Loading...
HomeMy WebLinkAboutDS Public Safety Center Audio and Visual InstallationAGREEMENT FOR AUDIONISUAL INSTALLATION AND CONFIGURATION FOR THE PUBLIC SAFETY CENTER PROJECT This Agreement is made and entered into this 074h day of i er,202O, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and WPCS INTERNATIONAL, INC. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, CITY requires audio/visual installation services for the successful move into the Public Safety Center ("SRPSC — RIMS Project" and "SRPSC — Additional AV Sources" and "SRPSC — ADD PCs and Apple TV" and "SRPSC — FIRE CAD Project"); and WHEREAS, CONTRACTOR is experienced in installing and supporting audio/visual systems; and WHEREAS, CONTRACTOR is the primary installer for audio/visual systems in the Public Safety Center; and WHEREAS, CITY desires to enter into an Agreement with CONTRACTOR to provide audio/visual installation and configuration for CITY for a 6 -month term, beginning October 5, 2020 and ending April 5, 2021. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: PROJECT COORDINATION. A. CITY'S Project Manager. The Infrastructure Manager is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Chet O'Donley is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties as described in CONTRACTOR'S proposal dated September 29, 2020, attached hereto as "Exhibit A" and "Exhibit B" and "Exhibit C" and "Exhibit D" and incorporated herein. DUTIES OF CITY. CITY shall pay the compensation as provided in Section 4 below and perform the duties as described in "Exhibit A" and "Exhibit B" and "Exhibit C" and "Exhibit D" attached and incorporated herein. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis as specified in "Exhibit A" and "Exhibit B" and "Exhibit C" and "Exhibit D," provided that the total amount paid to CONTRACTOR for its services and expenses will not exceed $51,403.00 during the tenn of this Agreement. Payment will be made upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. TERM OF AGREEMENT. The term of this Agreement shall be for six (6) months, beginning on October 5, 2020 and ending April 5, 2021. Upon mutual agreement of the parties, and subject to the availability of appropriated funds, the City Manager may elect to extend the term of this Agreement for up to six (6) months. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following requirements: I. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additional insureds (for both ongoing and completed operations) under the policies. 2. The additional insured coverage under CONTRACTOR'S insurance policies 3 shall be "primary and non contributory" with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form CG20 0104 13. 3. Except for professional insurance, the insurance policies shall include, contractual liability and personal injury. liability insurance or worker's compensation in their text or by endorsement, coverage for 4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. No representation is made that the minimum Insurance requirements of this agreement are sufficient to cover the obligations of the CONTRACTOR under this agreement. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement 4 page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S performance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 2782.8, then, to the extent permitted by law including without limitation, Civil Code sections 2782, 2782.6 and 2782.8, CONTRACTOR shall indemnify and hold harmless the CITY and its officers, officials, and employees (collectively City Indemnitees) from and against damages, liabilities or costs (including incidental damages. Court costs, reasonable attorney's fees as may be determined by the Court, litigation expenses and fees of expert witnesses incurred in connection therewith and costs of investigation) to the extent they are caused by the negligence, recklessness, or willful misconduct of CONTRACTOR, or any subconsultants, or subcontractor or anyone directly or indirectly employed by them, or anyone for whom they are legally liable (collectively Liabilities). Such obligation to hold harmless and indemnify any indemnity shall not apply to the extent that such Liabilities are caused in part by the negligence or willful misconduct of such City Indemnitee. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR, shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY's Project Manager: TO CONTRACTOR's Project Director: 16. INDEPENDENT CONTRACTOR. Vinh Pham City of San Rafael 1400 Fifth Avenue San Rafael, CA 94901 Chet O'Donley 5130 Fulton Drive, Suite X Fairfield, CA 94534 For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any tern, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any tern, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. SURVIVAL OF TERMS. Any terms of this Agreement that by their nature extend beyond the term (or termination) of this Agreement shall remain in effect until fulfilled, and shall apply to both Parties' respective successors and assigns. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. 24. COUNTERPARTS AND ELECTRONIC SIGNATURE. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which together shall constitute one document. Counterpart signature pages may be delivered by telecopier, email or other means of electronic transmission. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL By:*CHTZ, 142(7-- JIMCity M nag r ATTEST: ,VLINDSAY LARA, City Clerk APPROVED AS TO FORM: QJ� - ROBERT F. EPSTEIN, f ity Attorney CONTRACTOR keg Lg 13, 2020 09:47 PDT) Name: Jorge Lee Title: President [If Contractor is a corporation, add signature of second corporate officer] gab&ft RoLCer By:Robert Roller (Oct 20, 2020 10:25 CDT) Name: Robert Roller Title: Chief Executive Officer —w = WW r vv International Incorporated EXHIBIT A WPCS INTERNATIONAL INCORPORATED SUISUN CITY OPERATIONS. 521 RAILROAD AVENUE. SUISLIN CITY, CA 9-=5:35 TELEPHONE 707.421.1300 FAE 107.-321.1359 September 29, 2020 Customer Name: City of San Rafael Project Name: SRPSC— RIMS Project Re: WPCS Quote #17475.1 WPCS is to furnish the required material and labor for the installation of a Video Distribution System for the RIMS Displays. The Bill of Materials and Labor costs are below. Should there be any change to this work required, there will be an additional cost impact to the proposal. Audio -Visual System Scope of Work: ■ Furnish and install the following materials. ITEM MANUF. MATERIAL DESCRIPTION PART# QNTY 1 2 OFCI INSTALL DISPLAY 8 3 ATLONA 4K/UHD 4 -OUT HDMI TO HDBASET DISTRIBUTION AMP AT-UHD-CAT-4ED 2 4 ATLONA 4K/UHD 4 -OUT HDMI RECEIVER AT-UHD-EX-100CE-RX 8 5 C213 HDMI Cables - 5' 50609 12 6 M.A. Shelves for PC U2 2U 1 7 C2G HDBT CROSS PATCH - DISPLAY 5' BLACK 31342 8 8 C213 HDBT CROSS PATCH - PATCH PANEL 30' BLACK 03988 8 9 MATERIAL $5,904 TAX $531 LABOR $4,294 GRAND TOTAL $10,730 Special Requirements: WPCS is an IBEW Union Contractor. Exclusions & Assumptions: This Quote is Valid for 30 Days. Thank You, Leonard F. Zylstra, CTS AV Coordinator/Estimator 707-759-6005 CA LICENSE N0. 724349 EXHIBIT B = WPCS INTERNATIONAL INCORPORATED SUISUN CITY OPERATIONS. 