Loading...
HomeMy WebLinkAbout2015-05-19; City Council; 21965; Approving Agreement Western Audio VisualCITY OF CARLSBAD - AGENDA BILL AB# 21,965 ADOPT RESOLUTION APPROVING PROFESSIONAL SERVICE AGREEMENT WITH WESTERN AUDIO VISUAL FOR $348,006.37 OF AUDIO VISUAL IMPLEMENTATION SERVICES FOR THE CITY COUNCIL CHAMBER DEPT. DIRECTOR ^(PAl. MTG. 5/19/15 ADOPT RESOLUTION APPROVING PROFESSIONAL SERVICE AGREEMENT WITH WESTERN AUDIO VISUAL FOR $348,006.37 OF AUDIO VISUAL IMPLEMENTATION SERVICES FOR THE CITY COUNCIL CHAMBER CITY ATTY. W-^^ DEPT. ASD/IT ADOPT RESOLUTION APPROVING PROFESSIONAL SERVICE AGREEMENT WITH WESTERN AUDIO VISUAL FOR $348,006.37 OF AUDIO VISUAL IMPLEMENTATION SERVICES FOR THE CITY COUNCIL CHAMBER CITY MGR. h ^ RECOMMENDED ACTION: That City Council adopt Resolution No. 2015-120 approving Professional Service Agreement with Western Audio Visual for audio visual installation services for the council chamber, for a total not to exceed amount of $348,006.37. ITEM EXPLANATION: Most of the city's existing audio visual equipment is based on outdated technology, is reaching the end of its expected service life and is in need of a significant upgrade. As a result it has become increasingly difficult and more costly to get parts, have maintenance performed and be confident our audio visual systems will perform when needed. Over the past three years, the city has spent more than $40,000 in maintenance, component replacements and general troubleshooting of the city's audio visual systems. Even with this investment, the systems are not performing at an acceptable level. As part of the city's efforts to update its audio visual systems, an audio visual design firm was selected in March 2014. The firm completed an assessment of current and future audio visual needs and designed updated systems for the City Council chamber, as well as other city meeting venues. In February 2015, the city issued an RFP for implementation of the new audio visual system in the City Council chamber, which has the most complex needs, including video production capabilities, integration with the city cable channel, electronic voting and integration with agenda management software. Three proposals were received and reviewed by a diverse group of city staff, including end users, subject matter experts and the core project team. The best value evaluations clearly identified Western Audio Visual as the preferred vendor to conduct the implementation services for the City Council chamber. The project includes: • New microphones and speakers so that those watching the Council meetings in the chamber, in the overflow area, on the cable channel and online can clearly hear the proceedings without interference. Current microphones and speakers are unreliable and often experience interference. • Updated video production equipment to replace equipment that has reached the end of its expected service life. • New lighting that will provide more uniform and comfortable illumination for those in the chamber and provide a clearer picture for those watching on the cable channel and online. DEPARTMENT CONTACT: Chuck Miller 760-602-2484 Chuck.Mjller(5)carlsbadca.gov FOR CLERK USE. COUNCIL ACTION: APPROVED • CONTINUED TO DATE SPECIFIC • DENIED • CONTINUED TO DATE UNKNOWN • CONTINUED • RETURNED TO STAFF • WITHDRAWN • OTHER - SEE MINUTES • AMENDED • REPORT RECEIVED • • New computers for staff presentation table to replace existing, older models. • New staff table designed to accommodate audio visual equipment, eliminating the safety hazard associated with exposed cords. • Touch screen displays on the dais, enabling speaker request queuing and voting. • New and additional displays that will enable members of the public to clearly view presentations from all areas of the chamber. Currently, the display is not visible to those sitting on the east side of the building. • New voting system that integrates with the agenda management software and shows vote results in the chamber and on the cable channel and streaming service. As the Council Chambers is the most complex city audio visual project and includes equipment that would be utilized in future implementations at the Safety Training Center, Libraries, Conference Rooms, etc. and in order to establish a strategic partnership to maintain a consistent set of standards for audio visual equipment, installation, configuration, maintenance and support; the city will utilize Western Audio Visual for future city audio visual implementations. FISCAL IMPACT: The cost of the City Council chamber audio visual contract is not to exceed $348,006.37. This project is being funded by Local Cable Infrastructure funds. ENVIRONMENTAL IMPACT: Pursuant to Public Resources Code section 21065, this action does not constitute a "project" within the meaning of CEQA in that it has no potential to cause either a direct physical change in the environment, or a reasonably foreseeable indirect physical change in the environment, and therefore does not require environmental review. EXHIBITS: Exhibit 1 Resolution No. 2015-120 Exhibit 2 Professional Services Agreement with Western Audio Visual DEPARTMENT CONTACT: Chuck Miller 760-602-2484 Chuck.Miller@carlsbadca.gov FOR CLERK USE. COUNCIL ACTION: APPROVED • CONTINUED TO DATE SPECIFIC • DENIED • CONTINUED TO DATE UNKNOWN • CONTINUED • RETURNED TO STAFF • WITHDRAWN • OTHER - SEE MINUTES • AMENDED • REPORT RECEIVED • EXHIBIT 1 1 RESOLUTION NO. 2015-120 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING THE PROFESSIONAL SERVICE AGREEMENT WITH WESTERN AUDIO VISUAL FOR $348,006.37 OF 4 AUDIO VISUAL IMPLEMENTATION SERVICES FOR THE CITY COUNCIL CHAMBERS 5 " ^ WHEREAS, the City's existing audio visual equipment is based on outdated technology 7 .. and is in need of a significant upgrade; and 8 WHEREAS, an audio visual design firm was selected in March of 2014; and 9 WHEREAS, in February of 2015 Information Technology (IT) department staff and 11 subject matter experts (SMEs), developed a request for proposal (RFP) for audio visual 12 implementation services; and WHEREAS, three vendors responded to the RFP and after performing a best value analysis Western Audio Visual was selected as the vendor to provide audio visual implementation services for the city council chamber; and WHEREAS, in accordance with the terms of the RFP, the successful selection of the 18 vendor establishes them as the standard audio visual implementer for the city; and 19 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, 20 California, as follows that: 21 1. The above recitations are true and correct. 