the customer. Wall Processors • AVI-SPL will provide and install a new VuwAll Vuscape Appliance Servers to work with the video walls. The new appliance servers will function the same as the existing video wall processors in Room 148, Room 139 and the Weather Alert Room. Four (4) Vuscape Controller display servers will be installed. • AVI-SPL will work with the manufacturer to setup and deploy the new video wall appliance servers. AVI19::S�SPL AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 13 1 Page Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 16 of 21 City of Fort Worth OP477396 — EOC First Floor Scope of Work REV4 Room 148 Display System • The existing video wall will be utilized. Video Conferencing • Provide and install one (1) Cisco video conferencing codec located in the room for for videoconferencing calls. The codec shall connect forthese calls overthe client local area network. The IP connection and all IP addresses shall be provided by others. • Privide and install one (1) Cisco QuadCamera at the front of the room below the existing video wall to view the participants of a video conference call. Video Conferencing Controls The existing control system will be updated to as well as a Cisco specific touch panel which will be located on the conference room table. Recommended Best Practices a. Provide and install one (1) wired color touch screen user interface with a 10" diagonal screen size. The touch screen user interface design will utilize the standard Cisco provided icon set and layout, with the following functionality included: i. Video Conference controls 1. Keypad/Menu Navigation 2. Codec Directory 3. Camera controls 4. Contentsharing AVI-SPL shall coordinate with the client's IT personnel establishing WAP usage and IP addresses where a stand- alone AV LAN is utilized. Where the control system is on the client LAN, AVI-SPL shall provide a list of A/V network appliances along with their MAC addresses. The client will then provide AVI-SPL with a static IP address range for those devices. Rooms 117 and 118 • AVI-SPL will provide and install two (2) NVX transmitters per room. One (1) transmitter will be a wall plate for the laptop and one will be for the PC at the desk. • New DMX patch cables will be added in the room to go from the NVX transmitters to the displays. • The audio will be routed from to top TV to the Biamp and the code will be update to allow for volume control of the tuner. Project Requirements • The Customer is responsible for making sure the display wall is properly constructed to withstand the weight of the display with a safety factor of at least 5:1. Any substitutions for this must be approved by AVI-SPL prior to installation. AVI-SPL has the right to refuse to mount the displays to anything other than an approved backing. All charges for required return trips by AVI-SPL due to the lack of proper backing is the responsibility of client. • The Customer is responsible for providing all required power. • The Customer will provide cut ins, junction boxes and low voltage cable paths as needed. AVI<$>-SPL AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 14 1 P a g e Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 17 of 21 City of Fort Worth OP477396 — EOC First Floor Scope of Work REV4 • The Customer is responsible for all content, subscriptions or renewals not provided in this proposal. • Any owner furnished equipment (OFE) is assumed to be in good working order and at the latest version of software and firmware. Any troubleshooting, upgrading, or replacement will result in an additional charge. • The Customer is responsible for providing all network connections, routing, andaddressing. AVI<S*SPL AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 15 1 Page Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 18 of 21 ntegrati n n I Inclusions AVI��SPL® inand ExI in The following items are in luded in this p oposal unless pecifically noted therwise within this p oposal document or scope of work statement: • All equipment, wire, and accessories required for a fully functional audio/visual system per the agreed upon scope of work. • Non -union labor associated with audio/visual system enginee ing, installation, programming, and testing. • Documentation package including complete as -built AV system diagrams, and manufacturer's operation manuals. • Coordination and cooperation with the construction team in regard to installing the system. • User demonstration of full AV system operation forfinal sign -off. AVI-SPL LLC Any additional trips, labor, or materials due to failure of the other workfo ces to have the audiovisual system rough -in work completed as anticipated and previously confirmed, will be added to the p oject billing as required. Unless otherwise agreed in writing by AVI-SPL, all work performed by AVI-SPL will take place between the hours of 8:00 