Loading...
2022-25 Triton Technology Solutions - Chamber AV SupportMEMORANDUM DATE: TO: FROM: RE: Please list the Contracting Party / Vendor Name, type of agreement to be executed, including any change orders or amendments, and the type of services to be provided. Make sure to list any related Project No. and Project Name. Authority to execute this agreement is based upon: ___ Approved by City Council on ___________________________________________ ___ City Manager’s signing authority provided under the City’s Purchasing Police [Resolution No. 2019-021] for budget expenditures of $50,000 or less. ___ Department Director’s or Manager’s signing authority provided under the City’s Purchasing Policy [Resolution No. 2019-021] for budget expenditures of $15,000 and $5,000, respectively, or less. Procurement Method (one must apply): ___ Bid ___ RFP ___ RFQ ___ 3 written informal bids ___ Sole Source ___ Select Source ___ Cooperative Procurement Requesting department shall check and attach the items below as appropriate: ___ Agreement payment will be charged to Account No.: _____________________ ___ Agreement term: Start Date ________________ End Date ________________ ___Amount of Agreement, Amendment, Change Order, etc.: $____________________ REMINDER: Signing authorities listed above are applicable on the aggregate Agreement amount, not individual Amendments or Change Orders! ___ Insurance certificates as required by the Agreement for Risk Manager approval Approved by: ______________________________ Date: _______________ ___ Bonds (originals)as required by the Agreement (Performance, Payment, etc.) ___ Conflict of Interest Form 700 Statement of Economic Interests from Consultant(s) NOTE: Review the “Form 700 Disclosure for Consultants” guidance to determine if a Form 700 is required pursuant FPPC regulation 18701(2) ___ Business License No. __________________; Expires: __________________ ___ Requisition for a Purchase Order has been prepared (Agreements over $5,000) 12/20/2021 Jon McMillen, City Manager Monika Radeva, City Clerk Agreement for Contract Services with Triton Technology Services for Audio/Visual Maintenance and Support Services; and Initial Assessment of City's Chamber Equipment ✔12/21/2021 Business Item No. 3 ✔ ✔ ✔01/01/2022 06/30/2025 ✔242,687 ✔ ✔ 502-0000-60300 & 502-0000-80100 Monika Radeva 12/22/2021 AGREEMENT FOR CONTRACT SERVICES THIS AGREEMENT FOR CONTRACT SERVICES (the “Agreement”) is made and entered into by and between the CITY OF LA QUINTA, (“City”), a California municipal corporation, and Triton Technology Solutions, Inc. (“Contracting Party”). The parties hereto agree as follows: 1. SERVICES OF CONTRACTING PARTY. 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those services related to Audio/Video Maintenance and Support Services, and Initial Assessment of the City’s Chamber equipment, as specified in the “Scope of Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the “Services”). Contracting Party represents and warrants that Contracting Party is a provider of first-class work and/or services and Contracting Party is experienced in performing the Services contemplated herein and, in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase “industry standards” shall mean those standards of practice recognized by one or more first-class firms performing similar services under similar circumstances. 1.2 Compliance with Law. All Services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of the City and any Federal, State, or local governmental agency of competent jurisdiction. 1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable Federal, State, and local wage and hour laws. 1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement, including a City of La Quinta business license. Contracting Party and its employees, agents, and subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required for the performance of the Services required by this Agreement. Contracting Party shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the Services required by this Agreement, and shall indemnify, defend (with counsel selected by City), and hold City, its elected officials, officers, -2- employees, and agents, free and harmless against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against City hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with this Section. 1.5 Familiarity with Work. By executing this Agreement, Contracting Party warrants that (a) it has thoroughly investigated and considered the Services to be performed, (b) it has investigated the site where the Services are to be performed, if any, and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the Services should be performed, and (d) it fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. Should Contracting Party discover any latent or unknown conditions materially differing from those inherent in the Services or as represented by City, Contracting Party shall immediately inform City of such fact and shall not proceed except at Contracting Party’s risk until written instructions are received from the Contract Officer, or assigned designee (as defined in Section 4.2 hereof). 1.6 Standard of Care. Contracting Party acknowledges and understands that the Services contracted for under this Agreement require specialized skills and abilities and that, consistent with this understanding, Contracting Party’s work will be held to an industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove, Contracting Party represents to City that it holds the necessary skills and abilities to satisfy the industry standard of quality as set forth in this Agreement. Contracting Party shall adopt reasonable methods during the life of this Agreement to furnish continuous protection to the Services performed by Contracting Party, and the equipment, materials, papers, and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Services by City, except such losses or damages as may be caused by City’s own negligence. The performance of Services by Contracting Party shall not relieve Contracting Party from any obligation to correct any incomplete, inaccurate, or defective work at no further cost to City, when such inaccuracies are due to the negligence of Contracting Party. 1.7 Additional Services. In accordance with the terms and conditions of this Agreement, Contracting Party shall perform services in addition to those specified in the Scope of Services (“Additional Services”) only when directed to do so by the Contract Officer, or assigned designee, provided that Contracting Party shall not be required to perform any Additional Services without compensation. Contracting Party shall not perform any Additional Services until receiving prior written authorization (in the form of a written -3- change order if Contracting Party is a contractor performing the Services) from the Contract Officer, or assigned designee, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of Contracting Party. It is expressly understood by Contracting Party that the provisions of this Section shall not apply to the Services specifically set forth in the Scope of Services or reasonably contemplated therein. It is specifically understood and agreed that oral requests and/or approvals of Additional Services shall be barred and are unenforceable. Failure of Contracting Party to secure the Contract Officer’s, or assigned designee’s written authorization for Additional Services shall constitute a waiver of any and all right to adjustment of the Contract Sum or time to perform this Agreement, whether by way of compensation, restitution, quantum meruit, or the like, for Additional Services provided without the appropriate authorization from the Contract Officer, or assigned designee. Compensation for properly authorized Additional Services shall be made in accordance with Section 2.3 of this Agreement. 1.8 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in “Exhibit D” (the “Special Requirements”), which is incorporated herein by this reference and expressly made a part hereof. In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2. COMPENSATION. 2.1 Contract Sum. For the Services rendered pursuant to this Agreement, Contracting Party shall be compensated in accordance with “Exhibit B” (the “Schedule of Compensation”) in a total amount not to exceed Two Hundred and Forty Two Thousand Six Hundred and Eighty Seven Dollars ($242,687) for the life of the Agreement, encompassing the initial and any extended terms. (the “Contract Sum”), except as provided in Section 1.7. The method of compensation set forth in the Schedule of Compensation may include a lump sum payment upon completion, payment in accordance with the percentage of completion of the Services, payment for time and materials based upon Contracting Party’s rate schedule, but not exceeding the Contract Sum, or such other reasonable methods as may be specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contracting Party at all project meetings reasonably deemed necessary by City; Contracting Party shall not be entitled to any additional compensation for attending said meetings. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if -4- specified in the Schedule of Compensation. Regardless of the method of compensation set forth in the Schedule of Compensation, Contracting Party’s overall compensation shall not exceed the Contract Sum, except as provided in Section 1.7 of this Agreement. 2.2 Method of Billing & Payment. Any month in which Contracting Party wishes to receive payment, Contracting Party shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City’s Finance Director, an invoice for Services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the Services provided, including time and materials, and (2) specify each staff member who has provided Services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Contracting Party specifying that the payment requested is for Services performed in accordance with the terms of this Agreement. Upon approval in writing by the Contract Officer, or assigned designee, and subject to retention pursuant to Section 8.3, City will pay Contracting Party for all items stated thereon which are approved by City pursuant to this Agreement no later than thirty (30) days after invoices are received by the City’s Finance Department. 2.3 Compensation for Additional Services. Additional Services approved in advance by the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement shall be paid for in an amount agreed to in writing by both City and Contracting Party in advance of the Additional Services being rendered by Contracting Party. Any compensation for Additional Services amounting to five percent (5%) or less of the Contract Sum may be approved by the Contract Officer, or assigned designee. Any greater amount of compensation for Additional Services must be approved by the La Quinta City Council, the City Manager, or Department Director, depending upon City laws, regulations, rules and procedures concerning public contracting. Under no circumstances shall Contracting Party receive compensation for any Additional Services unless prior written approval for the Additional Services is obtained from the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement. 3. PERFORMANCE SCHEDULE. 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. If the Services not completed in accordance with the Schedule of Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will suffer damage. 3.2 Schedule of Performance. All Services rendered pursuant to this Agreement shall be performed diligently and within the time period -5- established in “Exhibit C” (the “Schedule of Performance”). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer, or assigned designee. 3.3 Force Majeure. The time period specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contracting Party, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Contracting Party shall within ten (10) days of the commencement of such delay notify the Contract Officer, or assigned designee, in writing of the causes of the delay. The Contract Officer, or assigned designee, shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the forced delay when and if in the Contract Officer’s judgment such delay is justified, and the Contract Officer’s determination, or assigned designee, shall be final and conclusive upon the parties to this Agreement. Extensions to time period in the Schedule of Performance which are determined by the Contract Officer, or assigned designee, to be justified pursuant to this Section shall not entitle the Contracting Party to additional compensation in excess of the Contract Sum. 3.4 Term. Unless earlier terminated in accordance with the provisions in Article 8.0 of this Agreement, the term of this agreement shall commence on January 1, 2022, and terminate on June 30, 2025 (“Initial Term”). This Agreement may be extended for one (1) additional three (3)-year term upon mutual agreement by both parties (“Extended Term”), and executed in writing. 4. COORDINATION OF WORK. 4.1 Representative of Contracting Party. The following principals of Contracting Party (“Principals”) are hereby designated as being the principals and representatives of Contracting Party authorized to act in its behalf with respect to the Services specified herein and make all decisions in connection therewith: (a) Don Thaler, Senior Vice President- Tel No. E-mail: (b) Pearl Alonzo, General Mgr. Tel No. Email: -6- It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing Principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing Principals shall be responsible during the term of this Agreement for directing all activities of Contracting Party and devoting sufficient time to personally supervise the Services hereunder. For purposes of this Agreement, the foregoing Principals may not be changed by Contracting Party and no other personnel may be assigned to perform the Services required hereunder without the express written approval of City. 4.2 Contract Officer. The “Contract Officer”, otherwise known as the Monika Radeva, City Clerk, or assigned designee may be designated in writing by the City Manager of the City. It shall be Contracting Party’s responsibility to assure that the Contract Officer, or assigned designee, is kept informed of the progress of the performance of the Services, and Contracting Party shall refer any decisions, that must be made by City to the Contract Officer, or assigned designee. