Loading...
2024-25 Triton Tech Solutions FY 2024-25 AV Upgrades ONLYAGREEMENT 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., with a place of business at 32234 Paseo Adelanto, Suite E-1, San Juan Capistrano, CA 92675 ("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 1) Audio system upgrade for the Council Chamber at City Hall, and 2) Audio and Video system upgrade for the Caucus Room, Study Session room, and Wellness Center Meeting room, 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, 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 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. -2- 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 Four Hundred and Ninety -Five Thousand and One Hundred and Twenty -Seven Dollars ($495,127) ("Contract Sum"), 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 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 -3- 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 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 March 20, 2024, and terminate on June 30, 2025 ("Initial Term"). -4- 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) Kristen Tetherton, President Telephone No.: (949) 388 — 3919 Email: Kristen@TritonTech.tv (b) Gus Allmann, Chief Technology Officer Telephone No.: (619) 990 — 2409 Email: Gus@TritonTech.tv 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 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 -5- 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, 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 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. -6- 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 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 -7- 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 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. -8- 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 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 -9- 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. 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 -10- 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 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 appearance of any conflicts of interest with the interests of City in the performance of this Agreement. -11- 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 Attn: Monika Radeva, City Clerk 78495 Calle Tampico La Quinta, California 92253 To Contracting Party: Triton Technology Solutions, Inc. Attn: Kristen Tetherton 32234 Paseo Adelanto, Suite E-1 San Juan Capistrano, CA 92675 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. 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. -12- 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. 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] -13- IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, TRITON TECHONOLOGY SOLUTIONS, INC. a California Municipal Corporation ,`, N- ,/i4, % e ;tetii. JON McMILLEN, City Manager City of La Quinta, California Kristen Tetherton, President Dated: 3/28/2024 Dated: March 27, 2024 ATTEST: MONIKA RADEVA, City Clerk City of La Quinta, California APPROVED AS TO FORM: WILLIAM H. IHRKE, City Attorney City of La Quinta, California -14- Triton proposals attached Exhibit A Scope of Services Exhibit A AUDIO/VISUAL SYSTEMS UPGRADES AND MAINTENANCE AND SUPPORT SERVICES FOR VARIOUS CONFERENCE/MEETING ROOMS COUNCIL CHAMBER AUDIO SPEAKERS UPGRADE PROJECT BACKGROUND The City staff has noticed increased issues with intelligibility and audio quality in the Council Chamber especially in the house left area. The system has a new amplifier and wiring has been verified by Triton, but the speakers are inadequate and improperly positioned in the room. Triton proposes a new solution with a dedicated Digitally Steerable Line Array consisting of two speaker modules installed on the front columns behind the dais. 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. 1. Remove existing speaker system and cabling to amplifiers replacing cable penetrations with surface plates. 2. Install two new speaker arrays on front columns and connect Low -Voltage wiring. 3. Commission speaker systems optimizing audio in the room and verifying cohesion with Televic system and wireless microphones to avoid feedback and achieve highest gain before feedback providing clean and intelligible audio at appropriate levels. 4. Provide custom programming for audio digital signal processor and Crestron control system allowing users to control audio levels in room and adjust system parameters. NOTE: SYSTEM REQUIRES TWO COLUMN INSTALLED OUTLETS FOR SPEAKERS. THESE ELECTRICAL REQUIREMENTS ARE NOT INCLUDED IN THIS PROPOSAL & ARE TO BE PROVIDED BY CITY. PRICING The total for the Chamber Audio project is: $32,472.73. Following is the breakdown of the equipment, installation materials and labor prices. 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 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 10 of 54 CUSTOMER: ADDRESS: CONTACT: PHONE #: EMAIL: ITQTY City of La Gilbert Villalpando gvillelpando@Iaquintace.gov Quinta T n R 1 T .1,1. N QUOTE DATE: PROPOSAL#: PRICE January 22, 2024 La Quinta Chamber Audio Upgrade BOM_V2 A TECHNOLOGY SOLUTIONS BECAUSE TECHNOLOGY NEVER ENDS 32234 Paseo Adelanto Suite E -1I San Juan Capistrano, CA 92675 phone: 949.388.3919 I fax: 866.275.9175 www.TritonTechnologySolutions.com 1 contractor's license #951869 MANUFACTURER MODEL # DESCRIPTION EXTENDE. PRICE SYSTEM HARDWARE 1 2 Renkus-Heinz ICC12/3-RD1-CC ICC12/3-RD1-CC Digitally Steerable Column - Custom Color (add PNTSETUP) $4,110.00 $8,220.00 2 1 Renkus-Heinz PNTSETUP One time setup charge for custom color paint. NOTE: Fee is charged per color. (OPTIONAL) $894.00 $894.00 SYSTEM LABOR & MATERIALS 3 1 Renkus-Heinz IC-FCSC-2 ICONYX FCSC Factory V Commissioning Local $1,725.00 $1,725.00 4 1 Triton MATERIALS All install materials including brackets, hardware, cable, and other required parts $775.00 $775.00 5 1 Triton PROGRAMMING Custom DSP & Crestron Programming $2,600.00 $2,600.00 6 1 Triton LABOR Conceptual and Complete Design with Onsite Removal of unused speakers and components, Installation, Commissioning, and Training NOTE: SYSTEM REQUIRES TWO COLUMN INSTALLED OUTLETS FOR SPEAKERS. THESE ELECTRICAL REQUIREMENTS ARE NOT INCLUDED IN THIS PROPOSAL & ARE TO BE PROVIDED BY CITY. $16,515.00 $16,515.00 7 $0.00 $0.00 8 $0.00 $0.00 TERMS AND CONDITIONS: 1. This quotation is valid for 30 days from 2. Payment terms available upon credit 3. Pricing is based on a cash discount, not the use made by credit cards will incur a 4% increase 4. Ground freight is estimated and billed at the 5. Labor quoted, is not a condition of the equipment Triton. 6. Intentionally omitted. 7. Freight is taxable when Triton receives the equipment or ships it to the customer. Freight is non taxable ships directly to the customer. quote date. approval. of a credit card. Payments to the total. cost Triton incurs. being purchased from then either delivers it when Triton's supplier SUBTOTAL: 8.75% $30,729.00 STIMATE BILLED AT COST LIENT NON-TAXABLE)': $500.00 TAX ©: $1,243.73 NIA E -WASTE RECYCLE FEE: $4.00/Monitor 4" - 14.99" $5.00/Monitor 15"-34.99" $6.00/Monitor 35" or larger $0.00 TOTAL: $32,472.73 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 11 of 54 AUDIO/VISUAL SYSTEMS UPGRADES AND MAINTENANCE AND SUPPORT SERVICES FOR VARIOUS CONFERENCE/MEETING ROOMS WELLNESS CENTER PROJECT BACKGROUND This project has a primary scope of work that upgrades the AV at the Wellness Center. We are upgrading all elements of the room including audio, video, and control. 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. 1. We will install a new 9000 Lumen Laser Project and a 123" Electric Screen with High Gain ability. The brighter projector and new screen will help with the ambient light washing out the projected content. 2. We will install a new Crestron Processor with a 10.1" Wireless Touchscreen that will have both a tabletop and wall mounted docking station. This will be used to control the various sources available to the room including changing the configuration where the room is split or used as one large space. A microphone and use of the speakers will be available on each side however only one side will have access to the assisted listening system. 3. The system will include the use of AV Pro Edge receivers at all destination devices and encoders and all source devices. 