HomeMy WebLinkAboutAgenda Report - August 17, 2011 C-07AGENDA ITEM i o
CITY OF LODI
%V COUNCIL COMMUNICATION
TM
AGENDA TITLE: Authorize City Manager to Execute Agreement with Quality Sound of Stockton for
Installation of Audio/Video Equipment at Carnegie Forum ($51,335)
MEETING DATE: August 17,2011
PREPARED BY: City Manager's Office
RECOMMENDED ACTION: Authorize the City Manager to execute an agreement with Quality
Sound of Stockton for installation of audio/video equipment at
Carnegie Forum in the amount of $51,335.
BACKGROUND INFORMATION: City Council meetings have been broadcast on local cable television
for several decades, and are now viewable on Comcast and AT&T
U -Verse, in addition to the City's website. For nearly four decades
prior to September 2009, Comcast and its predecessors provided staffing and equipment to ensure cable
subscribers could view and listen to City Council meetings, as required by franchise agreements with the
City.
Since then, the City has assumed responsibilityfor producing local video broadcasts as Comcast has
exercised its option to operate under a State franchise agreement, an alternative created by State
legislation in 2006. The State franchise agreement does not require cable operators to provide any
staffing or operational support to cities. While the City is appreciative that Comcast left equipment at the
Carnegie Forum, much of it is hand-me-down stock that is wearing out or has operational shortcomings.
In addition, the audio system within the Carnegie Forum is 22 years old and in a state of decay.
Broadcast sound quality is poor because of the aged and outdated system, and the video quality can be
improved by additional and upgraded equipment.
City staff contactedfour audio/visual contractors experiencedwith working with public agencies' needs.
Three cf the contractors were recommended by the Sacramento Cable Commission for their work with
various communities, and another —Quality Sound -- was contacted because it installed the Forum's
existing sound system in 1989. The contractorswere asked to visit the Carnegie Forum and provide
recommendations for upgrading the audio and visual components.
A five -member panel of City staff reviewed the three proposals and respondedto requestsfor information
from the vendors. The proposal by Quality Sound was judged the best for the quality of the proposal,
cost-effectiveness in meeting broadcast production goals and familiaritywith the Carnegie Forum's
existing equipment. Quality Sound will perform the audio work for $25,820 and the video work for
$25,515 for a total of $51,335. The combined price is the lowest of the three proposals submitted
(Associated Sound, $54,491.42 or $59,731.88 option; Proud Audio Visual, $75,702.63).
APPROVED:
Bartlam, City Manager
Authorize City Manager to Execute Agreement with Quality Sounds of Stockton for InstallationcfAudioNideo Equipment at
Carnegie Forum ($51,335)
Page 2
Project funding will come from a special State franchise fee charged to all Lodi cable television
customers since December 2009 to fund local cable television equipment needs. The 1 -percent fee is
estimated to raise nearly $100,000 this fiscal year. No General Fund dollars will be spent on this project.
The projectwas divided into audio and video proposals. The audio component includes new
microphones, amplifier, audio recorder, digital signal processors and other ancillary equipment. The
video project consists of a new camera in the Council chambers, a new video switcher and production
rack console.
The new equipment is expected to vastly improvethe image and sound of City Council live broadcasts, in
addition to the quality of recorded meetings for replay on the cable television systems.
FISCAL IMPACT: None to the General Fund. Expenditure comes from account created for
local cable television improvements.
FUNDING AVAILABLE: Account 100246.7330 (Digital Infrastructure and Video Competition Act fee)
Jordan Ayers, Deputy City WhAer
Je
Co munications Specialist
Attached: Agreement with Quality Sound
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
R' AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on August 18, 2011, by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Quality Sound
(hereinafter "CONTRACTOR).
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, ExhibitA and B, attached and incorporated
by this reference.
CITY wishes to enter into an agreement with CONTRACTOR for installation of
audio and video equipment at the Carnegie Forum (hereinafter "Project") as set forth in
the Scope of Services attached here as ExhibitA and B. CONTRACTOR acknowledges
that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in ExhibitA and B.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
CA:rev.01.2011 1
Section 2.3 Meetinas
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services. (Not Applicable).
