Loading...
HomeMy WebLinkAbout2005 CON Digital Networks Group - Audio Visual Equipment LibraryAGREEMENT BY AND BETWEEN THE CITY OF NATIONAL CITY AND Digital Networks Group, Inc. THIS AGREEMENT is entered into this 14th day of April, 2005 by and between the CITY OF NATIONAL CITY, a municipal corporation (the "CITY"), and Digital Networks Group, Inc. (the "CONTRACTOR"). RECITALS WHEREAS, the CITY desires to employ a CONTRACTOR to provide products, and perform services outlined in Request for Bid #GS0405-7, for the new Library. WHEREAS, the CITY has determined that the CONTRACTOR is qualified by experience and ability to perform the services desired by the CITY, and the CONTRACTOR is willing to perform such services. NOW, THEREFORE, THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS: 1. ENGAGEMENT OF CONTRACTOR. The CITY hereby agrees to engage the CONTRACTOR and the CONTRACTOR hereby agrees to perform the services hereinafter set forth in accordance with all terms and conditions contained herein. The CONTRACTOR represents that all services required hereunder will be performed directly by the CONTRACTOR or under direct supervision of the CONTRACTOR. 2. SCOPE OF SERVICES. The CONTRACTOR will perform services as set forth in the attached Request for Bid #GS0405-7. The CONTRACTOR shall be responsible for all research and reviews related to the work and shall not rely on personnel of the CITY for such services, except as authorized in advance by the CITY. The CONTRACTOR shall appear at meetings cited in Request for Bid #GSO405-7 to keep staff and City Council advised of the progress on the project. The CITY may unilaterally, or upon request from the CONTRACTOR, from time to time seduce or increase the Scope of Services to be performed by the CONTRACTOR under this Agreement. Upon doing so, the CITY and the CONTRACTOR agree to meet in good faith and confer for the purpose of negotiating a corresponding reduction or increase in the compensation associated with said change in services, not to exceed a factor of 25 % from the base amount. Revised August 2003 3. PROJECT COORDINATION AND SUPERVISION. Bernard Yeo, MIS Director is hereby designated as the Project Coordinator for the CITY and will monitor the progress and execution of this Agreement. The CONTRACTOR shall assign a single Project Director to provide supervision and have overall responsibility for the progress and execution of this Agreement for the CONTRACTOR 'La, :.f" thereby is designated as the Project Director for the CONTRACTOR. 4. COMPENSATION AND PAYMENT. The compensation for the CONTRACTOR shall be based on monthly billings covering actual work performed. Billings shall include labor classifications, respective rates, hours worked and also materials, if any. The total cost for all work described in Request for Bid #GS0405-7 shall not exceed the schedule given in Request for Bid #GS0405-7 (the Base amount) without prior written authorization from the _Purchasing Agent_. Monthly invoices will be processed for payment and remitted within tirty (30) days from receipt of invoice, provided that work is accomplished consistent with Request for Bid #GS0405-7 as determined by the CITY. The CONTRACTOR shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred and shall make such materials available at its office at all reasonable times during the term of this Agreement and for three (3) years from the date of final payment under this Agreement, for inspection by the CITY and for furnishing of copies to the CITY, if requested. 5. LENGTH OF AGREEMENT. Completion dates or time durations for specific portions of the Project are set forth below: a) Work to be started within days of receipt of notice to proceed b) Work to be completed within " _ ' days of start date. 6. DISPOSITION AND OWNERSHIP OF DOCUMENTS. The Memoranda, Reports, Maps, Drawings, Plans, Specifications and other documents prepared by the CONTRACTOR for this Project, whether paper or electronic, shall become the property of the CITY for use with respect to this Project, and shall be turned over to the CITY upon completion of the Project, or any phase thereof, as contemplated by this Agreement. Contemporaneously with the transfer of documents, the CONTRACTOR assigns to the CITY and thereby expressly waives and disclaims, any copyright in, and the right to reproduce, all written material, drawings, plans, specifications or other work prepared under this agreement, except uppn the CITY's prior authorization regarding reproduction, which authorization shall not be unreasonably withheld. The CONTRACTOR shall, upon request of the CITY, execute any further document(s) necessary to further effectuate this waiver and disclaimer. The CONTRACTOR agrees that the CITY may use, reuse, alter, reproduce, modify, assign, transfer, or in any other way, medium or method utilize the CONTRACTOR's 2 Revised August 2003 written work product for the CITY's purposes, and the CONTRACTOR expressly waives and disclaims any residual rights granted to it by Civil Code Sections 980 through 989 relating to intellectual property and artistic works. Any modification or reuse by the CITY of documents, drawings or specifications prepared by the CONTRACTOR shall relieve the CONTRACTOR from liability under Section 14 but only with respect to the effect of the modification or reuse by the CITY, or for any liability to the CITY should the documents be used by the CITY for some project other than what was expressly agreed upon within the Scope of this project, unless otherwise mutually agreed. 