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer, or assigned designee. The Contract Officer, or assigned designee, shall have authority to sign all documents on behalf of City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability, and reputation of Contracting Party, its principals, and its employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Contracting Party shall not contract or subcontract with any other entity to perform in whole or in part the Services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered, voluntarily or by operation of law, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contracting Party, taking all transfers into account on a cumulative basis. Any attempted or purported assignment or contracting or subcontracting by Contracting Party without City’s express written approval shall be null, void, and of no effect. No approved transfer shall release Contracting Party of any liability hereunder without the express consent of City. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contracting Party, its agents, or its employees, perform the Services required herein, except as otherwise set forth herein. City shall have no voice in the selection, -7- discharge, supervision, or control of Contracting Party’s employees, servants, representatives, or agents, or in fixing their number or hours of service. Contracting Party shall perform all Services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contracting Party in its business or otherwise or a joint venture or a member of any joint enterprise with Contracting Party. Contracting Party shall have no power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Except for the Contract Sum paid to Contracting Party as provided in this Agreement, City shall not pay salaries, wages, or other compensation to Contracting Party for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Contracting Party for injury or sickness arising out of performing the Services hereunder. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (“PERS”) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. Contracting Party agrees to pay all required taxes on amounts paid to Contracting Party under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contracting Party shall fully comply with the workers’ compensation laws regarding Contracting Party and Contracting Party’s employees. Contracting Party further agrees to indemnify and hold City harmless from any failure of Contracting Party to comply with applicable workers’ compensation laws. City shall have the right to offset against the amount of any payment due to Contracting Party under this Agreement any amount due to City from Contracting Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement or indemnification arising under this Section. 4.5 Identity of Persons Performing Work. Contracting Party represents that it employs or will employ at its own expense all personnel required for the satisfactory performance of any and all of the Services set forth herein. Contracting Party represents that the Services required herein will be performed by Contracting Party or under its direct supervision, and -8- that all personnel engaged in such work shall be fully qualified and shall be authorized and permitted under applicable State and local law to perform such tasks and services. 4.6 City Cooperation. City shall provide Contracting Party with any plans, publications, reports, statistics, records, or other data or information pertinent to the Services to be performed hereunder which are reasonably available to Contracting Party only from or through action by City. 5. INSURANCE. 5.1 Insurance. Prior to the beginning of any Services under this Agreement and throughout the duration of the term of this Agreement, Contracting Party shall procure and maintain, at its sole cost and expense, and submit concurrently with its execution of this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance Requirements”) which is incorporated herein by this reference and expressly made a part hereof. 5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance to Agency along with all required endorsements. Certificate of Insurance and endorsements must be approved by Agency’s Risk Manager prior to commencement of performance. 6. INDEMNIFICATION. 6.1 Indemnification. To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit F” (“Indemnification”) which is incorporated herein by this reference and expressly made a part hereof. 7. RECORDS AND REPORTS. 7.1 Reports. Contracting Party shall periodically prepare and submit to the Contract Officer, or assigned designee, such reports concerning Contracting Party’s performance of the Services required by this Agreement as the Contract Officer, or assigned designee, shall require. Contracting Party hereby acknowledges that City is greatly concerned about the cost of the Services to be performed pursuant to this Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Services contemplated herein or, if Contracting Party is providing design services, the cost of the project being designed, Contracting Party shall promptly notify the Contract Officer, or assigned designee, of said fact, circumstance, technique, or event and the estimated -9- increased or decreased cost related thereto and, if Contracting Party is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.2 Records. Contracting Party shall keep, and require any subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports (including but not limited to payroll reports), studies, or other documents relating to the disbursements charged to City and the Services performed hereunder (the “Books and Records”), as shall be necessary to perform the Services required by this Agreement and enable the Contract Officer, or assigned designee, to evaluate the performance of such Services. Any and all such Books and Records shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer, or assigned designee, shall have full and free access to such Books and Records at all times during normal business hours of City, including the right to inspect, copy, audit, and make records and transcripts from such Books and Records. Such Books and Records shall be maintained for a period of three (3) years following completion of the Services hereunder, and City shall have access to such Books and Records in the event any audit is required. In the event of dissolution of Contracting Party’s business, custody of the Books and Records may be given to City, and access shall be provided by Contracting Party’s successor in interest. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of City, for a period of three (3) years after final payment under this Agreement. 7.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents, and other materials plans, drawings, estimates, test data, survey results, models, renderings, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings, digital renderings, or data stored digitally, magnetically, or in any other medium prepared or caused to be prepared by Contracting Party, its employees, subcontractors, and agents in the performance of this Agreement (the “Documents and Materials”) shall be the property of City and shall be delivered to City upon request of the Contract Officer, or assigned designee, or upon the expiration or termination of this Agreement, and Contracting Party shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the Documents and Materials hereunder. Any use, reuse or assignment of such completed Documents and -10- Materials for other projects and/or use of uncompleted documents without specific written authorization by Contracting Party will be at City’s sole risk and without liability to Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to such use, revise, or assignment. Contracting Party may retain copies of such Documents and Materials for its own use. Contracting Party shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any Documents and Materials prepared by them, and in the event Contracting Party fails to secure such assignment, Contracting Party shall indemnify City for all damages resulting therefrom. 7.4 In the event City or any person, firm, or corporation authorized by City reuses said Documents and Materials without written verification or adaptation by Contracting Party for the specific purpose intended and causes to be made or makes any changes or alterations in said Documents and Materials, City hereby releases, discharges, and exonerates Contracting Party from liability resulting from said change. The provisions of this clause shall survive the termination or expiration of this Agreement and shall thereafter remain in full force and effect. 7.5 Licensing of Intellectual Property. This Agreement creates a non- exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, rights of reproduction, and other intellectual property embodied in the Documents and Materials. Contracting Party shall require all subcontractors, if any, to agree in writing that City is granted a non-exclusive and perpetual license for the Documents and Materials the subcontractor prepares under this Agreement. Contracting Party represents and warrants that Contracting Party has the legal right to license any and all of the Documents and Materials. Contracting Party makes no such representation and warranty in regard to the Documents and Materials which were prepared by design professionals other than Contracting Party or provided to Contracting Party by City. City shall not be limited in any way in its use of the Documents and Materials at any time, provided that any such use not within the purposes intended by this Agreement shall be at City’s sole risk. 7.6 Release of Documents. The Documents and Materials shall not be released publicly without the prior written approval of the Contract Officer, or assigned designee, or as required by law. Contracting Party shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.7 Confidential or Personal Identifying Information. Contracting Party covenants that all City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft -11- documents, discussion notes, or other information, if any, developed or received by Contracting Party or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contracting Party to any person or entity without prior written authorization by City or unless required by law. City shall grant authorization for disclosure if required by any lawful administrative or legal proceeding, court order, or similar directive with the force of law. All City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussions, or other information shall be returned to City upon the termination or expiration of this Agreement. Contracting Party’s covenant under this section shall survive the termination or expiration of this Agreement. 8. ENFORCEMENT OF AGREEMENT. 8.1 California Law. This Agreement shall be interpreted, construed, and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contracting Party covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer, or assigned designee; provided that if the default is an immediate danger to the health, safety, or general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party’s right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City’s right to terminate this Agreement without cause pursuant to this Article 8.0. During the period of time that Contracting Party is in default, City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, City may, in its sole discretion, elect to pay some or all of the outstanding invoices during any period of default. -12- 8.3 Retention of Funds. City may withhold from any monies payable to Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Contracting Party in the performance of the Services required by this Agreement. 8.4 Waiver. No delay or omission in the exercise of any right or remedy of a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. City’s consent or approval of any act by Contracting Party requiring City’s consent or approval shall not be deemed to waive or render unnecessary City’s consent to or approval of any subsequent act of Contracting Party. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 8.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 8.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Termination Prior To Expiration of Term. This Section shall govern any termination of this Agreement, except as specifically provided in the following Section for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days’ written notice to Contracting Party. Upon receipt of any notice of termination, Contracting Party shall immediately cease all Services hereunder except such as may be specifically approved by the Contract Officer, or assigned designee. Contracting Party shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer, or assigned designee, thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, or assigned designee, except amounts held as a retention pursuant to this Agreement. 8.8 Termination for Default of Contracting Party. If termination is due to the failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party shall vacate any City-owned property which Contracting -13- Party is permitted to occupy hereunder and City may, after compliance with the provisions of Section 8.2, take over the Services and prosecute the same to completion by contract or otherwise, and Contracting Party shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Contracting Party for the purpose of setoff or partial payment of the amounts owed City. 8.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this Section shall not exceed the hourly rate paid by City for legal services multiplied by the reasonable number of hours spent by the prevailing party in the conduct of the litigation. Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled to attorneys’ fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. 9. CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 9.1 Non-liability of City Officers and Employees. No officer, official, employee, agent, representative, or volunteer of City shall be personally liable to Contracting Party, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Contracting Party or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any officer or principal of it, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contracting Party’s performance of the Services under this Agreement. Contracting Party further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent, or subcontractor without the express written consent of the Contract Officer, or assigned designee. Contracting Party agrees to at all times avoid conflicts of interest or the -14- appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to this Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. Contracting Party warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 9.3 Covenant against Discrimination. Contracting Party covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of any impermissible classification including, but not limited to, race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry in the performance of this Agreement. Contracting Party shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry. 10. MISCELLANEOUS PROVISIONS. 10.1 Notice. Any notice, demand, request, consent, approval, or communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this Section. To City: CITY OF LA QUINTA Attention: Monika Radeva, City Clerk 78495 Calle Tampico La Quinta, California 92253 To Contracting Party: Triton Technology Solutions, Inc. Attn: Kristen Tetherton, President 32234 Paseo Adelanto, Suite E-1 San Juan Capistrano, CA 92675 Tel: (949) 388 – 3919 10.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. -15- 10.3 Section Headings and Subheadings. The section headings and subheadings contained in this Agreement are included for convenience only and shall not limit or otherwise affect the terms of this Agreement. 10.4 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 10.5 Integrated Agreement. This Agreement including the exhibits hereto is the entire, complete, and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements, and understandings, if any, between the parties, and none shall be used to interpret this Agreement. 10.6 Amendment. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by Contracting Party and by the City Council of City. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 10.7 Severability. In the event that any one or more of the articles, phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable, such invalidity or unenforceability shall not affect any of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 10.8 Unfair Business Practices Claims. In entering into this Agreement, Contracting Party offers and agrees to assign to City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials related to this Agreement. This assignment shall be made and become effective at the time City renders final payment to Contracting Party without further acknowledgment of the parties. 10.9 No Third-Party Beneficiaries. With the exception of the specific provisions set forth in this Agreement, there are no intended third-party beneficiaries under this Agreement and no such other third parties shall have any rights or obligations hereunder. -16- 10.10 Authority. The persons executing this Agreement on behalf of each of the parties hereto represent and warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors, and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] AUDIO/VIDEO MAINTENANCE AND SUPPORT SERVICES Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com COMPLETE PRICING LIST (OR FEE SCHEDULE) PRICING The cost for this agreement is $13,625.00. This includes $1,000.00 allocated to be used for outside repair fees, materials/equipment, or freight fees. Outside repair fees would include bench work or repair services a manufacturer charges if equipment requires repair. Materials include cables, connectors, and other consumables that may be required as well as any low- cost equipment that may be required. Freight fees would be charged at Triton’s cost to ship any equipment that required repair by a manufacturer. The outside repair fees, material/equipment or freight frees would only be billed if required. Any outside repair fees would need to be approved by City staff prior to the repair occurring. Triton Technology will contract with the City of La Quinta to provide support services for a period of one year from the date of contract or purchase order. Any future upgrades to these systems performed by Triton or backed with system documentation will be supported during the term of the contract. SUPPORT SERVICES The support services will include: B Upon execution of the contract, Triton will provide an engineer and installer to come onsite for two days to provide the following tasks: Evaluate the existing systems for performance and correct operation. Identify any deficiencies that make the system unstable. Confirm the accuracy of the existing system drawings. Confirm the Crestron code provided by the city is uncompiled and can be modified. Inventory the equipment Correct any deficiencies in connections including re-termination if possible. If time allows potentially hand draw how the equipment in the racks is wired and add temp or non-permanent labels to the cabling. At the conclusion of the two days onsite the engineer will provide a report that will report their evaluation of the system including any deficiencies found and any recommendations for corrections. This will include the items addressed in Proof of Theory of Operations, item “f” of the Cover Letter and recommendations to address these items. B Triton will provide one engineer to come on site four additional times in a year. The engineer will be onsite up to an eight-hour service day. B The service appointment will be scheduled 30 days prior to the service. We will try to accommodate scheduling this service sooner for an emergency or special event. Page 10 of 20City of La Quinta Maint & Support Prpsl_R0.pdf EXHIBIT A SCOPE OF SERVICES MAINTENANCE & SUPPORT AUDIO/VIDEO MAINTENANCE AND SUPPORT SERVICES Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com B Triton may perform the following tasks as time allows and in coordination with the City’s coordinated prioritization which would be agreed upon prior to visit. Not all these items apply to all systems.  Cleaning equipment of dust including vacuuming of filters and equipment.  Confirm all video and audio levels are set properly and adjust as necessary.  Make any repairs or settings changes to the system that the client has notified Triton of prior to visit. Equipment requiring repair will follow procedures listed below.  Verify equipment software and firmware are up to date if needed including Engineering PC and other PC-based systems. Note that any changes to software or firmware are performed on an “as needed” basis in coordination with City staff and manufacturer.  Check audio system components related to the DSP.  Check input/output functionality at I/O or BSP panels  Test and calibrate mixer levels and work with client to adjust presets if needed  Overall system training which may not include specific equipment training.  Install new equipment at the visit if coordinated in advance of the visit. (This may require a design, other equipment, specialized installation materials or new cables pulled that may not be possible without prior coordination). B Provide written report of services performed including any recommendations or items that need to be addressed in the form of a report provided with one week of site visit. B Once notified of a condition or issue or an issue is observed onsite, Triton will provide phone and/or email technical support within 4 hours of the initial notification. This assumes initial notification would be within normal business hours not including weekends or holidays and the response would be within normal business hours as well. Once the problem has been identified Triton will help the client through the phone, remote login, or email to find a work around if possible. If no work around is possible, then Triton will schedule an appointment to come onsite at the first available opportunity. B Unlimited phone, offsite remote access support, text and/or email support during normal business hours, M-F 8am – 5pm excluding weekends and holidays for system technical problems. B This contract includes offsite time for research of any potential solutions, working with the device manufacturer’s tech support on behalf of the City and in coordination with City Staff if needed, or coordination of RMA’s. B Offsite remote access via Internet is included in this agreement if the city allows access to Triton’s personnel. See Triton’s “Triton’s Data and Network Security Liability Disclosure” for more information. All remote access systems to be provided by City of La Quinta and access must be approved for each instance. Page 11 of 20City of La Quinta Maint & Support Prpsl_R0.pdf AUDIO/VIDEO MAINTENANCE AND SUPPORT SERVICES Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com B Consumables such as cables, connectors, solder, rack screws, or other consumables used or required during a service and or repair will be provided by Triton. Triton will however bill these items separately. In most cases this cost is minimal ($250 or less) per service call. However, if a need arises requiring a substantial use of materials for a service call, Triton will identify these costs and will get approval from the City’s designated staff prior to the service call. B Any changes made to the system, during a regular scheduled maintenance appointment, that requires the existing documentation to be updated, Triton will update the documentation and provide both AutoCAD and pdf files to the city. This assumes the city already has electronic files of their documentation in AutoCAD. If electronic files do not exist, they cannot be updated. For any equipment that requires offsite repair by either the manufacturer or an authorized repair facility, Triton will provide the following service: B Triton will work directly with the manufacturer through the troubleshooting and return authorization process. B Once Triton receives a proposal for the service work (sometimes this information can be given prior to the manufacturer receiving the product and other times they need to physically evaluate the unit) we will provide a proposal to the city. The repair would not be completed until the City Staff approves the repair cost. B Triton will uninstall the equipment during the planned service visit. Triton will package it and ship it using ground freight except under the following conditions: expedited shipment, packaging for oversized items, palletized equipment, or items required to go by truck. These exceptions will be invoiced directly to the City at Triton’s cost. B Once the item is repaired and sent back, either the city’s own staff can reinstall it or Triton. If Triton reinstalls it, the city can elect to use one of the four annual service days they have available, or Triton will invoice this at the hourly service rates. B Triton will try in good faith try to acquire loaner equipment from the manufacturer while the city’s equipment is in for repair. If none is available the city has the option to rent equipment, which is not included in this contract. Page 12 of 20City of La Quinta Maint & Support Prpsl_R0.pdf AUDIO/VIDEO MAINTENANCE AND SUPPORT SERVICES Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com FEE SCHEDULE For services outside of the standard agreement the following rates will apply and are billable to the city. EMPLOYEE OFF SITE HOURLY RATE ON SITE DAILY RATE Design Engineer $125.00 $1,900.00 Project Engineer $100.00 $1,700.00 Project Manager $125.00 $1,900.00 Software Programmer $150.00 $2,000.00 Install Supervisor (Prevailing wage rate) $110.00 $1,700.00 Installer (Prevailing wage rate) $95.00 $1,500.00 General Administration $60.00 N/A These rates will be invoiced as follows: B Any service outside of the Standard Agreement will need City approval prior to the service being completed. B All hourly services will be billed in 30-minute blocks as incurred. B All daily rates represent an 8-hour workday. B Any services performed outside of the standard agreement will be invoiced with payment due in Net 30 days. ASSUMPTIONS AND EXCLUSIONS: B Rental fees for lifts or other specialty equipment to gain access to, or test equipment is not included and would be billed to the city. B Triton will require unrestricted access to equipment and/or area(s) during normal business hours on scheduled visits. B Equipment and/or system failure(s) due to or caused by fire, abuse, unconditioned or fluctuating electrical power, misuse, negligence, natural or environmental causes (such as tornados, earthquake, lightning, corrosion, flood or other acts of God or other causes beyond our control) or equipment not part of the mentioned systems is not covered in this agreement. Page 13 of 20City of La Quinta Maint & Support Prpsl_R0.pdf AUDIO/VIDEO MAINTENANCE AND SUPPORT SERVICES Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com B It is the City’s responsibility to warrant the security of all information provided for data and or network security provided during this agreement. For more information, Triton’s Data and Network Security Liability Disclosure is available upon request. B This agreement includes one engineer to be onsite. If additional staff is required during an onsite visit, they will be billed at the onsite hourly rates noted above or one of the remaining days can be used to cover their cost. B Triton warrants the consumables needed for a repair to be free from defects for a minimum period of one (1) year from the date of the service call. Consumables are cables, connectors, solder, rack screws, or other consumables used or required during a service and or repair that is provided by Triton. The labor performed during an onsite visit is warranted for 90 days. Parts like lamps, fuses and batteries or other equipment parts are warranted under their standard manufacturer warranty. B This agreement does not include any benchwork services. Benchwork services will be provided by the equipment manufacturer, but Triton will coordinate the repair if required. B The proposal pricing is good for 90 days. B Liquidated damages are excluded from these services B There are no bonding requirements for these services therefore pricing for a bid, performance or payment bond are not included in the pricing. B Triton does not perform any high voltage electrical work requiring a C10 license including installation of new conduit pathways. B All permits to be provided by the city. B Any design work requiring and Electrical, Mechanical, Civil, or Acoustical Engineer is not included in this scope of services. PAYMENT TERMS The total cost for this agreement is $13,625 with the price and payment terms as follows: B $1,000.00 allocated to be used for outside repair fees, materials, equipment, or freight fees. Sales tax is applicable to some of these items and will also need to be included in this amount. This amount or a portion thereof will only be invoiced at time it is used with payment due in Net 30 days. B $12,625.00 for the services specified in this agreement. This fee will be billed as:  $2,000 to be invoiced at time of contract with payment due in net 30 days.  $3,625 to be invoiced at completion of two days onsite and delivery of report with payment due in net 30 days. Page 14 of 20City of La Quinta Maint & Support Prpsl_R0.pdf AUDIO/VIDEO MAINTENANCE AND SUPPORT SERVICES Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com  $2,333 to be invoiced 90 days after contract date with payment due in net 30 days.  $2,333 to be invoiced 180 days after contract date with payment due in net 30 days.  $2,334 to be invoiced 270 days after contract date with payment due in net 30 days. LIST COMPLIMENTARY SERVICES Complimentary services Triton provides is as follows: B Design and Project Oversight. Triton provides these services to government clients for when the project needs to go out to bid. This includes a detail design and written technical bid specifications for the systems designed. Project Oversight includes attending the Job Walk, answering questions and helping the client answers any questions that come up. Project Oversight also includes answering any RFI’s or RFQ’s the contractor may ask during the installation or commissioning process. Triton provides oversight of the project as the Contractor builds the system this includes confirming they are meeting the bid specifications, creating a punch list for items that need to be fixed or resolved before the client signs off on the project. B Design. Triton provides this service when the client wants to design the system and install it. B Installation and Commissioning. Triton provides the installation and commissioning services for systems they have designed. Training is included. All of these services are available per the fee schedule above it the client wants to contract these additional services as Time and Materials. Triton can also quote firm fix pricing for these services as well and that pricing will vary based on the scope of work. Page 15 of 20City of La Quinta Maint & Support Prpsl_R0.pdf AUDIO/VIDEO MAINTENANCE AND SUPPORT SERVICES Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com STAFFING AND PROJECT ORGANIZATION Triton’s Organization is managed by the following: B Kristen Tetherton, President – Kristen would be the main point of contact for contract, overall administration, and any future projects. B Gus Allmann, Chief Technology Officer – Gus would be the secondary technical contact for any reason. For any projects Gus is responsible for he manages the engineering and installation crew assigned to the project. B Brian Rose, VP of Engineering – Brian would be the main point of contact for all technical or service-related issues. He typically handles all government clients and appoints other engineers, programmer, or installer on a case-by-case basis depending on the issue. He is responsible for the overall evaluation of the issue and can very quickly determine the right person to address the issue. For any projects Brian is responsible for he manages the engineering and installation crew assigned to the project. B Tammy Thompson, Office Manager – Tammy is the main point for contact for accounting and or equipment purchases/returns/RMA’s or other general operational or administrative tasks. SUBCONTRACTING SERVICES Triton uses a very select few sub-contractors to provide services. We only use a select few because we are happy with the quality of service that they provide, and they have skills we may not, or we don’t use often enough to be efficient or proficient. We have been using the same sub-contractors for ten years. We use our sub-contractors on a case-by-case basis. The sub-contractors we use provide programming for specialized control and audio software, installation crews for when we need to scale up for an installation, and potentially other engineers depending on the project and their skillset. For this project we anticipate that Triton’s staff will be utilized the majority of time. Page 16 of 20City of La Quinta Maint & Support Prpsl_R0.pdf PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com PROJECT BACKGROUND City of La Quinta asked Triton to provide a proposal for maintenance and service of their production and audio-visual systems that serve the Council Chamber. During the bidding process Triton identified systems or components that either need to be re-done, added, or replaced to address operational and performance deficiencies currently in the system. The items identified are all items that need immediate attention. There are additional items that are not as urgent and can be addressed by budgeting them into the next fiscal year. SCOPE OF WORK This scope of work includes Triton performing all phases detailed below in our Project Process with the deliverables detailed in each phase. This scope of work also includes the following: 1. Included in the proposal is a quote for Televic Support and Service so that when any issues arise their products and software Triton can easily get support and help for the City. This is a block of 8 hours that can be carried over for 3 years. Once the 8 hours are used an additional block can be purchased. 2. Add a Crestron Presentation Switcher to the control room rack. a. The switcher will have six HDMI inputs available with three used for the Cable Box, Televic Voting, and Televic speaker timer. b. It will have two HDBT or 8G inputs to be used for the Zoom PC & Presentation PC located in Chamber. c. There are two HDMI outputs that we will feed a Chamber Program distribution amplifier feeding the Televic video input, the front of dais confidence monitor, and the production system. The other HDMI output will feed the Zoom PC and the production system. d. The two HDBT or 8G outputs will feed the rear projection screen & Samsung touch display. 3. Add and configure the 1 M/E Control Panel to existing ATEM Production Switcher. This Panel allows the production switcher to be operated more easily than using the GUI panel. This would be installed in the control room and the operator in that room would select the production sources that would be streamed. 4. We will add a new 27” wall mounted display for the switcher multiviewer. We will also mount the Crestron 15” touchpanel on the wall. 5. A new SDI embedded and discrete analog audio monitor to the system allowing users to view or listen to production audio. SDI input will be from production switcher program and analog audio input from DSP with audio selector on Crestron panel. City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 2 of 15 EXHIBIT A SCOPE OF WORK CHAMBER UPGRADE PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com 6. A pair of dedicated audio monitors will be added with source control and volume controls in the Crestron touch panel. Users can listen to relative Chamber audio mix, production audio, or other mixes determined in design. 7. Add two Crestron Control Panels to control the Audio System and Presentation Switcher. One 10” Panel would be located at the dais by the Clerk or whoever would operate it. The 2nd 15” panel would be in the control room. The X-Panel would still be loaded on a PC as a back up to either of the dedicated panels. 8. Triton will create a dedicated production audio mixer in the Control Room Crestron panel with options for manual control or auto mixing. 9. Add two small Televic Speaker Timer Displays would be installed on the podium facing the presenter with a 2nd one mounted on the rear panel of the podium facing the dais. These two displays would only show the speaker timer. 10. The OFE Confidence Monitor facing the podium would display a mirrored feed of the presentation shown on the rear projection screen. 11. Replace the Shure Mixer with a Biamp DSP and feed from OFE microphones, amplifiers, speakers, production audio feeds, etc. 12. Replace four channels of wireless microphones with four handheld microphones with charging bases. These are DANTE microphones and need a single antenna. There is no rack mount interface, and the antenna is the active POE powered transmitter and system manager. 13. Triton will install a new and dedicated AV & broadcast switch to support DANTE VLAN, control system VLAN, and other network interfaces as needed. This can be added to the city network if desired in a manner determined during the design. 14. Remove existing equipment from racks and desktop. Install added equipment and existing equipment to two new vertical racks with a custom table to be pushed up against the racks. Install new wiring within the two racks with all video, audio and network cables labeled, documented, and nicely dressed. 15. Remove equipment no longer in use from system such as the Denon Audio Recorder. These items will be identified in the design. 16. Integrate Zoom PC so that it can be displayed as a source to the presentation system with the audio from zoom being mixed into the audio system that feeds the council chamber and production streamed feed. Integrate the Zoom PC so that it can be used when there are no production personnel. City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 3 of 15 PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com 17. Remove HDCP Restrictions from the video system when using the Whiteboard monitor and Zoom PC with correct HDCP management for sources and displays. 18. Replace existing Air Media with internal switcher air media interface 19. Integrate 2nd OFE Zoom PC for production system use so separate optimized views can be used for production operation. 20. Run live production video and audio to the Lobby Monitor to reduce video delay. 21. Replace rear projection, video projector with a brighter laser projector. 22. Consider different layouts of the production operators desk during the design to improve their workspace. PROJECT PROCESS This project includes our Project Process, which describes our approach and methodology to a design and build project. The entire process is made up of four phases in which each one is built upon the other. The two phases, Program Phase and Design Phase, will require collaboration between us and the City of La Quinta to define all the project requirements. Without collaboration, it is not possible to define the customer’s objectives and expectations, nor design a system that will meet them Within both the Program and Design Phase, the client will be required to review and approve all deliverables before proceeding to the next phase. This allows the client to fully understand their systems specification, capabilities, budgets, timelines, etc. This review and approval process confirms that the design is meeting their objectives and expectations. The Project Process includes value engineering throughout the entire process, which allows us to discuss alternative designs, products and/or processes that could be applied to the project with the benefit of saving the customer money. Our Project Process is as follows: I. PROGRAM PHASE: The first phase of the process is to develop the conceptual design and define overall project goals. This phase allows the project team to brainstorm at an elevated level and determine the specific functionality for each system area and location of the project. The deliverables of this phase include block and flow diagrams, a Rough Order of Magnitude (ROM) estimate of proposed City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 4 of 15 PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com equipment, space layout drawings and preliminary functional description of the system. a. Provide Needs Analysis b. Review Existing Documentation – Facilities c. Benchmark Comparable Facilities d. Conduct Program Meeting – Management, Operator, Engineering e. Program Report including: i.Conceptual Design ii.ROM estimate of proposed equipment iii.Equipment Demonstrations iv.Preliminary functional description of system f. Client sign off of this phase is required before moving to Design Phase. II. DESIGN PHASE: The Design Phase refines the research and design findings from the Program Phase. This second phase takes the information from Program Phase and develops the design into detail. Once this phase is completed, the client will know everything that needs to be known about the project from a technical standpoint including how all equipment will be wired, where the equipment will be installed, what size technical furniture or number of racks will be required, as well as electrical and mechanical requirements. A final Bill of Material is prepared inclusive of specific line-item equipment lists. This