Section 2.4 Staffina
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
priorto any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A & B) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY underthis Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on August 18, 2011 and terminates
upon the completion of the Scope of Services. All work shall be completed by October
13,2011.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposals, included in Exhibits A & B and incorporated by
this reference.
CA:rev.01.2011 2
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditina
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment underthis Agreement.
ARTICLE 4
PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
CA:rev.01.2011 3
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees), arising out of performance of the services to be performed
under this Agreement, provided that any such claim, damage, loss, or expense is
caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor
employed directly by CONTRACTOR, anyone directly or indirectly employed by any of
them, or anyone for whose acts they may be liable, except those injuries or damages
arising out of the active negligence of the City of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Reauirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assians
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
CA:rev.01.2011 4
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Jeff Hood
To CONTRACTOR: Quality Sound
P. O. Box 5501
2010 E. Fremont Street
Stockton, CA 95205
Section 4.9 C000eration of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Emolovee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope cf Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.42 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
Ckrev.01.2011 5
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction. Severability. and Attornev's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Reauirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
CA:rev.01.2011 6
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership cf Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTORto CITY within ten (10) calendardays.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authoritv
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as
of the date first above written.
ATTEST:
0
RANDI JOHL
City Clerk
APPROVED AS TO FORM:
D. STEPHEN SCHWABAU ER, City Attorney
JA E D. MAGDIC i 1Deputy City Attorney
B�7
Attachments:
Exhibit A - Scope of Services, Audio
Exhibit B - Scope of Services, Video
Exhibit C - Insurance Requirements
CA:rev.01.2011 7
CITY OF LODI, a municipal corporation
By
KONRADT BARTLAM
City Manager
QUALITY SOUND
�� EXHIBIT A
CQUALITYSOUND
SYSTEMS INTE (3R ATI 1)N
DIVISMN OF RI-dAMAR. Imn.
June 29, 20011
Mr. Jeff Hood, Communications Specialist
City of Lodi
221 West Pine Street
Lodi, Ca 95241
Mr. Hood,
Thank you sincerely for contacting Quality Sound in regards to required renovations to
the Carnegie Forum (City Council Chambers) sound system.
1 have spent time reviewing and updating the original solution 1 proposed in 2009 for
your facility, and have included the additional material and functionality you requested at our
recent site meeting; the solution proposed herein shall provide a functionally transparent
upgrade, with the improved performance and long-term reliability desired by the city.
SITE FINDINGS AND SYSTEM REQUIREMENTS
The Council Chambers sound system (originally installed by Quality Sound in 1989) is
comprised of two main elements; Element one includes a Cetec Ivie Series 5000 modular
mixer/amplifier mainframe, dais microphones, ceiling loudspeakers and other peripheral
equipment. Element two is a KelKom control system consisting of multiple custom-made
button panels interconnected via 25 pair telephone trunk cabling. The KelKom equipment is
interfaced with the Cetec Ivie to control microphone muting and system power control.
Although antiquated in design, the KelKom control system appears to be functional; however
the Cetec Ivie modular system is no longer reliable. It has been outgrown, exhibits
intermittent operation and unpredictable failures, and being long ago discontinued is no
longer serviceable. The Cetec Ivie equipment requires replacement with current technology
that will provide reliable performance and additional functionality including video and audio
conferencing, assistive listening, and expanded control and input capability per your 2009
Project Scope Document.
QUALITY SOUND HISTORY AND EXPERIENCE
The A/V system integrator of today has evolved from many years of experience in
multiple trades including acoustics, analog and digital audio and video, computer control,
programming and networking, and telephony. These skill sets are required to properly
design, install and program the complex products currently available. Quality Sound has
been providing leading-edge technology solutions for their clients since 1948. Our specialties
include design and installation for the A/V, security, communication and life safety industries.