4. The sources to the AV System will include: a. PC or Laptop (Provided by City or presenter) input. b. Existing Blue Ray c. Existing Apple TV d. Existing Screen Share Device e. Existing Yamaha AV Receiver (Control of this device will only be available through the existing Yamaha front panel or handheld remote. The Crestron will not control this except to select it as an audio source. f. HDMI input added to stage area. 5. New surface mounted speakers will be used and zoned for the two rooms when split or when the two rooms are combined. 6. New DSP will be installed to mix all of the audio sources and be controlled for when the room is in split or combine mode. 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 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 12 of 54 AUDIO/VISUAL SYSTEMS UPGRADES AND MAINTENANCE AND SUPPORT SERVICES FOR VARIOUS CONFERENCE/MEETING ROOMS 7. New RF Assisted Listening system will be installed with two transmitters. Two transmitters are required to have this system available when the rooms are in split mode. The receiver count is based on the room occupancy of 200 and they will need to be shared when the rooms are in split mode. The user will need to select the correct channel the receiver for that room is coming in on. 8. This room includes the use of ten wireless Gooseneck Mics, two Handheld Mics and one bodypack transmitter with an ear set headworn mic. During design it will need to be determined how these microphones will be allocated to each space. 9. Included is a 16RU wall rack. During design it will be determined if this is required as there are other racks available, but they may not be sufficient. 10. Triton will install up to 6 network ports in the room for the two existing displays can be wheeled in and be used as additional displays for larger meetings. The two existing displays will include a decoder that will be connected to one of the six network ports. 11.An audio connection will be available to plug in a portable audio recorder to record the audio directly from the audio system. It is assumed this would only be used when both rooms are combined otherwise in split mode it would only be available to the room it is located in. 12. UPS units in racks and behind displays will protect critical components from power issues. 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 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 13 of 54 AUDIO/VISUAL SYSTEMS UPGRADES AND MAINTENANCE AND SUPPORT SERVICES FOR VARIOUS CONFERENCE/MEETING ROOMS PRICING AND PAYMENT TERMS The price for the Wellness Center Project is: $168,764.95. Following the fee schedules is the breakdown of the equipment, installation materials and labor prices. This price includes a 5% Contingency. LABOR — Contracted labor rates to be invoiced monthly with payment due in Net 30 days. WELLNESS CENTER OFF SITE EMPLOYEE RATE ilk_ 111._ AIIL FEE SCHEDULE OFF SITE ON SITE ON SITE HOURS KATY DAY TOTAL Design Engineer $125.00 21 $1,900.00 3 $8,325.00 Project Engineer $100.00 $1,700.00 10 $17,000.00 Project Manager $125.00 10 $1,900.00 $1,250.00 Software Programmer $150.00 16 $2,000.00 3 $8,400.00 Install Supervisor (Prevailing Wage) $110.00 $1,700.00 5 $8,500.00 Installer (Prevailing Wage) $95.00 $1,500.00 20 $30,000.00 General Administration $60.00 14 $0.00 $840.00 TOTAL: $74,315.00 EQUIPMENT AND INSTALLATION MATERIALS - Equipment and Installation materials to be invoiced once shipped to your warehouse, or Triton's, whichever occurs first with payment due in Net 30 days. 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 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 14 of 54 CUSTOMER: ADDRESS: CONTACT: PHONE #: EMAIL: ITEM # City of La Quinta MANUFACTURER T n R 1 T '111' N QUOTE DATE: PROPOSAL#: SHEET: PRICE January 22, 2024 La Quinta Wellness Center BOM_V4 WELLNESS CENTER EXTENDED PRICE n TECHNOLOGY SOLUTIONS BECAUSE TECHNOLOGY NEVER ENDS 32234 Paseo Adelanto Suite E-11 San Juan Capistrano, CA 92675 phone: 949.388.3919 1 fax: 866.275.9175 www.TritonTechnologySolutions.com 1 contractor's license 6951869 MODEL # DESCRIPTION EQUIPMENT 1 1 Crestron TST-1080 10.1 in. Wireless Touch Screen includes table top dock $2,375.00 $2,375.00 2 1 Crestron TST-1080-080-DSW Wall Dock $875.00 $875.00 3 1 Crestron TST-902-DSW-WMKM Postconstruction Wall Mount Kit with Mud Ring for TST- 902-DSW and TST-1080-DSW $124.00 $124.00 4 1 Crestron CP4N A rack -mountable control system with a powerful 4 Series'"" control engine and numerous integrated control ports. Features an isolated control subnet that provides a Gigabit Ethernet LAN dedicated to Crestron devices. $1,925.00 $1,925.00 5 1 Digital Projection 120-482 E -Vision LASER 9000 WU $8,159.00 $8,159.00 6 1 Digital Projection 114-783 1.54-1.93:1 Lens $734.00 $734.00 7 1 Crimson AV JR3XL Universal mount for projectors with micro adjust and additional extenders SyncPro'"" This projector mount is simply the easiest to install and precisely adjust without the use of tools. Rotate the large, easy to grip knobs to make all necessary adjustments during installation. Crimson lead screw adjustment mechanism is unique and precise. Heavy-duty design makes it ideal for larger projectors and/or those with an off -center lens. $174.00 $174.00 8 1 Crimson AV CAU1 Single unistrut ceiling adapter compatible with all standard 1.5" NPT interfaces weighing up to 3001b. Adapter comes with hardware to mount to any single 1-5/8x1-5/8" unistrut. $36.00 $36.00 9 1 Crimson AV E04 Fixed length extension column 4" Compatible with all mounts and ceiling adapters using standard 1.5" NPT interface. Unobstructed internal cord routing with 1"x2" outlet opening fits standard VGA connectors. Connectors (sold separately) give ability to extend drop lengths by connecting two or more columns. $15.00 $15.00 10 1 Draper Acumen V TVX Electric ScreenACUMEN V TVX 1 3,468.000 PC 3,468.00 ACUMEN V TECVISION ELECTRIC SCREEN 123" DIAGONAL 16:10 XT1600X WHITE VIEWING AREA:65H X 104W TOTAL TOP DROP = 12" BLACK 130 3/16" LONG BLACK CASE*CEILING BRACKETS INCLUDED 115 VAC MOTOR * WITH BUILT-IN LVC-IV *HOOK UP LEFT 121225 LVC-S LV -IV CONT STATION *REVERSE ROLL $4,335.00 $4,335.00 11 5 AV Pro Edge AC-MXNET-1G-D The MXNet Decoder/Receiver device is where the signal arrives. Connect this to any HDMI display device, and it will decode and receive the incoming audio/video signal changing it back to an image or picture. This device connects directly via category wires (CAT 6A recommended) or fiber optics to the MXNet Switch (AC- MXNET-SW48) or any other compatible multicast -capable managed L3 network switch. The AC-MXNET-1 G -D is a part of the MXNet family of AV -over -IP products from AVPro Edae. $624.00 $3,120.00 12 1 AV Pro Edge AC-EZRACK-15 EZ Rack Extender Rack Mount $187.00 $187.00 13 5 AV Pro Edge AC-MXNET-1G-AVDM-E The AC-MXNET-1G-AVDM-E Encoder is the audio processing and downmixing cousin to our standard -issue AC-MXNET-1G-E Encoder. As with our standard Encoder, this is where the signal starts. However, the AC- MXNET-1G-AVDM-E Encoder was specifically designed to integrate with multi -zone stereo/mono audio mixing systems. The AC-MXNET-1G-AVDM-E Encoder employs a specialized audio processor chipset that can accept and decode Dolby Digital+, DTS-HD, and other lossless audio formats - and output those signals as stereo through the provided balanced stereo terminal block on the unit. $824.00 $4,120.00 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 15 of 54 CUSTOMER: City of La Quinta ADDRESS: CONTACT: PHONE #: EMAIL: T n R 1 T .1,1. N QUOTE DATE: January 22, 2024 PROPOSAL#: La Quinta Wellness Center BOM_V4 SHEET: WELLNESS CENTER n TECHNOLOGY SOLUTIONS BECAUSE TECHNOLOGY NEVER ENDS 32234 Paseo Adelanto Suite E-11 San Juan Capistrano, CA 92675 phone 949.388.39191 fax: 866.275.9175 www.TritonTechnologySolutions.com 1 contractor's license #951869 ITEM # MANUFACTURER MODEL # DESCRIPTION PRICE EXTENDED PRICE 14 1 AV Pro Edge AC-SC2-AUHD-GEN2 The AVPro Edge's AC-SC2-AUHD-GEN2 is the ideal solution for integrators that need to distribute a signal to various displays and keep an optimal picture. Integrators will enjoy its versatility. It can upscale and downscale stereo audio HDMI but it can also han-dle EDID issues, including 4K HDR EDIDs, and bypass multichannel audio when the scaler is off. This scaler is ready for future content as well as it's able to distribute 18Gbps signaling. Yet if you have 480p, 720p, or 1080p displays, the AC- SC2-AUHD-GEN2 will ensure it's getting the right picture. $374.00 $374.00 15 1 Netgear XSM4348CS-100NES M4300 -48X 48x10G and 4xSFP+ (shared) Managed Switch $7,358.00 $7,358.00 16 1 Netgear WAX610PA-100NAS AX1800 Dual Band PoE Multi -Gig Insight Managed WiFi 6 Access Point with Power Adapter $215.00 $215.00 