22 2. The City Council of the City of Carlsbad awards a one year Professional Service 23 24 Agreement contract in amount not to exceed $348,006.37, to Western Audio 25 Visual for audio visual implementation services for the city council chamber. 26 27 28 13 14 15 16 17 3 1 2 3 4 // 5 6 // 7 // 8 // 9 // 10 // 11 // 12 13 // 14 // 15 // 16 // 17 // 18 19 // 20 // 21 // 22 // 23 // 24 // 25 26 // 27 28 3. The Mayor of the City of Carlsbad is authorized to execute the Professional Service Agreement with Western Audio Visual for audio-visual implementation services on behalf of the City of Carlsbad. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 19th day of May 2015, by the following vote to wit: AYES: NOES: ABSENT: Council Members Hall, Blackburn, Schumacher, Wood, Packard. None. None. MATT HALL, Mayor ATTEST: BARBARA ENGLEfiOINl City Clerk (SEAL) .> VJ - IIR P i, •. ^ AGREEMENT FOR AUDIO VISUAL INSTALLATION SERVICES WESTERN AUDIO VISUAL THIS AGREEMENT is made,and entered into as of the I day of .\\{Ll\^ 20\^ by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), ar^jWESTERNAUDlO VISUAL, a corporation, ("Contractor"). RECITALS A. City requires the professional services of an audio visual installer that is experienced in upgrading, replacing and integrating current audio visual technology. B. Contractor has the necessary experience in providing professional services and advice related to audio visual installations. C. Contractor has submitted a proposal to City in response to a Request for Proposal, was selected based on a best value selection process and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of 1 year from the date first above written. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed three hundred forty eight thousand six dollars and thirty seven cents ($348,006.37). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be City Attorney Approved Version 4/1/15 \^^^r necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or Its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election. City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors In connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The Insurance carrier is required to have a current Best's Key Rating of not less than "A-:VU"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. City Attorney Approved Version 4/1/15 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage Is inadequate. Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liabilitv Insurance. $2,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability, (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required Insurance policies and endorsements. City Attorney Approved Version 4/1/15 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carisbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be cleariy identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all wori< product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv For Contractor Name Chuck Miller Name Erik Wilson Title IT Project Manager Title Director of Engineering Department Information Technology Address 6353 Corte Del Abeto suite 106 City of Carisbad Carisbad, CA. 92011 Address 1635 Faraday Ave Phone No. 760-438-8676 Carisbad, CA. 92008 Email erikw@wav1.com Phone No. 760-602-2484 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully Informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance City Attorney Approved Version 4/1/15 c o of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements. Including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not othenwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be fonwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be fonwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion. City Attorney Approved Version 4/1/15 to deduct from the Agreement price or consideration, or othenwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim Is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public wori< or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version 4/1/15 IQ J 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) (print name/title) ATTEST: (sign here) / (print nam BARBARA EMGUESON City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREVa^rCitv Attorney City Attorney Approved Version 4/1/15 c EXHIBIT "A" SERVICES TO BE PROVIDED BY WESTERN AUDIO VISUAL IN SUPPORT OF CARLSBAD CITY COUNCIL CHAMBER INSTALLATION SCOPE OF WORK The Council Chamber and related control systems will be upgraded to utilize current, reliable and supportable technology to allow the City to conduct Council and Committee meetings and other presentations requiring internal AV support and broadcast. The new Council Chamber AV system will include two video wall displays, local sound reinforcement, audio and video recording, multiple cameras and presentation distribution to cable broadcast and online streaming. An integrated control system will be used to allow easy and intuitive user control of the system. The control system is to provide full system control, including