HomeMy WebLinkAboutReg 2020-05-18 Item 5 - Public Safety Plan - Justice Center Audio Visual Systems with Dimensional Communications for $122,726.85COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared b
Major's review
Council review
05/18/20
RB
ITEM INFORMATION
ITEM NO.
5
STAFF SPONSOR: RACHEL BIANCHI
ORIGINAL AGENDA DATE: 05/18/20
AGENDA ITEM TITLE Contract for Audio Visual Build Out at the Justice Center
CATEGORY ❑ Discussion
Mtg Date
® Motion
Aft
g Date 05/18/20
❑ Resolution
g Date
Alt
❑ Ordinance
Aft Date
❑ Bid Award
g Date
Alt
❑ Public Hearing
g Date
Alt
❑ Other
Mtg Date
SPONSOR ❑Council ®Mayor ❑HR ❑DCD ❑Finance ❑Fire ❑TS ❑P&R ❑Police ❑Ply ❑Court
SPONSOR'S Council is being asked to approve a contract with Dimensional Communications for the
SUMMARY audio visual buildout associated with the Justice Center.
REVIEWED BY ❑ C.O.W. Mtg. ® CSS Comm ❑ Finance Comm. ❑ Public Safety Comm.
❑ Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 5/11/20 MISCELLANEOUS COMMITTEE CHAIR: KRULLER
RECOMMENDATIONS:
SPONSOR/ADMIN. Administrative Services
COMMITTEE Forward to 5/18 Regular Meeting New Business
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$$122,726.85 $ $
Fund Source:
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
05/18/20
MTG. DATE
ATTACHMENTS
05/18/20
Informational Memorandum dated May 18, 2020
Contract
Public Safety Plan Budget
Minutes from the Community Services and Safety meeting of May 11, 2020
115
116
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: City Council
CC: Mayor Ekberg
FROM: Rachel Bianchi, Deputy City Administrator
DATE: May 12, 2020
SUBJECT: Contract for Audio Visual Build Out Services for the Justice Center
ISSUE
The City requires audio visual services procurement and installation for the Justice Center.
DISCUSSION
As a part of the construction of the Justice Center, the City requires procurement and
installation of audio visual (A/V) equipment in the Justice Center. This is considered an OFOI
(owner furnished, owner installed) item and not under the purview of the GCCM.
The Justice Center AN build out includes all of the speakers, video connectivity and necessary
peripherals for the Emergency Operations Center (EOC) rooms A and B. It also includes the
entire AN build out for the courtroom.
The City does not have the capabilities to do this work in house. Staff solicited bids from
multiple vendors. Dimensional Communications was the only vendor to provide a cost-effective
and responsive proposal. Fortunately, the City has had very successful experiences with
Dimensional in the past and is confident in their abilities to perform necessary work. Please see
attached contract and scope of work for the detailed information.
This work has been planned for and associated costs are included in the budget. Please see
attached budget snapshot.
RECOMMENDATION
On May 11 the Community Services & Safety Committee approved the addition of this item to
the May 18 Regular Meeting agenda for discussion and possible action. Staff is seeking
Council permission to allow the mayor to sign a contract with Dimensional Communications for
AN buildout services associated with the Justice Center.
ATTACHMENTS
Contract with Dimensional Communications
Justice Center budget snapshot
117
118
City of Tukwila Contract Number:
• 6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Dimensional Communications , hereinafter
referred to as "the Contractor," whose principal office is located at
1220 Anderson Rd. Mount Vernon, WA 98274
WHEREAS, the City has determined the need to have certain services performed for its citizens but
does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain
terms and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall
perform those services described on Exhibit A attached hereto and incorporated herein by this reference
as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and the
handling of any funds used in connection therewith. The Contractor shall request and obtain prior
written approval from the City if the scope or schedule is to be modified in any way.
