CONTRACT 7272 One Page Service AgreementAgreement No. 7272
;NTQ�,
olerviceS Agreemenj
t4�i�lv_
wo
CONTRACTOR: MATRI AUDIO VISUAL DESIGNS, INC, DATE: MARCH 17,202
Below you will find a checklist relating to insurance and other requirements that are required for doing business with the City of El Segundo. Only
those items checked -off are MANDATORY, however if your standard policies exceed the minimum requirements please include. The City
reserves the right to increase insurance limitslcoverages based upon the scope and type of services. Please find additional terms and
conditions, including additional insurance provisions, on the following pages. This is not a purchase order or an authorization to begin work.
® Comprehensive General Liabilit : At least $1,000,000 per occurrence. See Section 12 for additional insurance and endorsement
requirements.
Z Business Auto Liability: At least: $1,000,000 per occurrence. (If not provided, Seller affirms that it will not use an auto to perform work.)
See Section 12 for additional insurance and endorsement requirements.
"porkers` Compensation Insurance: Statutory requirement with waiver of subrogation. (If not provided, Seller affirms that it has no
employees.)
Z Business License: Seller must have a current City of El Segundo license on file at City Hall or purchase said license (at no cost to the
City).
❑ Permits: Plans must be approved and permit(s) issued (no fee) by the Planning and Building Safety if appropriate. Call the Planning
Manager @ (310) 524-2340 if you have questions.
❑ Copy of valid picture I Dy (Drivers license etc.)
PLEASE NOTE: ALL APPLICABLE INFORMATION LISTED ABOVE MUST BE OBTAINED AND ON FILE, PRIOR TO THE ISSUANCE OF A CITY
PURCHASE ORDER BEING SENT TO YOU BY THE PURCHASING AGENT, THUS AUTHORIZING COMMENCEMENT OF WORK FOR THE CITY.
Submitted b corn fete alb blanks COLOR COPY REQUIRED BACK TO THE CITY
Date Initiated: Mara .a
Date Appq,uved:
Date Approved:
Ci ter
Short Services Agreement - Matrix - Prevailing Wage.docx
Agreement No. 7272
1.GENERALLY. The materials, supplies, or services (collectively,
"Purchase") covered by this services agreement and purchase order
("order") must be furnished by Seller subject to all the terms and
conditions contained in this order which Seller, in accepting this order,
agrees to be bound by and comply with in all particulars. No other terms
or conditions are binding upon the parties unless subsequently agreed to
in writing. Written acceptance or shipment of all or any portion of the
Purchase covered by this order constitutes unqualified acceptance of all
terms and conditions in this order. The terms of any proposal referred to
in this order are included and made a part of the order only to the extent it
specified the Purchase ordered, the price, and the delivery, and then only
to the extent that such terms are consistent with the terms and conditions
of this order.
2.INSPECTION. The Purchase furnished must be exactly as specified in
this order, free from all defects in Seller's performance, design,
workmanship, and materials, and, except as otherwise provided, is subject
to inspection and test by City at all times and places. If, before final
acceptance, any Purchase is found to be incomplete, or not as specified,
City may reject it, require Seller to correct it without charge, or require
delivery of such Purchase at a reduction in price that is equitable under
the circumstances. If seller is unable or refuses to correct such items
within a time deemed reasonable by City, City may terminate the order in
whole or in part. Seller bears all risks as to rejected Purchases and, in
addition to any costs for which Seller may become liable to City under
other provisions of this order, must reimburse City for all transportation
costs, other related costs incurred, or payments to Seller in accordance
with the terms of this order for unaccepted Purchases. Notwithstanding
City's acceptance of any Purchase, Seller is liable for latent defects, fraud,
or such gross mistakes as constitute fraud.