selection and control of source devices, presentation switching, and audio control. The adjacent Council Conference Room and Outside Overflow will support live non delayed video and audio, and the Council Lobby will support live audio. Facility electronic, electrical, millwork, structural and infrastructural design, engineering and modification are required to support the intended upgrade and are included as a part of this work. All old equipment and associated racks will be removed except where identified to be reused. All wiring will be dressed and terminated properiy. Cable wiring management will be put in place for easy access, testing and replacement of cables as needed. Cables/cords will be labeled as well as all outlets and connections. DAIS The Council Chamber has a nine-position dais at the front of the room. Each seated location will have a mounted gooseneck microphone, mute switch, and speaker. The five council positions will also each have an Owner Furnished Equipment (OFE) Agenda Management System PC that will remain separate from the AV system. The microphones will be used for local sound reinforcement, audio conferencing, recording, and distribution to broadcast. The speakers at the dais will support mix minus local reinforcement for greater intelligibility of speech and presentation audio. The existing voting interfaces, mute switches, and microphones are to be removed, millwork modifications made; including replacement of the dais surface, and new devices installed. STAFF POSITIONS The Council Chamber has four Staff positions. There are three positions at a new custom staff table in front of the dais and one Assistant Clerk (AC) Position adjacent to the Dais in front of the City Clerk at a new custom work station. Each position will have a mounted gooseneck microphone and mute switch. The microphones will be used for local sound reinforcement, audio conferencing, recording, and distribution to broadcast. City Attorney Approved Version 4/1/15 The AC position will be a custom built removable work station that is 42"x30" with a black laminate finish and caster base provided by Western AV with a cable umbilical connecting to a custom plate on the front of the Dais. City must approve all finishes. The AC work station will support an Auxiliary PC input via an input plate with HDMI, VGA and Analog Audio, a 10" touch panel, gooseneck microphone, mute switch, and work surface space for two OFE PC's/laptops. The Staff Table will be custom built permanently installed table that is 108"x36" with a black laminate finish provided by Western AV. City must approve all finishes. The existing table is to be removed. The table will provide enough space for three staff members to sit on one side facing the Dais. The table will support an OFE Presentation PC and Monitor, an Auxiliary PC Input with HDMI, VGA and Analog Audio, a 10" touch panel, three gooseneck microphones, and three mute switches. The OFE PC monitor must be mounted below the table surface in a monitor housing and be viewable through a glass cover inlayed in the table surface. Connectivity of the devices to the system will be provided through the existing floor box. Table surface connectivity of the auxiliary PC input, touch panel, 3 power outlets, and 2 USB connections to the Staff PC shall be provided in an in-table box. Microphones and mute switches shall be mounted in the table surface. The City will provide the OFE Presentation PC per Western AV's specifications and Western AV will be responsible for providing the monitor to be mounted below the table surface. The OFE Presentation PC must be built in to the table and accessible for Blu-Ray/DVD access. The staff touch panels will be the primary Chamber presentation control point for use during Council meetings to control the AV presentation systems and will be used to select and control the presentation media to be displayed in the Chamber, audio volume, audio conferencing microphone control, and video preview of all available sources. Podium The existing podium will be reused in place. A new gooseneck microphone will replace the existing microphone. Control of the podium mute will be provided on any of the touch panels. VIDEO AND COMPUTER SOURCES Council Chamber presentation sources to be displayed in the Council Chamber will be the Presentation PC at the Staff Table, a laptop input at the Staff Table, a laptop input at the AC position, an auxiliary laptop input in the Broadcast Control Room, an OFE Operators PC in the Control Room, cable set top box feeds from the Broadcast Control Room, and Broadcast Program Output. VIDEO DISPLAY The Chamber will utilize two (2) new high-brightness, ADA compliant, 2x2 video walls, with 55" displays, capable of displaying full hi-definition 1080p images. The existing projection screen and projector will be removed. The video walls will be installed on opposite walls with one video wall being installed in the location of the existing projection screen and the other in the same location on the opposite wall. Westem AV will be responsible for modifying the bulletin board system to make accommodations for the displays. This includes wall mods, drywall patching and painting. Western AV will remove the existing voting display boards and patch, paint as required. The video walls will be used to display a single large presentation source image from any of the available computer or video input devices. Selection of the sources to be displayed City Attorney Approved Version 4/1/15 on the display system will be controlled by the integrated control system from any of the operator touch panels. Westem AV to modify the map board wall to allow the 2 x 2 video wall to be placed in the same general area as the displays across from them. This includes wall mods, drywall patching and painting. AUDIO