Our commitment to providing professional service is backed by engineers with degrees in
electronics, and we maintain a staff certified by industry standards committees such as ICIA
and Infocomm. Experience, education and commitment are the major factors contributing to
our client satisfaction. Quality Sound works with every client to provide solutions to their
current and future challenges.
Contractor License 496881 C-7& C-10, ACO 5717
P.O. Box 5501,2010 E. Fremont St. Stockton, CA 95205 P.209 948 2104 Stkn. P. 916 442 4813 Sac. FAX 209 948 0965
Carnegie Forum Sound System Upgrade, Lodi CA
SOUND SYSTEM RENOVATION PROPOSAL
Page 2 of4
1. DIGITAL SIGNAL PROCESSORS
The existing analog Cetec Ivie modular mainframe equipment shall be replaced by two
(2) new BIAMP NEXIA Digital Signal Processors- TC and VC.
In the past, all required signal processing operations- automatic microphone mixing
and equalization for tone and feedback control, signal routing, volume leveling, remote
control, etc. were performed by separate components assembled, wired together and
adjusted for the desired result. Today, all these functions and more can be performed by a
single device- the Digital Signal Processor, or DSP.
Two (2) Biamp Nexia DSP's shall comprise the core of the sound system; the Nexia
TC (Teleconferencing) processor and the Nexia VC (Videoconferencing) processor. Intended
for a variety of applications such as boardrooms, courtrooms, council chambers,
multipurpose facilities, etc, these Nexia units include a broad selection of audio components,
routing and remote control options and signal processing. The TC includes a complete
onboard (analog line) telephone interface and associated hardware; the VC includes an
interface for an outboard videoconferencing codec (by others). Each unit includes eight (8)
discrete channels of SONA advanced echo cancellation plus two (2) mic/line inputs and four
discrete balanced outputs. The two units interface together and function as a single 20 x 8
processor in this application; control of teleconferencing functions shall be via a custom -
configured DaVinci application running on an owner -furnished, networked PC. A logic
interface shall connect the existing Kelkom button panels to the Nexia hardware. The internal
system design is completely definable via PC software; layout, programming and adjustment
are performed via a laptop computer. Once this process is complete, the device is "locked
down" (password protected) to prevent tampering by unauthorized personnel. Our
installation shall include the DSP's final view file or program saved on CD. This shall be
included with our "as built" documentation and O&M manuals after system testing and tuning
is completed.
Note: Although the functions of the DSP are critical to the operation of the system,
it appears invisible to the user.
2. ADDITIONAL STAFF MICROPHONE INPUT
One (1) new XLRF microphone input shall be added the end of the staff counter (the one
next to it shall be relocated for symmetry), bringing the total wired microphone count up to
thirteen (13).
3. REPLACEMENT DAIS AND STAFF MICROPHONES
The Audio Technica microphones in the chamber are of an older design, and as such, they
are vulnerable and susceptible to the interference noise radiated by cellular telephones,
Blackberries and other such GSM devices which enters the sound system through the
microphone's circuitry; this problem is increasing daily and has already have impacted
meetings in the council chambers. To combat this issue, Audio Technica has developed a new
series of microphones with performance superior to the old, and specially shielded against
GSM interference (UniGuard® RFI -shielding technology). Quality Sound shall provide thirteen
(13) new Audio Technica ES915ML24 microphones for the chamber; these are an extended -
length design which will extend the microphone closer to the talker for better pickup and
feature a MicroLine element for improved performance when used with automatic mixers.
