Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25-171.00VIPProductionsNorthwestIncBalfourParkAudio-Plaza
Contract No. 25-171 CONSTRUCTION AGREEMENT VIP Productions Northwest, Inc THIS CONSTRUCTION AGREEMENT (the "Agreement") is made by and between the City of Spokane Valley, a code City of the State of Washington ("City") and VIP Productions Northwest, Inc, ("Contractor") jointly referred to as the "Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1. Work to Be Performed. Contractor shall do all work and furnish all labor, supervision, tools, materials, supplies, and equipment and other items necessary for the construction and completion of the Balfour Park Plaza Audio System (the "Work") in accordance with the Scope of Work outlined in Exhibit A and in accordance with this Agreement (which are by this reference incorporated herein and made part hereof and referred to as the "Contract Documents"), and shall perform any changes in the work in accordance with the Contract Documents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall, for the amount set forth in paragraph 4, below, assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities to the City's satisfaction, provided for in the Contract Documents, within the time limits prescribed in the Contract Documents. The City Manager or designee shall administer and be the primary contact for Contractor. Upon notice from City, Contractor shall promptly commence work, complete the same in a timely manner, and cure any failure in performance under this Agreement. Unless otherwise directed by City, all work shall be performed in conformance with the Contract Documents, and all City, state, and federal standards, codes, ordinances, regulations, and laws as now existing or as may be adopted or amended. 2. Time for Performance. Contractor shall render the services at a time agreed to by the Parties after enough equipment is received by the Contractor to start rendering the services, as determined by the Contractor. The project completion date shall be November 21, 2025.This may be extended in accordance with this Agreement and the Contract Documents. 3. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of$22,174.66, plus Washington State Sales Tax of $1,973.56 (if applicable), for a total of $24,148.22, based on the bid submitted by Contractor (Exhibit A), and as may be adjusted in accordance with the Contract Documents. 4.1 Tariffs. City acknowledges that the compensation identified herein above is based on Contractor's vendor pricing in effect as of the date this Agreement has been executed by the Parties (hereinafter "Effective Date"). In the event that any new or increased tariffs, duties, import/export fees, or similar government -imposed charges are imposed after the Effective Date and applied to equipment or materials to be incorporated into the Work, then such additional costs shall be the sole responsibility of the City and the Contractor shall be entitled to directly charge the City for the amount of said increase. Contractors shall provide documentation of such charges upon request. City agrees to pay such Construction Agreement Page I of 9 additional amounts charged under this subsection in accordance with the payments terms of the Agreement. 4. Payment. Contractor may elect to be paid in monthly installments, upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the address stated in paragraph 6. Pursuant to chapter 60.28 RCW, five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement for that portion of the work (if any) which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code, state standards, or federal standards. 5. Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Marci Patterson, City Clerk Name: Troy Reit Phone: (509) 720-5000 Phone: 509-747-4804 Address: 10210 East Sprague Avenue Address: 724 N Madelia St Spokane Valley, WA 99206 Spokane, WA 99202 6. Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply with all applicable federal, state, and local laws, codes, and regulations. 7. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Contractor certifies to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (A)(2) of this certification; and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this Agreement. 