REINFORCEMENT AND ASSISTED LISTENING Fourteen (14) gooseneck microphones, two (2) wireless lavaliere microphones, and two (2) wireless handheld microphones will be used for voice reinforcement and presentation support. All wireless microphones will be rechargeable via dual docking charging stations located in the Broadcast Control Room. The video and computer sources are to provide media audio. A multi- zone distributed loudspeaker system will be employed for mixed media, audio conferencing, and voice audio reinforcement in the Council Chamber, Council Chambers Lobby, Conference Room, and Outside Overflow Area. New individually zoned loud speakers will be installed on the Dais to provide mix-minus audio to the Dais. The existing ceiling mounted speakers will be removed and replaced with new speakers 8" ceiling mounted speakers. The existing overflow speakers in the Outside Overflow Area will be re-used. The loud speakers will be amplified from the audio equipment rack located behind the Dais. The audio will be mixed and managed using a DSP based mixer/router that will provide equalization, limiting, and feedback control. Volume level for the Council Chamber and Council Chambers Lobby speaker systems will be available via the control system and is to be controlled remotely from any touch panel. Volume control in the Council Conference Room will be from a wall mounted dial. Volume Control and selection of the Outside Overflow Area will be made from the any touch panel. An assisted listening system is to be supplied to support additional audio reinforcement in the Chamber. The system will utilize an induction hearing loop for use with compatible hearing aids and seven (7) rechargeable belt-pack style receivers that can be used with attached head phones. CAMERA SYSTEM A hi-definition multi-camera system will be utilized for cable broadcast and video archival of meetings. There will be four (4) remotely controlled cameras located in the Council Chamber. The cameras will have integral remotely controlled pan and tilt motors and will utilize power zoom and focus lenses. Cameras shall be single-chip broadcast quality cameras equipped with a multi-element 30x optical glass auto-focus zoom lenses. Remote control of white balance, color correction, and other available settings and controls will be available via camera control units (CCU) to be located in the Broadcast Control Room racks. High quality lenses, suitable for broadcast use, shall be capable of remote control of focus, zoom, and iris. The integral lenses shall be capable of close-up head shots of people seated at the dais and other locations. Joystick type camera and touch screen production controllers, integrated with the production switcher, will be located in the Broadcast Control Room for control of all cameras pan, tilt, zoom, focus, and other controls as required. Two cameras will be located in the rear of the chambers with one camera in the center back and one camera on the side wall in the left back as you enter the chambers. Two cameras will be in-wall mounted in the front of the chamber on opposing sides of the seal to capture staff and presenters from the podium. BROADCAST MONITORING 10 City Attorney Approved Version 4/1/15 c • Broadcast room to be completely emptied, including any wall mounted devices. Any holes, blemishes, etc. to be patched/painted as required. A new console for the broadcast room will be provided and installed by Western AV. A 48" display configured with 10 windows provided by a multi-viewer shall be installed in the Broadcast Control Room for easy viewing by the Operator and shall provide broadcast production monitoring. Any currently selected presentation source displayed in the Council Chamber is to be available for distribution to one of the windows through a digital matrix router. AV Operator control of video and audio routing will be perfonned utilizing a 10" touch panel control interface. All cameras video signals are to be distributed to a dedicated window and to individual inputs of a hi-definition video production switcher. Program video from the switcher is to be distributed to multiple router outputs sufficient to provide program video to all video recording devices and to the cable broadcast modulators. Video and mixed voice reinforcement and media audio will be embedded in the video with the video distribution signal. The digital video recording and playback system is to include software programmable for unattended looping playback on a time scheduled basis. The monitoring, routing and control equipment is to be located in racks or in the operator's console in the Broadcast Control Room and is to be controlled from the Control Room operator's position. BROADCAST SYSTEM The broadcast systenn will be housed In the Control Roonn. The broadcast system will provide selection and complete control of the cameras, as well as selection of all source devices for the broadcast feed. Camera feeds in HD-SDI and Computer Inputs from the Council Chamber utilizing hi-resolution digital HDMI signals are to be scan converted and scaled to a common digital output format and frequency for distribution to the broadcast system components. Selection of sources for broadcast will be through a broadcast-quality video production switcher with six (6) inputs that will be paired with a 22" touchscreen multiviewer that allows all presets and camera positions to be displayed and activated by touching the "video thumbnail" of the preset. The touchscreen multiviewer will be configured to display six input windows and two larger "Preview" and "Program" windows with red and green tally window borders. In addition, each camera input can have up to 12 stored "video thumbnail" preset camera shots. Character and graphical overlay will be accomplished with a