521 RAILROAD AVENUE. SUISUN CITY, CA 9-1545 ., �� TELEPHONE 707.421.1300 FAx 701.421.1359 International Incorporated September 29, 2020 Customer Name: City of San Rafael Project Name: SRPSC —Additional AV Sources Re: WPCS Quote #17475.2 WPCS is to furnish the required materials and labor for the additional A/V source input installation of the EOC/Training/Dispatch AV System. WPCS will load and test the new Crestron Program and GUI. GUI screen shots must be approved prior to installation. City of San Rafael is responsible for all input source programming and generating of an HDMI signal to the Crestron System. Should there be a change to the work required, there will be an additional cost impact to the proposal. Audio -Visual System Scope of Work. ■ Furnish and install and Program the following materials. ITEM MANUF. MATERIAL DESCRIPTION PART# QNTY 1 2 ADD Input sources to existing AV System (8) 3 Change GUI to reflect inputs 4 INPUTS: 5 FIRE CAD System 6 Surveillance Camera System 7 RIMS Computer Aided Dispatch 8 Golden Gate Transit Cameras 9 EOC/Training Presentation PC (x4) 10 11 Crestron HDMI Extender - Surveillance system HD-EXT4- SYSTEM 1 11 Crestron USB Extender - PC EOC USB -EXT -2 KIT 1 12 Crestron HDMI Input Module DMC-4KZ-HD 8 13 C2G HDMI Cables - 10' 56784 10 14 M.A. Shelves for PCs U2 2U 3 15 16 WPCS Program, Test, Coordinate - Labor DAYS 4 17 WPCS Create AsBuilts CA LICENSE N0. 724349 — =� CCC A— WW r vv International Incorporated WPCS INTERNATIONAL INCORPORATED SUISUN CITY OPERATIONS, 521 P,AILROAD AVENUE. SUISUN CITY, CA 94555 TELEPHONE 707.421.1300 FAA 707.421.1359 MATERIAL $7,017 TAX $632 LABOR $6,533 SUBCONTRACTOR $4,180 GRAND TOTAL $18,362 Special Requirements: WPCS is an IBEW Union Contractor. Exclusions & Assumptions: This Quote is Valid for 30 Days. Thank You, Leonard F. lylstra, CTS AV Coordinator/Estimator 707-759-6005 CA LICENSE N0. 724349 EXHIBIT C WPCS INTERNATIONAL INCORPORATED SUISUN CITY OPERATIONS, 521 RAILROAD AVENUE, SUISUN CITY, CA 94585 „f %04%Lp TELEPHONE 707.421.1300 FAX 707 421.1359 International Incorporated September 29, 2020 Customer Name: City of San Rafael Project Name: SRPSC—ADD PCs and Apple TV Re: WPCS Quote #17475.3 WPCS is to furnish the required materials and labor to add (1) Apple TV HDMI Input, (1) PC HDMI Input to the existing Crestron Presentation Switch. Add (1) USB extender for owner PC at EACH conference room listed. WPCS will load and test the new Crestron Program and GUI. GUI screen shots must be approved prior to installation. City of San Rafael is responsible for Apple TV and all PC programming and generating of an HDMI signal to the Crestron System. Should there be a change to the work required, there will be an additional cost impact to the proposal. Audio -Visual System Scope of Work: ■ Furnish and install and Program the following materials. ITEM I MANUF. MATERIAL DESCRIPTION PART# QNTY 1 2 ADD PC to Existing Conference Rooms 3 105, 126, 141, 147, 162, and 177 4 5 Crestron USB Extender USB -EXT -2 KIT 6 6 Crestron Digital Media CABLE DM -CBL -8G 1 7 Crestron Digital Media CONN. DM -8G -CONN 12 6 C2G HDMI Cables - 5' 50609 12 8 9 WPCS Program, Test, Coordinate - Labor DAYS 3 10 WPCS Create AsBuilts MATERIAL $5,608 TAX $505 LABOR $ 6,182 SUBCONTRACTOR $3,300 GRAND TOTAL $15,595 Special Requirements: WPCS is an IBEW Union Contractor. Exclusions & Assumptions: This Quote is Valid for 30 Days. Thank You, Leonard F. Zylstra, CTS AV Coordinator/Estimator 707-759-6005 CA LICENSE NO. 724349 EXHIBIT D =�=il A=6 WPCS INTERNATIONAL INCORPORATED ., %04%0 TELEPHONE CITY OPERATIONS. 521 RAILROAD AVENUE. SUISUN CITY, CA 94585 TELEPHONE 70'i .421.1300 FAx 707.421.1359 International Incorporated September 29, 2020, 2020 Customer Name: City of San Rafael Project Name: SRPSC—FIRE CAD Project Re: WPCS Quote #17475.4 WPCS is to furnish the required material and labor for the installation of a Video Distribution System for the FIRE CAD Displays. The Bill of Materials and Labor costs are below. Should there be any change to this work required, there will be an additional cost impact to the proposal. Audio -Visual System Scope of Work. ■ Furnish and install the following materials. ITEM MANUF. MATERIAL DESCRIPTION PART# QNTY 1 2 OFCI INSTALL