phase includes the following: a. Conduct and attend 1 Meetings b. Research Benchmark Equipment c. Develop System Design d. Establish the Infrastructure i. Concept ii.Schematic, Design (Wire Diagrams) e. Critical Design Review of Technical Systems f. Final space planning, floor plans, equipment locations, etc. g. Rack elevations and/or console and furniture layouts h. Mounting Details (Projector, Monitors, Cameras, etc.) i. I/O Panel Design and Layout j. Identification of power, and conduit requirements. The customer will complete the implementation of power and conduit requirements. k. Deliverables and Approval i. Provide 11X17 Drawings using Triton Title Blocks in both hard and soft copy. Soft copy is delivered in both AutoCAD and pdf formats. Drawings include single line drawings that document every cable and all the equipment that will be installed in this project. (Cables not documented include power, keyboard, and mice.) Depending on the project other drawings may include floor plans, reflected ceiling plan, console and rack elevations. ii. Provide Bill of Material (BOM) in both hard and soft copy formats. Soft copy is provided in both Excel and pdf formats. It will be formatted with the City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 5 of 15 PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com following order: item #, quantity, manufacturer, equipment model #, description, price, and extended price. If there is Customer Furnished Equipment (CFE) that is required in this project, those items will be designated as CFE on the BOM with no price associated with it. iii. Provide Cable Database in both hard and soft copy formats. Soft copy is provided in Excel format. iv. Project cost quote for remaining phases. v. Project Timeline for remaining phases. vi.Written bid specifications when Triton is providing design services only. This is provided as both hard and soft copy with soft copy provided in Word format. l. Client sign off of this phase is required before moving to Installation Phase. III. INSTALLATION PHASE: Once the customer approves the design, the project moves to the installation phase. Deliverables and activities in this phase are as follows: a. Installation Coordination Meeting b. Create cable labels c. Prepare Submittals i. Shop Drawings ii. Sample Finishes iii. Detailed Technical Drawings d. Customer to procure all equipment e. Prepare New Site for Installation i. Rack ii. Grounds iii. Cable Trays f. Pre-Assembly and testing g. Assemble and test the Technical System h. Install Equipment i. Run Cables j. Label all cables and equipment k. Vendor Commissioning l. Deliverable i. All Equipment Installed ii. Wiring Complete m. Client sign off of this phase is required before moving to Commissioning Phase. IV. COMMISSIONING PHASE: This is the system startup phase where the equipment and wiring are tested, operational parameters set, and configured to ensure City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 6 of 15 PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com complete functionality. Triton coordinates operational training provided by the equipment manufacturer. The working system is delivered to the client as a fully functional and operating system. This phase includes system acceptance by the customer, as-built engineering drawings delivery, and overall technical system review. Deliverables and activities in this phase include: a. Set equipment parameters b. Preliminary Tests c. Generate Punch List d. Inspect, Test, and Align System e. Up to 2 Hours of system and technical review for the CUSTOMER’S technical staff responsible for the maintenance and troubleshooting of the system is included at no cost. f. Deliverables i. Final As-Built Engineering Drawings will be provided in both Hard and Soft Copy. 1. One set of bound notebooks(s) will be provided to house the hard copy drawings printed on 11”X17” size paper. 2. Two USB Drives with electronic copies of: a. AutoCAD dwg files of the as-built drawings b. Adobe pdf files of the as-built drawings c. Microsoft Excel Wire List ii.Items delivered to the customer that were included with any new equipment 1. Operational Manuals (if provided by manufacturer) 2. Manufacturer CD’s containing the software versions and releases installed on the equipment (if applicable) 3. Equipment accessories/options not needed during the installation 4. Other technical information that may have been provided g. Project Sign Off from Client City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 7 of 15 PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com PRICING The total for this project is: $142,523.97. Following is the breakdown of the equipment, installation materials and labor prices. PAYMENT TERMS Payment terms for this project is as follows: EQUIPMENT AND INSTALLATION MATERIALS - Equipment and Installation materials will be invoiced once shipped to either Tritons’ or your warehouse, whichever occurs first with payment due in Net 30 days. LABOR – Labor to be invoiced with payment due in Net 30 days at the following milestones: B 20% to be invoiced at time of kick off meeting.  B 20% to be invoiced when first drawing is delivered for review  B 20% to be invoiced when final set of drawings are reviewed.  B 30% to be invoiced the first day installation begins.  B 10% to be held in retention until project is signed off by client. City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 8 of 15 CUSTOMER:QUOTE DATE:November 23, 2021 ADDRESS: CONTACT: PHONE #: EMAIL: ITEM #QTY MANUFACTURER MODEL #DESCRIPTION PRICE EXTENDED PRICE 1 1 Blackmagic Design BMD- SWPANELADV1ME ATEM 1 M/E Advanced Panel $3,035.00 $3,035.00 2 1 Blackmagic Design CONVNTRM/CA/SDIAU De-embed audio to analog or AES/EBU from any SD, HD or Ultra HD SDI connection.$456.00 $456.00 3 2 Blackmagic Design CONVNTRM/CB/AUSDI Embed audio from analog or AES/EBU to any SD, HD or Ultra HD SDI connection.$456.00 $912.00 4 1 Blackmagic Design CONVMSDIDA Mini Converter SDI Distribution $147.00 $147.00 5 2 Blackmagic Design CONVNTRM/YA/RSH Teranex Mini Rack Shelf $98.00 $196.00 6 1 Blackmagic Design HDL-AUDMON1RU12G Monitor your audio with the 1 RU Blackmagic Audio Monitor 12G from Blackmagic Design. Featuring a dual- subwoofer design with extra wide range speakers, the audio monitor is equipped with Class-D amplifiers. It features a 12G?SDI input, a balanced XLR analog audio input, a balanced AES/EBU digital input audio, HiFi audio inputs, and an HDMI 2.0 output. The front panel features multicolored audio level meters and a built-in LCD for monitoring video sources. $1,099.00 $1,099.00 7 1 Dell S2721Q 27” lifestyle-inspired 4K UHD monitor that supports HDR content playback for an amazing entertainment experience. Features Fixed Stand / Speaker $427.00 $427.00 8 2 Crimson AV A30F Articulating mount for 10" to 30" flat panel screens $39.00 $78.00 9 2 Yamaha HS5 5 inch Powered Studio Monitor - Black $142.00 $284.00 10 2 Apantac US-4000 Standalone Bi-directional Universal Scaler with Genlock $2,107.00 $4,214.00 11 1 Crestron DMPS3-4K-350-C- AIRMEDIA 3-Series® 4K DigitalMedia™ Presentation System 350 with AirMedia®$6,750.00 $6,750.00 12 1 Crestron DM-PSU-3X8-RPS PoDM+ Redundant Power Supply for DM 8G+® I/O Blades & DMPS3-4K-200/300-C $2,500.00 $2,500.00 13 6 Crestron DM-RMC-200-C DigitalMedia 8G+® Receiver & Room Controller 200 $1,250.00 $7,500.00 14 4 Crestron DM-TX-201-C DigitalMedia 8G+® Transmitter 201 $813.00 $3,252.00 15 1 Crestron TS-1070-B-S 10.1 in. Tabletop Touch Screen, Black Smooth $1,875.00 $1,875.00 16 1 Crestron TS-1542-TILT-B-S 15.6 in. HD Touch Screen, Tabletop Tilt, Black Smooth $3,000.00 $3,000.00 17 3 Crestron HD-DA4-4KZ-E 1:4 HDMI® Distribution Amplifier w/4K60 4:4:4 & HDR Support $344.00 $1,032.00 18 1 Panasonic PT-MZ880BU7 8,000 LUMENS, LCD, WUXGA RESOLUTION, 4K INPUT, LASER PROJECTOR, BLACK $7,225.00 $7,225.00 19 1 Biamp Tesira SERVER-IO Configurable I/O DSP with up to 48 channels of I/O, 1 DSP-2 card (2 additional DSP-2 cards can be added), no AVB-1 network card $4,200.00 $4,200.00 20 1 Biamp Tesira DSP-2 Tesira DSP card with two DSPs $530.00 $530.00 21 1 Biamp Tesira DAN-1 Tesira 64x64 Dante™ module for use in SERVER or SERVER-IO chassis $924.00 $924.00 22 5 Biamp Tesira SEC-4 Tesira 4 channel mic/line input card with acoustic echo cancellation per channel $464.00 $2,320.00 23 2 Biamp Tesira SOC-4 Tesira 4 channel mic/line output card $202.00 $404.00 24 1 Shure MXWNCS4 4-port networked charging station charges handheld, bodypack, and boundary transmitters and gooseneck bases. $1,136.00 $1,136.00 25 4 Shure MXW2/BETA58 Handheld Transmitter with Beta 58A Capsule With an interchangeable BETA 58A® microphone cartridge, MXW2/BETA58 features dual transmit antennas that maximize transmission strength based on the user’s hand placement. $506.00 $2,024.00 26 1 Shure MXWAPT4 Access Point Transceiver The four-channel MXWAPT4 uses automated frequency coordination to assign clean frequencies to wireless microphone transmitters. $2,170.00 $2,170.00 27 4 On Stage MY330 Shock-Mount Wireless Mic Clip - 30 mm opening delivers a secure grip for handheld wireless mics. Integrated shock absorber reduces rumble for clear mic sound. Heavy-duty brass socket for stable, reliable mounting. 5/8"-27 threading mounts to a wide range of mic stands and booms. $12.00 $48.00 28 4 On Stage DS7200B Adjustable Hgt 9-13in Desk Stand Black Base / Tube $19.00 $76.00 29 1 Beetronics 8HD7M This 8 inch metal monitor delivers best-in-class picture quality with excellent 178° viewing angles. The 8 inch monitor has a sturdy metal housing and is ideal for desktop, flush and wall mounting. The 8HD7M can be connected via HDMI, VGA, BNC or RCA connections. $344.00 $344.00 30 1 Beetronics 15HD7M This 15" inch Full HD monitor delivers best-in-class picture quality with excellent 178° viewing angles. The 15 inch monitor has a sturdy metal housing and is ideal for desktop, flush and wall mounting. The 15HD7M can be connected via HDMI, VGA, BNC or RCA connections. $544.00 $544.00 31 1 Crimson AV T30 Tilting mount for 10" to 30" flat panel screens Flat panel tilt wall mount with smooth adjustments of 15° forward and 15° back for a variety of viewing angles. Makes a secure installation quick and easy, simply hang the screen and turn the pre-assembled securing screw to lock in place. Holds screen close to wall for a clean look. $17.00 $17.00 SYSTEM EQUIPMENT City of La Quinta LA Quinta Upgrade BOM_V2PROPOSAL #: 32234 Paseo Adelanto Suite E-1|San Juan Capistrano, CA 92675 phone: 949.388.3919 | fax: 866.275.9175 BECAUSE TECHNOLOGY NEVER ENDS City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 9 of 15 CUSTOMER:QUOTE DATE:November 23, 2021 ADDRESS: CONTACT: PHONE #: EMAIL: ITEM #QTY MANUFACTURER MODEL #DESCRIPTION PRICE EXTENDED PRICE City of La Quinta LA Quinta Upgrade BOM_V2PROPOSAL #: 32234 Paseo Adelanto Suite E-1|San Juan Capistrano, CA 92675 phone: 949.388.3919 | fax: 866.275.9175 BECAUSE TECHNOLOGY NEVER ENDS 32 1 Listen Tech LS-58-072-D Assisted Listening System based on 201 Occupancy, One (1) LT-800-072-01 Stationary RF Transmitter (72 MHz) One (1) LA-465 Dante 1 Channel Output XLR Adapter (POE required) One (1) LA-122 Universal Antenna Kit (72 MHz and 216 MHz) One (1) LA-326 Universal Rack Mounting Kit Four (4) LR-5200-072 Advanced Intelligent DSP RF Receiver (72 MHz) Four (4) LA-401 Universal Ear Speaker Two (2) LA-430 Intelligent Earphone/Neck Loop Lanyard One (1) LPT-A107-B Dual RCA to Dual RCA Cable 6.6 ft. (2 m) One (1) LA-381-01 Intelligent 12-Unit Charging Tray One (1) LA-304 Assistive Listening Notification Signage Kit $1,880.00 $1,880.00 33 5 Listen Tech LR-5200-072 Advanced Intelligent DSP RF Receiver (72 MHz)$177.00 $885.00 34 5 Listen Tech LA-401 Universal Ear Speaker $16.00 $80.00 35 1 Listen Tech LA-430 Intelligent Earphone/Neck Loop Lanyard $50.00 $50.00 36 1 High Tech CUSTOM TABLE Two bay countertop, approximately 44” wide by 18”-24” deep on Hafele legs, with the two rear on castors and the two front adjustable fixed. Countertop in laminate with a black vinyl edging. Full width undercounter pull out keyboard/tray and a latching system that attaches countertop to racks. Customer’s choice of finish. Standard countertop height. $2,250.00 $2,250.00 37 2 Middle Atlantic WRK-44-32 44 RU WRK Series 24-1/4 Inch Wide Rack, 32 Inches Deep $1,362.00 $2,724.00 38 1 Middle Atlantic LACE-44-OP 44 RU Lace Strip 3.25 Inches Wide with Tie Posts - 6 Piece $207.00 $207.00 39 2 Middle Atlantic WRK-RR44 44 RU Rackrail 10-32 for WRK Series $136.00 $272.00 40 2 Middle Atlantic PD-2415SC-NS Slim Power Strip, 24 Outlet, 15A $147.00 $294.00 41 2 Xtreme Power P90L-1500 1700VA/1530W 120V UPS Module with 328W 48V Nominal Charger, 2U $889.00 $1,778.00 42 1 Luminex LU 01 00052-POE GigaCore 26i Gigabit Ethernet Switch with 370W PoE Supply (24 RJ45 Ports, 6 SFP Ports)$3,763.00 $3,763.00 43 1 Televic CoCon Signage 71.98.1102 Speaker Timer License $1,707.00 $1,707.00 44 2 PC TBD PC for discrete speaker timer generation Required. for Speaker Timer Displays to ron CoCon Signage Software & Zoom PC in Control Room if desired $0.00 $0.00 45 1 Televic 8 Hour - Support Block 99.06.0008 8 hour support block for phone support and/or remote PC control. Can be use as needed in 1-hour increments. Remains valid for 3 years. This allows Triton to get direct support over the course of 3 years and up to 8 hours. This can be purchased again in three years. $800.00 $800.00 46 1 Televic TTV 99.06-0003 On-Site Training, Commissioning or Troubleshooting. *****3 WEEKS NOTICE IS REQUIRED TO SCHEDULE ON SITE TRAINING***** Televic will travel on site to perform the software upgrade to fix the problem with the Con Con Start/Stop Time. Triton is recommending this with Triton onsite so that Triton can become more familiar with the Televic system. **Includes Travel Expenses** $2,250.00 $2,250.00 47 1 Triton MATERIALS Install materials include cables, connectors, panduit, cable ties, rack screws, cable lables and other consumables required in the installation of the above equipment $2,925.00 $2,925.00 48 1 Triton LABOR Labor per scope of work $46,500.00 $46,500.00 SUBTOTAL:$127,084.00GROUND FREIGHT ESTIMATE BILLED AT COST (DROP SHIP TO CLIENT NON-TAXABLE)7:$1,588.55 5% CONTINGENCY8:$6,354.20 TAX @:8.75%$7,479.22 CALIFORNIA E-WASTE RECYCLE FEE: $4.00/Monitor 4" - 14.99" $5.00/Monitor 15"-34.99" $6.00/Monitor 35" or larger $18.00 TOTAL:$142,523.97 SYSTEM OFE (OWNER FURNISHED EQUIMENT) DEVICES MATERIALS & LABOR TERMS AND CONDITIONS: 1. This quotation is valid for 30 days from quote date. 2. Payment terms available upon credit approval. 