3.CHANGES. City may make changes within the general scope of this
order in drawings and specifications for specially manufactured supplies,
place of delivery, method of shipment or packing of the order by giving
notice to Seller and subsequently confirming such changes in writing. If
such changes affect the cost of or the time required for performance of
this order, an equitable adjustment in the price or delivery or both must be
made. No change by Seller is allowed without City's written approval.
Any claim by Seller for an adjustment under this section must be made in
writing within thirty (30) days from the date of receipt by Seller of
notification of such change unless City waives this condition in writing.
Nothing in this section excuses Seller from proceeding with performance
of the order as changed.
4. TERMINATION. City may terminate this order at any time, either
verbally or in writing, with or without cause. Should termination occur, City
will pay Seller as full performance until such termination the unit or pro
rata order price for the performed and accepted portion of the Purchase.
City may provide written notice of termination for Seller's default if Seller
refuses or fails to comply with this order. If Seller does not cure such
failure within a reasonable time period, or fails to perform the Purchase
within the time specified (or allowed by extension), Seller will be liable to
City for any excess costs incurred by City.
5.TERM 1 TIME EXTENSION. This Agreement's term will be from March
6, 2025 to June 30, 2025. City may extend the time for completion if, in
City's sole determination, Seller was delayed because of causes beyond
Seller's control and without Seller's fault or negligence. In the event delay
was caused by City, Seller's sole remedy is limited to recovering money
actually and necessarily expended by Seller because of the delay; there is
no right to recover anticipated profit.
&REMEDIES CUMULATIVE. City's rights and remedies under this order
are not exclusive and are in addition to any legal rights and remedies.
7.TITLE. Title to materials and supplies purchased under this order pass
directly from Seller to City upon City's written acceptance following an
actual inspection and Citv's opportunity to reject.
8. PAYMENT. City will pay Seller after receiving acceptable invoices for
materials and supplies delivered and accepted or services rendered and
accepted. City will not pay cartage, shipping, packaging or boxing
expenses unless specified in this order. Drafts will not be honored.
9.INDEMNIFICATION. Seller agrees to indemnify and hold City harmless
from and against any claim, action, damages, costs (including, without
limitation, attorney's fees), injuries, or liability, arising out of the Purchase
or the order, or their performance. Should City be named in any suit„ or
should any claim be brought against it by suit or otherwise, whether the
same be groundless or not, arising out of the Purchase or order, or their
performance, Seller will defend City (at City's request and with counsel
satisfactory to City) and indemnify City for any judgment rendered against
it or any sums paid out in settlement or otherwise. For purposes of this
section "City" includes City's officers, elected officials, and employees. It
is expressly understood and agreed that the foregoing provisions will
survive termination of this order. The requirements as to the types and
limits of insurance coverage to be maintained by Seller, and any approval
of such insurance by City, are not intended to and will not in any manner
limit or qualify the liabilities and obligations otherwise assumed by Seller
pursuant to this order, including, without limitation, to the provisions
concerning indemnification.
10.WARRANTY. Seller agrees that the Purchase is covered by the most
favorable commercial warranties the Seller gives to any customer for the
same or substantially similar supplies or services, or such other more
favorable warranties as is specified in this order. Warranties will be
effective notwithstanding any inspection or acceptance of the Purchase by
City.
11.ASSIGNMENT. City may assign this order. Except as to any payment
due under this order, Seller may not assign or subcontract the order
without City's written approval. Should City give consent, it will not relieve
Seller from any obligations under this order and any transferee or
subcontractor will be considered Seller's agent.