high-quality, keying, down- stream character generator. Source preview and program monitoring will be through 48" display with a 10 window multiviewer configured to provide continuous monitoring of all cameras, video walls, character generator, presentation switcher and broadcast program. Three (3) 22" monitors will be mounted on the wall of the Broadcast Control Room and will continuous monitoring of incoming cable feeds from Time Warner and ATT Uverse via OFE provided set top boxes and broadcast signal output. Broadcast output will be distributed to a press plate with two (2) HD-SDI and four (4) XLR connections, OFE Agenda Management System HD-SDI encoder for web steaming and recording, a Tightrope Cable Cast system for broadcast distribution and recording, a Blu-Ray DVD Recorder, and two cable modulators (ATT Uverse and Time Warner). The Tightrope system will also be used to play live broadcast and time scheduled looping video and audio to the OFE cable modulators 24/7. City Attorney Approved Version 4/1/15 11 "1 All broadcast video and control equipment will be housed in or on a custom broadcast style operator console system which will incorporate racks, desk space, and other accessories as required to provide a workspace which is aesthetically pleasing and operator-friendly. Source audio for the broadcast and recording will be available as mixed microphone and media audio from the Council Chamber which shall be distributed to multiple outputs on the digital audio mixer/router for distribution to the broadcast system recorders and the cable system modulators (supplied by others). A pair of stereo speakers will also be included for monitoring of available audio signals. All audio and video signals into and out of all devices in the broadcast system will be routed through digital routing systems located in the Broadcast Control Room racks. An override system for direct routing from the presentation switcher to the Agenda Management System encoder and the broadcast modulators shall be provided to be used in case routing system failure. CONTROL SYSTEM GENERAL DESCRIPTION An integrated AV control system will be included in the Council Chamber system. Functionality of the control system will include, but is not limited to, system power control, selection and control of source devices to be displayed on the video wall, presentation router control, microphone muting. Chamber ceiling speaker volume level control, and video source preview. The primary control point of the presentation system will be located at the staff positions in the Council Chamber. Duplicate control capabilities will also be provided in the Broadcast Control Room. The control system will be connected to a rack mounted networked controlled UPS units located in the control room. In the event of power outage, the UPS will provide sufficient power to shut down the system in the proper fashion without damaging any equipment. When power is restored to the system, the system will power up and return to its default state. A system to allow remote monitoring, troubleshooting, and connection to all controlled devices shall be provided. 2. CONTROL SYSTEM FUNCTIONALITY GUIDE General Guidelines Touch Control Panels Touch Control Panels are to allow the operator to have access to Council Chamber presentation system controls for system power, display source selection, and video preview of any source. The control system will sufficiently control all devices necessary to allow, upon source selection, seamless and automatic distribution of a selected Council Chamber presentation source device to the video display and to the production system in hi-definition video. Additionally, audio from the selected source device shall be automatically selected and routed to the audio mixer while all unselected source devices are muted. City Attorney Approved Version 4/1/15 12 Control pages, panels or buttons will be laid out logically and symmetrically with a minimum of page flips, pop-ups or button changes for standard control functions. Background colors and button colors shall be coordinated with the City prior to site installation. B. Microphone Mute All table mounted gooseneck microphones shall have an adjacent mute button mounted in the dais or staff millwork. The dais mute button location shall be approved by the city and shall provide visual status feedback of the microphone mute function. The podium microphone mute function will be controlled from the touch panels only. DAIS MILLWORK MODIFICATIONS The Council Chamber dais and staff millwork is to be redesigned, modified and updated to accommodate the new AV and control components. Modifications are to be coordinated with City staff and detailed designs and specifications are to be documented and approved by the City. Millwork at the dais Council positions will be modified after removal of the existing electronic components to accommodate the new audio and control devices and to provide a complete and finished look. New material will be installed and finished to match the existing millwork as required. COUNCIL CONFERNCE ROOM AND OVERFLOW The system shall provide a live un-delayed broadcast audio and video feed to the Council Conference Room. Distribution of the feed will be controlled by any of the touch panels. The video feed shall be displayed on the OFE existing display. Source selection on the display will be from the manufactures remote. New loudspeakers will be installed in the ceiling and volume will be controlled by a wall mounted dial and shall provide a live un-delayed audio from the chambers. The Outside Overflow Area shall support live un-delayed audio and video from the Chambers. Audio will be distributed to the exiting OFE loudspeakers. Video will be distributed to two displays on movable carts. Two custom plates will be installed