17 1 Art Pro Audio CleanBox Pro The ART CLEANBOXPRO Channel Level Converter is a compact and portable unit that can convert two channels of unbalanced to balanced level and two channels of balanced to unbalanced level. It has an output level knob for volume control and provides a clean, noise -free balanced signal to the amp. $74.00 $74.00 18 1 Audinate ADP -BT -AU -2X1 Dante AVID Bluetooth 10 Adapter - 2x1 Audio Channels $275.00 $275.00 19 1 Biamp TesiraFORTE DAN Al The TesiraFQRTE DAN Al is a digital audio server with 12 analog inputs and 8 analog outputs, up to 8 channels of configurable USB audio, and Dante digital audio networking. $2,477.00 $2,477.00 20 8 Biamp Desono EXS-8 Need to specify black or white and pan/tilt or U Bracket when ordering. The Desono EX surface mount loudspeakers provide excellent acoustic performance in elegant, attractive aesthetics for a diverse range of indoor and outdoor distributed applications. EX Series includes three two- way, full -range models and one matchingenclosure subwoofer. All full -range models include 70 V/100 V transformers and low impedance inputs. They deliver high voice intelligibility, wide bandwidth and exceptional uniform coverage. The Desono EX -S8 is an 8" two-way surface mount loudspeaker that provides detailed voicing with projection. It is an excellent fill or distributed loudspeaker for systems where pristine voice clarity, higher output and more bass is desired. $522.00 $4,176.00 21 1 Lea 354D The CONNECTSERIES 354D is a 4 -channel amplifier with 350 watts per channel. As part of the Dante CONNECTSERIES, the world's first Internet of Things- (loT) enabled professional -grade amplifiers, it is perfectly suited for small to medium -scale installations. The 354D features direct HiZ (70V or 100V) or LoZ selectable by channel. With three ways to connect, you can engage the built-in Wi-Fi access point, connect to the venue's Wi-Fi, or use the FAST Ethernet to connect to any local area network via Cat5 or Cat6 cable. $2,124.00 $2,124.00 22 1 Listen Tech LS -55-072 iDSP Prime Level III Stationary RF System (72 MHz) Includes: (1) LT -800-072-01 Stationary RF Transmitter (72 MHz) (1) LA -122 Universal Antenna Kit (72 MHz and 216 MHz) (1) LA -326 Universal Rack Mounting Kit (4) LR -4200-072 Intelligent DSP RF Receiver (72 MHz) (4) LA -401 Universal Ear Speaker (2) LA -430 Intelligent Earphone/Neck Loop Lanyard (1) LPT-A107-B Dual RCA to Dual RCA Cable 6.6 ft. (2 m) (1) LA -381-01 Intelligent 12 -Unit Charging Tray (1) LA -304 Assistive Listening Notification Signage Kit $2,192.00 $2,192.00 23 4 Listen Tech LR -4200-072 Intelligent DSP RF Receiver (72 MHz) $171.00 $684.00 24 4 Listen Tech LA -402 Universal Stereo Headphones $27.00 $108.00 25 10 Shure MXW8=-Z10 Desktop Base Gooseneck Transmitter $512.00 $5,120.00 26 10 Shure MX41ORLPDF/C The MX410 surface mount version is a gooseneck microphone with a Bi -Color LED as status display. It has a 10" gooseneck and is suitable for boardrooms and other sites where aesthetics are important. With Cardioid Capsule and 6 -pin connector $202.00 $2,020.00 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 16 of 54 CUSTOMER: ADDRESS: CONTACT: PHONE #:32234 EMAIL: ITEM # 27 City of La 3 Quinta MANUFACTURER Shure T n R 1 T .1,1. 1 QUOTE DATE: PROPOSAL#: SHEET: PRICE $1,562.00 January 22, 2024 La Quinta Wellness Center BOM_V4 WELLNESS CENTER EXTENDED PRICE $4,686.00 n TECHNOLOGY BECAUSE Paseo Adelanto phone www.TritonTechnologySolutions.com MODEL # MXWNCS8 SOLUTIONS TECHNOLOGY NEVER ENDS Suite E-11 San Juan Capistrano, CA 92675 949.388.39191 fax 866.275.9175 1 contractor's license #951869 DESCRIPTION 8 -port networked charging station charges handheld, bodypack, and boundary transmitters and gooseneck bases. Features include charge status indicators, charge status monitoring, easy transmitter linking, and overcharge protection for battery damage. 28 2 Shure MXW2NP68=-Z10 Coupled with the VP68 cartridge, the MXW2 is a handheld transmitter compatible with Microflex Wireless Systems. With lightweight but durable construction and integrated diversity antennas, the MXW2 delivers vivid lifelike sound, intelligent wireless performance, encrypted transmission, and advanced rechargeability for presentation and conferencing applications. $571.00 $1,142.00 29 1 Shure MXWAPT8=-Z10 The MXWAPT is a 8 -channel wireless access point compatible with Microflex Wireless microphone systems. It uses automated frequency coordination to assign clean frequencies to wireless microphones and manages two- way wireless transmission of encrypted audio and control signals. Power to the unit (via PoE) and Dante digital networked audio are both supplied over a single Ethernet cable to simplify installation, and the supplied mounting plate and paintable cover allow discreet placement in boardrooms and conference rooms where low visibility is preferred. $2,997.00 $2,997.00 30 1 Shure MXWAPT8=-Z10 The MXWAPT is a 8 -channel wireless access point compatible with Microflex Wireless microphone systems. It uses automated frequency coordination to assign clean frequencies to wireless microphones and manages two- way wireless transmission of encrypted audio and control signals. Power to the unit (via PoE) and Dante digital networked audio are both supplied over a single Ethernet cable to simplify installation, and the supplied mounting plate and paintable cover allow discreet placement in boardrooms and conference rooms where low visibility is preferred. $2,997.00 82 997.00 31 1 Shure MXW1/0=Z10 Hybrid Bodypack Transmitter,lFrequency Band Version: $492.00 $492.00 32 1 Shure MX153C/O-TQG Omnidirectional Earset Headworn Microphone, Cocoa $204.00 $204.00 33 1 Middle Atlantic DWR-16-22PD The DWR Series Wall Racks are now Forward and Lever Lock'"" compatible providing maximum mounting capacity on and off the rail and a suite of tool -free accessories making rack installations 5Xs faster! 16RU and 22" Deep Now equipped with the revolutionary Forward rackrail giving you the ability to use Forward blank panels, vent panels and horizontal cable management. Rear rackrail is optional (FWD-DWR-RRxx) Now accepts patented Lever Lock". tool free and hardware free internal device and cable management system accessories in the center section and the backpan (with LL-DWR/SR-BP) Robust welded steel construction, with Seismic certification when used with DWRSR-ZL latch Center section rear channel accommodates Center section swing is reversible, and can be both key - locked and padlocked Center section is keyed differently from optional front door for additional security Designed for active or passive cooling to support all systems Comes with a factory installed plexi door 34 1 Middle Atlantic FWD-DWR-RR16 Forward Rear Rackrail for DWR, 16RU 35 1 Middle Atlantic DWR-FK22 190 CFM Fan Kit for DWR/SR Rack, 22 Inches Deep 36 2 Xtreme Power P91-1500 High performance online UPS with up to 10 year battery lifespan 2RU 1500VA $1,015.00 $2,030.00 37 4 Xtreme Power J60-600 The J60-600 is a lithium -ion UPS (uninterruptible power supply) from Xtreme Power Conversion. It has a power rating of 600VA and 360W. The J60-600 is designed to protect digital signage from power outages, surges, and spikes. It's slim and lightweight, measuring 1.25 inches and weighing 3.4 lbs. It can be mounted behind flat panel displays. $501.00 $2,004.00 OFE EQUIPMENT 38 1 Yamaha Aventage Receiver Unbal Output with IR Control 39 1 Apple Apple TV HDMI Output with IR Control 40 1 ScreenShare Device HDMI Output 41 1 PC PC HDMI OUT and USB Port for Audio LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 17 of 54 TAX @: TOTAL: $3,747.95 $7,599.10 $4.00 $168,764.95 CUSTOMER: City of La Quinta ADDRESS: CONTACT: PHONE #:32234 EMAIL: T R 1 T '111' N n n QUOTE DATE: January 22, 2024 PROPOSAL#: La Quinta Wellness Center BOM_V4 SHEET: WELLNESS CENTER TECHNOLOGY SOLUTIONS BECAUSE TECHNOLOGY NEVER ENDS Paseo Adelanto Suite E-11 San Juan Capistrano, CA 92675 phone: 949.388.3919 1 fax: 866.275.9175 www.TritonTechnologySolutions.com 1 contractor's license 6951869 ITEM # IMO EXTENDED MANUFACTURER MODEL # DESCRIPTION PRICE PRICE 42 1 Samsung Bluray Player BDP -S3200 HDMI Output/IR Control MATERIALS & LABOR 43 1 Triton Materials incudes non -plenum cables, connectors, rack MATERIALS screws, cable labels, tie wraps, solder, and other $5,675.00 $5,675.00 consumables required for the installation of the above equipment. 44 1 Triton CUSTOM Custom control system programming. PROGRAMMING $8,400.00 $8,400.00 45 1 Triton LABOR Labor per scope of work $65,915.00 $65,915.00 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. Intentionally omitted. 