8. Prevailing Wages on Public Works. Contractor, any subcontractor, or other person doing work under Construction Agreement Page 2 of 9 this Agreement, shall comply with the requirements of chapter 39.12 RCW, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries ("L&I"). If employing labor in a class not shown, Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing, during, and upon completion of the work, Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with chapter 39.12 RCW. The following information is provided pursuant to RCW 39.12.030: A. State of Washington prevailing wage rates applicable to this public works project, published by L&I, are located at the L&I website address: https://Ini.wa.gov/licensing-permits/public-works-projects/prevailing wa eg rates/ B. This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the City Community & Public Works Department located at 10210 East Sprague Avenue, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 9. Relationship of the Parties. It is understood and agreed that Contractor shall be an independent contractor and not the agent or employee of City, that City is interested only in the results to be achieved, and that the right to control the particular manner, method, and means in which the services are performed is solely within the discretion of Contractor. Commencing at the time Contractor commences the Work and ending at that time (a) the Work has been completed, and (b) the Contractor has vacated the work site, the safety and security of the work site shall be Contractor's responsibility. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 10. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to chapter 42.56 RCW, or other applicable public record laws. 11. Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine, make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, and record of matters covered by this Agreement for a period of three years from the date final payment is made hereunder. 12. Warranty. Unless provided otherwise in the Contract Documents, Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City, unless a supplier or manufacturer has a warranty for a greater period, which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall, within the warranty period, remedy the same at no cost or expense to Construction Agreement Page 3 of 9 City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 13. Contractor to Be Licensed and Bonded. Contractor shall be duly licensed, registered, and bonded by the State of Washington at all times this Agreement is in effect. 14. Contractor to Provide Performance and Payment Bonds. Contractor elects to have the City retain 10% of the Agreement amount in lieu of providing the City with a payment bond and a performance bond, pursuant to RCW 39.08.010(3). 15. Insurance. Contractor shall procure and maintain insurance, as required in this Section, without interruption from commencement of the Contractor's work through the term of the Contract and for 30 days after the physical completion date, unless otherwise indicated herein. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 0001. 2. Commercial general liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations for a period of three years following substantial completion of the work for the benefit of the City, 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 endorsement providing at least as broad coverage. 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. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1. Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of no less than $1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate, and no less than a $2,000,000 products -completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for automobile liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self-insurance, or insurance pool coverage maintained by City shall be excess Construction Agreement Page 4 of 9 of Contractor's insurance and shall not contribute with it. 2. Contractor shall fax or send electronically in .pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. 3. If Contractor maintains higher insurance limits than the minimums shown above, City shall be insured for the full available limits of commercial general and excess or umbrella liability maintained by Contractor, irrespective of whether such limits maintained by Contractor are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by Contractor. 4. Failure on the part of Contractor to maintain the insurance as required shall constitute a material breach of this Agreement, upon which the City may, after giving at least five business days' notice to Contractor to correct the breach, immediately terminate the Agreement, or at its sole discretion, procure or renew insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to City on demand, or at the sole discretion of the City, offset against funds due Contractor from the City. D. No Limitation. The 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. E. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. F. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement, which shall be Exhibit B. The certificate shall specify all of the parties who are additional insureds, and shall include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles, self -insured retentions, and/or self-insurance. 