7. INDEPENDENT CONTRACTOR. Both parties hereto in the performance of this Agreement will be acting in an independent capacity and not as agents, employees, partners or joint venturers with one another. The CONTRACTOR is not an employee of the CITY and is not entitled to any of the rights, benefits, or privileges of the CITY's employees, including but not limited to medical, unemployment, or workers' compensation insurance. This Agreement contemplates the personal services of the CONTRACTOR and the CONTRACTOR's employees, and it is recognized by the parties that a substantial inducement to the CITY for entering into this Agreement was, and is, the professional reputation and competence of the CONTRACTOR and its employees. Neither this Agreement nor any interest herein may be assigned by the CONTRACTOR without the prior written consent of the CITY. Nothing herein contained is intended to prevent the CONTRACTOR from employing or hiring as many employees, or subcontractors, as the CONTRACTOR may deem necessary for the proper and efficient performance of this Agreement. All agreements by CONTRACTOR with its subcontractor(s) shall require the subcontractor to adhere to the applicable terms of this Agreement. 8. CONTROL. Neither the CITY nor its officers, agents or employees shall have any control over the conduct of the CONTRACTOR or any of the CONTRACTOR's employees except as herein set forth, and the CONTRACTOR expressly agrees not to represent that the CONTRACTOR or the CONTRACTOR's agents, servants, or employees are in any manner agents, servants or employees of the CITY, it being understood that the CONTRACTOR, its agents, servants, and employees are as to the CITY wholly independent contractors and that the CONTRACTOR's obligations to the CITY are solely such as are prescribed by this Agreement. 9. COMPLIANCE WITH APPLICABLE LAW. The CONTRACTOR, in the performance of the services to be provided herein, shall comply with all applicable State and Federal statutes and regulations, and all applicable ordinances, rules and regulations of the City of National City, whether now in force or subsequently enacted. The CONTRACTOR, and each of its subcontractors, shall obtain and maintain a current City of National City business license prior to and during performance of any work pursuant to this Agreement. 3 Revised August 2003 10. LICENSES, PERMITS, ETC. The CONTRACTOR represents and covenants that it has all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession. The CONTRACTOR represents and covenants that the CONTRACTOR shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, or approval which is legally required for the CONTRACTOR to practice its profession.. Specify the license classification(s) that qualifies you to perform this service: >'Hh<'«"<v' >i":~>_; Submit a copy of this license with your proposal. 11. STANDARD OF CARE. A. The CONTRACTOR, in performing any services under this Agreement, shall perform in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions and in similar locations. The CITY expects that the CONTRACTOR shall take all special precautions necessary to protect the CONTRACTOR's employees and members of the public from risk of harm arising out of the nature of the work and/or the conditions of the work site. B. The CONTRACTOR warrants to the CITY that it is not now, nor has it been for the five (5) years preceding, involved in arbitration or litigation concerning the CONTRACTOR's professional performance or the furnishing of materials or services relating thereto. C. The CONTRACTOR is responsible for identifying any unique products, treatments, processes or materials whose availability is critical to the success of the project the CONTRACTOR has been retained to perform, within the time requirements of the CITY, or, when no time is specified, then within a commercially reasonable time. Accordingly, unless the CONTRACTOR has notified the CITY otherwise, the CONTRACTOR warrants that all products, materials, processes or treatments identified in the project documents prepared for the CITY are reasonably commercially available. Any failure by the CONTRACTOR to use due diligence under this sub -paragraph will render the CONTRACTOR liable to the CITY for any increased costs that result from the CITY's later inability to obtain the specified items or any reasonable substitute within a price range that allows for project completion in the time frame specified or, when not specified, then within a commercially reasonable time. 12. NON-DISCRIMINATION PROVISIONS. The CONTRACTOR will not discriminate against any employee or applicant for employment because of age, race, color, ancestry, religion, sex, sexual orientation, marital status, national origin, physical handicap, or medical condition. The CONTRACTOR will take positive action to insure that applicants are employed without regard to their age, race, color, ancestry, religion, sex, sexual orientation, marital status, national origin, physical handicap, or medical condition. Such action shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of 'compensation, and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places available to employees and applicants for employment any notices provided by the CITY setting forth the provisions of this non- discrimination clause. 