on the outside of the chambers for connection of receivers mounted on the back of the displays. Control of the displays and audio will be provided on any of the touch panels. LIGHTING All ceiling tiles and existing lighting fixtures (except front wall washes) will be removed. New ceiling fixtures will be installed per manufactures drawings. This includes the physical installation and all electrical work. Some fixtures might need slight position modifications due to any mechanical obstructions above. Two new wall switches will be installed near the entrances to the council chambers and will control all lighting scenes. Additionally, the AMX control system will allow users to control the lighting system from the system. After all ceiling woric has been performed (ALS installation, Speaker installation. Lighting installation) the ceiling tiles can be replaced. AU ceiling tile work will be done by others. System Configuration and Programming Western AV will provide products, services, and a single site license to the end user specific to the Council Chamber as outlined in this system specifications. City Attorney Approved Version 4/1/15 13 /7 Development Western AV will develop controls programming in accordance with the detailed specifications provided by Client. The specifications should include a document listing all pertinent equipment including device make and models, system drawings, detailed control, audio and video flow and any other infonnation that Western AV deems pertinent. In the event that the specifications are lacking in detail or, in the opinion of the Western AV engineers, are not feasible, unwieldy or othenvise unable to be completed. Western AV will make recommendations to complete the project and discuss costs and change order requirements. Customer will read carefully and review the Control Functionality touchpanel submittals when presented. These images/document will be signed and returned within one week of presentation and will be the basis for the system development. If no response is received five business days after the Control Functionality Specification is issued. Western AV will assume that it is approved as submitted unless otherwise notified. Any changes after an approval is received can be considered chargeable. Delivery Western AV will deliver the completed system programming and interface design within a reasonable period of time after receipt of purchase order and deposit as outlined in the system quotation. Changes to the system beyond the scope of the original quotation and/or changes or oversights by third parties or Client may cause delays in final delivery and are subject to additional fees. Delivery may be by electronic means (i.e., email) or actual delivery of tangible items and is limited to items specified in the system quotation. Western AV resen/es the right to withhold final delivery until unpaid balances are paid in full. Source Code Upon receipt of final payment. Western AV will grant ownership of the source code to Client. Client acknowledges and agrees that Western AV owns all rights, title and interest in and to all products and services provided by Western AV as pursuant to this agreement and the system quote. Client agrees not to reuse, duplicate or distribute, in whole or in part, any products developed by Western AV without the consent of Westem AV. Any modifications to the source code by any other party other than by Western AV may void the warranty and future support of the system at the sole discretion of Western AV. Personnel Western AV will designate a single Project Manager and a designated Engineer to oversee the installation work for the duration of the project and to ensure that the systems are installed in accordance with the specifications and drawings. The Project Manager will maintain adequate staff and be responsible for installing and testing the system on schedule. Installation Site installation will be performed by a factory trained team of engineers, project managers and installation technicians, as may be required. The installation team will be prepared and equipped to perfomi all necessary work on site. The project manager is authorized to apply all required resources and to immediately resolve any problems that might arise during the installation process. Eguipment and Maintenance Manuals Western AV will provide electronic copies of the system documentation to the City. The documents will include the following: City Attomey Approved Version 4/1/15 14 it i b Service Reference Sheet - A service reference and procedural guideline with Western AV's name, address, telephone, dedicated service email address and Fax numbers. Equipment Manuals - Including copies of individual equipment operation manuals. Equipment List - A list of all system equipment including specialty hardware, by manufacturer and model. As-built Drawings - Infrastructure and wire flow diagrams Training Training will be divided up between Users and Technical Staff User Training is focused on the biggest issue with new technology and that is End-users being scared to touch the system in fear that they will do something wrong. All End-users are given handouts of your touchpanel layouts so they can take notes, but the most important part of the training is the hands on training by each individual to get them to a point where they are comfortable starting the system and operating the system. Once everyone is comfortable using the system the trainer will shut down the system and leave the room. He will direct the group to get the system ready for a meeting. The trainer will return once this has been completed and will review all issues that came up in the process. Technical Training is focused on troubleshooting the most common issues that might come up; the trainer will also take the staff