7. Freight is taxable when Triton receives the equipment then either delivers it or ships it to the customer. Freight is non taxable when Triton's supplier ships directly to the customer. SUBTOTAL: 5% CONTINGNECY L GROUND FREIGHT ESTIMATE BILLED AT COST ■ (DROP SHIP TO CLIENT NON-TAXABLE)': J CALIFORNIA E -WASTE RECYCLE FEE: $4.00/Monitor 4" - 14.99' $5.00/Monitor 15"-34.99' $6.00/Monitor 35" or large 8.75% $149,918.00 $7,495.90 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 18 of 54 AUDIO/VISUAL SYSTEMS UPGRADES AND MAINTENANCE AND SUPPORT SERVICES FOR VARIOUS CONFERENCE/MEETING ROOMS STUDY SESSION ROOM PROJECT BACKGROUND This project has a primary scope of work that upgrades the AV in the Study Session Room and creates the ability for it to be a backup EOC space. We are upgrading all elements of the room including audio, video, and control. You can optionally add the ability to stream from the room to YouTube or other destinations with camera controls and the ability to add presentation content either full screen or as a Picture in Picture. All control for this functionality will be password protected and can be done from touch panels in the room or the Chamber Control Room. This system will also add the ability to do this for Council Chamber meetings. 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. MAIN SCOPE 13. We will install a new 105" 21:9 5K display at front of the room with pen input and SimpleShare software. Simpleshare is a collaborative software that enables and simplifies interaction beyond users' first impression. It delivers a fool -proof experience of one -touch launch to video conference meetings or other collaborative apps including one -touch: whiteboard, presentation, annotation, screen capture and capture share. The user interface is clean, intuitive, and visually attractive and without any fuss, and users of the room will be up and running in just a couple clicks. SimpleShare is designed to specifically take advantage of the 21:9/5K display real estate. 14. The 105" touch display will have a soundbar underneath with presentation audio as its source. This includes any presentation source audio including any remote participant audio. There will be no "voice lift" from mics in the room through this speaker. This will improve intelligibility and clarity for remote participants audio as well as other audio content in the room. 15. We will install two 81" 21:9 aspect ratio 5K displays on each side of the room on articulating mounts that can be angled to face viewers. 16.A presenter's station will have a 34" 21:9 5K display with touch capability input and SimpleShare software. Simpleshare is a collaborative software that enables and simplifies interaction beyond users' first impression. It delivers a fool -proof experience Triton i ecnnology Solutions, inc 32234 Paseo Haelanto Suite t-1 San Juan Capistrano, LA uzbto 949.388.3919 Office * 866.275.9175 Fax * www.TritonTechnologySolutions.com LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 19 of 54 AUDIO/VISUAL SYSTEMS UPGRADES AND MAINTENANCE AND SUPPORT SERVICES FOR VARIOUS CONFERENCE/MEETING ROOMS of one -touch launch to video conference meetings or other collaborative apps including one -touch: whiteboard, presentation, annotation, screen capture and capture share. The user interface is clean, intuitive, and visually attractive and without any fuss, and users of the room will be up and running in just a couple clicks. SimpleShare is designed to specifically take advantage of the 21:9/5K display real estate. 17. New ceiling speakers and microphones will be installed. The ceiling microphones will only be used for remote audio mix and not for voice lift in the room. Users will need to use the wireless microphones detailed in item nine for the in -room voice lift. 18.An input for the Council Chamber program feed will be available for use in the room. 19.A wireless audio and video system using USB or Wi-Fi interfaces will be installed allowing presenters to wirelessly connect their PC, MAC, Android, or Apple device to the system and share content. 20. The audio and video interfaces for a dedicated OFCI room PC will be provided. A Bluetooth interface will allow Bluetooth devices such as phones and tablets to share audio content and phone calls or other soft codec audio connections with the room. 21.An HDMI input at the presenter's desk will be installed with adapters for other digital AV inputs including DisplayPort and USB -C 22.10 wireless gooseneck microphones with 8 -hour battery life and dedicated charging docks as well as a single handheld microphone will be available for use in the room. 23. Two 4K pan -tilt -zoom cameras will be installed for use in video conferencing. They will be controlled either from the room touch panel or a simple handheld IR remote. 24.All equipment will be housed in two racks installed in the furniture at the front of the room. These racks will pull out and rotate if service or troubleshooting is needed. 25. UPS units in racks and behind displays will protect critical components from power issues. 26. A 10.1" wireless control panel with a tabletop dock will allow control of the AV system. 27. A budget is included for acoustic tiles and baffles to help with the acoustics of this base. This will be detailed during the design phase. 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 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 20 of 54 AUDIO/VISUAL SYSTEMS UPGRADES AND MAINTENANCE AND SUPPORT SERVICES FOR VARIOUS CONFERENCE/MEETING ROOMS OPTIONAL AUTOMATED BROADCAST SCOPE OF WORK 1. An optional component to this project is the automated broadcast system which expands the capability of the meeting production system to allow meetings in either the Council Chamber OR the Study Session room to be streamed and/or recorded. 2. The control panel in the Study Session room can (optionally requiring a passcode) record or stream a meeting or event. The system will be able to choose assorted cameras and camera presets as well as have the presentation video either full screen or in a Picture -in -Picture. When the meeting is over, they can stop the stream and/or recording. 3. The camera presets can be adjusted and saved from the Crestron panel and a confidence view of the stream and recording/streaming status will be available in the system to be viewed on the control panel. 4. There will be three cameras in the Study Session Room with up to ten presets per camera on the panel. They are also used for video conferencing in the room. 5. This system and capability will also be available for use from the Council Chamber. Users in either room can run a meeting in either room and stream or record without ever going into the control room. 6. It will also be possible to stream a meeting in one room and record a meeting in the other room for later broadcast or use for internal training. PRICING AND PAYMENT TERMS The price for the Study Session Room Project is: $205,651.49 and the price for the Optional Automated Broadcast is $35,669.59. The total for both the Study Session Room Project and Optional Automated Broadcast is $241,321.08. Following the two fee schedules is the breakdown of the equipment, installation materials and labor prices for both the Study Session Room (pg. 11-14) and Optional Automated Broadcast (pg. 15). LABOR — Contracted labor rates to be invoiced monthly with payment due in Net 30 days. 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 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 21 of 54 AUDIO/VISUAL SYSTEMS UPGRADES AND MAINTENANCE AND SUPPORT SERVICES FOR VARIOUS CONFERENCE/MEETING ROOMS STUDY SESSION ROOM FEE SCHEDULE ON SITE DAY • Design Engineer EMPLOYEE OFF SITE RATE OFF SITE ON SITE DAILY HOURS, AT Design Engineer $125.00 92 $1,900.00 11 $32,400.00 Project Engineer $100.00 Project Manager $1,700.00 8 $13,600.00 Project Manager $125.00 35 $1,900.00 16 $4,375.00 Software Programmer $150.00 20 $2,000.00 2 $7,000.00 Install Supervisor (Prevailing Wage) $110.00 Installer (Prevailing Wage) $1,700.00 4 $6,800.00 Installer (Prevailing Wage) $95.00 General Administration $1,500.00 4 $6,000.00 General Administration $60.00 20 $0.00 $1,200.00 TOTAL: $20,280.00 TOTAL: $71,375.00 OPTIONAL AUTOMATED BROADCAST FEE SCHEDULE OFF SITE OFF SITE ON SITE ON SITE RATE HOURS DAILY DAY RATE TOTAL EMPLOYEE Design Engineer $125.00 20 $1,900.00 2 $6,300.00 Project Engineer $100.00 $1,700.00 2 $3,400.00 Project Manager $125.00 8 $1,900.00 $1,000.00 Software Programmer $150.00 16 $2,000.00 1 $4,400.00 Install Supervisor (Prevailing Wage) $110.00 $1,700.00 1 $1,700.00 Installer (Prevailing Wage) $95.00 $1,500.00 2 $3,000.00 General Administration $60.00 8 $0.00 $480.00 TOTAL: $20,280.00 EQUIPMENT AND INSTALLATION MATERIALS - Equipment and Installation materials to be invoiced once shipped to your warehouse, or Triton's, whichever occurs first with payment due in Net 30 days. 