4 Revised August 2003 A 13. CONFIDENTIAL INFORMATION. The CITY may from time to time communicate to the CONTRACTOR certain confidential information to enable the CONTRACTOR to effectively perform the services to be provided herein. The CONTRAC- TOR shall treat all such information as confidential and shall not disclose any part thereof without the prior written consent of the CITY. The CONTRACTOR shall limit the use and circulation of such information, even within its own organization, to the extent necessary to perform the services to be provided herein. The foregoing obligation of this Section 13, however, shall not apply to any part of the information that (i) has been disclosed in publicly available sources of information; (ii) is, through no fault of the CONTRACTOR, hereafter disclosed in publicly available sources of information; (iii) is already in the possession of the CONTRACTOR without any obligation of confidentiality; or (iv) has been or is hereafter rightfully disclosed to the CONTRACTOR by a third party, but only to the extent that the use or disclosure thereof has been or is rightfully authorized by that third party. The CONTRACTOR shall not disclose any reports, recommendations, conclusions or other results of the services or the existence of the subject matter of this Agreement without the prior written consent of the CITY. In its performance hereunder, the CONTRACTOR shall comply with all legal obligations it may now or hereafter have respecting the information or other property of any other person, firm or corporation. CONTRACTOR shall be liable to CITY for any damages caused by breach of this condition, pursuant to the provisions of Section 14. 14. INDEMNIFICATION AND HOLD HARMLESS. The CONTRACTOR agrees to indemnify, defend, and hold harmless the City of National City, its officers, employees and volunteers, against and from any and all liability, loss, damages to property, injuries to, or death of any person or persons, and all claims, demands, suits, actions, proceedings, costs or attorneys' fees, of any kind or nature, including workers' compensation claims, of or by anyone whomsoever, in any way resulting from or arising out of the CONTRACTOR's performance of this Agreement. 15. WORKERS' COMPENSATION. The CONTRACTOR shall comply with all of the provisions of the Workers' Compensation Insurance and Safety Acts of the State of California, the applicable provisions of Division 4 and 5 of the California Government Code and all amendments thereto; and all similar state or Federal acts or laws applicable; and shall indemnify, defend and hold harmless the CITY and its officers, employees and volunteers from and against all claims, demands, payments, suits, actions, proceedings and judgments of every nature and description, including attorney's fees and costs presented, brought or recovered against the CITY or its officers, employees, or volunteers, for or on account of any liability under any of said acts which may be incurred by reason of any work to be performed by the CONTRACTOR under this Agreement. 16. INSURANCE. The CONTRACTOR, at its sole cost and expense, shall purchase and maintain, and shall require its subcontractors, when applicable, to purchase and maintain throughout the term of this agreement, the following insurance policies: 5 Revised August 2003 ❑ A. If checked, Professional Liability Insurance (errors and omissions) with minimum limits of $1,000,000 per occurrence. B. Automobile insurance covering all bodily injury and property damage incurred during the performance of this Agreement, with a minimum coverage of $1,000,000 combined single limit per accident. Such automobile insurance shall include non -owned vehicles. C. Comprehensive general liability insurance, with minimum limits of $1,000,000 combined single limit per occurrence, covering all bodily injury and property damage arising out of its operation under this Agreement. D. Workers' compensation insurance covering all of its employees and volunteers. E. The aforesaid policies shall constitute primary insurance as to the CITY, its officers, employees, and volunteers, so that any other policies held by the CITY shall not contribute to any loss under said insurance. Said policies shall provide for thirty (30) days prior written notice to the CITY of cancellation or material change. F. Said policies, except for the professional liability and worker's compensation policies, shall name the CITY and its officers. agents and employees as additional insureds. G. If required insurance coverage is provided on a "claims made" rather than "occurrence" form, the