12.INSURANCE. Commercial general liability ("CGL") insurance must
meet or exceed the requirements of ISO-CGL Form No. Form CG 00 01
04 13, or equivalent, covering CGL on an "occurrence" basis, including
property damage, bodily injury and personal & advertising injury. If a
general aggregate limit applies, either the general aggregate limit shall
apply separately to this projectllocation (ISO CG 25 03 or 25 04) or the
general aggregate limit shall be twice the required occurrence limit. For
automobiles, the insurance must meet or exceed the requirements of
Insurance Services Office Form Number CA 0001 covering Code 1 (any
auto), or, if Seller provides proof of a personal automobile policy, such
personal policy must include and indicate business venture coverage with
limits no less than $1,000,000 per accident for bodily injury and property
damage. If Seller has no owned autos, Code 8 (hired) and 9 (non -owned),
with limits no less than $1,000,000 per accident for bodily injury and
property damage must be included in coverage. The amount of insurance
required will be a combined single limit per occurrence for bodily injury,
personal injury, and property damage for the policy coverage. Liability
policies will be endorsed to name CITY, its officials, and employees as
"additional insureds" under said insurance coverage and to state that such
insurance will be deemed "primary" such that any other insurance that
may be carried by CITY will be excess thereto. City's additional insured
status will apply with respect to liability and defense of suits arising out of
Seller's acts or omissions. Such insurance will be on an "occurrence," not
a "claims made," basis and will not be cancelable or subject to reduction
except upon thirty (30) days prior written notice to City, and the notice
must include any necessary endorsement to facilitate such notice to City.
See below for required endorsement language pertinent to the insurance
requirements. Seller will furnish valid Certificates of Insurance to City
evidencing maintenance of the insurance required under this Agreement,
a coiDv of an additional insured endorsement confirming CITY has been
Short Services Agreement - Matrix - Prevailing Wage.docx
Agreement No. 7272
given additional insured status under the Seller's General Liability policy,
and such other evidence of insurance or copies of policies as may be
reasonably required by City from time to time. Insurance must be placed
with insurers with a current A.M. Best Company Rating equivalent to at
least a Rating of "A:VII." Insurance endorsements must contain the
following language: (i) Additional insured endorsement with this language:
"The City of El Segundo, its elected and appointed officials, employees,
and volunteers as additional insureds," through ISO Form CG 20 10 1185
or CG 20 10 with CG 20 37; (ii) Cancellation endorsement with this
language: "The City of El Segundo will receive thirty (30) days written
notice in the event of cancellation, nonrenewed or reduction." (iii)
Primary and Non -Contributory endorsement with this language: "Coverage
is primary and non-contributory such that any other insurance that may be
carried by the City will be excess thereto."
13.PERMITS. Seller must procure all necessary permits and licenses, and
abide by all federal, state, and local laws, for performing this order.
14.INDEPENDENT CONTRACTOR. City and Seller agree that Seller will
act as an independent contractor and will have control of all work and the
manner in which is it performed. Seller will be free to contract for similar
service to be performed for other employers while under contract with
City. Seller is not an agent or employee of City and is not entitled to
participate in any pension plan, insurance, bonus or similar benefits City
provides for its employees. Any provision in this order that may appear to
give City the right to direct Seller as to the details of doing the work or to
exercise a measure of control over the work means that Seller will follow
the direction of the City as to end results of the work only.
15.WAIVER. City's review or acceptance of, or payment for, work product
prepared by Seller under this order will not be construed to operate as a
waiver of any rights City may have under this Agreement or of any cause
of action arising from Seller's performance. A waiver by City of any breach
of any term, covenant, or condition contained in this order will not be
deemed to be a waiver of any subsequent breach of the same or any
other term, covenant, or condition contained in this order, whether of the
same or different character.
16. PREVAILING WAGES. If required by applicable state law including,
without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)),
1771, 1774, 1775, and 1776, Seller must pay its workers prevailing wage.
It is Seller's responsibility to interpret and implement any prevailing wage
requirements and Seller agrees to pay any penalty or civil damage
resulting from a violation of the prevailing wage laws. In accordance with
Labor Code § 1773.2, copies of the prevailing rate of per diem wages are
available upon request from City's Engineering Division or the website for
State of California Prevailing wage determination at
htt /dwww.d'in.oa ov/'DESK/P'D. A copy of the prevailing rate of per
diem wages must be posted at the job site.