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 at least five business days' notice to Contractor to correct the breach, immediately terminate the Agreement or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due Contractor from the City. H. Subcontractor Insurance. Contractor shall cause each and every subcontractor to provide insurance coverage that complies with all applicable requirements of Contractor -provided insurance as set forth herein, except Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. Contractor shall ensure that the City is an additional insured on each subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Construction Agreement Page 5 of 9 16. Indemnification and Hold Harmless. Contractor shall defend, indemnify and hold the City, 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 City. However, 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 City, 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. 17. Waiver. No officer, employee, agent, or other individual acting on behalf of either party has the power, right, or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law shall be taken and construed as cumulative and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 18. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 19. Confidentiality. Contractor may, from time -to -time, receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 20. Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court of the State of Washington for Spokane County, unless otherwise required by applicable federal or state law. 21. Costs and Attorney's Fees. The prevailing party in any litigation or arbitration arising out of this Agreement shall be entitled to its attorney's fees and costs of such litigation or arbitration (including expert witness fees). 22. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement shall be included in every subcontract of every tier. 23. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 24. Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties Construction Agreement Page 6 of 9 and supersedes any prior oral or written agreements. This Agreement may not be changed, modified, or altered except in writing signed by the Parties. 25. Anti -kickback. No officer or employee of City, having the power or duty to perform an official act or action related to this Agreement, shall have or acquire any interest in this Agreement, or have solicited, accepted, or granted a present or future gift, favor, service, or other thing of value from any person with an interest in this Agreement. 26. Business Registration. Prior to commencement of Work under this Agreement, Contractor shall register with the City as a business if it has not already done so. 27. Assurance of Compliance with Applicable Federal Law. During the performance of this Agreement, the Contractor, for itself, its assignees, and successors in interest agrees as follows: A. Compliance with Regulations. Contractor shall comply with the federal laws set forth in subsection G, below ("Pertinent Non -Discrimination Authorities") relative to non-discrimination in federally -assisted programs as adopted or amended from time -to -time, which are herein incorporated by reference and made a part of this Agreement. B. Non-discrimination. Contractor, with regard to the work performed by it during this Agreement, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. Contractor shall not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations, either by competitive bidding, or negotiation made by Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this Agreement and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports. Contractor shall provide all information and reports required by the Acts, the regulations, and directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the WSDOT to be pertinent to ascertain compliance with such Acts, regulations, and instructions. Where any information required of Contractor is in the exclusive possession of another who fails or refuses to furnish the information, Contractor shall so certify to the City or the WSDOT, as appropriate, and shall set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance. In the event of a Contractor's noncompliance with the non- discrimination provisions of this Agreement, the City will impose such contract sanctions as it or the WSDOT may determine to be appropriate, including, but not limited to: 1. Withholding payments to Contractor under the Agreement until Contractor complies; and/or 2. Cancelling, terminating, or suspending the Agreement, in whole or in part. Construction Agreement Page 7 of 9 F. Incorporation of Provisions. Contractor shall include the provisions of Section 28 of this Agreement in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, regulations and directives issued