CONTRACTOR shall maintain such insurance coverage for three years after expiration of the term (and any extensions) of this Agreement. H. Any aggregate insurance limits must apply solely to this Agreement. I. Insurance shall be written with only California admitted companies which hold a current policy holder's alphabetic and financial size category rating of not less than A VIII according to the current Best's Key Rating Guide, or a company equal financial stability that is approved by the City's Risk Manager. J. This Agreement shall not take effect until certificate(s) or other sufficient proof that these insurance provisions have been complied with, are filed with and approved by the CITY's Risk Manager. If the CONTRACTOR does not keep all of such insurance policies in full force and effect at all times during the terms of this Agreement, the CITY may elect to treat the failure to maintain the requisite insurance as a breach of this Agreement and terminate the Agreement as provided herein. 17. LEGAL FEES. If any party brings a suit or action against the other party arising from any breach of any of the covenants or agreements or any inaccuracies in any of the representations and warranties on the part of the other party arising out of this Agreement, then in that event, the prevailing party in such action or dispute, whether by final judgment or out -of -court settlement, shall be entitled to have and recover of and from the other party all costs and expenses of suit, including attorneys' fees. For purposes of determining who is to be considered the prevailing party, it is stipulated that attorney's fees incurred in the prosecution or defense of the action or suit shall not be considered in determining the amount of the judgement or award. Attorney's fees to the prevailing party if other than the CITY shall, in addition, be limited to the amount of 6 Revised August 2003 attorney's fees incurred by the CITY in its prosecution or defense of the action, irrespective of the actual amount of attorney's fees incurred by the prevailing party. 18. MEDIATION/ARBITRATION. If a dispute arises out of or relates to this Agreement, or the breach thereof, the parties agree first to try, in good faith, to settle the dispute by mediation in San Diego, California, in accordance with the Commercial Mediation Rules of the American Arbitration Association (the "AAA") before resorting to arbitration. The costs of mediation shall be borne equally by the parties. Any controversy or claim arising out of, or relating to, this Agreement, or breach thereof, which is not resolved by mediation shall be settled by arbitration in San Diego, California, in accordance with the Commercial Arbitration Rules of the AAA then existing. Any award rendered shall be final and conclusive upon the parties, and a judgment thereon may be entered in any court having jurisdiction over the subject matter of the controversy. The expenses of the arbitration shall be borne equally by the parties to the arbitration, provided that each party shall pay for and bear the costs of its own experts, evidence and attorneys' fees, except that the arbitrator may assess such expenses or any part thereof against a specified party as part of the arbitration award. 19. TERMINATION. A. This Agreement may be terminated with or without cause by the CITY. Termination without cause shall be effective only upon 60-day written notice to the CONTRACTOR. During said 60-day period the CONTRACTOR shall perform all services in accordance with this Agreement. B. This Agreement may also be terminated immediately by the CITY for cause in the event of a material breach of this Agreement, misrepresentation by the CONTRACTOR in connection with the formation of this Agreement or the performance of services, or the failure to perform services as directed by the CITY. C. Termination with or without cause shall be effected by delivery of written Notice of Termination to the CONTRACTOR as provided for herein. D. In the event of termination, all finished or unfinished Memoranda Reports, Maps, Drawings, Plans, Specifications and other documents prepared by the CONTRACTOR, whether paper or electronic, shall immediately become the property of and be delivered to the CITY, and the CONTRACTOR shall be entitled to receive just and equitable compensation for any work satisfactorily completed on such documents and other materials up to the effective date of the Notice of Termination, not to exr i d the amounts payable hereunder, and less any damages caused the CITY by the CONTRACTOR's breach, if any. Thereafter, ownership of said written material shall vest in the CITY all rights set forth in Section 6. E. The CITY further reserves the right to immediately terminate this Agreement upon: (1) the filing of a petition in bankruptcy affecting the CONTRACTOR; (2) a reorganization of the CONTRACTOR for the benefit of creditors; or (3) a business reorganization, change in business name or change in business status of the CONTRACTOR. 20. NOTICES. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered; or sent by overnight mail (Federal Express or the like); or sent by registered or certified mail, postage prepaid, return receipt requested; or sent by ordinary mail, postage prepaid; or telegraphed or cabled; or 7 Revised August 2003 delivered or sent by telex, telecopy, facsimile or fax; and shall be deemed received upon the earlier of (i) if personally delivered, the date of delivery to the address of the person to receive such notice, (ii) if sent by overnight mail, the business day following its deposit in such overnight mail facility, (iii) if mailed by registered, certified or ordinary mail, five (5) days (ten (10) days if the address is outside the State of California) after the date of deposit in a post office, mailbox, mail chute, or other like facility regularly maintained by the United States Postal Service, (iv) if given by telegraph or cable, when delivered to the telegraph company with charges prepaid, or (v) if given by telex, telecopy, facsimile or fax, when sent. Any notice, request, demand, direction or other communication delivered or sent as specified above shall be directed to thefollowing persons: To the CITY: To the CONTRACTOR: Mayor Nick Inzunza City of National City 1243 National City Boulevard National City, CA 91950 Inc. Notice of change of address shall be given by written notice in the manner specified in this Section. Rejection or other refusal to accept or the inability to deliver because of changed address of which no notice was given shall be deemed to constitute receipt of the notice, demand, request or communication sent. Any notice, request, demand, direction or other communication sent by cable, telex, telecopy, facsimile or fax must be confirmed within forty-eight (48) hours by letter mailed or delivered as specified in this Section. 21. CONFLICT OF INTEREST AND POLITICAL REFORM ACT OBLIGATIONS. During the term of this Agreement, the CONTRACTOR shall not perform services of any kind for any person or entity whose interests conflict in any way with those of the City of National City. The CONTRACTOR also agrees not to specify any product, treatment, process or material for the project in which the CONTRACTOR has a material financial interest, either direct or indirect, without first notifying the CITY of that fact. The CONTRACTOR shall at all times comply with the terms of the Political Reform Act and the National City Conflict of Interest Code. The CONTRACTOR shall immediately disqualify itself and shall not use its official position to influence in any way any matter coming before the CITY in which the CONTRACTOR has a financial interest as defined in Government Code Section 87J03. The CONTRACTOR represents that it has no knowledge of any financial interests that would require it to disqualify itself from any matter on which it might perform services for the CITY. ❑ If checked, the CONTRACTOR shall comply with all of the reporting requirements of the Political Reform Act and the National City Conflict of Interest Code. 8 Revised August 2003 Specifically, the CONTRACTOR shall file a Statement of Economic Interests with the City Clerk of the City of National City in a timely manner on forms which the CONTRACTOR shall obtain from the City Clerk. The CONTRACTOR shall be strictly liable to the CITY for all damages, costs or expenses the CITY may suffer by virtue of any violation of this Paragraph 21 by the CONTRACTOR. 22. MISCELLANEOUS PROVISIONS. A. Computation of Time Periods. If any date or time period provided for in this Agreement is or ends on a Saturday, Sunday or federal, state or legal holiday, then such date shall automatically be extended until 5:00 p.m. Pacific Time of the next day which is not a Saturday, Sunday or federal, state or legal holiday. B. Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be deemed an original, but all of which, together, shall constitute but one and the same instrument. C. Captions. Any captions to, or headings of, the sections or subsections of this Agreement are solely for the convenience of the parties hereto, are not a part of this Agreement, and shall not be used for the interpretation or determination of the validity of this Agreement or any provision hereof. D. No Obligations to Third Parties. Except as otherwise expressly provided herein, the execution and delivery of this Agreement shall not be deemed to confer any rights upon, or obligate any of the parties hereto, to any person or entity other than the parties hereto. E. Exhibits and Schedules. The Exhibits and Schedules attached hereto are hereby incorporated herein by this reference for all purposes. F. Amendment to this Agreement. The terms of this Agreement may not be modified or amended except by an instrument in writing executed by each of the parties hereto. G. Waiver. The waiver or failure to enforce any provision of this Agreement shall not operate as a waiver of any future breach of any such provision or any other provision hereof. H. Applicable Law. This Agreement shall be governed by and construed in accordance with the laws of the State of California. I. Entire Agreement. This Agreement supersedes any prior agreements, negotiations and communications, oral or written, and contains the entire agreement between