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 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 22 of 54 CUSTOMER: City of La Quinta ADDRESS CONTACT: PHONE #: EMAIL: T QUOTE DATE: January 22, 2024 La Quinta Study Session Room w/ PROPOSAL#: Optional Automated Broadcast BOM V8 SHEET: STUDY SESSION ROOM R 1 T .1,1. N TECHNOLOGY SOLUTIONS BECAUSE TECHNOLOGY NEVER ENDS 32234 Paseo Adelanto Suite E-11 San Juan Capistrano, CA 92675 phone: 949.388.3919 1 fax: 866.275.9175 www.TritonTechnologySolutions.com 1 contractor's license #951869 ITEM # MANUFACTURER MODEL # DESCRIPTION PRICE EXTENDED PRICE EQUIPMENT 2 Jupiter PANA81 D PANA 81 Display: 81" PANA LCD display only model. Supports both landscape and portrait orientations. Includes a 3 meter (9.84ft) power cable. Mounts and video cables are sold separately by numerous mounting and AV manufacturers. $6,022.00 $12,044.00 2 2 Jupiter 3-630-013-00 PANA-OPSi7: 11th generation Intel i7 processor; Intel OPS standard; 16GB DDR4 dual -channel memory; 256GB NVME, 21:9 5K Display Support. INCLUDED IN PANA81 D $0.00 $0.00 ., 4 Jupiter D-SIM-000-00 SimpleShare License: SimpleShare is our proprietary software platform (downloadable) that delivers more than one-touch launch to video conferencing, whiteboarding and wireless screen sharing. It enables and simplifies collaboration for hybrid work experience beyond your first impression. INCLUDED IN PANA81D $0.00 $0.00 4 2 Jupiter JUP-CARESIMPLE The first year subscription of SimpleShare software is included with PANA purchase; each PANA comes with 1+1 SimpleShare licenses. INCLUDED IN PANA81D $0.00 $0.00 5 2 Jupiter JUP-CARE-PANA The first three years of limited Hardware Warranty are included. Jupiter Care must be maintained continuously. INCLUDED IN PANA81D $0.00 $0.00 6 1 Jupiter PANA34 PANA 34 Display: 34" diagonal 21:9 desktop touch enabled conferencing platform. 3440x1440, 165Hz, sub 1ms response, 10 points of touch, ergonomic articulating stand, 8 mic array, integrated 25W speakers, 4K camera, full USB -C hub & connectivity. Comes standard with pen. $1 411.00 $1,411.00 7 1 Jupiter JUP-CARE-PANA The first three years of limited Hardware Warranty are included. To Extend Jupiter Care Jupiter Care must be maintained continuously and can be extended at INCLUDED IN PANA34 $0.00 $0.00 8 1 Jupiter PANA105T PANA 105 Touchscreen: 105" PANA LCD touchscreen model. Supports both landscape and portrait orientations. Includes a 3-meter (9.84ft) power cable. Mounts and video cables are sold separately by numerous mounting and AV manufacturers. $11,856.00 $11,856.00 9 1 Jupiter 4-625-010-00 Pana Pen: Active stylus Windows Pen and touch to allow precision writing and manipulating interactive screens. Pen sits in a charging cradle that connects to a computer through USB directly, or via the enhanced USB connectivity on the Pana monitors. INCLUDED IN PANA105 $0.00 $0.00 10 1 Jupiter 3-630-013-00 PANA-OPSi7: 11th generation Intel i7 processor; Intel OPS standard; 16GB DDR4 dual -channel memory; 256GB NVME, 21:9 5K Display Support. INCLUDED IN PANA105 $0.00 $0.00 11 2 Jupiter D-SIM-000-00 SimpleShare License: SimpleShare is our proprietary software platform (downloadable) that delivers more than one-touch launch to video conferencing, whiteboarding and wireless screen sharing. It enables and simplifies collaboration for hybrid work experience beyond your first impression. INCLUDED IN PANA105 $0.00 $0 00 12 1 Jupiter JUP-CARESIMPLE The first year subscription of SimpleShare software is included with PANA purchase; each PANA comes with 1+1 SimpleShare licenses. INCLUDED IN PANA105 $0.00 $0.00 13 1 Jupiter JUP-CARE-PANA The first three years of limited Hardware Warranty are included. To Extend Jupiter Care Jupiter Care must be maintained continuously. INCLUDED IN PANA105 $0.00 $0.00 14 1 Jupiter D-SIM-000-00 SimpleShare License : SimpleShare is our proprietary software platform (downloadable) that delivers more than one-touch launch to video conferencing, whiteboarding and wireless screen sharing. It enables and simplifies collaboration for hybrid work experience beyond your first impression. EXTENDS ALL DISPLAYS to 3 YEARS of SIMPLE SHARE $730.00 $730.00 15 3 Chief KITXWXSM1U Ultrawide Micro-Adjustable Static Wall Mount, Extra- Large Kit $1,239.00 $3,717.00 16 3 Chief FCAXVIU The Fusion.. Extra-Large Pull Out accessory can be used with Fusion T"" Extra-Large Micro-Adjustable Fixed and Tilt wall mounts, to add up to 11.54" (293 mm) extension from the wall. $603.00 $1,809.00 17 1 Crestron TST-1080 10.1 in. Wireless Touch Screen includes table top dock $2,375.00 $2,375.00 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 23 of 54 CUSTOMER: ADDRESS: CONTACT: PHONE #: EMAIL: ITEM # 18 City of La 5 Quinta MANUFACTURER AV Pro Edge T R 1 T '111' N QUOTE DATE: PROPOSAL#: SHEET: PRICE $624.00 January 22, 2024 La Quinta Study Session Room w/ Optional Automated Broadcast BOM V8 STUDY SESSION ROOM EXTENDED PRICE $3,120.00 TECHNOLOGY BECAUSE 32234 Paseo Adelanto phone www.TritonTechnologySolutions.com MODEL # AC-MXNET-1G-D SOLUTIONS TECHNOLOGY NEVER ENDS Suite E-11 San Juan Capistrano, CA 92675 949.388.3919 1 fax: 866.275.9175 1 contractor's license #951869 DESCRIPTION The MXNet Decoder/Receiver device is where the signal arrives. Connect this to any HDMI display device, and it will decode and receive the incoming audio/video signal changing it back to an image or picture. This device connects directly via category wires (CAT 6A recommended) or fiber optics to the MXNet Switch (AC- MXNET-SW48) or any other compatible multicast -capable managed L3 network switch. The AC-MXNET-1 G -D is a part of the MXNet family of AV -over -IP products from AVPro Edge. 19 4 AV Pro Edge AC-MXNET-1G-AVDM-E The AC-MXNET-1G-AVDM-E Encoder is the audio processing and downmixing cousin to our standard -issue AC-MXNET-1G-E Encoder. As with our standard Encoder, this is where the signal starts. However, the AC- MXNET-1 G-AVDM-E Encoder was specifically designed to integrate with multi -zone stereo/mono audio mixing systems. The AC-MXNET-1G-AVDM-E Encoder employs a specialized audio processor chipset that can accept and decode Dolby Digital+, DTS-HD, and other lossless audio formats - and output those signals as stereo through the provided balanced stereo terminal block on the unit. $824.00 $3,296.00 20 1 AV Pro Edge AC-MXNET-SW48 The MXNet 48 Port Network Switch is the center from which all other MXNet Ecosystem platform components revolve. The AC-MXNET-SW48 (and also AC-MXNET- SW24) pack a serious A/V performance punch with the addition of AVPro Edge's proprietary design and engineering efforts. This isn't your father's network switch, and it's also not just a simple re -configuration of multicast switch components. The AC-MXNET-SW48 includes a whole new AVPro developed network switch operating system (NOS) designed to reduce multicast processor loads and adds unique AVPro developed Intelligent AN Processing (IAVP) technologies for more efficient multicast routing. $4,999.00 $4,999.00 21 1 Barco R9861622USB2 ClickShare CX -50 2nd generation brings flexible wireless conferencing in high -impact meeting spaces and board rooms. When you walk into the meeting room, ClickShare automatically connects you to room devices like cameras, mics, speakers, sound bars and displays. Start a meeting from your laptop within seconds, using your preferred video conferencing platform. Make hybrid meetings easy, with just one click on the ClickShare Button or the ClickShare App, both for employees and guests. $3,045.00 $3,045.00 22 2 Aja U-TAP-HDMI USB 3.0 (3.2 Gen 1) Powered HDMI Capture Device $388.00 $776.00 23 1 Biamp MRB-L-VT4-C Large Meeting Room Bundle Includes: (1) Parle TCM-XA White Ceiling Microphone with Amplifier (1) Parle TCM-XEX Expansion White Ceiling Microphone (1) TesiraFORTE AVB VT4 Processor (1) TesiraCONNECT TC -5 Connection Device (1) Tesira EX-UBT UC Interface (4) Desono C-IC6 Ceiling Speakers (2) 25 (7.5 M) Plenum Cat 5e Cable (7)10' (3 M) Plenum Cat 5e Cable (1) 3' (0.9 M) Cat 5e Cable (1) Room Deployment Instructions $6,944.00 $6,944.00 24 8 Biamp TB -1 Tile Bridge Kit $32.00 $256.00 25 1 Biamp Parle TCM-XEX Expansion White Ceiling