* Compensation and Method of -Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed 1 122,726.85 1 a rate of 5a / down, 50 / upon completion
* Contractor Budclet. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of A reement. This Agreement shall be in full force and effect for a period commencing
4128 , 2020 , and ending when WOTk is complete , 20 20 , unless sooner terminated under
the provisions hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with
respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by
virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
CA Revised December 2019
Page 1 of4
119
6, Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the Public Entity.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4,24,115,
then, in the event of liability for damages arising out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence of the Contractor and the Public
Entity, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be
only to the extent of the Contractor's negligence. It is further specifically and expressly understood
that the indemnification provided herein constitutes the Contractor's waiver of immunity under
Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has
been mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and
limits as required herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the
limits described below;
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover
all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance
Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $11000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
contractors, products -completed operations, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from explosion, collapse or underground property damage. The City shall be named
as an additional insured under the Contractor's Commercial General Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or
substitute endorsements providing at least as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington .
CA Revised Dee mber 2019
Page 2 o N
120
B. Other Insurance Provision. The Contractor`s Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to the City. Any insurance, self-insurance , or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
D. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of
the amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement of the
work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance
policies, including endorsements, required in this Agreement and evidence of all subcontractors'
coverage.
B, Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall be
made in accordance with reasonable and prudent business practices.
F, Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work
with written notice of any policy cancellation, within two business days of their receipt of such
notice.
G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as
required shall constitute a material breach of contract, upon which the City may, after giving five
business days notice to the Contractor to correct the breach, immediately terminate the contract
or, at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums s❑ expended to be repaid to the City on demand, or at the sole discretion
of the City, offset against funds due the Contractor from the City.
S. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B, These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW
Chapter 40.14 and by the City.
9. Audits and Inspections._ The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result In contract termination. If the Contractors Insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence
of any disability, or any other protected class status under state or federal law, in the selection and
retention of employees or procurement of materials or supplies.
CA Revised December 2019
Page 3 of
121
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13, Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all prior
negotiations, representations, or agreements written or oral. No amendment or modification of this
Agreement shall be of any force or effect unless It is in writing and signed by the parties.
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which
by their sense and context are reasonably intended to survive the completion, expiration or
cancellation of this Agreement, shall survive termination of this Agreement.
15. !Notices. Notices to the City of Tukwila shall be sent to the following address. City
Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law; Venue; Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington . The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit.
17. Conflict in Terms. In the event of a conflict between the terms of this Agreement and the terms in any
other document, including but not limited to all Exhibits hereto, the terms of this Agreement shall prevail.
DATED this day of 20
CITY OF TUKWILA CONTRACTOR
Ailan Ekberg, Mayor
ATTEST/AUTHENTICATED:
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
Office of the City Attorney
CA Revised December 2019
By: aae.a��odss4odeada�4e�aao«�oo
Printed Name and Title: Rob Custer, Vice President
Address:
1220 anderson Rd.
Moun Vernon, WA 98274
Page 4of4
122
LDBUMMINAL C D iJG�I®�OG�] aD�1�3,� OaC�o
1220 Anderson Rd. g
Mount Vernon, WA 98274
Phone: (360) 424-6164 Fax: (360) 424-8872 www.dimensional.net
P► A"d Date: April 24, 2020
Submitted to: The City of Tukwila Location: New Justice Center
6200 Southcenter Blvd.
Tukwila, WA. 98188 Contact: Joseph Todd
We hereby propose the following: Provide and install AIV equipment as follows:
4010
Scope of work: Provide and install a new AV systems in the EOC, Conference Room A and Conference Room B. The EOC room will
function as follows. (2) Owner funished 70' 4K ultra HD interactive displays with wall mount brackets will be
installed on the wall at the frontof the room. (4 ) Owner provided 60"4K ultra HD displays with wall mount brackets
will be installed on the side walls.. (4) Crestron Digital Media wall plates with HDMI will be installed on the walls.
(2) will be installed on the side walls and (2) will be installed at the front of the room near the ownerfurnished 70"
interactive displays. (2) USB wall plates will be installed next to the (2) HDMI wall plates at the front of the room
near the owner furnished 70" interactive displays. The (2) connections at the front of the room will include HDMI,
Audio, USB for interactive display connectivity. The (2) connections an the side walls will include HDMi and Audio.