through every piece of equipment. The trainer will then go over the System CAD line drawings so that everyone has an overall knowledge of how the system is connected and interacts with the various components. This is a valuable way to diagnose a problem if you can map it out on the line drawings and trace the problem throughout the system. Someone in this training should be designated as the main technical contact for the system. This would be the person users would go to with any issues, and this person would also be the 1st contact to call Western Audio Visual's service team. Future Training will be done once everyone has had a chance to use the system, typically 3-6 months later. This is also a good time to invite new users to a formal training. All trainings are led by the Lead Engineer who designed the system and worked on the touchpanel layouts with the programmer and client. All trainings end with the introduction of the Western Audio Visual Service Manager, who will be your contact moving forward. Order requirement No work shall be performed without receipt of a hard copy purchase order or other appropriate document authorizing the performance of services and receipt of deposit. Receipt of the deposit is required in order to secure an installation timeline and initiate equipment ordering. Electronic or facsimile transmissions will be acceptable to initiate the start of work, with deposit, with hard copy back-up following. Work Conditions Client shall provide a safe work area complying with all codes and practices and shall provide a facility in a condition to accept the installation of equipment outlined in this scope of work. Any delays caused due to a site that is not safe or ready for Western AV's installation may require a City Attorney Approved Version 4/1/15 15 \.,J v3 change order for rescheduling and/or extra time required due to delays of the installation as quoted. Client Furnished Eguipment (CFE) Or Owner Furnished Eguipment (OFE) And Sen/ices CFE/OFE and/or services are excluded from the scope of this proposal, unless othenvise specified. All CFE specified in this contract must be coordinated and delivered to Western AV prior to final in-shop pre-installation assembly and testing. Warranty The Contractor warrants the AV system; at no cost to the city, against all defects of materials and workmanship, as a system, as well as individual components for a period of 1 year after date of acceptance, or first used (whichever comes first). If individual manufacturers, warranty their equipment for a longer period, the manufacturer's warranty will apply. Extended warranty and preventative maintenance is available as a separate option. Equipment Qty Manuf Model Description Council Chambers - Video Wall Eauipment 8 Planar 997-7460 Clarity Matrix with G2 Architecture MX55HDU:55 in. 1920x1080, 800 nit LCD video wall system. Includes 1 LCD module, required power supply modules, standard length quad controller electronics and EasyAxis mount. Landscape only. 4 Planar 572-4314 Cosmetic Trim for Matrix LX55HDU, MX55HDU-L to cover the Right edge of the LCD. 1 per row of the video wall. Landscape Only. 4 Planar 572-4314 Cosmetic Trim for Matrix LX55HDU, MX55HDU-L to cover the Left edge of the LCD. 1 per row of the video wall. Landscape Only. 4 Planar 572-4316 Cosmetic Trim for Matrix LX55HDU, MX55HDU-L to cover the Top edge of the LCD. 1 per column of the video wall. Landscape Only. 4 Planar 572-4317 Cosmetic Trim for Matrix LX55HDU, MX55HDU-L to cover the Bottom edge of the LCD. 1 per column of the video wall. Landscape Only. 8 Planar 175-0754 Cable Assy, DATA, CATX, 100FT 2 Planar 175-0899 Cable Assy,PWRDC,48V,100FT/3 16 City Attorney Approved Version 4/1/15 6 Planar 175-0993 Cable Assy,PWR,DC,LOOP,8FT Video Source Diaital Media Routina Eauipment AMX FG1060-16 DGX16-ENC-Enova® DGX 16 Enclosure AMX FG1058-570 DGX-I-DXL - DX Link Input Board AMX FG1058-540 DGX-I-HDMI - HDMI Input Board AMX FG1058-550 DGX-O-HDMI - HDMI Output Board AMX FG 1058-580 DGX-O-DXL - DX Link Output Board AMX FG1058-705 DGX-AIE - Audio Insert/Extract Board AMX FG1010-325-BL DX-TX DXLink™ Multi-Format Transmitter Module Decora Wall Plate AMX FG1010-310 DX-TX DXLink™ Multi-Format Transmitter Module Panelcrafter s W92008- WQ439146 Custom Plate - Input AC table Panelcrafter s W92008- WQ439147 Custom Plate - Dais AC Panelcrafter s W92008- WQ439147 Floor Box Plate - Staff Table AMX FG560-03-BL HPX-1200 BL Black 12 Module Connection Ports AMX FG561-01 HPX-P200-PCUS Power Outlet (US) Module with Cord AMX FG552-30 HPX-N101-ETH-R Ethernet Module with Retractable Cable AMX FG552-27 HPX-AV101-HDMI-R Single HDMI Module with Retractable Cable AMX FG552-31 HPX-AV102-RGB_A-R RGB with Stereo Module with Retractable Cable AMX FG553-12 HPX-N102-USB Dual USB Module with Printed USB Symbol AMX FG558-01 HPX-B050 1/2 M Blank Panel OFE OFE OFE Staff PC Samsung DB22D-P Staff PC Monitor Atlona AT-HDDA-2 1x2 HDMI Distribution Amplifier (4Kx2K) 17 City Attorney Approved Version 4/1/15 n Audio Support Eauipment 1 Listen ILD1000G Professional Loop Driver (9.2 Amps) 7 Listen LP-IL-1 Hearing Loop Receiver with Lanyard Package 14 Shure MX415R/N 15" Shock-Mounted Gooseneck, No Capsule, with LED ring, includes surface mount preamplifier 14 Shure R185B Black Cardioid Cartridge for MX- (Microflex®)Models and WL185 13 Clock Audio TS-001 Through Table / Desk / Flush Mount Electronic Capacitive Touch 10 Boston Acoustics BOSSNDWREXS B SoundWare XS Satellite Speaker 12 Tannoy 8001 6290 CVS8, 8" Coaxial Ceiling Speaker 1 Panelcrafter s W92008- WQ439148 Press Plate 2G 4XLR 1 BiAmp TesiraFORTE AVB Tl TesiraFORTE DSP fixed I/O server with 12 analog inputs, 8 analog outputs, 8 channels configurable USB audio, 128 x 128 channels of AVB, Sona™ Acoustic Echo Cancellation (AEC) technology, and standard