Microphone $964.00 $964.00 26 1 Biamp Parle TCM-XA White Ceiling Microphone with Amplifier $1,858.00 $1,858.00 27 4 Biamp Desono C-IC6 Ceiling Speakers Specify Black, Red, or White $163.00 $652.00 28 1 Biamp TesiraCONNECT TC -5D The TesiraCONNECT TC -5D is a 5 -port AVB -capable PoE+ network device which can be configured as a Dante or AVB interface to a Tesira system. $1,239.00 $1,239.00 29 1 Biamp Tesira EX-UBT USB and Bluetooth Audio Interface $530.00 $530.00 30 1 Lea 164D The LEA Professional Connect 164D is a 4 -channel amplifier with 160 watts per channel. It is part of the Dante CONNECTSERIES, the world's first Internet of Things- (loT) enabled amplifier family. The 164D features direct HiZ (70V or 100V) or LoZ selectable by channel. It also has three ways to connect: the built-in Wi-Fi access point, the venue's Wi-Fi, or FAST Ethernet to connect to any local area network via Cat5 or Cat6 cable. $1,959.00 $1,959.00 31 1 James Loudspeakers PL -B -CUSTOM Custom Bracket $275.00 $275.00 32 1 James Loudspeakers SPL5Q-LR Custom Soundbar for Jupiter 105T providing stereo sound for presentation audio $1,825.00 $1,825.00 33 2 Middle Atlantic SRSR-4-16 SRSR Series Slide Out Rotating Rail System Rack - SRSR-4-16 - 16RU with 19.1" Depth $731.00 $1,462.00 34 10 Shure MXW8=-Z10 Desktop Base Gooseneck Transmitter $512.00 $5,120.00 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 24 of 54 CUSTOMER: City of La Quinta ADDRESS: CONTACT: PHONE #: EMAIL: T R 1 T '111' N QUOTE DATE: January 22, 2024 La Quinta Study Session Room w/ PROPOSAL#: Optional Automated Broadcast BOM V8 SHEET: STUDY SESSION ROOM TECHNOLOGY SOLUTIONS BECAUSE TECHNOLOGY NEVER ENDS 32234 Paseo Adelanto Suite E-11 San Juan Capistrano, CA 92675 phone 949.388.39191 fax 866.275.9175 www.TritonTechnologySolutions.com 1 contractor's license #951869 ITEM # MANUFACTURER MODEL # DESCRIPTION PRICE EXTENDED PRICE 35 10 Shure MX41ORLPDF/C The MX410 surface mount version is a gooseneck microphone with a Bi-Color LED as status display. It has a 10" gooseneck and is suitable for boardrooms and other sites where aesthetics are important. With Cardioid Capsule and 6-pin connector $202.00 $2,020.00 36 3 Shure MXWNCS8 8-port networked charging station charges handheld, bodypack, and boundary transmitters and gooseneck bases. Features include charge status indicators, charge status monitoring, easy transmitter linking, and overcharge protection for battery damage. $1,562.00 $4,686.00 37 1 Shure MXW2/VP68=-Z10 Coupled with the VP68 cartridge, the MXW2 is a handheld transmitter compatible with Microflex Wireless Systems. With lightweight but durable construction and integrated diversity antennas, the MXW2 delivers vivid lifelike sound, intelligent wireless performance, encrypted transmission, and advanced rechargeability for presentation and conferencing applications. $571.00 $571.00 38 1 Shure MXWAPT8=-Z10 The MXWAPT is a 8-channel wireless access point compatible with Microflex Wireless microphone systems. It uses automated frequency coordination to assign clean frequencies to wireless microphones and manages two- way wireless transmission of encrypted audio and control signals. Power to the unit (via PoE) and Dante digital networked audio are both supplied over a single Ethernet cable to simplify installation, and the supplied mounting plate and paintable cover allow discreet placement in boardrooms and conference rooms where low visibility is preferred. $2,997.00 $2,997.00 39 1 Shure MXWAPT4=-Z10 The MXWAPT is a 4-channel wireless access point compatible with Microflex Wireless microphone systems. It uses automated frequency coordination to assign clean frequencies to wireless microphones and manages two- way wireless transmission of encrypted audio and control signals. Power to the unit (via PoE) and Dante digital networked audio are both supplied over a single Ethernet cable to simplify installation, and the supplied mounting plate and paintable cover allow discreet placement in boardrooms and conference rooms where low visibility is preferred. $2,317.00 $2,317.00 40 1 Panasonic AW-UE5OKPJ Bring UHD 4K quality video to your production with the black UE50 4K30 SDI/HDMI PTZ Camera from Panasonic. This pro PTZ camera outputs up to UHD 4K30 over HDMI 1.4, up to 1080p60 over SDI, and it supports IP live streaming up to 1080p to fit into any environment such as a conference room or classroom. $3,369.00 $3,369.00 41 1 FEC FEC-40WMK Mount for Camera $182.00 $182.00 42 1 PTZCAM PTZC-VR-PLATE Vibration Reduction Mount with Universal Plate for PTZ Cameras $227.00 $227.00 43 2 Xtreme Power P91-1500 High performance online UPS with up to 10 year battery lifespan 2RU 1500VA $1,015.00 $2,030.00 44 4 Xtreme Power J60-600 The J60-600 is a lithium-ion UPS (uninterruptible power supply) from Xtreme Power Conversion. It has a power rating of 600VA and 360W. The J60-600 is designed to protect digital signage from power outages, surges, and spikes. It's slim and lightweight, measuring 1.25 inches and weighing 3.4 lbs. It can be mounted behind flat panel displays. $501.00 $2,004.00 45 1 Budget for Accoustic Tiles and baffles, Includes materials and labor. $10,000.00 $10,000.00 `NOTE: The Jupiter items would need to ship directly to the city because of the size of the monitors. Triton is able to stage all the other equipment until it is time to install the system. LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 25 of 54 $17.00 $205,651.49 $7,000.00 $64,375.00 CUSTOMER: City of La Quinta ADDRESS: CONTACT: PHONE #: EMAIL: ITEM # 46 MANUFACTURER TRIT ® N n n TECHNOLOGY SOLUTIONS BECAUSE TECHNOLOGY NEVER ENDS 32234 Paseo Adelanto Suite E-11 San Juan Capistrano, CA 92675 phone: 949.388.3919 1 fax: 866.275.9175 www.TritonTechnologySolutions.com 1 contractor's license 6951869 MODEL # DESCRIPTION MATERIALS & LABOR 47 Triton Triton MATERIALS CUSTOM PROGRAMMING 48 Triton LABOR Materials incudes non -plenum cables, connectors, rack screws, cable labels, tie wraps, solder, and other consumables required for the installation of the above equipment. Custom control system programming. Labor per scope of work 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. Intentionally omitted. 7. Freight is taxable when Triton receives the equipment then either delivers it or ships it to the customer. Freight is non taxable when Triton's supplier ships directly to the customer. QUOTE DATE: January 22, 2024 La Quinta Study Session Room w/ PROPOSAL#: Optional Automated Broadcast BOM V8 SHEET: STUDY SESSION ROOM PRICE $6,360.00 SUBTOTAL: 5% CONTINGNECY STIMATE BILLED AT COST LIENT NON-TAXABLE)': TAX @: I NIA E -WASTE RECYCLE FEE: $4.00/Monitor 4" -14.99" $5.00/Monitor 15"-34.99" $6.00/Monitor 35" or larger TOTAL: 8.75% 1 EXTENDED PRICE $6,360.00 $7,000.00 $64,375.00 $180,400.0 $9,020.0 $5,412.0 $10,802.4 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 26 of 54 CUSTOMER: City of La Quinta ADDRESS: CONTACT: PHONE #:32234 EMAIL: T R 1 T .1,1. N QUOTE DATE: January 22, 2024 La Quinta Study Session Room w/ PROPOSAL 4: Optional Automated Broadcast BOM V8 SHEET: OPTIONAL AUTOMATED BROADCAST TECHNOLOGY SOLUTIONS BECAUSE TECHNOLOGY NEVER ENDS Paseo Adelanto Suite 6-11San Juan Capistrano, CA 92675 phone: 949.388.3919 I fax 866.275.9175 www.TritonTechnologySolutions.com I contractor's license 8951869 ITEM # MANUFACTURER MODEL # DESCRIPTION PRICE EXTENDED PRICE OPTIONAL STUDY SESSION/COUNCIL CHAMBER AUTOMATED BROADCAST SYSTEM 1 1 Blackmagic Design SWATEMSCN2/1ME2/H D ATEM 2 M/E Constellation HD Live Production Switcher (1 RU) $1,559.00 $1,559.00 2 1 Blackmagic Design HDL- SMTWSCOPEDUO4K2 SmartScope Duo 4K Rack -Mounted Dual 6G -SDI Monitors $814.00 $814.00 3 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. $1,136.00 61.136.00 4 1 Skaarhoj BluePill-v1 Blue Pill Server enhances the UniSketch ecosystem by combining multiple controllers into a single seamless controller. For example, you can take a PTZ Pro and combine with a Frame Shot and have the Frame Shot show thumbnails for your preset recalls. The selected camera on the PTZ Pro will drive the preset selection on the Frame Shot because to Blue Pill they are essentially just one single panel. $859.00 $859.00 5 2 Lumantek EZ -MD+ HDMI/SDI Cross Converter with Audio Mux/Demux and Scaler $367.00 $734.00 6 1 AV Pro Edge AC-MXNET-1G-D The MXNet Decoder/Receiver device is where the signal arrives. Connect this to any HDMI display device, and it will decode and receive the incoming audio/video signal changing it back to an image or picture. This device connects directly via category wires (CAT 6A recommended) or fiber optics to the MXNet Switch (AC- MXNET-SW48) or any other compatible multicast -capable managed L3 network switch. The AC-MXNET-1 G -D is a part of the MXNet family of AV -over -IP products from AVPro Edge. $624.00 $624.00 7 1 Panasonic AW-UE5OKPJ Bring UHD 4K quality video to your production with the black UE50 4K30 SDI/HDMI PTZ Camera from Panasonic. This pro PTZ camera outputs up to UHD 4K30 over HDMI 1.4, up to 1080p60 over SDI, and it supports IP live streaming up to 1080p to fit into any environment such as a conference room or classroom. $3,369.00 $3,369.00 8 1 FEC FEC-40WMK Mount for Camera $182.00 $182.00 9 1 PTZCAM PTZC-VR-PLATE Vibration Reduction Mount with Universal Plate for PTZ Cameras $227.00 $227.00 10 1 Tascam VSR-264 Full HD Live Streaming Hardware Encoder/Decoder $1,039.00 $1,039.00 11 1 Triton MATERIALS Materials incudes non -plenum cables, connectors, rack screws, cable labels, tie wraps, solder, and other consumables required for the installation of the above equipment. $1,500.00 $1,500.00 12 1 Triton CUSTOM PROGRAMMING Custom control system programming. $4,400.00 $4,400.00 13 1 Triton LABOR Labor per scope of work $15,880.00 $15,880.00 SUBTOTAL: 5% CONTINGNECY 8,75% $32,323.0 $1,616.1 - 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. Intentionally omitted. 7. Freight is taxable when Triton receives the equipment then either delivers it or ships it to the customer. Freight is non taxable when Triton's supplier ships directly to the customer. GROUND FREIGHT ESTIMATE BILLED AT COST (DROP SHIP TO CLIENT NON-TAXABLE)': $484.8 - TAX @: $1,237.6 CALIFORNIA E -WASTE RECYCLE FEE: $4.00/Monitor 4" -14.99" $5.00/Monitor 15"34.99" $6.00/Monitor 35" or larger $8.0 TOTAL: $35,669.5' LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 27 of 54 AUDIO/VISUAL SYSTEMS UPGRADES AND MAINTENANCE AND SUPPORT SERVICES FOR VARIOUS CONFERENCE/MEETING ROOMS CAUCUS CONFERENCE ROOM PROJECT BACKGROUND The Caucus Room AV needs to be upgraded. We will add an AVOIP decoder so meetings from the Council Chamber can be viewed in the Caucus Room as well as the existing NUC PC, IOGEAR wireless HDMI device, Spectrum Cable Box, and the existing Apple TV. We will install a new monitor and control system with HDMI switch and audio upgrades. A new rack will also be installed. 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. 1. We will install a new 75" LG display in the room. 2. We will install an AVOIP decoder to feed Council Chamber content to the display. 3. We will install the existing NUC PC into the new equipment rack and add a wireless keyboard and mouse. 4. We will install the existing IOGEAR Wireless HDMI system into the new equipment rack. 5. We will install the existing Apple TV into the new equipment rack. 6. We will install an integrated sound bar with camera, speakers, and microphone. This will be configured for conferencing use with the NUC PC only and connected via USB. 7. All components (except display, microphones, and camera) will be installed in a new modern enclosure under the display. See the following website https://hecklerdesign.com/collections/heckler-av- wall?tdaState=eyJ6d3Bueil6ljRiOGQzYylslm1 vYzVrOS16IjRrc3dnailsljQzY2tnYy16InJq ZnZIZSIsIm53ZWZxcC16ImROczNvcylslmcSZjZyMy161mZnMHcxliwidzl3dmxxljoiYXZ1 b TUiLCJoczMyanciOil4aWIhNHEiLC11 N245Yy16Inh6N313IiwiYTZoMWMiOil5dm5rZWQif Q%253D%253D 8. A new control system with wall mount pushbutton control panel will be installed on the conference room wall. Source control where available, audio levels, display control, and other functions of the conference room. 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 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 28 of 54 AUDIO/VISUAL SYSTEMS UPGRADES AND MAINTENANCE AND SUPPORT SERVICES FOR VARIOUS CONFERENCE/MEETING ROOMS PRICING AND PAYMENT TERMS The total for the Caucus Room project is: $28,990.68. Following is the breakdown of the equipment, installation materials and labor prices. LABOR — Contracted labor rates to be invoiced monthly with payment due in Net 30 days. CAUCUS ROOM FEE OFF SITE HOURS SCHEDULE ON SITE DAY TOTAL EMPLOYEE OFF SITE RATE ON SITE DAILY RATE Design Engineer $125.00 13 $1,900.00 4 $9,225.00 Project Engineer $100.00 $1,700.00 1 $1,700.00 Project Manager $125.00 6 $1,900.00 $750.00 Software Programmer $150.00 $2,000.00 1 $2,000.00 Install Supervisor (Prevailing Wage) $110.00 $1,700.00 $0.00 Installer (Prevailing Wage) $95.00 $1,500.00 2 $3,000.00 General Administration $60.00 2 $0.00 $120.00 TOTAL: $16,795.00 EQUIPMENT AND INSTALLATION MATERIALS - Equipment and Installation materials to be invoiced once shipped to your warehouse, or Triton's, whichever occurs first with payment due in Net 30 days. 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 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 29 of 54 CUSTOMER: ADDRESS: CONTACT: PHONE #: EMAIL I City of La Quinta 78495 Calle Tampico La Quinta, CA 92253 Doug Kinley 111 760.777.7085 DKinlev@ aQuintaCA.Gov T n R 1 T .111. N QUOTE DATE: PROPOSAL #: PRICE January 22, 2024 La Quinta Caucus Room BOM_V1 EXTENDED PRICE n TECHNOLOGY SOLUTIONS BECAUSE TECHNOLOGY NEVER ENDS 32234 Paseo Adelanto Suite E-11 San Juan Capistrano, CA 92675 phone: 949.388.3919 I fax: 866.275.9175 www.TritonTechnologySolutions.com I contractor's license #951869 MODEL # DESCRIPTION MANUFACTURER EQUIPMENT Heckler Design H801 -BG Enhance Heckler AV Wall with video meeting device storage and mounting Video Meeting Kit for Heckler AV Wall. This accessory for your Heckler AV Wall creates an attractive focal point in your meeting rooms that has the presence of modern furniture without occupying precious room space or floor space. Requires the use of H800 Heckler AV Wall Structure, sold separately. COLOR BLACK/GREY $1,219.00 $1,219.00 2 1 Heckler Design H800 -BG Simplify the installation of large displays and video meeting equipment. $1,219.00 $1,219.00 3 1 LG 75UR340C9UD UR340C Series UHD Commercial TV with management software, scheduler and certified Crestron Connected@ $1,465.00 $1,465.00 4 Biamp Parte VBC 2500 Parlen"^ VBC 2500 is an all -in -one conferencing bar featuring Biamp Audio Intelligence and Biamp Video Intelligence to deliver premium AV experiences for small and medium conference rooms. With integrated AEC and NRD, the VBC 2500 uses a 27 -microphone array and Biamp Beamtracking° technology to actively track and intelligently mix conversations from around the room. Two smart speakers use distortion compensation and dynamic bass enhancement technology to create room filling audio with superior speech reproduction. The VBC 2500 also features Biamp Launch, an automated tuning system that optimizes the audio to each unique conference space. Parle VBC 2500 includes a wide angle 4k camera designed for conference room environments. The camera incorporates high quality optics to enable streaming crystal clear video at up to 2160p @ 30fps. The VBC 2500 uses auto framing technology to identify meeting participants and to adjust the focus and zoom to keep participants in view. Parte VBC 2500 can be plugged directly into a UC System with a single USB connection or can be paired with a Devio° SCR -10 for a BYOD system. $1,563.00 $1,563.00 5 1 Barco R9861500T01 Barco ClickShare Tray - button switch holder $78.00 $78.00 6 1 AMX MCP -108 -WH Massie.' 8 -Button ControlPad with Knob WHITE $709.00 $709.00 7 1 AMX PR -0402 Precis 4x2 4K60 HDMI Switcher $582.00 $582.00 8 1 AV Pro Edge AC-MXNET-1G-D MXNet 1G Decoder $624.00 $624.00 9 1 Netgear GSM4210PX M4250-8G2XF-PoE+ 8x1G PoE+ 220W and 2xSFP+ Managed Switch $797.00 $797.00 10 1 Triton MATERIALS Installation Materials includes cables, connectors, rack screws, panduit, cable labels, tie wraps, solder and other consumables required for the installation. $1,000.00 $1,000.00 11 1 Triton LABOR Labor per scope of work. $16,795.00 $16,795.00 NOTE: Programming and labor prices based on contract rates. 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. Intentionally omitted. 7. Freight is taxable when Triton receives the equipment then either delivers it or ships it to the customer. Freight is non taxable when Triton's supplier ships directly to the customer. SUBTOTAL: GROUND FREIGHT ESTIMATE BILLED AT COST (DROP SHIP TO CLIENT NON-TAXABLE)': TAX @: t -7/M11111 $ $1,953.83 $980.86 CALIFORNIA E -WASTE RECYCLE FEE: $4.00/Monitor 4" - 14.99" $5.00/Monitor 15"-34.99" $6.00/Monitor 35" or larger TO $28,990.68 LA Quinta RFP AV Systems Upgrades Prpsl_RO.pdf Page 30 of 54 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-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, Exhibit A Page 2 of 4 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 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. Exhibit A Page 3 of 4 (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, 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 A Page 4of4 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 Four Hundred and Ninety -Five Thousand and One Hundred and Twenty -Seven Dollars ($495,127) ("Contract Sum"). 