A 10.1" Crestron wall mounted touch panel will be installed at the front of the room for control of the system. (4)
New ceiling speakers will be installed in the room to cover the audience area as part of another quote. Thespeakers
will be powered by an audio amplifier. A Crestron DM MD16xI6 Digital Media Switcher will be installed to support
the video and audio routing for the room. The switcher is equipped to support up to QTY4 owner furnished cable
boxes as sources to the system. The switcher will be installed into a customer provided free standing equipment
rack. The equipment rack will house all the equipmentfor both the EOC and Conference Rooms A & B. The switcher
will feed the (2) owner furnished 70" interactive displays and the (4) owner furnished 60" video monitors discrete
video feeds from the system. The switcher will handle all of the source equipment switching and transportation
duties. An audio DSP with Dante and telephone card will be installed to handle all microphone mixing and audio
switching duties. The DSP has AEC acoustic echo cancellation that is required for clean echo free audio when doing
conference calls. (2) channels of Shure wireless microphone systems will be installed into the rack and connected
to the DSP. The wireless microphones will be a combo style which allow the user to use a handheld or lapel
microphone. An S-Bay changing station will be provided far charging of the wireless microphone systems.
Conference A&B Conference Room A & B will function as follows. (4) Owner furnished 60" 4K Ultra HD displays with wall
mount brackets will be installed on the side walls.. (2) Crestron Digital Media wall plates with HDMI will be installed
on the walls. The (2) connections in the room will include HDMi, Audio. (2) 7" Crestron wall mounted touch panels
will be installed, one for each room A & B for control of the system. (4) New ceiling speakers will be installed in the
room to cover the audience area as part of another quote. The speakers will be powered by (2) audio amplifiers.
The combinable conference A & S will have a partition sensor installed. The sensor will allow the room to split into
two separate operating systems. All functions will operate in both the combined and un-combined operating
modes with the exception of the conference calling capabilities which are shared amongst the EOC, Conference A,
and Conference B.. (2) channels of Shure wireless microphone systems will be installed into the rack and connected
to the DSP. The wireless microphones will be a combo style which allow the user to use a handheld or lapel
microphone. An S-Bay charger is provided to charge the microphones. This is the same charger as the one
mentioned in the EOC. (2) Listen Technologies ALS or assisted listening systems will be installed into conference A
& B to allow far hard of hearing individuals to hear the audio from the presentation. (2) Belt pack headsets will be
provided with each AL5 system. All three rooms have the ability to operate as three stand alone rooms or they can
be combined and used in any combination. The systems support 4K resolution. The Crestron DM-MD16K16
switcher is equipped with a redundant power supply. The system is equipped to accommodate QTY 4 owner
provided cable boxes. Equipment and materials as follows:
item Quantity Description
1. 10 Peerless 5T670P Tilt Wall Mount Bracket
$1,212.68
123
2.
1
Crestron DM-MD16x16 Digital Media Switcher w/Redundant Power 5upply
$6,860.00
3.
6
Crestron DMC-4K2-C HDBaseT 4K Digital Media Input Card
$4,620.00
4.
5
Crestron DMC-4K2-CO-HD 2-Channel HDBaseT 4K Digital Media Output Card
$4,550.00
5.
7
Crestron DMC-4K2-HD 4K HDMI Input Card
$3,920.00
6.
2
Crestron DMC-4K2-CO-HD 2-Channel 4K HDMI Output Card
$2,520.00
7.
2
C2G 3900 12m Active USB cable
$57.57
8.
2
DCI Custom USB single gang decora outlet
$70.00
9.
Lot
Crestron Digital Media Cable
$1,680.00
10.
6
Crestron DM-TX-4K-100-C-1G Digital Media Transmitter HDMI WalIplate
$2,940.00
11.
10
Crestron DM-RMC-4K-100-C-1G Digital Media Receiver HDMI
$4,900.00
12.
3
Crestron AMP-150-70 Single Channel Madular Power Amplifier 50w, 70v
$1,050.00
13.
1
Crestron CP3N 3-Series Control Processor
$1,820.00
14.
1
Ethernet Switch POE
$210.00
15.
2
Crestron TSW-760 7" Touch Screen
$1,960.00
16.
1
Crestron TSW-1060 10.1" Touch Screen
$1,680.00
17.
1
Crestron GL5-PART-CN Crestnet Partition Sensor
$490.00
18.
1
Biamp TesiraFORTE DAN VT 12x8 Audio DSP with AEC and Telco Card
$2,938.60
19.