DISPLAY 4 3 ATLONA 4K/UHD 4 -OUT HDMI TO HDBASET DISTRIBUTION AMP AT-UHD-CAT-4ED 1 4 ATLONA 4K/UHD 4 -OUT HDMI RECEIVER AT-UHD-EX-100CE-RX 3 5 C213 HDMI Cables - 5' 50609 5 6 M.A. Shelves for PC U2 2U 1 7 C2G HDBT CROSS PATCH - DISPLAY 5' BLACK 31342 3 8 C2G HDBT CROSS PATCH - PATCH PANEL 30' BLACK 03988 3 9 MATERIAL $2,691 TAX $235 LABOR $3,789 GRAND TOTAL $6,716 Special Requirements: WPCS is an IBEW Union Contractor. Exclusions & Assumptions: This Quote is Valid for 30 Days. Thank You, Leonard F. Zylstra, CTS AV Coordinator/Estimator 707-759-6005 CA LICENSE N0. 724349 Agreement 2020.10.12 Final Audit Report - AV Scvs PSC (WPCS-San Rafael) Created: 2020-10-12 By: Sean Mooney (sean.mooney@cityofsanrafael.org) Status: Signed Transaction ID: CBJCHBCAABAAgOggBZDJScFqMx7qH5nhhieOQE5O9Fq 2020-10-20 "Agreement - AV Scvs PSC (WPCS-SanRafael) 2020.10.12" His tory Document created by Sean Mooney (sean.mooney@cityofsanrafael.org) 2020-10-12 - 10:36:41 PM GMT- IP address: 76.253.15.157 Document emailed to Jorge Lee Qorge.lee@wpcs.com) for signature 2020-10-12 - 10:37:40 PM GMT Email viewed by Jorge Lee Oorge.lee@wpcs.com) 2020-10-13 - 2:54:59 PM GMT- IP address: 50.247.89.125 it Document e -signed by Jorge Lee Oorge.lee@wpcs.com) Signature Date: 2020-10-13 - 4:47:12 PM GMT - Time Source: server- IP address: 50.247.89.125 P* Document emailed to Robert Roller (butch.roller@wpcs.com) for signature 2020-10-13 - 4:47:14 PM GMT Email viewed by Robert Roller (butch.roller@wpcs.com) 2020-10-13 - 4:48:20 PM GMT- IP address: 50.247.89.125 Cro Document e -signed by Robert Roller (butch.roller@wpcs.com) Signature Date: 2020-10-20 - 3:25:01 PM GMT - Time Source: server- IP address: 99.184.58.60 Agreement completed. 2020-10-20 - 3:25:01 PM GMT SAN RAFAEL Adcbe Sign RAFq�I •1 i 2 iTyWITH PVA CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Digital Service and Open Government Project Manager: Sean Mooney Extension: 2426 Contractor Name: WPCS Contractor's Contact: Chet O'Donley Contact's Email: chet.odonley@wpcs.com ❑X FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DEPARTMENT 1 Project Manager 2 1 City Attorney 3 Department Director 4 Project Manager 5 Project Manager PRINT 6 Project Manager 7 t City Attorney 8 City Attorney 9 City Manager/ Mayor 10 1 City Clerk DESCRIPTION a. Email PINS Introductory Notice to Contractor b. Email contract (in Word) and attachments to City Attorney c/o Laraine.Gittens@cityofsanrafael.org a. Review, revise, and comment on draft agreement and return to Project Manager b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor Approval of final agreement form to send to contractor _ Forward three (3) originals of final agreement to contractor for their signature When necessary, contractor -signed agreement agendized for City Council approval * *City Council approval required for Professional Services Agreements and purchases of goods and services that exceed $75,000; and for Public Works Contracts that exceed $175,000 Date of City Council approval CONTINUE ROUTING PROCESS WITH HARD COPY Forward signed original agreements to City Attorney with printed copy of this routing form Review and approve hard copy of signed agreement Review and approve insurance in PINS, and bonds (for Public Works Contracts) Agreement executed by City Council authorized official Attest signatures, retains original agreement and forwards copies to Project Manager 10/7/2020 N RW 10 7'?0?0 ❑x ❑D N/A ❑X Or Click here to enter a date 10/20/2020 SM D12-- 3 12P 9) t, - /©/z3 JV2,D U �v tc �vl.o �'a aoaa ,� REVIEWER COMPLETED DATE Check/Initial Uick or tap ❑ to enter a date. 10/5/2020 ❑X 10/7/2020 ❑X LG 10/7/2020 ❑X LG 10/7/2020 N RW 10 7'?0?0 ❑x ❑D N/A ❑X Or Click here to enter a date 10/20/2020 SM D12-- 3 12P 9) t, - /©/z3 JV2,D U �v tc �vl.o �'a aoaa ,