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. Audio and Visual (AV) Upgrades — City Hall and Wellness Center Project Cost One Time Fees Contingency Budget Chamber — Audio Upgrade $ 32,472.73 - Caucus Room — AV Upgrade $ 28,990.68 - Study Session Room — AV Upgrade (Includes 5% Contingency = 9,020) $ 205,651.49 - Study Session Room — Broadcast (Includes 5% Contingency = 1,616.15) $ 35,669.59 Meeting Room (Wellness Center) (Includes 5% Contingency = 7,495.90) $ 168,764.95 - Contingency Budget (approximately 5% for unanticipated items) - $ 23,577.56 UPGRADES TOTAL $495,127: $ 471,549.44 $ 23,577.56 Exhibit B 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, no later than December 31, 2024. Exhibit C Page 1 of 1 Exhibit D Special Requirements Exhibit D Page 1 of 1 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) Auto Liability Additional Insured 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 the execution of this Agreement and approved by City prior to commencement of the services hereunder. Exhibit E Page 1 of 6 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. 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. Exhibit E Page 2 of 6 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 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 Exhibit E Page 3 of 6 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. 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 Exhibit E Page 4of6 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, 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 Exhibit E Page 5 of 6 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. 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 E Page 6of6 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 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. Exhibit F Page 1 of 2 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 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. Exhibit F Page 2 of 2 BUSINESS SESSION ITEM NO. 1 City of La Quinta CITY COUNCIL MEETING: March 19, 2024 STAFF REPORT AGENDA TITLE: APPROVE AGREEMENT FOR CONTRACT SERVICES WITH TRITON TECHNOLOGY SOLUTIONS, INC. FOR AUDIO AND VIDEO SYSTEM UPGRADES AND ANNUAL MAINTENANCE AND SUPPORT SERVICES FOR SEVERAL MEETING ROOMS AT CITY HALL AND WELLNESS CENTER RECOMMENDATION Approve Agreement for Contract Services with Triton Technology Solutions, Inc. for audio and video system upgrades and annual maintenance and support services at several meeting rooms at City Hall and the Wellness Center; and authorize the City Manager to execute the agreement. EXECUTIVE SUMMARY • The existing audio and visual (AV) systems at several meeting rooms located at City Hall and the Wellness Center were updated over 10 years ago, and require upgrades to ensure compatibility with ever-changing technology and software updates, and the ability to broadcast public meetings live and provide quality audio. • In January 2024, the City issued a Request for Proposals (RFP) for AV upgrades and maintenance and support services and received one proposal from Triton Technology Solutions (Triton). FISCAL IMPACT The project cost is $621,871 over a six-year term, beginning from the anticipated contract start date of April 1, 2024, and ending June 30, 2027, with an option to extend for an additional three-year term through June 30, 2030 for the maintenance and support services only. The breakdown of the costs related to AV upgrades for each conference room are listed in the table below, and funds are available in Machinery and Equipment Account No. 502-0000-80100 — total upgrade costs for all four rooms are $495,127. Annual maintenance and support services are also detailed in the table below, and funds are available for fiscal year (FY) 2023/24 in the Maintenance and Agreements Account No. 502-0000-60300. Funds will be budgeted in accordance with the Agreement for future FYs. 283 Audio and Visual (AV) Upgrades — City Hall and Wellness Center Project Cost One Time Fees Contingency Budget Chamber — Audio Upgrade $ 32,472.73 - Caucus Room — AV Upgrade $ 28,990.68 - Study Session Room — AV Upgrade (Includes 5% Contingency = 9,020) $ 205,651.49 - Study Session Room — Broadcast (Includes 5% Contingency = 1,616.15) $ 35,669.59 FYs 2027/28 to 2029/30FY Meeting Room (Wellness Center) (Includes 5% Contingency = 7,495.90) $ 168,764.95 - Contingency Budget (approximately 5% for unanticipated items) - $ 23,577.56 UPGRADES TOTAL $495,127: $ 471,549.44 $ 23,577.56 Annual Maintenance and Support Services Fiscal Year Facilities Maintenance Costs FYs 2024/25 to 2026/27 Consolidates current maintenance services contract Chamber & Caucus Rooms Annual $13,625 per FY $ 40,875 FYs 2024/25 to 2026/27 Study Session & Wellness Center Meeting Rooms $5,500 per FY & $4,000 contingency $ 16,500 $ 4,000 Initial 3 -Year Term Maintenance Total: $ 61,375 Optional One -Time 3 -Year Term Extension FYs 2027/28 to 2029/30FY Chamber & Caucus Rooms $13,625 per $ 40,875 FYs 2027/28 to 2029/30 Study Session & Wellness Center Meeting Rooms $5,500 per FY & $4,000 contingency $ 16,500 $ 4,000 FY 2025/26 — 2027/28 Contingency (approx. 5% for CPI) $ 3,994 Optional 3 -Year Extended Term Maintenance Total: $ 65,369 BACKGROUND/ANALYSIS The existing audio and visual (AV) systems for several meeting rooms located at City Hall and the Wellness Center were updated over 10 years ago with the most current technology for its time, and require upgrades to ensure compatibility with ever-changing technology and software updates, and the ability to broadcast public meetings live and provide quality audio. 284 During the past several years, staff has identified issues with the current AV systems in the meeting rooms enumerated below, which are being proposed for upgrades: • Chamber — audio upgrade only; the AV system and controls in the Chamber were upgraded in 2022, however, the audio system and speakers were not and are now due for replacement. • Study Session — complete AV system upgrade, addition of broadcasting capabilities, and connection to livestream. • Caucus room — complete AV system upgrade and connection to Chamber system. • Wellness Center Meeting room — complete AV system upgrade. In January 2024, the City issued an RFP seeking qualified firms to provide AV upgrades, and maintenance and support services. Three firms contacted the City expressing interest; two firms (Triton and Western Audio Visual & Security) conducted a walk-through of the facilities; and one proposal was received from Triton. The response was evaluated based on method of implementation, security standards, ease of access for the public and staff, maintenance and support, customization, and recurring costs. Triton is being recommended based on their ability to provide a complete and comprehensive solution at a competitive cost. In 2022, Triton was selected as the winning proposal for the AV system upgrade in the Chamber, following an RFP, published by the City in 2021, which received three proposals. Triton is currently contracted with the City to provide annual maintenance and support services for the Chamber. If the proposed agreement is approved, the existing agreement with Triton will be terminated, as those services and costs are being incorporated into the new agreement. These upgrades are necessary to ensure the City has quality meeting facilities that are technologically equipped and compatible with current standards; in compliance with State mandates for open and public meetings; and to secure a secondary meeting facility to broadcast and livestream public meetings should there be a failure of the Chamber equipment, or if a smaller meeting space is better suited for public meetings. Upon Council's approval, the initial term of this Agreement would begin April 1, 2024, and expire June 30, 2027, with an option to renew for an additional three years. ALTERNATIVES Council may elect not to approve this agreement or change the scope of services that Triton provides. Prepared by: Approved by: Monika Radeva, City Clerk Jon McMillen, City Manager Attachment: 1. Agreement with Triton for AV Upgrades, and Maintenance and Support Services 285