4
Shure QLXD124/85 Handheld and Lava lier Combo Wireless System
$6,445.60
20.
2
Shure UA874U5 Acitve Directional UHF Antenna with amp
$50.00
21.
2
Shure UABiast-U5 In Line adapter and power supply cables
$154.00
22.
1
Shure 5BC800-US 8-Bay Battery Charger
$490.00
23.
8
Shure 5B900A Lithium -[on Rechargeable Battery
$840.00
24.
1
Middle Atlantic PD-915RV-RN Rack Mount Power Panel
$153.09
25.
1
Middle Atlantic UMS1-5.5 Shelf
$37.17
26.
4
Middle Atlantic OCAP-2 Cable Box Rackshelf
$118.44
27.
2
Listen LC5-120-01-D WiFi/RF Base System Dante Assistive Listening System
$2,819.18
28.
6
C2G 50612 15' HDMI Cable
$77.53
29.
13
C2G 56782 3' HDMI Cable
$85.36
30.
3
Liberty DL-AR2765 ❑igital. Adapter Ring L15B-C only
$423.49
31.
6
Extron Lockit Cable Adapter Tether
$67.20
32.
Lot
Installation, Programming, Testing, Training, Submittals, Drawings, and 0&M's
$19,294.61
33.
1-Year
Labor & Material Warranty
Included
34.
Lot
Standard Ground Freight
$801.39
Seventy Five Thousand, Three Hundred and Fifty Five Dollars and 901100 $75,335.90 + WSST
Courtroom
Scope of work: Provide and install or new AV systems in the courtroom. The Courtroom system will function as follows. (1) Owner
funished 70" 4K Ultra HD Interactive display with an articulating wall mount bracket will be installed on the wall
near the jury box in the Courtroom. (1) Owner provided Polycom VTC camera with wall mount bracket will be
installed on the side wall under the display. (1) Crestron Digital Media wall plate with HDMI will be installed at the
clerks desk that will allow a portable device such as a laptop to connect to the system and display on the wall
mounted 70" display. (3) gooseneck microphones with push to mute bases will be installed at the judges bench,
prosecuter, and defense locations. A (1) gooseneck microphone with shock mount will be installed at the whitness
stand. A 7" Crestron table top touch panel will be installed at the clerks desk for control of the system. (6) ceiling
speakers will be installed in the room above the cloud and positioned between the gaps in the cloud to cover the
room as part of another quote. The speakers will be powered by a multi -channel audio amplifier. The multi-
channel audio amplifier will allow us to zone each speaker and to use mix minus programming to control audio
124
feedback. A Crestron DMPS3-4k-350 Digital Media 5witcherwill be installed to support the video and audio routing
for the room. The switcher will be installed into an owner furnished free standing equipment rack. The equipment
rack will house all the equipment for the courtroom. The switcher will feed the (1) owner furnished 70" interactive
display and the (1) owner furnished Polycom video conferencing system. The switcher will handle all of the source
equipment switching and transportation duties. An audio DSP with a telephone card will be installed to handle all
microphone mixing and audio switching duties. The DSP has AFC acoustic echo cancellation that is required for
clean echo free audio when doing conference calls. The DSP will interface with the owner furnished court recording
PC. A Listen IR Assistive Listening system will be installed in the roam for hard of hearing individuals to be able to
hear the audio. Equipment and materials as follows:
Item Quantity Description
1.
1
OFE VTC Camera
$0.00
2.
1
Crestron DM-TX-4K-100-C-1G DM Transmitter (HDMI)
$490.00
3.
1
Crestron HD-EXT3-C-B SYSTEM HDMI and R5-232 Extender System
$700.00
4.
3
Shure MX418D/5 Gooseneck Microphone
$882.00
5.
1
Shure MX4185/5 Gooseneck Microphone Whltness
$231.00
6.
1
Crestron T5W-760-B-S Touch Panel
$980.00
7.
1
Crestron T5W-760-TTK-B-S Table Top Kit
$140.00
8.
1
Black Box IC280A-R2 U5B Transmitter/Receiver for FTR court recorder
$661.72
9.
1
Crestron DM-RMC-4K-100-C DM Receiver
$490.00
10.
1
Cestron DMPS3-4K-250-C Digital Media System switcher
$5.600.00
11.