telephone interface 2 Biamp TesiraFORTE AVB Cl TesiraFORTE DSP fixed I/O server with 12 analog inputs, 8 analog outputs, 8 channels configurable USB audio, 128 x 128 channels of AVB, and Sona™ Acoustic Echo Cancellation (AEC) technology 4 BiAmp Tesira EX-LOGIC Tesira PoE logic expander with 16 logic GPIO 1 MOTU 9305 Five-Port AVB Ethernet Switch 1 Crown Audio CT475 4-Channel, 75 Watts per channel (dais speakers) 1 Crown Audio CT875 8-Channel, 75 Watts per channel (dais speakers) 1 Crown Audio CTS4200A 4-Channel Power Amplifier (Council Chambers, Overflow, Conference Room) 18 City Attorney Approved Version 4/1/15 2 Shure QLXD24/SM58 Wireless Microphone System w/ Handheld Mic 2 Shure QLXD14/84 Wireless Microphone System w/ Lavalier Mic 4 Shure SB900 Lithium-Ion Rechargeable Battery 1 Shure UA844SWB Wideband UHF Four-Way Active Antenna Splitter and Power Distribution System 2 Shure UA825 25' UHF Remote Antenna Extension Cable 2 Shure UA830USTV In-Line Antenna Amplifier for Remote-Mounting 1 Shure SBC200-US Dual Docking Charger with Power Supply 1 Shure SBC200 Dual Docking Charger, Power Supply NOT Included Broadcast Eauipment 4 Vaddio 999-9917-OOOW RoboSHOT 30 QCCU System 2 Vaddio 999-2225-118 IN-Wall Enclosure for Vaddio RoboSHOT Cameras Vaddio 535-2000-296 Off-Set Drop Down Mount for Vaddio's RoboSHOT Vaddio 999-5655-000 ProductionVIEW HD-SDI MV Vaddio 999-5520-022 TeleTouch 22" HD Touch Screen LCD Monitor with Base Blackmagic Design C0NVMCAUDS4 K Mini Converter Audio to SDl 4K Blackmagic Design C0NVMASA4K Mini Converter SDl to Analog 4K Blackmagic Design HDL- MULTIP6G/16 MultiView 16 Blackmagic Design HDL- AUDMON1RU Audio Monitor Blackmagic Design HDL- SMTWSCOPEDU 04K SmartScope Duo 4K Samsung DB48D 48" 1080P Professional Display "I Compix ConverGI HD Single Channel HD Character Generator Compix Mechanical Bypass Relay Mechanical Bypass Relay 19 City Attorney Approved Version 4/1/15 .0' c 1 OFE OFE OFE Control Room PC 2 Samsung DB22D-P Staff PC Monitor 2 TBD Custom Monitor Mounts 2 Logitech MK520 Wireless Keyboard and Mouse Combo 1 Bittree B48T-2WTHD 2 X 24 HD-SDI Patch Panel 1 TV ONE C2-2655 C0RI02 Scan Converter PLUS 1 Kramer VM-50V 1:5 Composite Video Distribution Amplifier 1 Kramer VM-50AN 1:5 Balanced & Unbalanced Stereo Audio Distribufion Amplifier 1 Delvcam DELV- MLCD56RM 5.6" Triple Rackmount LCD Monitor 1 Panelcrafter s W92008- WQ439150 Custom Wall Plate 1 G 2HDSDI Press Plate 3 Samsung UN22F5000 22" LCD Display Streamina/Recordina/Broadcast Channel Manaaement 1 Tightrope Cablecast SXLEHD One SD/HD channel decode, one channel SD/HD encode, multi- 1 Tightrope Cablecast CG330 SDl Carousel bulletin board configured for broadcast ina 1RU 1 Blackmagic Smart Videohub 20x20 HD-SDI Video 20x20 Matrix Router 1 TBD TBD OFE - Agenda Management System HD Encoder 1 JVC SR-HD2500US Blu-ray Disc & HDD Recorder w HD-SDI Input 1 OFE OFE OFE Set Top Box - ATTUverse 1 OFE OFE OFE Set Top Box - Time Warner 1 OFE OFE OFE CATV Modulator - ATTUverse 20 City Attorney Approved Version 4/1/15 1 OFE OFE OFE CATV Modulator - Time Warner System Control 3 AMX FG2265-05 10.1" Modero S Series Tabletop Touch Panel 3 AMX FG5968-10 MXA-MPL Modero X® and Modero S Series Multi Preview Live 1 AMX FG2106-03 NX-3200 NetLinx® NX Integrated Controller 1 AMX FG423-46 PSR4.4 13.5 VDC, 4.4 A Power Supply 1 Netgear GS752TP- 100NAS ProSafe GS752TP Ethernet Switch - 48 Ports - 4 X Expansion Slots 2 Middle Atlantic UPS-2200R-8IP RACKMOUNT UPS,2200VA/1650W IND.OUTLT CNTRL 1 Custom Custom Remote management, diagnostics, and troubleshooting Overflow and Conference Room 3 AMX FG1010-500 DX-RX DXLink HDMI Receiver Module 2 Samsung DM65D 65" 1080P Professional Display with RS232 2 Panelcrafter s W92008- WQ439151 Wall Plate 2 Chief PFCUB Large Flat Panel Mobil Cart 2 Chief PAC775 Outdoor Casters 1 OFE OFE OFE Conference Room Display 4 OFE OFE OFE Outdoor Speakers 1 Tannoy 8001 6290 CVS8, 8" Coaxial Ceiling Speaker 1 Atlas AT10 Attenuator Volume Controller Support Eauipment 2 Middle Atlantic ERK-4425 44SP 25D RACK W/ REAR DR 21 City Attorney Approved Version 4/1/15 c: 2 Middle Atlantic ERK-RR44 44SP ERK REAR RAIL OPTION 2 Middle Atlantic ERK-4QFT-FC ERK (3) 4FAN TOP W/ FC 2 Middle Atlantic CBS-ERK-25 CBS FOR 25DP ERK 5 Middle Atlantic PDT-1015C-NS PD THIN, 1-15A, 10 OUT, CORD 1 Middle Atlantic Various Miscellaneous Rack Accessories (Shelves, Lacing Bars, Rack 1 TBD MISC Miscellaneous Installation Equipment (Mounts, Ties, Adaptors, Custom Furniture 1 Omnirax Prestation Jr. Audio/Video workstation desk 1 MISC. Miscellaneous Workstation Accessories 1 DWI Custom Staff Table with integrated PC Mounting 1 DWI Custom AC Wori< Station 1 DWI Custom Dais Modifications System 1 Equipment Sub-Total: Liahtina System 6 Brightline ST3X1-24CA-IG Stealth-T 3-lamp Fixture DALI Dim, 120V, 24"x24", Corner Angle, Inch Grid 4 Brightline ST3X1-24FW-IG Stealth-T 3-lamp Fixture DALI Dim, 120V, 24"x24", Fonvard Throw, Inch Grid 2 Brightline ST4X1-24CA-IG Stealth-T 4-lamp Fixture DALI Dim, 120V, 24"x24", Corner Angle, Inch Grid 15 Brightline 089-219 Troffer 2x4, 12 Cell 2 x 32W, DALI Ballast, White Optic Baffles 42 Brightline 009-55W32KSP Lamp 55W Biax 3200K 85 CRI Dulux L #55W3200 Studioline, 2G11 Base ** Includes 4 Spare Lamps ** 32 Brightline 009-T832W32K T8 32W48" Lamp 3200K, White, 48" Long ** Includes 2 Spares ** 22 City Attorney Approved Version 4/1/15 1 Brightline BUSMASTER-1 RS-232 to DALI Interface Kit 120V w/ Cables, Power Supply, WinDim Software & Manual 2 Brightline DCS-8-DALI DALI Controller, Flush Mount 8 Presets, 4 Groups, White, Leviton# CD250-C 1 Brightline DTX-100/BL-F DALI Control Cable 100' Bare Leads to Female XLR, 3-Pin Config, White Cable 26 Brightline DTX-15 DALI Control Cable 15" Male & Female XLR Connectors, 3-Pin Config, White Cable 23 City Attorney Approved Version 4/1/15