Carnegie Forum Sound System Upgrade, Lodi ('A Page 3 of 4
4. NEW WIRELESS MICROPHONE SYSTEMS
Quality Sound shall provide new wireless microphone equipment consisting of one (1)
dual -channel and one (1)single channel MiPRO frequency -agile UHF receiver installed in the
main equipment rack, and three (3) separate mic transmitters; two (2) transmitters shall be
hand-held type with condenser mic elements, one (1) shall be a Mag Alloy beltpack
transmitter equipped with a discrete earset microphone with flexible micro -boom, permitting
instant re -fitting to a variety of users. All transmitters may be used simultan
5. NEW POWER AMPLIFIER
A new EXTRON XPA2001 high -impedance amplifier shall power the dais ceiling
loudspeakers from the existing equipment rack; this amplifier shall provide ample headroom
for continuous operation producing clear, high-quality audio. The existing EAW CAZ2800
power amplifier (located in the under -counter rack) shall continue to power the four central
"A/V System" ceiling loudspeakers; however this amplifier's input shall now be from the
Nexia DSP rather than directly from the Switcher/Scaler; this change will allow matrix mixing
of the sources in all of the ceiling loudspeakers.
6. ASSISTIVE LISTENING SYSTEM
ADA regulations call for all facilities with sound systems to
provide assistive -listening equipment for 4% of seating capacity;
For the benefit of hearing-impaired persons and compliance with
ADA regulations, a new wireless Assistive -Listening System (ALS)
with four (4) personal beltpack receivers, four (4) discrete ears
speakers and a telecoil lanyard shall be provided. The transmitter
shall be mounted in the equipment rack.
7. NEW NETWORKABLE SOLID-STATE RECORDER
For reliable, convenient recording and archival of Council audio proceedings, a new
solid-state recorder with full Ethernet capability shall be provided. The Marantz PMD580 is a
single rack -space digital recorder that uses proven, stable Compact Flash (CF) as its
recording medium, with the inherent reliability of no moving parts. The PMD580 incorporates
Ethernet connectivity and an internal, browser -style interface that allows centralized control
of all operations including scheduling of recordings, machine setup, and file transfer.
For ultimate convenience, an automatic archiving feature allows the uploading of
recorded files to any specified network location, eliminating the need to physically walk the
CF card back to the storage server. With the ability to lock out front panel controls and track
real time, the user can confidently schedule the day's recording to be archived to a
designated computer or server at the end of the day, so the PMD580 is always ready to
handle the next day's activities. With its FIFO based file deletion, card maintenance can be
completely avoided for a fully automated recording system. The unit shall be installed at the
Clerk's position, replacing the old Lanier Cassette machine; modifications to existing millwork
needed to facilitate installation of this (standard 19" rack) component shall be by others;
Ethernet connection to the device shall be provided and managed by the City's IT
department. ALTERNATELY, the recorder may be installed in the main equipment rack and
managed completely by network control.
Carnegie Forum Sound System Upgrade, Lodi ('A Page 3 of 3
Total Installed Price with Tax for system quoted above: $25,820.00
Scope of Work (Quality Sound)
• Furnish (Provide and Install) all equipment as quoted above during normal QS
business hours
• Program and adjust DSPs, integrate with existing KelKom remote control equipment;
this shall include mic mute buttons at existing locations and new master mute
function at the Mayor's position
Integrate new system with existing downstairs broadcast audio mixer
• Integrate new system with phone conferencing line, program custom DaVinci control
• Provide 2 -hour operator orientation session
Provide ONE YEAR warranty on new work and parts (mfg.'s warranties may exceed)
• Labor limited to open access in walls, floors and ceilings
• Above prices valid for 30 days only
Exclusions (Work or Materials by others)
• Provide required existing system components for re -use as needed
• Provide analog phone line and network drop at main equipment rack location
• Provide a network -connected PC (Clerk or Staff position, for example) with which to
run the Biamp DaVinci software application which provides custom -configured
control screens to handle all conferencing operations (place/answer calls, speed
dialing, far -end volume level, etc.).
• Provide any required millwork modifications at Clerk station
• Provide CF card for recorder( capacity is a personal preference)
I have prepared this design and proposal for your consideration based on all
information made available to me thus far. I taken the liberty of designing this system using
only high quality components; there may be lower cost products available, but 1 have
reserved the right to recommend components that exhibit a professional duty cycle and
provide excellent audio quality.