1
Biamp Tesera Forte VT Audio DSP
$2,518.60
12.
1
Netgear FS729TP-10ONA5 ethernet switch
$490.00
13.
1
OFE Polycom Video conferencing codec
$0.00
14.
1
Crown CT475-XF MR-4 4cha n nel audio amplifier
$994.52
15.
1
OFE 70" Dell Interactive Display
$0.00
16.
1
Peerless SA771PU articulating Wall Mount Bracket
$437.51
17.
1
Listen L5-90 ListenlR IDSP Level I System
$1,155.59
18.
1
Listen LA-141 ALX Expansion Radiator
$466.47
19.
1
DO Custom Two gang wall plate w/touchpanel/LAN/USB
$105.00
20.
1
Middle Atlantic PD-915RV-RN Rack Mount Power Panel
$163.17
21.
Lot
Crestron Digital Media Cable Plenum
$420.00
22.
Lot
Belden 9451P Plenum Mic/Line Cable
$126.00
23.
1
C2G 56783 6' High Speed HDMI Cable
$6.85
24.
3
C2G 56782 3' High Speed HDMI Cable
$19.70
25.
1
C2G 50612 15' High Speed HDMI Cable
$12.92
26.
1
Liberty DL-AR2765 Digital Adapter Ring USB-C only
$141.16
27.
2
Extron Lockit Cable Adapter Tether
$22.40
28.
1
Vaddio Camera mount under display 535-2000-251
$158.27
29.
Lot
Misc Rack Build Parts
$210.00
30.
Lot
Installation, Programming,Testing, Training, Submittals, Drawings, and 0&M's
$13,311.75
31.
1-Year
Labor & Material Warranty
Included
32.
Lot
Standard Ground Freight
$251.76
Thirty One Thousand, One Hundred and Eighty Six Dollars and 391100 $31,186.39 + WSST
Display installation
Score of work: Install owner furnished displays. DO will provide tilting wall mount brackets for each display. Equipment and
materials as follows:
125
Item Quantity description
1. 15
OFE displays
$0.00
2. 15
Peerless ST670P Tilt Wall Mount Bracket
$1,819.02
3. Lot
Installation, Programming, Testing, Training, Submittals, Drawings, and O&M's
$3,202.55
4. 1-Year
Labor & Material Warranty
Included
5. Lot
Standard Ground Freight
$25.99
Five Thousand, and Fourty Seven Dollars and 561100 $5,047.56 + WSST
Grand Total $111,569.84+WSST
Note: -Proposal includes time and material to install the above equipment.
-All installation shall occur during normal business hours-
-Price does not includes WSST.
-Price does not include any electrical A/C alterations.
-AtI network connections, PC's, displays, VT cod ec, VTC camera, and PC monitors are to be provided by customer.
-All cable boxes and CATV system by others.
-Conduit and pathway by others.
-Owner to furnish all equipment racks, fiat panel monitors and interactive displays. ❑CI will furnish the mounts and install displays.
Submitted by: Iamcs L. Gallegos.
Time payment options are availabIc upon request.
Cash Terms:. 50 % down with balance due at installation.
This proposal may he wi the ra%Yn if not accepted within thirty (30) days.
DCI Authorized Signature:
A I I material is guaranteed to he as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above
specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon
strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary insurance. Our workers are fully covered by Workmen's Compensation
lnsurance.
You agree that Dimensional retains a security interest in all personal property delivered pursuant to the acceptance of this proposal and to any equipment later ordered by you
from Dimens!on at, until such time as payment of all amounts due to Dimensional are made in full. If you fail to make any payments when due, Dimensional may require you to
return all personal property delivered, make it available to Dimensional for recovery, or exercise any other rights or remedies arising from RCW 62A.9A. Regardless of
default, we may also rile a mechanic's lien, uCC-t form and other col Iate rat registration. By signing this proposal you consent to such flings. All liens and security interests, if
incorporated, will be released upon full payment of all am aunts due Dimensional arising from or related to this proposal.
Acceptance of Proposal. The above prices, specifications and conditions are satisfactory and are hereby accepted. You are autharized to do the work as
Specified. Payment will be made as outlined above.