17.INTERPRETATION. This Agreement was drafted in, and will be
construed in accordance with the laws of the State of California, and
exclusive venue for any action involving this agreement will be in Los
Angeles County.
18. ARTIFICIAL INTELLIGENCE. Seller must not utilize, employ, or
incorporate any form artificial intelligence, machine learning, or other
similar technologies (collectively, "Al") in the provision of services in this
Agreement without City's express written consent. The Al prohibition set
forth directly above will not apply to general business tools and software
that may have Al components but are not directly involved in the
execution or delivery of professional services that this Agreement covers,
provided that such tools and software do not significantly impact the
quality or nature of such services. Seller must promptly notify City, in
writing, of any proposal to employ Al in connection its provision of services
to the City under this Agreement. City will have the sole discretion to grant
or deny such proposal.
19. BACKGROUND CHECK; FINGERPRINTING; ASSOCIATED
TRAINING. If Seller's work involves contact with minors, before
conducting any performance of this Agreement, all Seller's employees,
subcontractors, volunteers, or other agents that will perform Seller's work
under this Agreement must submit to and pass a background/fingerprint
investigation conducted or approved by City. Seller affirms and attests that
its employees, subcontractors, volunteers, or other agents that will
perform Seller's work under this Agreement
20. ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. In
accordance with Government Code §16.5, the parties agree that this
Amendment will be considered signed when the signature of a party is
delivered by electronic transmission. Such electronic signature will be
treated in all respects as having the same effect as an original signature.
Seller warrants that its signatory (or signatories, as applicable) to this
Agreement has the legal authority to enter this Agreement and bind Seller
accordingly.
21. CONSISTENCY. In interpreting this Agreement and resolving any
ambiguities, this Agreement takes precedence over any attached exhibit
with conflicting provisions.
22. CONSIDERATION. As consideration, City agrees to pay Seller for
Seller's services not to exceed a total of $3,021.24 for the work. City will
pay for work as specified in the attached Exhibit "A," which is incorporated
by reference.
23. EXHIBITS. Exhibit 'A," Matrix Audio Visual Designs Proposal for El
Segundo Main Library Digital Signage (Project Number P001550).
Short Services Agreement - Matrix - Prevailing Wage.docx
Exhibit "A'
greement No. 7272
Thank you for the opportunity to furnish you with this proposal. This proposal is valid for 90 days from the
date of submission.
For over 30 years, Matrix AV has worked with clients throughout Southern California to consult, design, specify,
implement, monitor, manage, and maintain audio, visual, lighting, and system control in venues encompassing
the spectrum of meeting spaces. Our client portfolio includes Fortune500 companies, local, State, and Federal
government, healthcare, education, and non-profit organizations. The variety of meeting spaces is equally as
diversified, ranging from huddle rooms to boardrooms, gymnasiums to auditoriums, and council chambers to
event centers. Matrix AV has grown and evolved with the technology incorporating standards with continuous
education and training, value engineering, timely completion, budget sensitivity, intuitive control, and
reliability.
We understand that not every project and application is mission -critical — until it is. To that end, we ensure
that everyjob, no matter the size, includes our Standard Warranty and has options for SLAB to fit the
application. Our Team sincerely believes you will appreciate our attention to detail, which is a reflection of how
we value each and every opportunity to serve our clients.
Matrix Audio Visual Designs, Inc.
Hovik Mirzakhanian
Vice President
818 841-4700 X262
hovik@matrixay.com
Important. Please do not share this information with others and/or our competitors. Through out the years we
have spent tremendous amount time, training, learning, and generally keeping up with technology.
The drawings, specifications, concepts, designs, and arrangements thereby are and shall remain a tangible
property of Matrix Audio Visual Designs, Inc. and no part thereof shall be copied, disclosed to others, or used in
connection with any work, project bid other than the specific project for which they have been prepared and
developed for, without the written consent of Matrix Audio Visual Designs, Inc.