Ifeel confident that the proposed equipment will deliver the performance desired by
your facility, and continue to do so for many years to come; in the event that have not
provided the system that best matches your financial goals, please do not hesitate to contact
me. There may be other approaches that will better suit your financial requirements.
Should you have any questions about my design or system functionality, please feel
free to contact me directly at (209) 948-2104, extension 1074, or by E-mail at
groda@gualitvsound.net
Thank You again for considering Quality Sound to provide the very best in audiovisual
solutions for your facility.
Sincerely,
a, V. A�
Gary Roda, CTS
Certified Technology Specialist
Audiovisual Design/Sales
Statement of non -disclosure: The information contained in this document is the intellectual property cf Quality Sound. The
project procedures and system design described within have been outlined specificallyfor the City CC Lodi, the installation cost
estimates for computer analysis, system design, project management fees, component costs and DSP programming have
been provided for the finance department and are not to be shared with competing vendors. Yourcooperation is appreciated.
EXHIBIT B
QUALiTYSOUND
DIVISInN of Bl-,Ia MAR, INC.
July 14, 2011
Mr. Jeff Hood, Communications Specialist
City of Lodi
221 West Pine Street
Lodi, Ca 95241
M r. Hood,
Thank you sincerely for inviting Quality Sound to design and propose renovations to the
Carnegie Forum (City Council Chambers) video system in addition to sound upgrades already
proposed; Ihave invested time with factory representatives reviewing new products in order
to provide the city with the most up-to-date, cutting edge solution to the challenges
presented by your facility and budget.
SITE FINDINGS AND SYSTEM REQUIREMENTS
The Council Chambers has an installed video system currently used for capturing
proceedings for broadcast on Comcast television; the system includes three Sony EVI-D70
standard definition PTZ cameras in the council chamber, connected to a Panasonic W)-MX50
video/audio mixer. The cameras are operated using a Telemetrics remote, which provides
very limited camera presets and control. A quad CRT video monitor provides camera shot
preview. There is no connection the chambers A/V rack. A small Mackie sound mixer receives
a feed from the chambers sound system microphones, which is added to the video output to
Comcast. An aged Compix Windows -PC based system is used for graphics and title insertion.
The city desires a design that will bring the system up-to-date in stages as budgets
permit. An upgrade path that provides immediate system input expansion, control capability
and image improvement using both new and legacy equipment is required. The number of
cameras must be increase to four, while shot preset memory and remote -control capability
must be improved. A link from the chambers video switcher/scaler and sound system to the
video production system must be provided; preview function for all video sources must be
included. Title and graphics overlay/insertion must be versatile, flexible and easily operated.
QUALITY SOUND HISTORYAND EXPERIENCE
The A/V system integrator of today has evolved from many years of experience in
multiple trades including acoustics, analog and digital audio and video, computer control,
programming and networking, and telephony. These skill sets are required to properly
design, install and program the complex products currently available. Quality Sound has
been providing leading-edge technology solutions for their clients since 1948. Our specialties
include design and installation for the A/V, security, communication and life safety industries.
Our commitment to providing professional service is backed by engineers with degrees in
electronics, and we maintain a staff certified by industry standards committees such as ICIA
and Infocomm. Experience, education and commitment are the major factors contributing to
our client satisfaction. Quality Sound works with every client to provide solutions to their
current and future challenges.