Authorized Signature: Date of Acceptance
126
(1)City of Tukwila - Facilities Plan MONTHLY Budget Report
TOTAL PROJECT (REVISED Budgets; D-20 Plan Adopted by Council)
Life to Date Costs
as of May 08, 2020 (reconciled w/acctg thru Apr 10, 2020 CL)
COUNCIL REPORTING SUMMA R Y -
0, t�m'l
Budget Tumfrs
Ca-, B tg,
0-mifted Budget
I
REPORTING SUMMARY -
Original
r,
A/E Services (both Design & CA)
$ 3,278,125
$ 96,875
$ 3,375,000
$ 3,210,300
$ 2,840,504
$ 369,796
$ 164,700
$ -
Permits/Fees
$ 700,000
$ 230,000
$ 930,000
$ 864,657
$ 864,657
$ -
$ 65,343
$ -
Construction (Pre -Con, Coast &Tax)
$ 38,738,678
$ 1,024,311
$ 39,762,989
$ 39,078,471
$ 31,034,503
$ 8,173,725
$ 0
$ -
Construction Related Costs (incl Bond)
$ 2,112,639
$ 431,659
$ 2,544,298
$ 2,288,361
$ 986,026
$ 1,302,334
$ 255,937
$ -
PM Services (incl Other Professional Svcs)
$ 1,815,875
$ 221,211
$ 2,037,086
$ 2,013,625
$ 1,549,832
$ 463,793
$ 23,461
$ -
Contingency (incl Construction &Project)
$ 6,507,731
$ (4,058,974)
$ 2,448,757
$ -
$ -
$ -
$ 2,998,757
$ -
Contingency for Site Contamination (soils,hazmat)
$ -
$ 550,000
$ 550,000
$ 684,518
$ 554,762
$ -
$ -
$
Land Acquisition
$ 14,133,295
$ (416,714)
$ 13,716,581
$ 13,716,462
$ 13,692,508
$ 23,954
$ 119
$ -
Contingency for Land Acquisition
$ 1,25Q,000
$ 250,000
$ 1,500,000
$ 1,491,500
$ 1,491,500
Is
$ 8,500
$
TOTAL
$ 68,536,343
$ (1,671,632)
$ 66,864,711
$ 63,347,894
$ 53,014,292
$ 10,333,602
$ 3,516,817
$COUNCIL
Budget
r
NE Services (both Design & CA)
$ 1,070,000
$ 298,956
$ 1,368,956
$ 1,327,790
$ 1,213,753
$ 114,037
$ 41,166
$ -
Land Acquisition
$ -
-
$ -
$ -
$ -
$ -
Permits/Fees
$ 234,000
$ 100,000
$ 334,000
$ 172,289
$ 156,502
$ 15,788
$ 161,711
$ -
Construction (Pre -Con, Coast &Tax)
$ 9,396,000
$ 1,853,003
$ 11,249,003
$ 11,249,003
$ 9,100,234
$ 2,148,769
$ (0)
$ -
Construction Related Costs (incl Bond)
$ 931,000
$ (190,837)
$ 740,163
$ 453,777
$ 262,249
$ 191,528
$ 286,386
$ -
PM Services (incl Other Professional Svcs)
$ 526,000
$ (133,000)
$ 393,000
$ 363,412
$ 252,043
$ 111,369
$ 29,588
$ -
Contingency (incl Construction &Project)
$ 1,116,000
$ (516,489)
$ 599,511
$
$
$
$ 599,511
$
TOTAL
$ 13,273,000
$ 1,411,633
$ 14,684,632
$ 13,566,271
$ 10,984,781
11 1 2,581,490
$ 1,118,361
$
Original
Date Costs
R,,,,,iW Committed
Remaining Budget
NE Services (both Design &CA)
$ 1,415,000
$ 458,172
$ 1,873,172
$ 1,871,265
$ 1,476,085
$ 395,180
$ 1,907
7--
Land Acquisition
$ 16,000
$ 1,160
$ 17,160
$ 17,157
$ 17,157
$ -
$ 3
$ -
Permits/Fees
$ 353,000
$ 50,000
$ 403,000
$ 359,409
$ 299,232
$ 60,177
$ 43,591
$ -
Construction (Pre -Con, Coast &Tax)
$ 13,298,000
$ 4,919,108
$ 18,217,108
$ 18,217,107
$ 9,443,753
$ 8,773,354
$ 0
$ -
ConstructionRelatedCosis (incl Bond)
$ 1,398,000
$ (177,660)
$ 1,220,340