a.m. and 6:00 p.m. local time, Monday through Friday, excluding public and bank holidays. If AVI-SPL is required to perform work outside of these hours, customer will be charged AVI-SPL's standard overtime rates. Any changes in the hours o days of performance must be agreed to in writing by AVI-SPL. Where applicable, the owner's architect will provide AVI-SPL's engineering department with all required architectural floor, reflected ceiling, building elevation, and section plans in AutoCAD® format at no charge to AVI-SPL. Proposal #: 477396-4 Contract #: GSA Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 19 of 21 AVI�JSPL` xclusions he following items are excluded from this proposal unless specifically identified otherwise within t is proposal document or scope of work statement. • All conduits, high voltage wiring panels, breakers, relays, boxes, receptacles, etc Any related electrical work including, but not limited to, 110VAC, conduit, core drilling, raceway, and boxes. • Voice/data cabling, IE analogue phone lines, ISBN lines, network ports, etc. • Network connectivity, routing, switching, and port configuration necessaryto support audiovisual equipment. • Concrete saw cutting and/or core drilling. • Fire wall, ceiling, roof and floor penetration, patching, removal, or fire stopping. • Necessary sheet rock replacement, ceiling tile, T-bar replacement, and/or wall/ceiling repair. • Any and all millwork (moldings, trim, etc.). All millwork or modifications to project millwork/furniture to accommodate the AV equipment is to be provided by others. • Painting, patching, or finishing, of architectural surfaces. • Permits (unless specifically provided for elsewhere in this proposal document or scope of work statement). • Engineered (P.E.) seals and/or stamped structural/system details. • HVAC and plumbing relocation. • Rough -in, bracing, framing. or finish trim carpentryfor installation. • Cutting, structural welding, or reinforcement of structural steel members required for support of assemblies, if required. • Owner furnished equipment or equipment furnished by others that is integrated into the systems (as described above) is assumed to be current, industry acceptable, and in good working order. If it is determined thatthis equipment is faulty upon installation, additional project charges may be incurred. • Additional or specific manufacturer's "User Adoption" training. • Additional costs for union labor. F.' - 01%, • AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 17 1 P a g e Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 20 of 21 AVI<�SPL- Addendum to General Terms and Conditions — Equipment Ordering Due to global supply chain constraints, Seller is experiencing longer than normal lead times on equipment. Asa result, Seller cannot guarantee lead times on equipment and will not be liable for any delays In equipment delivery to the extent caused by such constraints. However, as the supply chain continues to improve, we will not be ordering equipment foriabs that start more than 120 days from when the contracted site Is ready unless lead times are greater than 90 days. In order for Seller to appropriately plan and coordinate its resources, Buyer must commit to a site readiness for installation date, (subject to timely delivery of equipment) on or about . 20_ Should Buyer elect to purchase equipment immediately upon placement of order or greater than 120 days prior to the above readiness date, to mitigate delays, Buyer agrees to receive the equipment at their designated location and Seller will immediately bill Buyer upon placement of such order. Buyer shall pay for such equipment within the payment terms (e.g. net 30) specified herein, regardless of any other agreed upon billing terms or billing terms specified herein. Warranty on such equipment shall commence upon delivery of the equipment to Buyer's designated location, notwithstanding any other agreed upon warranty terms or warranty terms specified herein - By initialing next to this sentence, Buyer elects to purchase equipment immediately upon placement of order in accordance with the terms of this Addendum. Buyer Acceptance Signed Name Company Name Printed Name, Title Date This Entire Document and all information imcl uding drawings, specifications and designs) presented by AVI-SPL LLC is the property of AVI-SPL or its affiliate. Proprietary information provided to potential customers, clients or agents is forth sole purpose of demonstrating solutions delivery capabilities and shall be held in confidence. These Materials may not be copied, distributed or disclosed in anyway wit houtthe sole written permission of an authorized representative of AVI-SPL. © Copyright AVI-SPL LLC. All Rights Reserved AVI-SPL LLC Proposal #: 477396-4 Contract #: GSA 18 1 P a g e Fourth Amendment to Fort Worth City Secretary Contract No. 55664 Page 21 of 21