Contractor License496881 C-7 & C-10, ACO 5717
P.O. Box 5501,2010 E. Fremont St. Stockton, CA 95205 P.209 948 2104 Stkn. P. 916 442 4813 Sac. FAX 209 948 0965
Carnegie Forum Video System Upgrade, Lodi CA Page 2 of &
VIDEO PRODUCTION SYSTEM UPGRADE PROPOSAL
1. INTEGRATED SWITCH ER/ CONTROLLER WITH MULTIVIEWER TOUCHSCREEN
The VADDIO ProductionVIEW HD MV combined with the VADDIO TeleTouch
Multiviewer Touchscreen shall form the core of the new system. The ProductionVIEW HD
MV Production Switcher with integrated camera controller and multiviewer is a powerful, cost
effective and easy to operate platform for live presentation environments. With Vaddio's
revolutionary TeleTouch TM Multiviewer Touch Screen Control Panel, production operators can
easily see and switch all live video feeds and create "video thumbnails" of preset camera
shots with the touch of their finger. Product1onv1EW
HD MV is a broadcast quality 6 x 2 multi -format,
seamless video mixer that also provides two discrete
outputs for dual bus program feeds (two
independent 6 x 1 switchers/mixers). Accepting any
combination of input signals from analog HD YPbPr
video, RGBHV, SD (Y/C and CVBS) video with Input
6 providing a DVI -I input, the ProductionVIEW HD
MV supports HD resolutions up to and including
1080p/60fps.
The TeleTouch Multiviewer Touch Screen Control
Panel can be user configured to display four,
five or six input windows as well as two larger
preview and program windows with red and
green tally window borders, which indicate the
current output selections. The outputs have
been configured for analog (YPbPr, RGBHV and
SD) and digital (DVI -D) video support allowing
for either a standard preview output or
multiviewer preview output with a Vaddio
TeleTouch Touch Screen Control Panel. The
Vaddio TeleTouch 18.5" rack -mount (7 -RU) multiviewer touch screen also eliminates the
need for individual preview monitors and allows the camera operator to see and switch all
the live video feeds by simply touching the windows that they want controlled. Each camera
input can have up to 12 stored "video thumbnails" of each preset camera shot; these video
thumbnail images provide an easy way to identify and recall preset camera positions on a
per input basis in the preview window that greatly simplifies overall console operation. The
ProductionVIEW HD MV control surface is laid out to allow even a novice to operate the
system with minimal training. ProductionVIEW HD MV is unmatched in today's camera
control, video mixing and video switching market.
ProductionVIEW HD MV is proposed due to its ability to accept input from and control both
(the currently installed) standard definition (SD) PTZ cameras as well as high-definition (HD)
cameras when they are added in the future. ProductionVIEW HD MV features a three -axis
Hall Effect Joystick for precise control, and includes a powerful lower -screen graphics feature
for inserting text or custom graphics generated by a computer running common software.
Graphics may be inserted as "lower -thirds" using the Lower Screen Graphics (LSG) feature.
LSG can be set up to cover the bottom 1/4, '/3, 1/2 or full screen, with 10 adjustable steps of
transparency levels between the graphic and the video image behind it. A variety of graphic
templates are included on a DVD supplied with the ProductionVIEW HD MV in both Keynote
and PowerPoint, to help guide users in creating professional Lower Screen Graphics quickly
and easily.
Video transitions are seamless with exceptional video quality. Transition time is adjustable
from zero (0) to four (4) seconds and include: Cross Fades (one image fades into another), Wipes
(9 different patterns), Straight Cuts and Fade to Black (by pressing and holding the MIX/FfB button).
Carnegie Forum Video System Upgrade, Lodi CA Page 3 ot'4
2. ADDITION OF CAMERA CONTROL AND FOURTH CAMERA
An outstanding feature of the VADDIO system is its ability to power, fully control and
receive high resolution output from PTZ cameras via Cat5 cable. This greatly simplifies
installation while providing significant enhancements over typical camera wiring schemes. To
do this, VADDIO offers PTZ cameras such as the Sony EVI-D70 (presently used in the
Forum) integrated into a bundle that includes the camera, special VADDIO cabling interface,
and wall mount bracket ready for easy installation. They also offer this bundle minus the
camera itself, three of which shall be required to integrate the
existing cameras into the new production system. The three (3)
existing cameras shall be equipped with VADDIO WaIIVIEW packages
and connected to the ProductionVIEW console via new Cat5 cabling;
one (1) additional WaIIVIEW 70 bundle including a Sony EVI-D70
camera shall be ceiling -mounted at the rear of the audience area as
the fourth camera in the system; all four cameras shall be connected
via Y/C (S -Video) for enhanced resolution over the composite video
currently in use.