$ 655,547
$ 226,171
$ 429,376
$ 564,793
$ -
PM Services (incl Other Professional Svcs)
$ 787,000
$ (50,000)
$ 737,000
$ 553,315
$ 381,760
$ 171,555
$ 183,685
$ -
Contingency (incl Construction &Project)
$ 1,343,000
$ (60,780)
$ 1,282,220
$ -
$ -
$ -
$ 1,282,220
$ -
TOTAL
$ 18,610,000
$ 5,14Q,000
$ 23,750,000
$ 21,673,800
$ 11,844,158
$ 9,829,642
$ 2,076,200
$
COUNCIL
FIRESTATION54
r,
A/E Services (both Design & CA)
$ 150,000
$ (15,505)
$ 134,495
$ 134,495
$ 132,995
$ 1,500
$ (0)
$
Land Acquisition
$ 902,668
$ 31,206
$ 933,874
$ 933,875
$ 933,775
$ 100
$ (1)
$ -
Permits/Fees
$ 20,000
$ (11,827)
$ 8,173
$ 4,971
$ 4,971
$ -
$ 3,202
$ -
Construction (Pre -Con, Coast &Tax)
$ 230,000
$ (123,300)
$ 106,700
$ 106,700
$ 67,856
$ 38,844
$ -
$ -
Construction Related Costs (incl Bond)
$ 50,000
$ (2,698)
$ 47,302
$ 42,302
$ 29,145
$ 13,157
$ 5,000
$ -
PM Services (incl Other Professional Svcs)
$ 107,500
$ (835)
$ 106,665
$ 106,665
$ 86,066
$ 20,599
$ -
$ -
Contingency (incl Construction &Project)
$ 41,832
$ 122,959
$ 164,791
$
$
$
$ 164,791
$
TOTAL
$ 1,502,000
$
$ 1,502,000
$ 1,329,008
$ 1,254,808
$ 74,201
$ 172,992
$
REPORTING
Origina/Budget
Budget Transfers
Current Budget
CauuniftrdBtulger
I LifewDateCoen
Remain W Committed
Remaining Budget
Cog at Completion
A/E Services (bath Design & CA)
$
767,385
$ 15,000
$ 782,385
$ 335,382
$ 293,363
$ 42,019
$ 447,003
$
Land Acquisition
$
22,000,046
$ 3,374,913
$ 25,374,959
$ 25,373,239
$ 25,371,146
$ 2,093
$ 1,720
$ -
Permits/Fees
$
110,000
$ (20,000)
$ 90,000
$ 123
$ 123
$ -
$ 89,877
$ -
Construction (Pre -Con, Coast &Tax)
$
4,950,000
$ (1,895,000)
$ 3,055,000
$ -
$ -
$ -
$ 3,055,000
$ -
Construction Related Costs (incl Bond)
$
529,036
$ (404,793)
$ 124,243
$ 81,598
$ 66,431
$ 15,168
$ 42,645
$ -
PM Services (incl Other Professional Svcs)
$
668,426
$ (348,426)
$ 320,000
$ 280,545
$ 177,282
$ 103,263
$ 39,455
$ -
Contingency (incl Construction &Project)
$
975,107
$ (721,694)
$ 253,413
$
$
$
$ 253,413
$
TOTAL
$
30,000,000
$
$ 30,000,000
$ 26,070,887
11 $ 25,908,345
$ 162,543
$ 3,929,113
$
128
Community Services & Safety Minutes....................................................................................................................... May 11, 2020
Committee Recommendation:
Discussion only.
II. MISCELLANEOUS
The City needs to execute a contract with Dimensional Communications, Inc. for the
audio/visual buildout of the Courtroom and Emergency Operations Center at the Justice
Center. The contract is within budget and available from the Furniture Fixtures & Equipment
budget. The Committee agreed that this item can be placed under New Business at the May
18, 2020 Regular Meeting.
The meeting adjourned of 6:50 p.m.
j ,
,`
Committee Chair Approval
Minutes by LH
129