the parties as to the subject . matter hereof. No subsequent agreement, representation, or promise made by either party hereto, or by or to an employee, officer, agent or representative of any party hereto shall be of any effect unless it is in writing and executed by the party to be bound thereby. J. Successors and Assigns. This Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties hereto. K. Construction. The parties acknowledge and agree that (i) each party is of equal bargaining strength, (ii) each party has actively participated in the drafting, preparation and negotiation of this Agreement, (iii) each such party has consulted with or has 9 Revised August 2003 had the opportunity to consult with its own, independent counsel and such other professional advisors as such party has deemed appropriate, relative to any and all matters contemplated under this Agreement, (iv) each party and such party's counsel and advisors have reviewed this Agreement, (v) each party has agreed to enter into this Agreement following such review and the rendering of such advice, and (vi) any rule or construction to the effect that ambiguities are to be resolved against the drafting party shall not apply in the interpretation of this Agreement, or any portions hereof, or any amendments hereto. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. CITY OF NATIONAL Y By: Ni Mayor APPROVED AS TO FORM: By: George Eiser, III City Attorney CONTRACTOR: Please check applicable box, and note the number of signatures required: X Corporation (two signatures) Partnership (one signature) Sole Propriftorship (one signature) By: #1 By: #2 ;J (Na e) Mike Stammire (Title) President (Name) Chris Ursetta (Title) Vice President Mail this contract and insurance documents to: City of National City Brenda E. Hodges, C.P.M. Purchasing Agent 2100 Hoover Avenue National City, Ca. 91950 Ph: (619)336-4570 10 Revised August 2003 Complete Insurance 4/21/2005 1:55 PAGE 002/003 Fax Server ACORD CERTIFICATE OF LIABILITY INSURANCE oaiz1/2005 PRODUCER (949)263-0606 FAX (949)263-0906 Compl ete Insurance, Inc. Cal i forni a DOI #0437762 19000 MacArthur Blvd., PH Flr Irvine, CA 92612-1447 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Digital Networks Group, Inc. 11 Goddard Irvine, CA 92618 INsuRERA, USF Insurance Company INSURER Preferred Employers Insurance INSURERC. INSURER D: INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L NSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE RAM/DO/Yr POLICY EXPIRATION DATE (MM/OD1YY} LIMITS A X GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY PRB12309 12/13/2004 12/13/2005 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED PREMISES (Fa occurnncM $ 50 000 r CLAIMS MADE X OCCUR MED EXP (Any one person) $ Excluded PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP/OP AGG $ 2,000,000 -' I POLICY n PECOT n LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLELIMIT (Ea accdent) $ —I BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORlPARTNERJEXECUTIVE OFFICER/MEMBER EXCLUDED? It yes, describe under SPECIAL PROVISIONS below WKN1234931 07/07/2004 07/07/2005 X TORY LINtIrs eR E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE- POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: Installation of voice and data equipment Bid #GSO405-7 :ertificate holder and its officers, agents and employees are named as additional insured as respects general liability but only if required by written contract prior to an occurrence. :overage is subject to all terms and conditions of the policy ?rimary wording and waiver of subrogation are included on GL. *10 Days Cancellation non-payment CERTIFICATE HOLDER CANCELLATION City of National City Its Officers, agents and employees 1243 National City Blvd. National City, CA 91950 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ith0EX G%MAIL _30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, XXXXICXXXXXMX*XXXXXXXXXXXXDOOMMOMX1000000000C AUTHORIZED REPRESENTATIVE LJ/ Tom North/GAL ACORD 25 (2001/08) ®ACORD CORPORATION 1988 QUALCOMM Client: Qualcomm Completion Date: November 2004 Total Dollar Value: $ 305,000 Professional Services: $ 61,000 (Included in Total Dollar Value) (Design, Engineering, Installation, etc.) Project Description: Integrated Audio Visual System for Auditorium Qualcomm asked Digital Networks Group to design and install an audiovisual solution for their Q- auditorium project located in San Diego. After consulting with the customer, Digital Networks Group selected the following solution: Display System: Digital Networks Group used the existing motorized screen located at the front of the room as the primary display. Four 60" plasma screens were suspended from the ceiling to optimize audience viewing. Three 3-chip color cameras were mounted on AMX PTZ control heads. The image from each camera can be viewed on a Sony 10" color monitor before being recorded or encoded. The camera feed is routed through a Folsom Research seamless switcher. The camera feeds can then be recorded on a Beta deck or streamed over their local and wide area network using VBrick encoders and decoders, to other Qualcomm offices. An