3. FEEDS FROM CHAMBERS A/V RACK
Quality Sound shall provide a 1X2 VGA DA and cabling at the output of the AN rack's
Extron IN1508 switch er/scal er; this shall permit the graphics displayed by this sub -system to
be fed to the video production system in its native high-resolution (VGA) format. The AN
system's audio shall be delivered (via the new sound system's DSP output) to the video
production system where it may be combined with picture to the Comcast feed.
4. PRODUCTION RACK CONSOLE
To securely mount our ProductionView components in a
convenient manner, a fully configured production console rack Productill""18.5"
Rack.M.,ml Touchseroa"
shall be provided. The ProductionVIEW Rack Console is a heavy- Mounted here
duty aluminum dual -bay table -top rack mounting system with
slanted 8 -RU upper and 7 -RU lower bays. The lower rack bay
will contain the ProductionVIEW HD MV console, while the upper
rack bay will contain the ProductionVIEW 18.5 Touchscreen
Monitor, forming a compact ergonomic workstation; no other video
monitors are required. The ProductionView Console rack shall be fully
configured and tested before delivery being to the jobsite for final
integration; this console shall require an owner -furnished desk or table on which to rest
(dimensional requirements shall be provided). The console shall include a rack -mounted master
power switch/distribution unit.
SUMMARY
This design and proposal addresses all known requirements as expressed, including an
immediate upgrade in camera control and picture quality, the addition of a fourth matching
camera, and a logical upgrade path to full HD cameras/control when budgets permit. Using any
owner -furnished computer, superior titling/graphics insertion by the video engineer will be
easily performed. The system will be properly and cleanly installed and integrated with the
environment, with the major components contained in an ergonomic workstation. Computer
graphics displayed the chambers will be available in native resolution for insertion into the
program output to the television feed, which can be delivered at nearly any resolution desired
from composite to HD YPbPr. The design makes best use of existing equipment while
anticipating a future HD camera upgrade.
Total Installed Price with Tax for system quoted above: $25, 515.00
Camegie Forum Video System Upgrade, Lodi CA
Page 4 of4
Scope of Work (Quality Sound)
Furnish (Provide and Install) all equipment as quoted above during normal QS
business hours
• Integrate new system with existing Sony cameras and Leightronix device
• Provide 2 -hour operator orientation session
• Provide ONE YEAR warranty on new work and parts (mfg.'s warranties may exceed)
• Labor limited to open access in walls, floors and ceilings
• Above prices valid for 30 days only
Exclusions (Work or Materials by others)
• Provide required existing system components (cameras, etc.) for re -use as needed
• Provide PC (or Mac) computer for use with titling software
• Provide any required furniture on which the ProductionView console computer, and
any other equipment will be placed.
1 have prepared this design and proposal for your consideration based on all
information made available to me thus far. I taken the liberty of designing this system using
only high quality components; there may be lower cost products available, but I have
reserved the right to recommend components that exhibit a professional duty cycle and
provide excellent video quality.
I feel confident that the proposed equipment will deliver the performance desired by
your facility, and continue to do so for many years to come; in the event that have not
provided the system that best matches your financial goals, please do not hesitate to contact
me. There may be other approaches that will better suit your financial requirements.
Should you have any questions about my design or system functionality, please feel
free to contact me directly at (209) 948-2104, extension 1074, or by E-mail at
aroda(@aualitvsound.net
Thank You again for considering Quality Sound to provide the very best in audiovisual
solutions for your facility.
Sincerely,
a"'" P. Arc
Gary Roda, CTS
Certified Technology Specialist
Audiovisual Design/Sales
Statement cf non -disclosure: The information contained in this document is the intellectual property of Quality Sound. The
project procedures and system design described within have been outlined specificallyfor the Cityof Lodi, the installation cost
estimates for computer analysis, system design, project management fees, component costs and DSP programming have
been provided for the finance department and are not to be shared with competing vendors. Yourcooperation is appreciated.