Visual contact with these drawings or specifications shall constitute conclusive evidence of acceptance of these
restrictions
Agreement No. 7272
MATRIX AUDIO VISUAL DESIGNS, INC.
Matrix AV
Audio Visual, lighting and Control System Design and Integration
License # 765990
Small Business/Women Owned Company
Corporate Profile
Specialty: Audio-visual, lighting, IT and control system design and integration
Location: 2525 W. Burbank Blvd., Burbank, CA 91505
Contact Information:
T. 888 883-4836 or 818 841-4700
E. info@matrixay.com, customerservice@matrixay.com
e: www.matrixay.com
Corporate information: Matrix AV has been in Business since 1991, an S- Corporation with Employee
Identification Number 95-4748016
License Information: C7 & C10 License # 765990
Department IndustrialAffairs: DIR 1000035321
Registered allBusiness: 1794921
Registered Business: RCWOSB2139
Cage Code: 1 MTM3
Agreement No. 7272
Multimedia and Technology Solutions
Matrix Audio Visual Designs Inc. is an audio, video, lighting and control systems design and integration firm
located in Burbank, California. We integrate technology based solutions for private businesses, educational
institutions, houses of worship, military, and government. Since 1991 we have been satisfying our clients by
creating relationships as strategic design/build partners, providing elegant solutions to their current needs
while concurrently planning for their future.
We own our building, a 7500 square foot facility in Burbank, accommodating approximately 2500 square feet
of warehouse space, 700 square feet of office space assigned to engineering and administration, 700 square
feet of service area with two service benches populated with test equipment, and 1100 square feet assigned to
staging and testing.
Our Goal
Some solutions are simple; however, all solutions, regardless of scale, require personalization. Our goal is not
to try and sell you a box and it is not to oversell. These two practices do not ultimately serve you in your best
interest. Our purpose is to provide you with a solid, integrated system, incorporating the functionality you
require controlled effortlessly by an interface tailored to you. Realization of our goal is achieved when the
integrated solution becomes an extension of the user: Functional, intuitive, and second nature. We achieve this
end result by the following procedures.
0 Needs analysis and feasibility studies
Conceptual systems and facilities design
0 Interaction, and dialogue with our clients' developers, architects, engineers, interior designers, and
contractors
• Detailed, in-house system engineering and complete integration
IsProject implementation and management
Training and on -site operations
These practices ensure your integrated solution is customized for your specific requirements.
Agreement No. 7272
Solutions that Work for You
Matrix Audio Visual Designs Inc. works with you and for you to create your complete, integrated solution. From
small meeting rooms with a single display to your digital signage needs to large group presentations
incorporating streaming graphics, live video and multi -channel audio, Matrix Audio Visual brings to reality your
requirements of dynamic multimedia installations. With our customized user interfaces even the most complex
and technical systems are clear to understand and effortless to use. Our approach to system design and
installation is to provide a turnkey solution for you, our client. From conceptualization and need analysis to
design and installation we believe working with our customers is the only method of providing beneficial,
reliable installations.
Realizing Your Needs
To achieve the best possible end result we believe in starting with the client. Technology is dynamic and ever -changing.
Our expertise in the fields of architectural acoustics, audio and video system design, sound reinforcement, grounding
and wiring techniques allows us the unique position of providing an integrated solution which will fit your requirements
and fit your budget. Our knowledge of technology ergonomics and our experience with user interface simplicity
positions Matrix Audio Visual Designs as a powerful partner to turn your goals into reality.
Some of our integrated systems have included:
• Auditoriums
• Boardrooms
• Houses of Worship
• Conference Centers
• Command and Control Centers
• Classrooms and Training Rooms
• Technology Demonstration Centers
• Council Chambers and Public Assembly areas
Ease of use, flexibility, and planning for future technology are hallmarks of our approach. We, at Matrix Audio Visual
Designs, know how to deliver these to you, our client.
Agreement No. 7272
Our Expertise
We are experts in the following disciplines:
• Audio Conferencing
• Video Conferencing
• Audio and Video distribution over IP
• RF Distribution
• Broadcast Systems
• Paging and mass -notification systems
• High definition signal switching
• Sound masking systems for open office spaces
• Background music
Lighting control systems
• Control system design and integration including iPad as user interface
For more information please go to our web site: ww ,matdxay,corn
✓/, /i / � / /,� / /,/// /�/,, / / / ,///,/� //ice,
We are immensely grateful for the chance to offer our proposed solution to fulfill your AV needs. At Matrix AV, our
primary focus is on you, the customer, and we take pride in our commitment to providing you with exceptional service.
Our business revolves around delivering cutting -edge Technology Service Solutions, and it's not just a slogan; it's our
ethos. Thank you for considering us, and we look forward to serving you with our best possible efforts.
Information worth mentioning.
Notice of Confidentiality:
Please note that the information contained in this communication/proposal is strictly confidential and intended solely for
your use. It should not be shared with any third party, including our competitors. We have dedicated significant time,
effort, and resources to training, education, and staying up-to-date with the latest technology to deliver the best solutions
to our clients.
The drawings, specifications, concepts, designs, and arrangements included herein are the tangible property of Matrix
Audio Visual Designs, Inc. They are solely intended for use in the project for which they have been developed and
prepared. No part of this material may be copied, disclosed, or used in connection with any other work or project without
the express written consent of Matrix Audio Visual Designs, Inc.
By accessing these drawings or specifications, you acknowledge and accept these confidentiality restrictions. Please
ensure that all members of your team are aware of these terms and that they comply. with them.
Training: At Matrix AV, we believe that training is an essential part of any successful project, regardless of its size or
complexity. That's why we are committed to providing tailored training solutions that meet the specific needs of our
customers. Whether you have a small or large project, our team will work closely with you to identify your unique training
requirements and develop a comprehensive plan to ensure your team is fully equipped to operate and maintain your new
system effectively. Our goal is to provide you with a seamless experience from start to finish and beyond.
Source code and configuration files: At Matrix AV, we understand the importance of the source code, configuration
files, and other programming components that comprise the audio, video, and control systems we design and install. We
believe that our customers should have full ownership of these essential components to ensure they can maintain and
upgrade their systems over time. Therefore, we provide our customers with complete access to the source code,
configuration files, DSP files, and network topology files associated with their systems. We will work with you to ensure
that you have all the information you need to manage your system effectively and provide ongoing support as needed.
Agreement No. 7272
Job Site Hours: Job site hours are from 8:00 AM to 4:30 PM. It is expected that all work will be performed during these
hours unless otherwise agreed upon in advance.
Cabling: The proposal includes comprehensive cabling services, including cable selection, installation, termination, and
testing to ensure optimal system performance.
Insurance: Commercial general liability each occurrence: $1,000,000.00 General aggregate: $2,000,000.00
Automobile liability: $1,000,000.00
Umbrella liability each occurrence: $5,000,000.00 Aggregate: $5,000,000.00
Warranty: The system includes one year of warranty for parts and labor. This warranty excludes batteries and other
consumable items.
Clean up: After the work is complete, clean up the area, remove all debris, and discard packaging material,
Public Works: This project is a Public Works projects and thus the Prevailing Wage rates apply,
General Scope:
No site visit has been conducted for this project.
The scope includes furnishing and installing a 65" flat -panel display, installing a 65" flat -panel display, installing and
articulating on a brick wall, and mounting the display on an articulating arm to provide flexibility in viewing angles and
access.
The display will utilize its built-in USB port to support a USB drive, which the City will use to display upcoming City events..
This setup ensures a simple, user-friendly solution for sharing information with the community.
01.28.2025 - Added prevailing wage rate.