Extron 24 x 24 wide band switching matrix was utilized. All s-video sources such as DVD and VHS decks are being switched though an 18 x 18 s-video switcher. Any VGA or video source can be routed to any display device inside the Q-auditorium. In addition, the auditorium has been equipped with a Polycom video conferencing system. The system has been configured to use IP or ISDN for internal and external videoconferencing calls. Each of the three cameras can be routed to the Polycom VS4000. The mixed audio from the XAP800 is also routed to the Polycom VS4000 so the far end can hear each presenter. Control System: Due to the complex nature of this room, two 15" color touch panels were installed in the operator's room. Each touch panel acts as the user interface when controlling any of the room's equipment and functions. All touch panels are laid out in a fashion that makes operation of the system almost instinctive, making a very complex system very simple to use. Audio System: The speech reinforcement consists of four UHF Sennhieser lavaliere microphones and six UHF Sennheiser hand-held microphones connected to ClearOne's eight -channel microphone mixer for balancing, mixing and echo suppression. The amplifier is connected to 20 Tannoy ceiling speakers. All levels on program audio and speech reinforcement are controlled through the touch panel. Lighting System: Qualcomm also needed a flexible lighting system for their production environment. Eight Videssence fluorescent lighting fixtures were installed in the stage area. Existing incandescent and non -dimming fixtures were connected to the AMX dimming rack. The touch panel has individual control of each lighting fixture. This gives the customer a flexible environment when setting up the stage area. Staffing: Darrell Legge, Account Manager David Bunting, Engineer Contact: Loren Torres IT Department 5775 Morehouse Drive San Diego, CA 92121 858-658-4117 Itorres@qualcomm.com www.digitiolnetworksgroup.com e Client: Ericsson Completion Date: November 2004 Total Dollar Value: $ 205,000 Professional Services: $ 50,000 (Included in Total Dollar Value) (Design, Engineering, Installation, etc.) Project Description: Integrated AN & Video Conferencing Ericsson moved their conference room from the first floor of their existing facility to their new building. They called Digital Networks Group to suggest any changes that would improve the room's performance while still using much of the existing equipment to keep the cost down. The project took place in two phases. The first phase was to move the existing equipment to the new building and reinstall. The second phase was to upgrade some of the networking equipment to support additional functions. A new 16x16 RGB switcher was installed to accommodate the additional system inputs and outputs. Two new floor boxes with RGB inputs were installed in the floor under the conference room table. Each location accommodates one PC connection, which is routed through the system switcher. A new VS4000 VTC unit was integrated into the system to support IP and ISDN video -teleconferencing sessions. Two cameras were installed for displaying both a presenter and the group. To support audio from the conference table, eight wireless flat -table microphones can be placed on the table when needed and easily removed when a VTC session is not in session. A new 5.1 surround system was installed, including new in -wall speakers for center, front and rear audio plus a new subwoofer. A new lectern houses the touch panel control and other related AV gear. Three new 100" diagonal seamless rear projection screens, mirror systems and projectors provide a seamless bright presentation image. Four 21" 4x3 aspect ratio LCD displays were installed and connected to dedicated laptops. Each display is connected to the switching matrix, allowing any media to be displayed on each monitor. The system has provided Eriksson with advanced capabilities for their meetings and training sessions. Staffing: Darrell Legge, Account Manager David Bunting, Senior Design Engineer Joe Perez, Project Manager Project Duration: Engineering — 3 months Implementation — 3 weeks Contact: David Readman 6455 Lusk Blvd. San Diego, CA 92121 0 Z W 0 DIGITAL NETWORKS « 0 iJ P, o N C CO a a • www. digitialnotworksgroup.com UCIrvine University of California, Irvine Client: UC Irvine Completion Date: December 2004 Total Dollar Value: $ 1,370,000 Professional Services: $ 305,200 (Included in Total Dollar Value) (Design, Engineering, Installation, etc.) Project Description: AN Integration — 54 Rooms Systems & Two Lecture Halls Digital Networks Group, Inc. provided turnkey design, engineering and integration of state- of-the-art technology into fifty-six classrooms & two Lecture Halls on the Irvine, CA campus. This was UCI's first and second phase of a four year, 124 room project and included the installation of user-friendly podiums, each housing the most current teaching technologies. The project also included the integration of AMX's smart panels and NetLinx technology to provide Ethernet based "IP" control of all audio & video input and output devices in each