3. Pricing is based on a cash discount, not the use of a credit card. Payments made by credit cards will incur a 4% increase to the total. 4. Ground freight is estimated and billed at the cost Triton incurs. 5. Labor quoted, is not a condition of the equipment being purchased from Triton. 6. This information is confidential between Triton and the named Customer above and cannot be shared with anyone outside of either organization without approval from either organization. 7. Freight is taxable if Triton receives the equipment then delivers it or ships it to the customer. Freight is non taxable when Triton's supplier ships direclty to the customer. 8. The contingency is to only be used if additoinal equipment is required or the project requires replacement product to what is quoted due to availability issues. City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 10 of 15 PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com PROJECT ASSUMPTIONS AND EXCLUSIONS B All existing equipment is in working order B We will have access to the space for total of two consecutive weeks during normal business hours B The City of La Quinta is to provide clear cable pathways utilizing, conduit, ladder, or other methods. Triton will collaborate with the client to identify what is required. B Triton does not perform any high voltage electrical as we do not have a C10 Contractor's license, nor does Triton install any new conduit pathways for low voltage cabling. This is provided by the client or their electrician. B All permits to be provided by owner B If required, structural, mechanical, and electrical engineers to be provided by the City of La Quinta. Triton will provide information to the engineers for example, heat loads, power requirements, conduit requirements, mechanical dimensions and weights of devices that need to be mounted, however the above engineers will provide the specifications of these items. B Scaffolding or lifts are not included as it is assumed all aspects of the installation can be completed using 10’ ladders. B Plenum Cabling is not a requirement of this project. B Triton Technology Solutions assumes that City staff including the City Clerk, IT Support Staff including contractors, and all other staff who has input on the design will be available to answer questions during all phases of this project. B Triton will inform the City of La Quinta if there is any change in the scope of work and will provide a price for the change. The city then can decide to accept or reject the change. If the change is accepted, then the city will need to issue a revised PO or contract. B This proposal is valid for 30 days from the date of submittal. Prices are very volatile at the moment with many manufacturers giving no notice of price increases therefor these prices cannot be held for no more than 30 days. B These services are quoted to complete this project within 120 days. Delays by the customer, GC, or AV contractor, which extends the timeline will affect Triton’s cost and Triton will require a change order to cover the additional costs for the additional time required to provide these services over an extended period. B It is the City of La Quinta’s responsibility to warrant the security of any and all information provided for data and or network security provided for this project. For more information, Triton’s Data and Network Security Liability Disclosure is available upon request. B The labor quoted is not a condition of equipment being purchased from Triton. B This proposal does not include the cost of a bid, performance, or payment bond. If a bond is required for this project the cost will need to be added to this proposal. City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 11 of 15 PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com B Proposed payment terms available upon credit approval. Pricing is based on a payment via cash, electronic transfer or company check. Payments made by credit cards will incur a 4% increase to the total amount proposed. B Liquidated damages are not applicable to this project.   TERMS AND CONDITIONS  B LIMITATION OF LIABILITY: Neither party shall be liable for loss of profits or any special, incidental, or consequential damages arising from this agreement, however caused, even if the other part has been advised of the possibility of such potential loss or damage. In no event, shall either party’s liability for actions arising from or related to the services provided under this agreement exceed the amount of fees payable for such services pursuant to this agreement.  B TERMINATION: City of La Quinta may terminate this Agreement at any time upon written notice to Triton. Triton may terminate this Agreement upon thirty (30) days prior written notice to the City of La Quinta only upon the occurrence of the material breach of any of the terms or conditions of this Agreement by the City of La Quinta, including but not limited to any failure to make payment as required herein, and the breach is not cured within thirty (30) days after written notice thereof . In the event of termination of this Agreement as provided herein, City of La Quinta shall remain responsible to pay Triton, in accordance with this Agreement, for any services provided by Triton to the City of La Quinta in accordance with this Agreement through the date of termination, for which full payment has not been made. Subsequent to the date of termination, following notice, Triton shall have no further responsibility to perform any services for the City of La Quinta.  B CONFIDENTALITY: This proposal and all its content and any attached documents are proprietary and confidential and cannot be used for any purpose other than evaluating the proposal. It is not to be shared in whole or in part with anyone outside the City of La Quinta. City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 12 of 15 PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com WARRANTY STATEMENT The warranty of systems designed and installed by Triton fall into two included categories: I. System Installation Warranty (Covered by Triton) II. Equipment Warranty (Covered by the Manufacturer, NOT Triton) I. System Installation Warranty: Covered by Triton The System Installation Warranty covers the INSTALLATION materials needed to connect the equipment within a system and is covered by Triton. Triton warrants all system installation components and workmanship to be free from defects for a minimum period of one (1) year from the date of customer final acceptance and sign-off or Substantial Completion1 whichever comes FIRST. This warranty includes all system installation components such as: Cable, connectors, nuts, bolts, screws, cable support bars, terminal blocks, tie-raps, strain relief, mounting brackets, input/output panels, custom software, or custom equipment manufactured where no commercial product was available or was unsuitable. It is important to note this warranty covers installation materials of the system and NOT the equipment within the system unless Triton has manufactured the individual component. Triton will warranty any custom designed / built equipment or interfaces created by Triton for a period of (1) year. Triton will correct or replace any of the above installation components that fail during the one (1) year warranty period at NO CHARGE to the customer. If Triton provides system design services to the customer, Triton also warrants that the components selected or recommended, and the system configuration including system performance specifications is operational and appropriate for the intended use as agreed upon by the customer and shown in the single line documentation and equipment lists provided with the system for the same period of one (1) year. Triton will work diligently to ensure the system design meets or exceeds the expectations of the customer. It is the customer’s responsibility to fully understand the capabilities and limitations of the system BEFORE signing off on the final single line documentation. Triton will correct any system design configuration that fails to perform to specification or as diagramed after the single lines have been approved. If the system will not function as depicted on the single line diagrams, Triton will provide the engineering services for the re-design and subsequent changes to documentation, and any other design element affected by the change at NO CHARGE to the customer. The customer will be responsible for any equipment items needed to make the system functional. Equally important to what is provided by the System Installation Warranty, is what is not covered. NOT COVERED under the Triton System Installation Warranty: City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 13 of 15 PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com 1. Manufactured Equipment that fails to operate DURING the installation period. If during the system installation, a piece of equipment fails to operate properly, Triton will coordinate with the manufacturer or vendor that provided the equipment to have it repaired or replaced as necessary only if the equipment is purchased from Triton. 1. If the equipment is not purchased from Triton the customer will need to coordinate the repair or replacement of the piece of equipment. 2. If the equipment is not purchased from Triton and this causes a delay of the installation, testing, commissioning or completion of the project, the customer will be charged for the time lost for any Triton employee not able to complete their work during that delay. If other work can be assigned to the employee, then there will be no additional charge. It will be the responsibility of the customer to provide the freight to/from the manufacturer as required by the manufacturer’s warranty agreement. Triton will not be liable for missed deadlines or loss of business to the customer for equipment that does not function and is beyond the control of Triton. 2. Manufactured Equipment fails AFTER system sign-off. If an equipment item fails after the system is operational and signed-off by the customer. The customer will be responsible for getting the equipment item repaired or replaced according to the manufacturer’s warranty. Triton is not responsible for the removal or reinstallation of the item. If the customer is not technically capable of removal/reinstallation of the item, Triton will provide those services at the prevailing rates. 3. Legacy equipment provided by the customer as part of a system installation that fails to operate will be the responsibility of the customer to have repaired and functioning to a level of specification in accordance with system in which it is placed. (i.e., the unit meets broadcast or manufacturers specifications if designed to be used in a broadcast system) 4. System design modifications that affect the operational capability of the system after it has been installed, tested and signed off. If the customer changes the design or re-wires the system and is not in accordance with the single line documents provided, Triton will NOT warranty the portion of the system that was changed or its effect on the remaining portions of the system. NOTE: a change in one area may affect another. If Triton must research and correct the problem that was a result of a customer design change after approval, the customer will be responsible for all charges at the Triton prevailing rates. 5. Triton will not warrant software and computer configuration changes performed by the customer after system sign-off. Computer-based equipment is sensitive to configuration changes. When Triton completes an installation that includes software, ONLY those programs and configurations recommended or approved by the manufacturer or software provider should be placed on the computer. If the customer adds, changes, updates, deletes, or otherwise changes the software or configuration of the computer, Triton will not warrant the computer-based system operation. It is highly recommended that ANY of the computer-based systems be operated in strict accordance with the manufacturer’s recommendations. The customer will be responsible for all expenses to either return the system to its original configuration or find the solution that enables the change to be functional. City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 14 of 15 PRODUCTION AND AUDIO-VISUAL UPGRADES PROPOSAL Triton Technology Solutions, Inc 32234 Paseo Adelanto Suite E-1 San Juan Capistrano, CA 92675 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com 6.System design by consultants or others are NOT warranted by Triton unless a thorough engineering review has been completed by Triton. Triton will not knowingly embark on a system design or installation that is known to be flawed or which the operational performance is questionable. 7.Equipment modifications. Modifications to equipment that are not approved by the manufacturer may not be warranted within a system. Generally, those will be limited to the specific item but may have a detrimental effect on other components of the system. 8.Use of non-standard equipment, connectors, cables, or adapters. If a customer uses non-standard items within the system that is not part of the Triton installation process, and approved by Triton, these items and related systems will not be warranted by Triton. It will be the customer’s responsibility to ensure the compatibility of such items for their intended use within the system. 