After Hours and Shift Work: Kindly be aware that this proposal only covers work conducted during regular hours
(straight time) and does not encompass after-hours, shift work, or weekend work. If these services are needed, they will
incur additional charges. The details of such charges will be outlined and mutually agreed upon in a separate agreement
or contract.
Electrical: Please note that the quote provided does not include any electrical work or conduits required for the
installation. If such work is necessary, our team will be happy to provide you with a separate quote for these services. Our
goal is to be transparent with our pricing and ensure that our customers are fully informed about the scope of work and
associated costs before proceeding with any project.
Customer Name: City of Montclair
Project Name: Council Chambers AV Upgrade integrated with an upgraded Senior Center and Gym AV system.
Customer Contact: John Nguyen
Customer contact information: T. 909 625-9409 E. iLLquyenfLPt ua:A tclaA� as r
Agreement No. 7272
Project overview: The City of Montclair and Matrix AV have forged a longstanding partnership marked by
innovation and collaboration. In 2007, Matrix AV was entrusted with the task of modernizing the council
chambers' antiquated AV system through a competitive RFP process. This comprehensive upgrade
encompassed audio, video, and control systems, complemented by a meticulous refurbishment of the dais and
staff tables undertaken by a reputable millwork contractor.
Since then, our collaboration has been characterized by a commitment to staying at the forefront of audio-
visual and control system technologies. Over the years, we have seamlessly expanded the system's capabilities
to encompass key venues such as the gymnasium, senior center, and theater room, enabling overflow from
City Hall meetings to these spaces as needed.
In a testament to our ongoing dedication to innovation, in January of 2023, we proudly introduced an exterior -
rated LED video wall system, further enhancing the city's ability to communicate and engage with its residents
and visitors. This milestone stands as a testament to our unwavering commitment to providing cutting -edge
solutions that meet the evolving needs of the City of Montclair.
To this date we have on -going projects with the City,
Customer Name: Town of Apple Valley
Customer contact: Brandon Cales
Customer contact information: T. 760 961-6260 E. 13cale (,�a�i2�lell �Lc)r�
Project overview: Matrix AV spearheaded a comprehensive upgrade of the AV systems at both the council
chambers and the conference center, revolutionizing the Town's capabilities for communication and
collaboration. Leveraging cutting -edge AVoIP technology, we designed and installed a state-of-the-art system
that seamlessly integrates audio and video protocols, ensuring optimal performance and flexibility.
By harnessing the power of the Town's existing network infrastructure, our solution enables effortless overflow
from the council chambers to the conference center during critical and high -attendance meetings. This
strategic enhancement not only maximizes the utility of existing resources but also enhances the Town's ability
to accommodate important gatherings and engage with its constituents effectively.
To this date, we have on -going projects with the City.
Customer Name: City of Fontana
Customer contact: Jennifer Barcenas
Customer contact information: T. 909 350-6676 E. `P ara tcias(( foritai°,i,ol
Project overview: The City of Fontana enlisted Matrix AV to conduct a thorough assessment of the existing
system at the Steel Workers Auditorium and propose a comprehensive upgrade strategy. Upon evaluation, it
was evident that the video system relied on outdated VGA distribution technology, while the audio system was
non-functional.
In response, our tailored plan encompassed a holistic upgrade, addressing deficiencies across audio, video,
and display systems. Furthermore, we proposed the integration of a robust control system, specifically tailored
to meet the diverse operational requirements of the City. By modernizing both the hardware and control
Agreement No. 7272
infrastructure, our solution aims to not only rectify existing issues but also future -proof the auditorium,
ensuring seamless performance and enhanced functionality for the City of Fontana and its constituents.
Furthermore, Matrix AV was entrusted with the upgrade of the AV systems not only in the council chambers
but also across several key sites in the City, including the Jessie Turner Community Center and the Senior
Center. This significant expansion of our partnership underscores our unwavering commitment to delivering
exceptional service and unparalleled workmanship.