pursuant thereto. Contractor shall take action with respect to any subcontract or procurement as the City or the WSDOT may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, that if Contractor becomes involved in, or is threatened with litigation by a subcontractor or supplier because of such direction, Contractor may request that the City enter into any litigation to protect the interests of the City. In addition, Contractor may request the United States to enter into the litigation to protect the interests of the United States. G. Pertinent Non -Discrimination Authorities: During the performance of this Agreement, the Contractor agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; and 49 Part 26; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); Federal -Aid Highway Act of 1973, (23 U.S.C. §324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. §794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. §6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 U.S.C. §471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal - aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§12131- 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. §47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Construction Agreement Page 8 of 9 Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); and Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. § 1681 et seq.). 28. Severability. If any section, sentence, clause, or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause, or phrase of this Agreement. 29. Force Maieure. In no event shall Contractor be responsible or liable for any failure or delay in the performance of its obligations hereunder that is directly or indirectly caused by forces beyond Contractor's control, including, without limitation, strikes, manufacturing delays, work stoppages, accidents, acts of war or terrorism, civil or military disturbances, nuclear or natural catastrophes or acts of God, and interruptions, loss or malfunctions of utilities, communications, or computer (software and hardware) services. 30. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Work/Cost Statement B. Insurance Endorsements The Parties have executed this Agreement this 6th day of October , 20 25 CITY OF SPOKANE VALLEY: Contractor: JobtfHohman, City Manager APPROVED AS TO FORM: By: Its: Authorized Representative Construction Agreement Page 9 of 9 EXHIBIT A ptodgCtion o°rthY+est VIP Production Northwest, Inc 724 North Madelia Street Spokane County Spokane, Washington 99202 United States Balfour Park Audio Spokane Valley City Hall 10210 East Sprague Avenue Spokane Valley, Washington 99206 United States cknodel@spokanevalleywa.gov (509) 720-5055 Presented By VIP Production Northwest, Inc Presented On Oct 1, 2025 (509) 747-4804 troy,aLmpproductionnw.com vipproductionnw.com Troy Reit troy;avipproductionnw.com r--. 10/01/2025 Spokane Valley City Hall Balfour Park Audio P-489 Page 1 of 6 Project Description Outdoor system for Balfour Park. This outdoor system shall include 4 weather resistant high-performance speakers mounted on 2 existing light poles. The speakers shall be mounted back-to-back (oriented the same as the lights) at approximately 11' on each pole. There shall be two XLR system inputs located 24" above the ground on one of those poles to accommodate "hardwire" inputs. A 10-space equipment wall rack for the system shall be mounted next to the IT rack in the utility room in the restroom building. This equipment rack shall contain one 2-channel, 600 watt/ch amplifier, one digital system processor, one dual -channel wireless microphone system, power sequencer and one 3-space storage drawer. Two IP-rated, circularly polarized antennas shall be provided. The antennas shall be located near the IT network antenna on the upper exterior wall over the restroom doors. A portable Bluetooth receiver is provided along with a 25' cord. Also provided are lithium -ion rechargeable batteries and charging station for the wireless microphones. The digital system processor has the ability to be controlled via a phone app. This feature would require the processor to be on a local Wi-Fi network so coordination with the IT department would be required. Prices are subject to tariff increases, which are beyond VIP's control. Availability is subject to quantities on hand in distribution and may change between quoting and ordering. Products Outdoor Plaza Audio System Allen & Heath AH-AHM-16 Product $17,880.26 Labor $4,294.40 Product $17,880.26 Labor $4,294.40 UNIT PRICE $1,499.00 $1,499.00 16x16 Audio Matrix Processor. 