9.Data and Network Security. Triton Technology Solutions, Inc. shall make all efforts to maintain network and data security during the project. Triton will not guarantee or warrant the security of any information you provide for this project. Triton to be held harmless for any and all claims involving infringement of intellectual property, including but not limited to infringement of copyright, trademark, trade dress, invasion of privacy violations, information theft, damage to or destruction of electronic information, release of confidential information, alteration of electronic information, extortion and network security. Triton is not liable for any breach response costs as well as regulatory fines and penalties nor credit monitoring expenses. Triton’s Network Liability Clause is available for more information and detail to how we will make every effort to maintain data security during the project. 10.Training. Training is not included in the system warranty; however, it is available at an additional cost if required. II.The Equipment Warranty: NOT Covered by Triton The Equipment warranty covers the manufactured equipment items that make up the system such as Cameras, Projectors, Switchers, Editors, Monitors, Distribution Amplifiers, and other manufactured items. The warranties for these items are covered by the MANUFACTURER and may vary in length and level of coverage. Under our standard warranty, these equipment items are not covered by Triton since they are covered by the manufacturer. Triton MAY provide various levels of equipment warranty services for an additional charge. Definitions: 1 Substantial Completion is defined as the customer having the first beneficial use of the system as it was intended or designed. City of La Quinta Upgrade Prjctr Prpsl_R2.pdf Page 15 of 15 Exhibit A Page 2 of 5 ADDENDUM TO AGREEMENT Re: Scope of Services If the Scope of Services include construction, alteration, demolition, installation, repair, or maintenance affecting real property or structures or improvements of any kind appurtenant to real property, the following apply: 1. Prevailing Wage Compliance. If Contracting Party is a contractor performing public works and maintenance projects, as described in this Section 1.3, Contracting Party shall comply with applicable Federal, State, and local laws. Contracting Party is aware of the requirements of California Labor Code Sections 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Sections 16000, et seq., (collectively, the “Prevailing Wage Laws”), and La Quinta Municipal Code Section 3.12.040, which require the payment of prevailing wage rates and the performance of other requirements on “Public works” and “Maintenance” projects. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, and if construction work over twenty-five thousand dollars ($25,000.00) and/or alterations, demolition, repair or maintenance work over fifteen thousand dollars ($15,000.00) is entered into or extended on or after January 1, 2015 by this Agreement, Contracting Party agrees to fully comply with such Prevailing Wage Laws including, but not limited to, requirements related to the maintenance of payroll records and the employment of apprentices. Pursuant to California Labor Code Section 1725.5, no contractor or subcontractor may be awarded a contract for public work on a “Public works” project unless registered with the California Department of Industrial Relations (“DIR”) at the time the contract is awarded. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, this project is subject to compliance monitoring and enforcement by the DIR. Contracting Party will maintain and will require all subcontractors to maintain valid and current DIR Public Works contractor registration during the term of this Agreement. Contracting Party shall notify City in writing immediately, and in no case more than twenty-four (24) hours, after receiving any information that Contracting Party’s or any of its subcontractor’s DIR registration status has been suspended, revoked, expired, or otherwise changed. It is understood that it is the responsibility of Contracting Party to determine the correct salary scale. Contracting Party shall make copies of the prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at Contracting Party’s principal place of business and at the project site, if any. The statutory penalties for failure to pay prevailing wage or to comply with State wage and hour laws will be enforced. Contracting Party must forfeit to City TWENTY- Exhibit A Page 3 of 5 FIVE DOLLARS ($25.00) per day for each worker who works in excess of the minimum working hours when Contracting Party does not pay overtime. In accordance with the provisions of Labor Code Sections 1810 et seq., eight (8) hours is the legal working day. Contracting Party also shall comply with State law requirements to maintain payroll records and shall provide for certified records and inspection of records as required by California Labor Code Section 1770 et seq., including Section 1776. In addition to the other indemnities provided under this Agreement, Contracting Party shall defend (with counsel selected by City), indemnify, and hold City, its elected officials, officers, employees, and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It is agreed by the parties that, in connection with performance of the Services, including, without limitation, any and all “Public works” (as defined by the Prevailing Wage Laws), Contracting Party shall bear all risks of payment or non-payment of prevailing wages under California law and/or the implementation of Labor Code Section 1781, as the same may be amended from time to time, and/or any other similar law. Contracting Party acknowledges and agrees that it shall be independently responsible for reviewing the applicable laws and regulations and effectuating compliance with such laws. Contracting Party shall require the same of all subcontractors. 2. Retention. Payments shall be made in accordance with the provisions of Article 2.0 of the Agreement. In accordance with said Sections, City shall pay Contracting Party a sum based upon ninety-five percent (95%) of the Contract Sum apportionment of the labor and materials incorporated into the Services under this Agreement during the month covered by said invoice. The remaining five percent (5%) thereof shall be retained as performance security to be paid to Contracting Party within sixty (60) days after final acceptance of the Services by the City Council of City, after Contracting Party has furnished City with a full release of all undisputed payments under this Agreement, if required by City. In the event there are any claims specifically excluded by Contracting Party from the operation of the release, City may retain proceeds (per Public Contract Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City’s failure to deduct or withhold shall not affect Contracting Party’s obligations under the Agreement. 3. Utility Relocation. City is responsible for removal, relocation, or protection of existing main or trunk-line utilities to the extent such utilities were not identified in the invitation for bids or specifications. City shall reimburse Contracting Party for any costs incurred in locating, repairing damage not caused by Contracting Party, and removing or relocating such unidentified utility facilities. Contracting Party shall not be assessed liquidated Exhibit A Page 4 of 5 damages for delay arising from the removal or relocation of such unidentified utility facilities. 4. Trenches or Excavations. Pursuant to California Public Contract Code Section 7104, in the event the work included in this Agreement requires excavations more than four (4) feet in depth, the following shall apply: (a) Contracting Party shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: (1) material that Contracting Party believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; (2) subsurface or latent physical conditions at the site different from those indicated by information about the site made available to bidders prior to the deadline for submitting bids; or (3) unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Agreement. (b) City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in Contracting Party’s cost of, or the time required for, performance of any part of the work shall issue a change order per Section 1.8 of the Agreement. (c) in the event that a dispute arises between City and Contracting Party whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contracting Party’s cost of, or time required for, performance of any part of the work, Contracting Party shall not be excused from any scheduled completion date provided for by this Agreement, but shall proceed with all work to be performed under this Agreement. Contracting Party shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting Parties. 5. Safety. Contracting Party shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out the Services, Contracting Party shall at all times be in compliance with all applicable local, state, and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, Exhibit A Page 5 of 5 bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 6. Liquidated Damages. Since the determination of actual damages for any delay in performance of the Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, Contracting Party shall be liable for and shall pay to City the sum of One Thousand dollars ($1,000.00) as liquidated damages for each working day of delay in the performance of any of the Services required hereunder, as specified in the Schedule of Performance. In addition, liquidated damages may be assessed for failure to comply with the emergency call out requirements, if any, described in the Scope of Services. City may withhold from any moneys payable on account of the Services performed by Contracting Party any accrued liquidated damages. Exhibit B Page 1 of 1 Exhibit B Schedule of Compensation With the exception of compensation for Additional Services, provided for in Section 2.3 of this Agreement, the maximum total compensation to be paid to Contracting Party under this Agreement is not to exceed Two Hundred and Forty Two Thousand and Six Hundred and Eighty Seven Dollars ($242,687) (“Contract Sum”) for the life of the Agreement, encompassing the Initial and any Extended Terms. The Contract Sum shall be paid to Contracting Party in installment payments made on a monthly basis and in an amount identified in Contracting Party’s schedule of compensation attached hereto for the work tasks performed and properly invoiced by Contracting Party in conformance with Section 2.2 of this Agreement. Anticipated Annual Agreement Costs & Budget Expenditure Schedule Fiscal Year Anticipated Expenditure Annually Recurring Fees FY 2021/22 & 2022/23 Jan. 1, 2022 – June 30, 2023 Annual Maintenance $ 6,813 $ 13,625 Chamber Upgrades $142,524 FY 2023/24 Annual Maintenance $ 13,625 FY 2024/25 Annual Maintenance $ 13,625 FY 2021/22-2024/25 Contingency Calculated at approx. 5% $ 9,500 Initial 3-Year Term Total: $199,712 Optional One-Time 3-Year Term Extension FY 2025/26 Annual Maintenance $ 13,625 FY 2026/27 Annual Maintenance $ 13,625 FY 2027/28 Annual Maintenance $ 13,625 FY 2025/26 – 2027/28 Contingency Calculated at approx. 5% $ 2,100 Agreement Total (6-years): $242,687 Exhibit C Page 1 of 1 Exhibit C Schedule of Performance Contracting Party shall complete all services identified in the Scope of Services, Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto and incorporated herein by this reference. Exhibit D Page 1 of 1 Exhibit D Special Requirements None. Exhibit E Page 1 of 7 Exhibit E Insurance Requirements E.1 Insurance. Prior to the beginning of and throughout the duration of this Agreement, the following policies shall be maintained and kept in full force and effect providing insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than A-VI: Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence) $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Non-contributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Errors and Omissions Liability $1,000,000 (per claim and aggregate) Workers’ Compensation (per statutory requirements) Must include the following endorsements: Workers Compensation with Waiver of Subrogation Workers Compensation Declaration of Sole Proprietor if applicable Cyber Liability $1,000,000 (per occurrence) $2,000,000 (general aggregate) Contracting Party shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, Commercial General Liability insurance against all claims for injuries against persons or damages to property resulting from Contracting Party’s acts or omissions rising out of or related to Contracting Party’s performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. An endorsement evidencing the foregoing and naming the City and its officers and employees as additional insured (on the Commercial General Liability policy only) must be submitted concurrently with Exhibit E Page 2 of 7 the execution of this Agreement and approved by City prior to commencement of the services hereunder. Contracting Party shall carry automobile liability insurance of $1,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Contracting Party, its officers, any person directly or indirectly employed by Contracting Party, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Contracting Party’s performance under this Agreement. If Contracting Party or Contracting Party’s employees will use personal autos in any way on this project, Contracting Party shall provide evidence of personal auto liability coverage for each such person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer or semi-trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to such loss. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contracting Party and “Covered Professional Services” as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must “pay on behalf of” the insured and must include a provision establishing the insurer’s duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Contracting Party shall carry Workers’ Compensation Insurance in accordance with State Worker’s Compensation laws with employer’s liability limits no less than $1,000,000 per accident or disease. Contracting Party shall procure and maintain Cyber Liability insurance with limits of $1,000,000 per occurrence/loss which shall include the following coverage: a. Liability arising from the theft, dissemination and/or use of confidential or personally identifiable information; including credit monitoring and regulatory fines arising from such theft, dissemination or use of the confidential information. b. Network security liability arising from the unauthorized use of, access to, or tampering with computer systems. Exhibit E Page 3 of 7 c. Liability arising from the failure of technology products (software) required under the contract for Consultant to properly perform the services intended. d. Electronic Media Liability arising from personal injury, plagiarism or misappropriation of ideas, domain name infringement or improper deep-linking or framing, and infringement or violation of intellectual property rights. e. Liability arising from the failure to render professional services. If coverage is maintained on a claims-made basis, Contracting Party shall maintain such coverage for an additional period of three (3) years following termination of the contract. Contracting Party shall provide written notice to City within ten (10) working days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; or (3) the deductible or self-insured retention is increased. In the event any of said policies of insurance are cancelled, Contracting Party shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Contracting Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. E.2 Remedies. In addition to any other remedies City may have if Contracting Party fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Contracting Party to stop work under this Agreement and/or withhold any payment(s) which become due to Contracting Party hereunder until Contracting Party demonstrates compliance with the requirements hereof. c. Terminate this Agreement. Exercise any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Contracting Party’s failure to maintain or secure appropriate Exhibit E Page 4 of 7 policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Contracting Party may be held responsible for payments of damages to persons or property resulting from Contracting Party’s or its subcontractors’ performance of work under this Agreement. E.3 General Conditions Pertaining to Provisions of Insurance Coverage by Contracting Party. Contracting Party and City agree to the following with respect to insurance provided by Contracting Party: 1. Contracting Party agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees, and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contracting Party and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contracting Party shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City’s protection without City’s prior written consent. Exhibit E Page 5 of 7 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all the coverages required and an additional insured endorsement to Contracting Party’s general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contracting Party or deducted from sums due Contracting Party, at City option. 8. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contracting Party or any subcontractor, is intended to apply first and on a primary, non-contributing basis in relation to any other insurance or self-insurance available to City. 9. Contracting Party agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by Contracting Party, provide the same minimum insurance coverage required of Contracting Party. Contracting Party agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contracting Party agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 10. Contracting Party agrees not to self-insure or to use any self- insured retentions or deductibles on any portion of the insurance required herein (with the exception of professional liability coverage, if required) and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self-insure its obligations to City. If Contracting Party’s existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contracting Party, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 11. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contracting Party ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contracting Party, Exhibit E Page 6 of 7 the City will negotiate additional compensation proportional to the increased benefit to City. 12. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 13. Contracting Party acknowledges and agrees that any actual or alleged failure on the part of City to inform Contracting Party of non- compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 14. Contracting Party will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 15. Contracting Party shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contracting Party’s insurance agent to this effect is acceptable. A certificate of insurance and an additional insured endorsement is required in these specifications applicable to the renewing or new coverage must be provided to City within five (5) days of the expiration of coverages. 16. The provisions of any workers’ compensation or similar act will not limit the obligations of Contracting Party under this agreement. Contracting Party expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials, and agents. 17. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. 18. These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties here to be interpreted as such. Exhibit E Page 7 of 7 19. The requirements in this Exhibit supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Exhibit. 20. Contracting Party agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contracting Party for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 21. Contracting Party agrees to provide immediate notice to City of any claim or loss against Contracting Party arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Exhibit F Page 1 of 3 Exhibit F Indemnification F.1 Indemnity for the Benefit of City. a. Indemnification for Professional Liability. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (with counsel selected by City), and hold harmless the Indemnified Parties from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Contracting Party or by any individual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of Contracting Party. c. Indemnity Provisions for Contracts Related to Construction (Limitation on Indemnity). Without affecting the rights of City under any Exhibit F Page 2 of 3 provision of this agreement, Contracting Party shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City’s active negligence accounts for only a percentage of the liability involved, the obligation of Contracting Party will be for that entire portion or percentage of liability not attributable to the active negligence of City. d. Indemnification Provision for Design Professionals. 1. Applicability of this Section F.1(d). Notwithstanding Section F.1(a) hereinabove, the following indemnification provision shall apply to a Contracting Party who constitutes a “design professional” as the term is defined in paragraph 3 below. 2. Scope of Indemnification. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses, including, without limitation, incidental and consequential damages, court costs, reimbursement of attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. 3. Design Professional Defined. As used in this Section F.1(d), the term “design professional” shall be limited to licensed architects, registered professional engineers, licensed professional land surveyors and landscape architects, all as defined under current law, and as may be amended from time to time by Civil Code § 2782.8. F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees to obtain executed indemnity agreements with provisions Exhibit F Page 3 of 3 identical to those set forth herein this Exhibit F, as applicable to the Contracting Party, from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contracting Party in the performance of this Agreement. In the event Contracting Party fails to obtain such indemnity obligations from others as required herein, Contracting Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth in this Agreement are binding on the successors, assigns or heirs of Contracting Party and shall survive the termination of this Agreement. City of La Quinta CITY COUNCIL MEETING: December 21, 2021 STAFF REPORT AGENDA TITLE: APPROVE AGREEMENT FOR CONTRACT SERVICES WITH TRITON TECHNOLOGY SOLUTIONS, INC. FOR COUNCIL CHAMBER AUDIO / VIDEO / CONTROL SYSTEM MAINTENANCE AND SUPPORT SERVICES AND EQUIPMENT UPGRADES RECOMMENDATION Approve Agreement for Contract Services with Triton Technology Solutions, Inc. for Council Chamber Audio/Video/Control System maintenance and support services, and equipment upgrades; and authorize the City Manager to execute the agreement. EXECUTIVE SUMMARY  The existing audio/visual/control system in the City Council Chamber (Chamber) was installed in 2015. System maintenance and upgrades are necessary as the dependence upon the system has grown particularly during the COVID-19 pandemic and new legislation provides teleconference accessibility for public meetings.  In August of 2021, the City issued a Request for Proposals (RFP) for Audio/Video (AV) Maintenance and Support Services for the Chamber audio, video, and control equipment; and Initial Assessment Report of the AV production equipment, software, and wiring.  In response to the RFP, the City received three proposals and identified Triton Technology Solutions, Inc. (Triton) as the most competitive bidder. FISCAL IMPACT The project cost is $242,687 over a six-year term, beginning from the anticipated contract start date of January 1, 2022, and ending June 30, 2028, with an option to extend for an additional three-year term. Annual maintenance and support services are estimated at $13,625 per year. Funds are available for fiscal year 2021/22 in the Maintenance and Agreements Account No. 502- 0000-60300, and will be budgeted in accordance with the Agreement for future budget years. Improvements and upgrades are estimated at $142,524. Funding will be budgeted from the Machinery and Equipment Account No. 502-0000- 80100. BUSINESS SESSION ITEM NO. 3 219 Project Cost One Time Fees Annually Recurring Fees Contingency Budget Annual Maintenance and Support Services - $13,625 - Chamber Upgrades $142,524 - - Contingency Budget Total is calculated at approximately 5% for a 6-year agreement term) - - $11,600 Anticipated Annual Agreement Costs & Budget Expenditure Schedule Fiscal Year Anticipated Expenditure Annually Recurring Fees FY 2021/22 & 2022/23 Jan. 1, 2022 – June 30, 2023 Annual Maintenance $ 6,813 $ 13,625 Chamber Upgrades $142,524 FY 2023/24 Annual Maintenance $ 13,625 FY 2024/25 Annual Maintenance $ 13,625 FY 2021/22-2024/25 Contingency Calculated at approx. 5% $ 9,500 Initial 3-Year Term Total: $199,712 Optional One-Time 3-Year Term Extension FY 2025/26 Annual Maintenance $ 13,625 FY 2026/27 Annual Maintenance $ 13,625 FY 2027/28 Annual Maintenance $ 13,625 FY 2025/26 – 2027/28 Contingency Calculated at approx. 5% $ 2,100 Agreement Total (6-years): $242,687 BACKGROUND/ANALYSIS The AV control system for the Chamber was upgraded in 2015 and was outfitted with up-to-date technology for its time. During the past several years, staff has identified issues with the current system that continually impact Council, Authority, and Commission meetings. Addressing general wear and tear, telephone support, on-site technicians in a reasonable timeframe and replacement of equipment in a proactive manner are immediate concerns. Rewiring, replacement of the equipment racks, and additional audio, video, and productions switcher upgrades are required in the AV production room. 220 In August 2021, the City issued an RFP seeking qualified firms to provide AV maintenance, support services, and an initial assessment of the Chamber equipment. Three proposals were received from Spinitar, Triton, and TV Pro Gear. Responses were considered by their method of implementation, source code conversion, security standards, ease of access for the public and staff, maintenance and support, customization, and recurring costs. Triton was selected based on its ability to provide the most complete and comprehensive solution at a competitive cost. The annual cost of maintenance and support services is anticipated to be $13,625, with the first year of work incorporating an initial assessment of the Chambers to identify upgrades. Based on existing needs and concerns provided by staff, Triton has identified an initial project scope of $142,524, which, if approved, will provide the following improvements:  Replacement of the rear projector;  Adding timer monitors to the speaker podium;  Addition of audio and multiview monitoring in the control room;  Reconfiguration and modification of the Chamber systems which will allow for greater control over content being shared during meetings;  Technological solutions to reduce, if not remove, delays of audio and video feeds;  Retermination of audio equipment to improve sound quality; and  Further equipment and software upgrades as identified during the assessment. These upgrades are necessary to ensure the Chamber equipment is maintained properly, allow flexibility for separate video feeds in the Chamber and the live- stream of the public meetings, improve audio quality, and ensure compliance with State mandates for open and publicly accessible meetings. Upon Council’s approval, the initial term of this Agreement would begin January 1, 2022, and expire June 30, 2025, with an option to renew for a one-time extension of three years. ALTERNATIVES Council may elect not to approve this agreement or change the scope of services that Triton provides. Prepared by: Doug Kinley III, Management Analyst Monika Radeva, City Clerk Approved by: Jon McMillen, City Manager Attachment: 1. Agreement with Triton for AV Maintenance and Support Services and Initial Assessment Report 221