To this date we have on -going relationship and projects with the City,
Customer Name: City of Hesperia
Customer contact infroamtion: Michael Assumma
Customer contact information: T. 760 947-1831 E. massunr°rw�cit cfkes a'�.us
Project overview: After a thorough evaluation of potential AV contractors, the City of Hesperia selected Matrix
AV as its system integrator for the comprehensive upgrade of its AV infrastructure. Matrix AV embarked on this
project by meticulously analyzing the City's requirements and crafting a strategic plan to modernize the AV
system, prioritizing the adoption of the latest AV over IP (AVoIP) technology. Departing from the previous
HDBaseT distribution system, Matrix AV recommended the implementation of an AV over IP distribution
system, leveraging digital audio and video endpoints and employing Crestron's NVX system for seamless
integration.
To enhance the audio capabilities, Matrix AV deployed a sophisticated Biamp audio Digital Signal Processing
(DSP) system, incorporating AVB and Dante network audio technologies across the City Hall and overflow area.
This implementation streamlined microphone connectivity, eliminating the need for cumbersome cable
clusters and instead utilizing a network -based approach, requiring only two or three network cables per
microphone group.
Customer Name: Fontana Unified School District
Customer contact infroamtion: Vincent T. Harrison
Customer contact information: T. 909 357-7635 X29120 E. vinceh@fusd.net
fusd.net
Project Overview: Matrix AV was commissioned to upgrade the AV system within the John D. Piazza
Boardroom. This comprehensive project encompassed a full-scale enhancement of the audio infrastructure,
involving the installation of loudspeakers, digital signal processors, as well as the setup and programming of
an Allen and Heath mixing console, along with both wired and wireless microphone systems. On the video
front, the project included the integration of a Christie Digital projection system alongside multiple cameras
for session recording and streaming purposes. Furthermore, by tightly integrating the control system with the
AV infrastructure, Matrix AV delivered a user-friendly interface enabling seamless control over both audio and
video components. Notably, the control system facilitated a voting mechanism for tallying votes and displaying
results on the projection system, in addition to enabling streaming services for public viewing.
Matrix AV is currently engaged in projects with Fontana USD.
Agreement No. 7272
Finally, our prornise to you
At Matrix AV, we are committed to providing our customers with exceptional service and expertise. Our promise to you
includes conducting ourselves in a professional and respectful manner at all times. We only use reputable manufacturers
from the AV and IT industries who stand behind their products, ensuring that you receive a professionally designed and
installed system that meets your specific needs.
We are committed to an unbiased decision -making process when selecting equipment, and we always strive to be truthful
and accurate in all aspects of our work. Our team is dedicated to staying up-to-date with the latest advancements in
technology and continuing to improve our technical knowledge and skills.
Finally, we are committed to educating the public about the AV industry and the benefits of implementing high -quality
audio and visual solutions in various settings. Our goal is to provide you with a reliable, efficient, and cost-effective system
that enhances your operations and exceeds your expectations.
r
L[brc',,ory:
Chief TS318TU
Medium Thinsta JITI Dual Swing Arm Wall Display Mount - 18 $389.22 S389 22
Inch Extension
Samsung QB65C
QB65C 65 INCH Smart 4K Large Format Display $781.25 S78 1.25
Main Library: Lobby Total
$1,170.47 *
' Subtotals do not include Tax, Shipping and Misc. charges. Refer to project summary
Agreement No. 7272
Project Summary
Equipment:
$1,170.47
Miscellaneous:
$58.52
Sales Tax:
$116.75
Shipping:
$23.00
Labor:
$1,652.50
Grand Total:
$3,021.24
Sales ta\ is calCUlated 1Jasecl on the cwient sales ta`< and it is to change
Payment Schedule
Amount
Initial Deposit
$1,359.56
Final Payment
$1661.68
Client: City of Ell Segundo
Name:
Date
Contractor: Matrix Audio Visual Designs, Inc.
CSLB #: 765990
Hovik Mirzakhanian
Name:
Date