classroom. Additionally, AMX's global management system was designed into the project providing the client with the ability to proactively control each room, or group of rooms, from a remote IT help desk. This project featured Digital Network Group's diverse competencies including structured cabling, audio/visual and network integration. Staffing: Carl Blum, Senior Design Engineer Pat DeVera, Project Manager Son Nguyen, Foreman Long Tran, Senior Technician Huy Pham, Senior Technician Project Duration: Design & Engineering — 8 weeks Implementation — 2.5 weeks Contact: Bill Nail, Assistant Director of Informational Resources University of California, Irvine Irvine, CA 92697 949-824-7585 wwnail@uci.edu U W d. z W DIGITAL NETWORKS R 0 tJ 1P 9 N C ti • U c 11 Goddard • www.digitiainetworksgroup.com MEETING DATE May 3, 2005 City of National City, California COUNCIL AGENDA STATEMENT AGENDA ITEM NO. 11 ITEM TITLE Resolution accepting the lowest, responsive, responsible bid, for the purchase of Audio Visual Equipment for the new Library, from Digital Networks Group, Inc., in the amount of 61,848.84 PREPARED BY EXPLANATION DEPARTMENT Brenda E. Hodges, C.P.M. r Purchasing Dept. (619)336-4570 Request for Bid #GS0405-7 was issued for the purchase of audio visual system, equipment and installation for the new Library. Bids were mailed to 7 vendors, netting 3 responses, one of which was a 'no bid'. Bids were opened and publicly read on April 14, 2005 with no vendors present for the opening. Digital Networks Group, Inc. offered the lowest, responsive, responsible bid. The award will be in the amount of $61,848.84. Environmental Review %� N/A Financial Statement Funds exist in the CIP account Approved Byp, £,( �"�' Finance Director #241-409-500-598-1583: $40,201.75 #242-409-500-598 Ac3duNto 7A9 STAFF RECOMMENDATION In concurrence with the City Engineer, the Purchasing Agent recommends that the award be made to Digital Networks Group Inc., and that authority be given to the Purchasing Agent to issue resulting purchase order. BOARD / COMMISSION RECOMMENDATION not applicable ATTACHMENTS ( Listed Below ) Bid Abstract Service Agreement \ Resolution A-200 (9'99) Resolution No. a-7,0b5 RESOLUTION NO. 2005 — 85 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NATIONAL CITY ACCEPTING THE LOWEST, RESPONSIVE, RESPONSIBLE BID FOR THE PURCHASE AUDIO VISUAL EQUIPMENT FOR THE NEW LIBRARY FROM DIGITAL NETWORKS GROUP, INC., IN THE AMOUNT OF $61,848.84 WHEREAS, -the Purchasing -Agent of the city-of-National-C-it4-did, --in open session on April 14, 2005, publicly open, examine and declare all sealed bids for Bid #GS0405-7, the purchase of audio visual equipment for the new library. NOW, THEREFORE, IT IS HEREBY RESOLVED, that the City Council of the City of National City hereby awards the contract for audio visual equipment for the new library to the lowest responsive bidder, to wit: DIGITAL NETWORKS GROUP, INC. BE IT FURTHER RESOLVED that the City Council of the City of National City hereby authorizes the Purchasing Agent to execute on behalf of the City a purchase order between Digital Networks Group, Inc. and the City of National City for the purchase of audio visual equipment for the new library in the amount of $61,848.84. PASSED and ADOPTED this 3rd day of May, 2005. Nic ATTEST: APPROVED AS TO FORM: z+s George H. Eiser, III City Attorney a, ayor Passed and adopted by the Council of the City of National City, California, on May 3, 2005, by the following vote, to -wit: Ayes: Councilmembers Inzunza, Morrison, Natividad, Parra, Zarate. Nays: None. Absent: None. Abstain: None. AUTHENTICATED BY: NICK INZUNZA Cit Clerk oft a Ci of National City, California By: Deputy I HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of RESOLUTION NO. 2005-85 of the City of National City, California, passed and adopted by the Council of said City on May 3, 2005. City Clerk of the City of National City, California By: Deputy BIDDER: Digital Networks Group, Inc. Irvine, CA CompView, Inc. Poway, CA Audio Video Supply San Diego, CA Televideo San Diego, CA Audio Graphic Systems Ontario, CA Troxell San Diego, CA Southland Technology San Diego, CA BID #GSO405-7 ABSTRACT/ANALYSIS 4/21/2005 Equipment Labor Maint. Subtotal Tax Total $34,359.00 $16,427.00 $8,400.00 $59,186.00 $2,662.82 $61,848.82 $48,397.28 $22,367.01 included $70,764.29 $3,750.79 $74,515.08 No Bid No Response No Response No Response No Response City of National City Office of the City Clerk 1243 National City Boulevard, National City, CA 91950-4397 Michael R. Della, CMC - City Clerk (619) 336-4228 Fax: (619) 336-4229 May 10, 2005 Mike Stammire Digital Networks Group Inc 11 Goddard Irvine CA 92618 Dear Mr. Stammire, On May 3, 2005, Resolution No. 2005-85 was passed and adopted by the City Council of the City of National City, accepting the lowest, responsive, responsible bid for the purchase of audio visual equipment for the new library from Digital Networks Group, Inc. We are forwarding a certified copy of the above Resolution and one fully executed original agreement. Sincerely, L-f\ Martha L Alvarez Deputy City Clerk /mla Enclosure cc: Purchasing File No. C2005-85 ® Recycled Paper