8x8 local analog 1/0, up to 128x128 audio networking, 96kHz FPGA core with ultra -low latency, compatible with IPI, IP6, IP8 remote controllers, lu JBL Professional AWC82-BK 4 $654.35 $2,617.40 All -Weather Compact 2-Way Coaxial Loudspeaker, 8" Low Frequency Driver, 8 Ohm, Black 10/01/2025 Spokane Valley City Hall Balfour Park Audio P-489 Page 2 of 6 Shure SLXD24D/SM58-H55 Dual Wireless Vocal System with SM58 1 $1,643.08 $1,643.08 Shure SB903 2 $50.00 $100.00 Lithium -Ion Battery for SLX-D Shure SBC203-US 1 $140.00 $140.00 Dual Docking Station for SLX-D transmitters and SB903 battery RF Venue CP-STAGE 2 $349.00 $698.00 Weather Resistant IP-Rated Circularly Polarized Antenna Radial Engineering BT-Pro V2 1 $349.99 $34999 BlueTooth wireless receiver with balanced stereo DI outputs Whirlwind MK425 1 $71.36 $71.36 Cable - Microphone, MK4, XLRF to XLRM, 25', Accusonic+2, no packaging Furman CN-1800S 1 $724.95 $724.95 15A Advanced Remote Smart Sequencer W/SMP & EVS, 9 Outlets 10Ft Cord Middle Atlantic EWR-10-22 10Space /22D Econo Wallrack, Black 1 $739.00 $739.00 10/01/2025 Spokane Valley City Hall Balfour Park Audio P-489 Page 3 of 6 Middle Atlantic LVFD-10 1 $485.00 $485.00 10 RU Vented Front Door for DWR and EWR Racks, 64% Open ,3 Y Middle Atlantic UD3 1 $242.00 $242.00 *Of 3space utility Drawer, Black Middle Atlantic SB1 2 $26.00 $52.00 lspace Flanged Text Blank panel NETGEAR GS305P-300NAS 1 $96.21 $96.21 5-Port Gigabit Ethernet SOHO Unmanaged Switch with 4-Ports PoE+ (63W), North ++++ + America RF Venue RG8X50 2 $209.00 $418.00 0 50' RGBX Coaxial Cable Windy City Wire 22-1PREZ-BLK 25 $0.48 $12.00 22 AWG 1 Pair Tinned Copper Windy City Wire 12-02DB-BLK 600 $1.58 $948.00 12 AWG 2 Conductor Bare Copper, Non -Shielded Non -Plenum UL Type TC, PLTC, FPL or NPLF Suitable for Wet Locations [Black] Windy City Wire 18-02SDB-BLK 600 $0.76 $456.00 18 AWG 2 Conductor twisted Bare Copper, Shielded with Water Block Tape and overall jacket Cable, Black 10/01/2025 Spokane Valley City Hall Balfour Park Audio P-489 Page 4 of 6 FSR SS-P2XLR-WHT 1 $62.00 $62.00 White insert punched with two Neutrik D-1 hole Whirlwind MK4PP05 1 $101.18 $101.18 Cable - Microphone, MK4, siamese stereo pair, (2) XLRF to (2) XLRM, 5', WSPP-2 Whirlwind NC3FD-L-1 2 $8.64 $17.28 Connector - XLR - Neutrik, female chassis, 3 pin Neutrik NC3FXX-BAG 2 $6.76 $13.52 3 pole female cable connector, black metal housing, silver contact to JCWright Lighting 1 $2,414.29 $2,414.29 Quote #25-44485-1 J L Quote for speaker mount brackets and GFI Bracket for Limca Light Poles Installation Hardware Allowance 1 $1,000.00 $1,000.00 14 Prevailing Wage WA 32 h $96.70 $3,094.40 PW Shipping Allowance 1 $500.00 $500.00 P� S • 10/01/2025 Spokane Valley City Hall Balfour Park Audio P-489 Page 5 of 6 Admin Labor 16 h $75.00 $1,200.00 Design, consultation and prevailing wage admin. Crown DC12X600 DC12X600 ANALOG Summary Product Labor Subtotal Tax Total Price 1 10/01/2025 Spokane Valley City Hall Balfour Park Audio P-489 $2,480.00 $2,480.00 $17,880.26 $4,294.40 $22,174.66 $1,973.56 $24,148.22 Page 6 of 6 SILHLIG-01 GSARASWATHI '4CORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) `66.� 1011012025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Hub International Northwest LLC PHONE FAX PO Box 3144 (A/C, No, Ext): (509) 747-3121 A/c, No):(509) 623-1073 Spokane, WA 99220 ADDRIE : nowspkinfo@hubinternational.com INSURED VIP Production Northwest, Inc. 724 N Madelia ST Spokane, WA 99202 Western National Mutual Insurance I INSURER c . Travelers Property Casualtv Companv of America 125674 I rn1/PPAnP_q RFRTIFICATIF NIIMRFR• R1=\/ICIr1N NI Ifu1RFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRTYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F_X] OCCUR CPP 1344863 6/1/2025 6/1/2026 EACH OCCURRENCE $ 1,000,000 DAMAGET ERENTEDREMISESoccurren $ 100,000 IVIED EXP (Anyoneperson) $ 5,000 PERSONAL $ ADV INJURY $ 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: POLICY ❑X JET LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 WA Stop Gap $ 1,000,000 A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS H RED X NON -OWNED AUTOS ONLY AUTOS ONLY CPP 1343772 6/112025 6/1/2026 C, accidentSINGLE LIMIT $ 1,000, BODILY INJURY Per person)$ IX BODILY INJURY Per accident $ X PROPERTY DAMAGE Per accident $ A X UMBRELLALIAB EXCESS LIAB X OCCUR CLAIMS -MADE UMB 1057451 6/1/2025 6/1/2026 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED I X I RETENTION $ 10,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A TWC4617081 6/5/2025 6/5/2026 X PTATUTE OTH- E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ C Commercial Property 71 1 630A3432830TIL24 11/29/2024 11/29/2025 Equipment / $500 Ded 55,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Balfour Park Audio rr-PTII=1(`AT1= 14r)l r1FP rAMrg=l 1 ATInPd SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Spokane Valle Y p Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 10210 East Sprague Avenue Spokane, WA 99206 AUTHORIZED REPRESENTATIVE V�• V� ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD