Loading...
HomeMy WebLinkAbout2016-03-08; City Council; Resolution 2016-046EXHIBIT 1 RESOLUTION NO. 2016-046 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING THE PURCHASE OF AUDIOVISUAL EQUIPMENT AND SERVICES FROM PRESENTATION PRODUCTS, INC. DBA SPIN ITAR IN AN AMOUNT NOT TO EXCEED $772,759 FOR THE DOVE LIBRARY RENOVATION PROJECT, PROJECT NO. 4030 WHEREAS, the city requires goods including audiovisual television and auditorium production systems, television and stage lighting, large-venue video and projection systems, large screen displays and digital signage, and the city also requires the professional services of an audiovisual systems consultant that is experienced in the areas of designing and implementing these goods; and WHEREAS, Presentation Products, Inc. dba Spinitar has the necessary experience in providing professional services and goods in these areas; and WHEREAS, Carlsbad Municipal Code Section 3.28.100 allows for the cooperative purchase of goods and/or services by contract when another public agency has made its purchase in a competitive manner and where the Purchasing Officer has determined that the cooperative purchase is in the city's best interest; and WHEREAS, the Purchasing Officer has determined that this cooperative purchase is in the city's best interest; and WHEREAS, Presentation Products, Inc. dba Spinitar has submitted a proposal to the city and has affirmed its willingness and ability to perform the desired goods and services in accordance with its competitively bid Cooperative Purchase Agreement through General Services Administration Federal Supplier Contract Number GS-03F-0001P; and 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 WHEREAS, funding for these purchases is available in the project budget for Dove Library Renovation Project No. 4030 and the Library & Cultural Arts operating budget and no additional appropriation is required. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California as follows: 1. That the above recitations are true and correct. 2. That the Mayor is authorized to execute the Agreement for Dove Library and Schulman Auditorium audiovisual equipment and services with Presentation Products, Inc. dba Spinitar in an amount not to exceed $772,759, attached hereto as Exhibit 2. // // 1/ // // // // // // // // // 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 8th day of March 2016, by the following vote to wit: AYES: Council Members Hall, Wood, Schumacher, Blackburn, Packard. NOES: None. ABSENT: None. MA HALL, Mayor ATTEST: 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 AGREEMENT FOR DOVE LIBRARY AND SCHULMAN AUDITORIUM AUDIOVISUAL EQUIPMENT AND SERVICES PRESENTATION PRODUCTS, INC. DBA SPINITAR THIS AGREEMENT is made and entered into as of the 2--C day of 2016, by and between the CITY OF CARLSBAD, a municipal corporation, ("CitY"), and Presentation Products, Inc. dba. Spinitar, ("Contractor"). RECITALS A. City requires goods including audiovisual television and auditorium production systems, television and stage lighting, large-venue video and projection systems, large screen displays and digital signage, and the city also requires the professional services of an audiovisual systems consultant that is experienced in the areas of designing and implementing these goods. B. Contractor has the necessary experience in providing professional services and goods in these areas. C. Section 3.28.100 of the Carlsbad Municipal provides the City's purchasing officer the authority to buy goods and services directly from a vendor at a price established by another public agency when the other agency has made their purchase in a competitive manner. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work in accordance with their competitively bid cooperative purchase agreement through General Services Administration (GSA) Federal Supplier Contract Number GS-03F-0001P. 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 goods and 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 one year from the date first above written. The City Manager may amend the Agreement to extend it for two additional one year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version 4/1/15 1 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be seven hundred seventy two thousand seven hundred fifty nine dollars ($772,759.00). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed twenty six thousand eight hundred five dollars ($26,805.00) per Agreement year for the maintenance services covered under this agreement. The City reserves the right to withhold a ten percent (10%) retention during the initial term 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 under control of City only as to the result to be accomplished, but will consult with City as 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 attorneys fees arising out of the performance of the work described herein caused by any negligence, City Attorney Approved Version 4/1/15 2 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-:VII"; 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. 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 Liability 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 Liability. 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: City Attorney Approved Version 4/1/15 3 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. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad 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 clearly 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 work 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. City Attorney Approved Version 4/1/15 4 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 City For Contractor Name Steve Didier Name Jay Rogina Title Municipal Projects Manager Title Principal Department Public Works Address 16751 Knott Avenue City of Carlsbad Address 405 Oak Street Carlsbad, CA 92008 Phone No. 760-994-9485 La Mirada, CA 90638 Phone No. (714) 367-2900 Email jayr@spinitar.com 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 Carlsbad 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 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 otherwise 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 forwarded 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 City Attorney Approved Version 4/1/15 5 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 forwarded 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, to deduct from the Agreement price or consideration, or otherwise 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 work or improvement for City Attorney Approved Version 4/1/15 6 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. 26. WAGE RATES The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. City Attorney Approved Version 4/1/15 7 ere) (print name/title) Co PrtsidelAr By: Matt Hall, Mayor ATTEST: BARBARA ENGLE City Clerk 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 (sign here) /24 (print name/title) 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 Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President 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. BREWER, City Attorney .-Assietant City Attorney City Attorney Approved Version 4/1/15 8 State of California County of On (ek before me, 6'7 Here Insert Name and Title of the Officer personally appeared LINDA BUDREAU-HERRERA Commission # 2083549 Notary Public - California I Los Angeles County .t Comm. Expires Oct 3, 2018 Sig Signature of Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 W. %AA-MARV-41 vstr'sW wv2 c\.4.A-44.47sW/74, sss. sN.4 vatATS.NYVW;s11 asq,-.14 vvr.AINW74,1 wq,est,,W/-eskv,44,744./ii.tARSe'VNIVs-S*4";-Ate4iWiSs. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. Name(s) of Signer(s)- who proved to me on the basis of satisfactory evidence to be the personks) whose name(s) is/are. subscribed to the within instrument and acknowledged to me that heishel-they executed the same in his/hcr/thcir authorized capacitykies); and that by his/her/their signature(s) on the instrument the personks), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Doc ment Title or Type of Documenk Number of Pages: Signer(s) Other Than Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: E Corporate Officer — Title(s): El Corporate Offic — Title(s): Partner — E Limited E General E Partner — imited E General El Individual E Attorney in Fact E Individ E Attorney in Fact E Trustee E Guardian or Conservator E Tr ee E Guardian or Conservator E Other: LIII 4 ther: Signer Is Representing: igner Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Document Date: J Named Above: before me, 6.\1 State of California County of On 4) /Up Date personally appeared P Here Insert Name and Title of the Officer/ a c c Name(s) of Signer(s) Signat Signature of Notary Publid CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 'AG' (.../rg.t.i-6,2.5,:`telltih..... A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. who proved to me on the basis of satisfactory evidence to be the persota.(8) whose name(s)-- is/are subscribed to the within instrument and acknowledged to me that he/blietam, executed the same in his/her/their authorized capacitOes), and that by histhcrAhoir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(sracted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. LINDA BUDREAD-HERRERA Commission # 2083549 Notary Public - California I Los Angeles County My Comm. Expires Oct 3, 2018 ?: WITNESS my hand and official seal. Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Do ment Title or Type of Document: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: El Corporate Officer — Title(s): O Partner — El Limited El General E Individual E Attorney in Fact 1E1 Trustee E Guardian or Conservator E Other: Signer Is Representing: Document Date: Signer's Name: E Corporate Officer — Title(s): • Partner — LI Limited eneral El Individual orney in Fact E Trustee Guardian or Conservator E Other: Signer Is presenting: •.‘ ••.-23 •4,—, • ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 EXHIBIT "A" SCOPE OF SERVICES This agreement for audiovisual (AV) systems integration services for the City of Carlsbad (City) is to address audiovisual, production, distribution and lighting systems upgrade requirements for the City's Ruby G. Schulman Auditorium and the audiovisual systems requirements for the City's Dove Library. The specifications provided herein shall be coordinated with the current construction drawings supporting the City's project for modification of the facility. The audiovisual design and construction drawings for the Dove Library project are hereby incorporated into this agreement by reference. The purpose of this agreement is to provide complete state-of-the-art, easily controlled and supportable AV, production and lighting systems in the facilities where indicated. Presentation Products Inc., dba Spinitar shall be the exclusive responsible contractor for the full performance of this project, including all product delivery, oversight and labor associated with the project, including coordination with the City, detailed engineering, project management, pre-installation, installation, warranty and post-installation maintenance, as outlined in this proposal. The following locations are included in the services provided under this agreement. Schulman Auditorium 1. Auditorium 2. Control Room 3. Auditorium Entry Areas 4. Lighting Dimming/Electrical Room Dove Library 1. East column near Friends' bookstore (1st floor) 2. Front column near stairwell (1st floor) 3. Children's east wall near public computers (1st floor) 4. Outside Cultural Arts' Office (2nd floor) 5. Group Study Room (1), (1st floor ROOM 144) 6. Group Study Room (2), (1st floor ROOM 145) 7. Group Study Room (3), (2nd floor ROOM 234A) 8. Group Study Room (4), (2nd floor ROOM 234B) 9. Group Study Room (5), (2nd floor ROOM 235) 10. Group Study Room (6), (2nd floor ROOM 236) 11. Tech Lab (2nd floor ROOM 230) 12. Gowland Meeting Room OBJECTIVES Schulman Auditorium The new audio, visual, control, production and lighting systems are to support the following objectives. City Attorney Approved Version 4/1/15 9 Large Scale Community Presentations and Performances o Community presentation is a primary use of the facility. The AV systems are to support various presentation types including, but not limited to, lectures and movies. The system design is intended to provide high quality presentation capabilities supporting these applications. o Theatrical use is also a major component of the use of the auditorium. o System functionality is to be provided to allow the system to be easily configured to effectively support performances by the theatrical community associated with the City. Production Capability o Broadcast quality live production and recording capabilities supporting presentations and performances in the space are to be provided. Automated System Configuration and Operation o Various configurations of automated and manned operations of the AV systems are to be provided to support various presentation and performance types and sizes for in- house and rental applications. Live and Recorded Content Distribution o Site and cable provider distribution of content is to be provided via interface of the new systems to the existing site distribution and cable television transmission systems. o Live streamed and demand based web distribution of content is to be provided via on premise equipment and off-site services to be provided. Lighting System Modification o New theatrical and house light dimming and control systems are to be provided to replace the obsolete existing systems and allow more efficient and serviceable lighting support for the venue. o Additional lighting instruments are to be provided and installed upgrading the lighting effects available for the facility. Dove Library The new audiovisual systems are to support the following objectives. o Public display digital signage o Computer presentation capabilities The AV Contractor will provide the following services to the City as required: o Complete audio, video, control, production and lighting systems detailed engineering o Verification of infrastructure and supporting facility elements o Existing systems and equipment evaluation, coordination, de-installation, storage, transportation and reconfiguration o New equipment coordination and supply City Attorney Approved Version 4/1/15 10 o Supporting construction information and coordination o Off-site system production o Control system configuration and programming o Factory acceptance testing o Complete system implementation' o Lighting and lighting control equipment supply, interface and commissioning o Site acceptance testing and commissioning o User training o Day one support o Preventive maintenance and system warranty o Remote system monitoring, management and upgrade (Schulman Auditorium only) Audio, Video, Control, Production and Lighting Systems Detailed Engineering o Detailed engineering of final systems configurations — AV Contractor will perform final AV systems engineering and design to meet the functional criteria identified. o System fabrication and interface drawings — Detailed system fabrication, interface, rack elevation, wall and box plate and cabling drawings will be prepared in electronic format. Verification of Infrastructure and Supporting Facility Elements o AV Contractor is to verify and ensure compliance of all infrastructure and supporting facility elements required to support the intended audio, video, production and distribution systems identified in these documents including, but not limited to, electrical, conduit, HVAC, equipment mounting; operator, interior design and facility use considerations unique to the audio, video, control, production and lighting systems Existing Systems and Equipment Evaluation, Coordination o AV Contractor is to evaluate the existing systems and equipment and identify all equipment to be repurposed for use in the new system configuration. o Verification of existing equipment to be reused to ensure performance to manufacturer specification and repair, as required, to bring equipment to appropriate operating condition prior to configuration in new system (required service to be performed at additional cost). o Coordinate storage, transportation, reconfiguration, integration and installation of all existing equipment to be reused. o Supply of all required equipment to provide a turnkey system, including all primary equipment components listed in the Equipment List provided. o Supply of interface and mounting components - AV Contractor is to supply interface and mounting components and cabling, connectors and installation materials. City Attorney Approved Version 4/1/15 11 o Coordination and storage of procured equipment - AV Contractor will coordinate receipt and storage of all procured equipment at AV Contractor's facility for pre- assembly and fabrication prior to site installation. Supporting Construction Information and Coordination o AV Contractor will provide all required supporting infrastructure and construction information and coordination to ensure the facility is appropriately constructed to support the new systems. Off-site System Production o Off-site pre-installation system construction - Upon receipt of new and existing equipment to be reused at the AV Contractor's facility, AV Contractor will construct and assemble the audio, video and control systems. This work will be done in the AV Contractor's facility. Systems will be fully assembled, wired, programmed and tested prior to delivery to the site. Control System Configuration and Programming o Evaluate existing control system programming and touch panel pages and coordinate with City Staff to determine default presentation, performance and production venue, audio and video routing, lighting conditions, available devices, and control functionality and operating condition presets, additional system and device control functions and nomenclature. Presets, programming functionality and touch panel pages identified are to be documented and provided to the City for agreement and approval prior to development of control system programming. o Control system configuration and programming — AV Contractor will develop and configure control system touch panel graphical user interface (GUI) code and pages and programming code to provide efficient and intuitive system operation. The control system manufacturer's standard application development environment will be used for all programming and configuration. Complete operating code will be loaded and tested in AV Contractor's facility prior to system installation. o AV Contractor is to prepare and submit control system touch panel pages and demonstrate code functionality to City for City's approval, prior to application of control code to the system during off-site assembly. Factory Acceptance Testing o Factory acceptance testing (FAT) - After all systems are assembled and programming installed, pre-installation factory acceptance testing (FAT) will be performed in the AV Contractor's facility. City Attorney Approved Version 4/1/15 12 System Implementation o On-site system implementation — Once the site is verified as completely prepared and acceptable for receipt of the electronic systems, the AV systems will be transported to the site and configured. Lighting and Lighting Control o Theatrical and House Dimming Equipment - AV Contractor is to provide all theatrical and house lighting dimming and control components, as identified and specified in the equipment list and supporting drawings, for installation by others. o Theatrical Lighting - AV Contractor is to provide all new theatrical lighting instruments and control and interface components, as identified and specified in the equipment list and supporting drawings. o Coordinate with City Staff to determine default presentation and performance lighting scenarios, scene settings, conditions, available devices, and control functionality and operating condition presets, additional system and device control functions and nomenclature. Presets, programming functionality and touch panel pages identified are to be documented and provided to the City for agreement and approval prior to development of control system programming. Site Acceptance Testing o Site acceptance testing (SAT) - After all AV systems are completely configured and in place, final testing and adjustments are to be performed to ensure compliance with the established performance criteria and requirements of the City. o Theatrical and house lighting dimming and control systems will be tested, commissioned and certified for performance by a manufacturer authorized field engineer as a part of the scope of the AV Contractor. The AV Contractor and Electrical Contractor are to be present during the testing and commissioning. User Training o User training - Once all systems are configured and final testing and adjustments have been completed, City Staff operational training will be performed and a System Acceptance Certificate will be executed. An allowance of twenty four (24) hours of operational training is included in this proposal. o AV Contractor is to identify with City Staff, during the system off-site assembly stage, any additional manufacturer training desired and coordinate availability of identified training with the appropriate manufacturer(s) on behalf of the City. o Additional operational training and manufacturer specific operational training may be provided upon request at additional charge. City Attorney Approved Version 4/1/15 13 Day One Support o AV Contractor is to provide one system engineer, who is familiar with the operation and control of the City's systems, onsite for support of the City Staff for the first live performance that will utilize the new system in the Schulman Auditorium. Remote System Monitoring, Management and Upgrade o AV Contractor will provide a remote monitoring system and management application for the Schulman Auditorium to allow for future functionality once a maintenance agreement is authorized. Functionality will include: o 24/7 monitoring o Automated reporting of system and network health o Emergency notification of failed or off-line devices o Remote diagnostics o Remote device level reboot functionality o Remote software and firmware download capability SCHULMAN AUDITORIUM FUNCTIONAL SPECIFICATION The Schulman Auditorium operating conditions, audio, video, control, production and lighting systems functional description is outlined below. Description The Auditorium audio, video, production and related control systems will be upgraded to utilize current, reliable and supportable technology to allow the City to support presentations, live performances and production requiring internal AV support and broadcast. The new Auditorium systems will include a large screen rear projection video display, sound reinforcement, audio and video recording, multiple cameras, additional controllable theatrical lighting instruments, complete theatrical and house lighting dimming and control and presentation or performance distribution to cable broadcast and online streaming. Integrated AV and lighting control systems will be used to allow easy and intuitive user control of the system. The control system is to provide full system control, including selection of systems control distribution, preset presentation and performance configurations, selection and control of source devices, presentation switching, audio, video, production system and lighting control. Facility electronic, electrical, millwork, structural and infrastructural design, engineering and modification are required to support the intended upgrade and are to be coordinated and verified by the AV Contractor as a part of this work. All existing equipment, systems, associated cabling, racks and operator console are to be removed prior to the start of construction in the space. Equipment identified to be reused and integrated into racks or the operator console is to be transported by the AV Contractor to the AV Contractor's facility for storage and implementation, configuration and testing in the new systems. Equipment identified to be reused, but only requiring removed for protection during construction City Attorney Approved Version 4/1/15 14 and reconfiguration once the site is ready, will be coordinated with the City for appropriate storage during construction. AV Contractor will be responsible for transport and reconfiguration of said equipment. Equipment identified not to be reused is to be provided to the City for disposition. All wiring is to be dressed, terminated and labeled appropriately to allow efficient serviceability. Cable wiring management will be put in place for easy access, testing and servicing or replacement of devices and cables as needed. All cables, devices, outlets and connection points or plates will be labeled to be consistent with the as-built system drawings. Operating Conditions and Systems The Auditorium is used to support two basic types of live applications, presentations and live performances. The audio, video, control and lighting systems are designed to support several operating conditions within these applications. City Staff is responsible for City programs and interfacing and support of use of the facility by the community and other outside parties. Descriptive information of applications and high level functionality is provided below. i. Presentation The facility may be used for presentations of materials and lectures as well as movies and other offerings. The systems and facility may be used for City sponsored events operated by City Staff or by outside parties also controlled and operated by City Staff or directly by the outside party, based on determination by Staff and functionality required. The Auditorium will utilize a new high-brightness video projector with a short-throw lens capable of displaying full hi-definition 1080p images. The existing projection screens and projectors will be removed. The new projector, to be installed by others, will be installed in a rear screen configuration supported from the roof structure at the back of the stage area. The new projection screen will be installed by others in the location of one of the existing projection screens and is to have stage tie downs for use to prevent flagging of the screen from HVAC sources or when performances or other movement is active on the stage. The City will be responsible for installation of the projection screen and providing structural support and modification of the ceiling, lighting and HVAC systems to make accommodations for the new video projector. The AV contractor is responsible for all required coordination and verification of facility modification requirements to accommodate installation and optimum performance of the video display system as designed. The projection system will be used to display a single large presentation source image or a smaller sized and repositioned image, with a full-screen background, from any of the available computer or video input sources. Complete presentation control, including control of the projection system, image processor, selection and control of the sources to be displayed and lighting will be controlled by the integrated control system from any of the operator touch panels. The existing podium is to be reused and modified to include connectivity at the podium top for laptop PC HDMI, VGA and audio and a portable control system touch panel, built in transmitter for PC signals to the master routing system and an umbilical cable to connect the podium to a designated wall plate on the side stage wall. The systems are to be provided, configured and programmed to perform the following in support of presentations in the space: City Attorney Approved Version 4/1/15 15 o Large screen rear projection of hi-definition video content on a 108" x 192" electric roll- down screen at the stage area o High brightness, hi-definition video projection utilizing a 12,000 lumen WUXGA video projector with short-throw lensing o Automated video image sizing and positioning for presentations, lectures or movies, with movies to be displayed in full screen image mode and presentations and lectures to be displayed in reduced size and positioned image mode o Presentation sources including one (1) international standard Blu-ray DVD player, one (1) US standard Blu-ray DVD player (existing to be reused), computer inputs at the stage and control room areas, dedicated computer in the control room, cable TV and one (1) audio CD player (existing to be reused) o Audio support automatically configured for presentation use type o Dolby 5.1 surround sound support for appropriate Blu-ray DVD content o Up to four (4) wireless microphones (existing to be reused) o Podium supporting laptop computer input position, microphone and presentation auxiliary control position o Wired microphone inputs at the stage area o Stage monitor outputs at all stage floor box locations o VOIP audio conference support o Control system programming supporting preset presentation types for automated system o configurations, City Staff control or user control operation o Theatrical and house lighting presets supporting various presentation types o Live production support . Performance The facility may also be used for live performances. The systems and facility may be used for City sponsored events operated by City Staff or by outside parties also controlled and operated by City Staff or directly by the outside party, based on determination by Staff and functionality required. The systems are to be provided, configured and programmed to perform the following in support of presentations in the space: o Large screen rear projection of hi-definition video content as full screen "digital backdrop" on a 108" x 192" electric roll-down screen at the stage area o Projection screen tie downs on the stage area to prevent flagging of the image during performances o High brightness, hi-definition video projection utilizing a 12,000 lumen WUXGA video projector with short-throw lensing o Automated video image sizing and positioning for performances o System sources including Blu-ray DVD, computer inputs at the stage and control room o areas, dedicated computer in the control room, cable TV and audio CD o Audio support automatically configured for performance use type o Dolby 5.1 surround sound support for appropriate Blu-ray DVD content o Up to four (4) wireless microphones (existing to be reused) o Up to fourteen (14) wired microphone inputs at the stage area o Two (2) permanent stage pickup microphones City Attorney Approved Version 4/1/15 16 o Stage audio monitor outputs at all stage floor box locations o Control system programming supporting preset performance types for automated system configurations, City Staff control or user control operation o Two (2) stage computer input positions o Stage auxiliary control position o Theatrical and house lighting presets supporting various performance types o Live production support iii. Production and Support The facility's production and support systems are to be used to support presentations and live performances and to produce and distribute content for City and public consumption. City Staff will be responsible for operation and control of the production capabilities of the facility. Multiple scenarios utilizing differing quantities of operators and functional control of the production systems are to be considered and made available through the existing control units to be reused and the new control systems provided. The systems are to be provided, configured and programmed to perform the following in support of production in the space: Video Production, Routing, Monitoring and Support Systems A hi-definition multi-camera system will be utilized for live production and broadcast of presentations and performances. There will be four (4) remotely controlled cameras located in the Auditorium. The cameras will have integral remotely controlled pan and tilt motors and will utilize power zoom and focus lenses. Cameras will 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 control room racks. High quality lenses, suitable for broadcast use, will be capable of remote control of focus, zoom, and iris. Joystick type camera and touch screen production controllers, integrated with the production switcher, will be located in the control room for set-up and control of all camera preset shot selections, pan, tilt, zoom, focus and other controls, as required. One camera will be wall mounted in the rear of the Auditorium with two cameras on the side walls and one camera mounted over the stage area. Additionally, a handheld electronic news gathering (ENG) style camera with a 22x lens will be available for use by a camera operator in the front of the auditorium when connected via a cable umbilical to a wall plate at the stage area. This camera system will have a CCU in the control room and will be used as a roving camera addition to the system for production and broadcast. Isolated recording of two camera signals or other sources is to be available on digital recorders with recording of the switched program output on a third digital recorder and a Blu-ray DVD recorder. Dual 48" displays configured with windows provided by a multi-viewer will be installed in the control room for easy viewing by the operator(s) and will provide broadcast production monitoring. All video sources and program and preview outputs are to be distributed to dedicated windows on the displays to allow simultaneous monitoring of all sources by the operator(s). Operator control of video and audio routing will be performed utilizing a 10" touch panel control interface. All camera video signals are to be distributed to individual inputs of a hi-definition video production City Attorney Approved Version 4/1/15 17 switcher. Program video from the switcher is to be distributed to multiple router outputs sufficient to provide program video to a character generator, all video recording devices and to the broadcast outputs. Video and mixed voice reinforcement and media audio will be embedded in the video with the video distribution signal. The monitoring, routing and control equipment is to be located in racks or in or on the operator's console in the control room and is to be controlled from a City Staff operator position. The production system will be housed in the control room. The production system will provide selection and complete control of the cameras, as well as selection of and routing of all source devices for recording and the broadcast and distribution feeds. Camera feeds in HD-SDI and computer inputs from the Auditorium 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 cable TV and web broadcast system components. Selection of sources for production and broadcast will be through a broadcast-quality video production switcher with six (6) inputs that will be paired with a 22" touchscreen multi-viewer that allows all presets and camera positions to be displayed and activated by touching the "video thumbnail" of the preset. The touchscreen multi-viewer will be configured to display six input windows and two larger "Preview" and "Program" windows with red and green tally window borders. 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" displays with multiple windows configured to provide continuous monitoring of all cameras, character generator, source inputs and broadcast outputs. A 22" monitor will be mounted on the wall' of the control room to provide continuous confidence monitoring of an incoming cable feed from the cable provider via a City provided set top box and broadcast signal output. Mounting hardware will be installed by others. Program output will be distributed to the control room record systems, a press plate with two (2) HD-SDI and four (4) XLR connections at the rear of the Auditorium, an encoder for web steaming and recording, the City RF distribution system and the cable provider transmission equipment. All production video and control equipment will be housed in equipment racks or a custom broadcast style operator console system which will incorporate racks, desk space, and other accessories as required to provide a workspace which is ergonomically designed, aesthetically pleasing and operator-friendly. Source audio for broadcast and recording will be available as mixed microphone and media audio from the Auditorium which will be distributed to multiple outputs on the digital audio mixer/router for distribution to the mixing console, ProTools computer, production system recorders and the distribution systems. All audio and video signals in to and out of all devices in the production system will be routed through digital routing systems located in the control room and racks. Video production, routing and supporting systems are comprised of the following primary items: o Full hi-definition 1080p30 video system throughput, recording and streaming City Attorney Approved Version 4/1/15 18 o Four (4) 1080p, 30x zoom, remotely controlled pan-tilt camera systems with digital camera control units (CCUs) — two (2) mounted to the auditorium side walls, one (1) rear wall mounted and one (1) over stage mounted'. Mountings to be installed by others. o One (1) ENG style 1080p portable camera with digital CCU, 22x lens, HD-SDI output, genlock and SMPTE timecode input for cabled connection to a stage area wall plate to be used by a City Staff operator o Integrated camera controller/SEG with twelve (12) camera preset shot selections per camera with video thumbnails, cross fade, nine wipes, cut and fade to black transitions, five (5) HD-SDI and one (1) DVI inputs and 22" touch control multi-viewer touch screen monitor o Two (2) source ISO recording and two (2) program records via three (3) broadcast digital recorders with dual SSD ports, continuous recording, genlock and timecode inputs and one (1) Blu-ray DVD 1080i recorder o Twelve (12) 960GB 2.5" solid state drives (SSD) for recording and content transfer o Character generator, hi-definition, single channel with dedicated 22" programming monitor o Video multi-viewer with sixteen (16) input chassis, HDMI and HD-DSI input cards, dual monitor output, audio level monitoring and source identifier of program, preview and simultaneous all-source control room viewing o Two (2) 48" table top commercial displays for control room monitoring of the multi- viewer outputs o One (1) 22" monitor with TV tuner for TV distribution confidence monitoring from cable TV provider supplied set-top-box o One (1) 12x12 HD-SDI router for production video signal routing o One (1) 32x32 AV router frame with digital and HDMI input and output cards and breakaway audio output card for presentation audio and video signal and device control routing o Three (3) digital HDMI video and control receiver units o Three (3) HDMINGA/Audio transmitter units, wall mount style' o One (1) Quadview processor with HDMI option for video display image sizing and positioning o Video sync generation using the City's existing generator and distributed via a new distribution system o SMPTE timecode generation using the City's existing generator and distributed via a new distribution system o One (1) video test signal generator for system calibration and set-up o One (1) broadcast digital SSD player with four (4) SSD slots and Thunderbolt output for transfer of SSD content o Video editing to be performed on City provided system (NIC) Audio Production, Routing, Monitoring and Support Systems The audio production, routing, monitoring and support equipment and systems are to be located in the facility control room in equipment rack(s), the operator control console and at the rear of stage in an equipment rack. Audio devices servicing the stage area and audio reinforcement, such as speaker, stage monitor and hearing assistance amplifiers and microphone digital signal processing (DSP) frame(s), input devices and UPS system will be located in the rear of stage rack. Fourteen (14) wired microphones, two (2) permanently installed stage microphones, and City Attorney Approved Version 4/1/15 19 four (4) wireless microphones will be used for voice reinforcement and production support. The video and computer sources are to provide media audio. Dolby 5.1 surround sound is to be available from DVD sources. The existing loudspeaker systems will be employed for mixed media, audio conferencing, and voice audio reinforcement in the Auditorium. The audio will be mixed and managed using both a DSP based mixer/router that will provide equalization, limiting, and feedback control and the existing audio mixing console. Stage audio monitoring connectivity is to be available at four (4) stage floor box locations. The existing assisted listening system is to be reused to support additional audio reinforcement in the Auditorium. The audio production, routing and supporting systems are comprised of the following primary items: o Fourteen (14) wired microphone inputs at stage wall plate location(s) o Two (2) side stage fixed wired microphones, existing to be reused o One (1) wired podium microphone input at stage wall plate location o Four (4) wireless microphones, existing to be reused o One (1) auxiliary audio panel at the control room operator console with four (4) line level audio inputs and two (2) line level audio outputs o One (1) Dolby 7.1 surround sound processor (supporting Dolby 5.1 in the facility) o Two (2) DSP card frames with AVB, DANTE, two (2) DSP, input and output cards o Two (2) stage auxiliary line level audio input positions o Assisted listening system, existing to be reused o Four (4) 2-channel house speaker audio amplifiers, existing to be reused o One (1) 2-channel control room monitor speaker audio amplifier, existing to be reused o One (1) 8-channel stage monitor speaker audio amplifier o One (1) 4-channel stage monitor speaker audio amplifier o Two (2) front speaker clusters, front left and front right, existing to be reused o Two (2) side surround speakers, side left and side right, existing to be reused o One (1) dual subwoofer speaker cluster, existing to be reused o Two (2) control room monitor speakers, existing to be reused o One (1) 16-channel audio mixing board with DME, optical interface, input and output cards, existing to be reused o One (1) DANTE card for DME o One (1) optical audio processor, existing to be reused o One (1) PC with ProTools, keyboard, mouse and display monitor, existing to be reused o One (1) production intercom system, existing to be reused Content Distribution Systems The video and audio content distribution support equipment and systems are to be primarily located in the facility control room and contained in equipment rack(s). The content distribution systems are comprised of the following primary items: o One (1) Enterprise-class 1-input SD/HD encoding/transcoding streaming server, adaptive bitrate encoding, multiple simultaneous renditions, 1080p, 720p, 480p, 360p, 270p, 180p transmission, transmission over the public internet, mobile compatible with server premium maintenance and support program o Scaling of hi-definition video and audio system output to standard definition video and analog audio City Attorney Approved Version 4/1/15 20 o Distribution of standard definition signals to City's RF and cable provider's existing distribution systems which are to be reused Control Systems An integrated AV control system will be included in the Auditorium system. Functionality of the control system will include, but is not limited to, system power control, selection of several preset operational scenarios, selection and control of source devices to be displayed on the projection system, audio and video router control, microphone muting, speaker volume level control, and video source preview. The primary control point of the system will be located at the control room operator console. Presenter control capabilities will also be provided at the podium. Systems will be powered through rack mounted and network controlled UPS units. In the event of a power outage, the UPS units will provide sufficient power to shut down the system in the proper fashion without damaging equipment. Once power is restored to the system, the system will be programmed to automatically power up and return to a default state. A system to allow remote monitoring, reporting, troubleshooting, and connection to all controlled devices will be provided. Touch Control Panels are to allow the operator to have access to Auditorium 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 Auditorium source device to the video display and to the production system in hi-definition video. Additionally, audio from the selected source device will be automatically selected and routed through the DSP/audio mixer while all unselected source devices are muted. 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 will be coordinated with the City prior to site installation. The control systems are to be located in the facility control room in equipment rack(s), the operator control console, stage rack and other facility locations. Control programming is to be provided to allow preset selection of multiple facility operating scenarios for presentations, performances and production applications. Various audio and video signal routing and lighting presets are to be included with additional capability for the City Staff to instantaneously select available system configuration presets and easily modify, reconfigure and save new preset configurations without additional writing of code or programming. The system control and supporting systems are comprised of the following primary items: o One (1) control processor with additional RS-232 and relay interface modules, as required o UPS units with 8 outlets with individual control, RS-232 and IP control and 2200VA/1600W, rack mounted o Two (2) 10" touch panel control interfaces, one unit to be used portably o One (1) 48-port AVB POE managed switch with AVB, software and TAC licenses o One (1) remote monitoring and management system City Attorney Approved Version 4/1/15 21 Lighting Systems The existing theatrical and house lighting dimming and control systems are to be replaced in their entirety and additional lighting electrical circuits with control added. All existing theatrical and house lighting instruments, electrical circuits, structural support and truss systems are to remain and are to be reused. AV Contractor will provide all specific theatrical and house lighting dimming and control equipment, as specified. The existing high-voltage lighting dimming equipment is to be removed, lighting electrical circuits relocated, new circuits added and new dimming equipment installed, all by others. Supply and installation i of all low voltage interface and AV control equipment, and control programming for the theatrical and house lighting systems will be the responsibility of the AV Contractor. Any installation of equipment to the facility will be done by others. The AV Contractor will also be responsible to provide and coordinate manufacturer services for documentation, training and commissioning by an authorized manufacturer representative with the installing Electrical Contractor, AV Contractor and City Staff present, of all of the lighting dimming and control systems. New moving theatrical lighting instruments, with all required interface components to allow mounting and low-voltage control of the devices as specified, are to be provided and placed on the existing lighting truss system i and interfaced to the new lighting circuits and control by the AV Contractor. The City's existing theatrical lighting control surface is to be reused and will be capable of being interfaced to the new theatrical and house lighting control systems from either the control room or at a floor box location in the rear of the audience area. Preset lighting scenes are to be provided on the new AV control systems touch panels and lighting control stations by the AV Contractor as part of the scenario based preset control functionality. Control programming is to be provided to allow preset selection of multiple facility operating scenarios for presentations, performances and production applications. Various lighting presets are to be coordinated and agreed upon with the City to be provided to the lighting control manufacturer's representative for programming in to the system and will include capability for the City Staff to instantaneously select available system configuration presets and easily modify, reconfigure and save new preset configurations without additional writing of code or programming. The theatrical and house lighting control and supporting systems are comprised of the following primary items: o One (1) power control system consisting of two (2) dimming rack enclosures, dimmer modules, power relay modules, control modules and control processor, as specified o One (1) emergency bypass system o One (1) rack mount control panel o One (1) DMX portable plug-in control station o One (1) master/slider/zone portable plug-in control station o Six (6) lighting network portable plug-in control stations o One (1) 5-gang wall mount control station o One (1) 1-gang wall mount control station o One (1) master control portable plug-in control surface, existing to be reused o Two (2) 2-port output gateway units o Four (4) moving controllable lighting instruments with control interface o Theatrical lighting instruments, all existing to be reused o House lighting instruments, all existing to be reused City Attorney Approved Version 4/1/15 22 Support Equipment and Components AV Contractor will provide all new support equipment, plates and installation components required to create complete and operational systems. New equipment racks in the control room and back of stage area are to be provided. A new control room operator console with designated workstation areas, to accommodate up to three City Staff operators simultaneously, is to be designed, for City approval prior to fabrication, provided and installed by the AV Contractor. Supply and installation of all AV and lighting control low voltage signal, interface and control cabling, terminations and miscellaneous installation components will be the responsibility of the AV Contractor. The support equipment and components are comprised of the following primary items: o One (1) custom control room console supporting up to three (3) operation personnel workstations simultaneously o Control room and back of stage equipment racks o Peripheral mounting and attachment hardware, as required o Miscellaneous cable, connectors and installation hardware DOVE LIBRARY FUNCTIONAL SPECIFICATION The Dove Library areas of installation, operating conditions, audio, video and control systems functional description is outlined below. Digital Signage The AV contractor will supply Digital Signage in six locations: 1. East column near Friends bookstore (1st floor) 2. Front column near stairwell (1st floor) 3. Children's east wall near public computers (1st floor) 4. Outside of Cultural Arts' Office (2nd floor) East Column near Friends Bookstore (1st Floor) This location will have a 42" 1080p professional display with integrated digital tuner, landscape mount, and digital signage player with player license. An AV Contractor provided, installed by others, back box will be outfitted with a high voltage duplex outlet, Coaxial Cable Feed, and Data. The display must be controlled (on/off) via RS232 by the digital signage player. Audio will be supported from the internal speakers in the display. The cable feed input will be selected using the manufacture's remote or hard buttons on the display. Front Column near Stairwell (1st Floor) This location will have a 42" 1080p professional display, landscape mount, and digital signage player with player license. An AV Contractor provided, installed by others, back box will be outfitted with a high voltage duplex outlet and Data. The display must be controlled (on/off) via City Attorney Approved Version 4/1/15 23 RS232 by the digital signage player. Audio will be supported from the internal speakers in the display. Children's East Wall near Public Computers (1st Floor) This location will have a 46" 1080p professional display, landscape mounted on a swivel mount, and digital signage player with player license. An AV Contractor provided, installed by others, back box will be outfitted with a high voltage duplex outlet and Data. Each display must be controlled (on/off) via RS232 by the digital signage player. Audio will be supported from the internal speakers in the display. Outside of Cultural Arts Office (2nd Floor) This location will have a 46" 1080p professional display, landscape mount, and digital signage player with player license. An AV Contractor provided, installed by others, back box will be outfitted with a high voltage duplex outlet and Data. Each display must be controlled (on/off) via RS232 by the digital signage player. Audio will be supported from the internal speakers in the display. Group Study Group Study Room (3), (2nd Floor Room 234A) Group Study Room (4), (2nd Floor Room 234B) Group Study Rooms (234A and 234B) can be combined into one room or divided into two separate rooms. Each room will support 4-6 people around a table, will function independently or combined into one room, and will be used for computer presentations. A 46" 1080p professional display will be landscape mounted West wall of each room.' An AV Contractor provided back box/mount, to be installed by others behind each display, will be outfitted with a high voltage duplex outlet and conduit. Conduit will be provided from each box to a wall plate below each display and to a single gang controller, as well as in-between the two boxes. The wall plates will support computer input consisting of HDMI, VGA, and analog audio (to be used one at a time, auto sensing). The wall plate will be installed by others directly below each display' and be connected to a receiving scaler installed behind the display. A single gang six button controller will be provided in each Room to turn the system on and off and to select input, wall plate or the other room's display overflow. Volume will be controlled on the input device only audio will be supported by the internal speakers in the displays. When the rooms are combined either room's display can be mirrored in the other room by selection of overflow on the room controller. Group Study Room (1), (1st Floor Room 144) Group Study Room (2), (1st Floor Room 145) Group Study Room (5), (2nd Floor Room 235) Group Study Room (6), (2nd Floor Room 236) Each room will support 4-6 people around a table, will function independently, and will be used for computer presentations. A 46" 1080p professional display will be landscape mounted on the South wall of Room 144/145 and the East wall of Room 235/236.i An AV Contractor provided City Attorney Approved Version 4/1/15 24 back box/mount, to be installed by others behind each display, will be outfitted with a high voltage duplex outlet and conduit to a wall plate. The wall plate will support computer input consisting of HDMI, VGA, and analog audio (to be used one at a time). The wall plate will be installed directly below each display' by others and be connected to a receiving scaler installed behind the display. The scaler will control the display via RS 232 and will automatically turn on the display when a source device is detected and off the display when no source is present. Volume will be controlled on the input device only audio will be supported by the internal speakers in the displays. Group Study Room Portable Assisted Listening One portable assisted listening system will be supplied to support assisted listening as required in the group study rooms. Tech Lab Tech Lab (2nd Floor Room 230) The tech lab will support presentation capabilities from multiple sources on a 90" display that will be landscape mounted and recessed in to the North Wall. Scaled video output will be provided by a receiver/scaler located behind the display. Power will be provided by others. A decora style wall plate with HDMI and VGA with audio input located on the same wall centered directly underneath the display at outlet height will be provided as a source. A custom lectern with pull out keyboard shelf, storage drawer, acrylic covered cut out for flush mounting a 22" display, 22" display, AV Receiver Scaler, cable cubby, rack storage, flip up side shelf, with a laminate finish (color TBD by the City). A Laptop Computer Connection, recessed cable compartment with power, data, and auto sensing HDMI, VGA with audio will be a source to the system. The 22" display will be used as a confidence monitor and will mirror whatever is on the 90" display. The lectern will connect via an umbilical to an AV Floor Box (AV Contractor supplied installed by others) in the NW corner. The floor box will have a transmitter as a source that will connect to the Lectern's laptop connection and be available as a source when the lectern is not connected. A feed from the rack mounted matrix router will provide video and control for the 22" display which will be connect via a custom plate. An additional laptop source connection will be provided in a floor box (AV Contractor supplied installed by others) in the rear (South) of the room. A transmitter will be provided in the floor box with auto sensing HDMI, VGA with audio. Additionally, power and data will be provided by others. Amplified audio play back and voice reinforcement will be provided by 4 in-ceiling 8" speakers. An assisted listening system will be installed to allow those with hearing disabilities to hear presentation audio. City Attorney Approved Version 4/1/15 25 A wall mounted 7" touch panel' will be provided on the North wall, to be installed by others, for system control and will provide the following control capabilities: o Discrete audio and video source selection video and audio discretely. For example Bluetooth audio will be heard while the OFE PC is presenting on the display. o Program volume and mute control o Discrete microphone volume control o Pass code protected lock out screen Located in a wall mounted rack in the storage closet', to be installed by others, will be the following: o Two passcode protected Wireless Presentation System capable of displaying MACs, PCs, smart phones and tablets wirelessly including iOS and Android devices. One system will be on the Client's Private network and the other will be on the Client's Public network. o OFE (Owner Furnished Equipment) PC with wireless RF keyboard and mouse o Bluetooth Audio Receiver for connection to smart phones/tablets for wireless music playback o Integrated Presentation System with controller, digital media matrix router, amplifier Meeting Room Gowland Meeting Room The Gowland Meeting Room audio system will be retrofitted with a permanent Assisted Listening system.' GENERAL SPECIFICATIONS Related Work by Others Certain "public works" related work, materials and equipment will be furnished and/or installed by others, unless specified otherwise. This will include, but not be limited to the following where they occur: a. All conduit, wireways, connection boxes, pull boxes, junction boxes, mounts and outlet boxes permanently installed in or on walls, floors and ceilings. b. All lighting fixtures, dimmers, power receptacles and interconnecting wiring. c. All high voltage electrical and electrical panels required to power the equipment. d. Structural work and ceiling supporting structure required for attachment of ceiling mounted brackets required for video projector and projection screen and projection screen installation. City Attorney Approved Version 4/1/15 26 e. All structural work, wall openings, platforms, railings, stairs, fire prevention and safety devices, rough and finish trim, painting, patching, plastering, drapes, drape motors, carpets, floorcovering, screen apertures, heating, ventilation and air conditioning. f. Attachment of AV mounts/mounting hardware (projector, Flat Panel, camera, lighting, displays, monitors, etc) to the building structure is the responsibility of others. AV Contractor will provide necessary design and engineering required to enable installation of equipment by the Electrical Contractor or General Contractor. SUBMITTALS The AV Contractor will make the following submittals to the City: A. Prior to fabrication, submit printed and electronic copies, clearly annotated for any deviation from the specifications, of the following: 1. Equipment lists with manufacturer and model number for all equipment to be supplied by the AV Contractor 2. Complete, comprehensive block diagrams including all equipment, devices, connectors and wiring, completely identified, including label designations, and coordinated with the equipment lists 3. Shop drawings for any custom design pertaining to any of the AV systems, including: a. All control panels, connector plates and designation strips to be punched, engraved, or silk screened including detail of terminology, engraving, finish, color, and material b. Schematic drawings of custom circuits c. All equipment modifications d. All audiovisual system design drawings e. Shop and field wiring diagrams, including cable types and functional description f. Final equipment rack layouts g. Shop drawings for custom operator console h. Shop drawings for special equipment installation B. Prior to loading of control system programming, the AV Contractor will coordinate, submit electronic copies and demonstrate the following: 1. Coordinate and meet with City Staff to determine control scenarios, preset selections, button nomenclature and control system functionality and interface and distribution to existing control surfaces 2. Document findings and outcomes of meetings in written and graphical form and submit to City for approval 3. Submit electronic copies of control system touch panel pages and demonstrate live control code to City for approval City Attorney Approved Version 4/1/15 27 C. Upon completion of systems, electronic copies of the following will be provided: 1. Manufacturers equipment manuals for each major piece of equipment 2. "As-built" system drawings in both .pdf and electronic versions, including: I. System schematics with device cable identifiers, signal type, device locations and IP addresses and electrical distribution II. AV rack elevations III. Control room operator console layout IV. Lighting control system schematic 3. Separate user and maintenance manufacturer manuals for each AV system in Word and/or .pdf versions 4. All Device and Control System Source Code 5. Complete Final Equipment Schedule with manufacturer, model number and serial number of all devices 6. Millwork shop drawings in both .pdf and electronic format 7. Inventory of any City provided or reused equipment in use at the close of the project with an inspection status from AV Contractor. The inspection document will be an attachment to the "Preventative Maintenance and System Warranty" contract CODES AND STANDARDS A. All fabrication and installation practices will be in accordance with the applicable standards, requirements, and recommendations of the National Electrical Code, and with all laws orders, codes, and regulations applicable to the AV Contractor. B. If in the opinion of the AV Contractor, an installation practice is required which is contrary to the specifications or drawings, such installation will not commence until a written request for change has been made to the City and the request has received approval. TASKS A. The AV Contractor will furnish and configure all materials, equipment, wiring, connectors, plates and other necessary parts, whether or not specifically listed or mentioned herein, to insure a complete operating system in accordance with the intent of this specification) B. The audiovisual systems will be fully integrated and configured as a complete package by the AV Contractor) C. The AV Contractor will generate any additional drawings or information required for fabrication, setup, and wiring of the system. Onsite implementation personneli and necessary on-site supervision personnel will be provided by AV Contractor. The AV Contractor will be responsible for the proper alignment, adjustment, and calibration of all audiovisual equipment in this specification. City Attorney Approved Version 4/1/15 28 D. The AV Contractor will be responsible for verifying the compatibility of all audiovisual equipment and related hardware with related work performed by others. This includes, but is not limited to electrical, mechanical, structural, and all finish work. The AV Contractor will also provide coordination of his work with related work provided by others. E. City Staff Training A comprehensive hands-on training program will be conducted by the AV Contractor to familiarize the City's operating personnel with the care, operating characteristics, and preventive maintenance of all equipment furnished under this contract. Following are the minimum categories which must be included in the training program: 1. Overall block diagram analysis of all systems to provide City operating personnel with an adequate overview of all equipment at their disposal. Details concerning the function and location of each item are to be included. Detailed descriptions of all controls, switches, indicators, keyboards, etc., which the operator will have at his disposal. 3. Detailed descriptions regarding the care, cleaning and preventive maintenance of all equipment. EQUIPMENT DELIVERY AND STORAGE A. Costs of removal of existing equipment, shipping of equipment to be reused to the AV Contractor assembly facility, shipping all new audiovisual equipment and materials to the site as well as costs of unusual storage requirements will be the responsibility of the AV Contractor. B. Equipment removed from the site to be reused and not assembled integrated into the new systems prior to installation onsite are to be stored by the City at the City's expense, during construction and until such time as the devices are reinstalled onsite. INSTALLATION PRACTICES A. General Installation will include the uncrating, setting in place all equipment except where otherwise noted; any fastening to walls, floors, ceilings, counters, or other structures of the facility will be done by others where required; interconnecting wiring of all components of the system: equipment alignment and adjustment; and all other work whether expressly required herein is necessary to result in completely tested and operating systems.' All implementation practices will be in accordance with, but not limited to, these specifications and in accordance with the applicable standards, requirements, and recommendations of the National Electrical Code and local authorities having jurisdiction. City Attorney Approved Version 4/1/15 29 C. Physical Installation' All equipment will be able to be firmly secured in place unless requirements of portability dictate otherwise. Any securing or fastening of any equipment to the facility will be done by others. Any fastenings and supports will be adequate to support their loads with a safety factor of at least four. D. Wiring' 1. All video, control, and audio wiring, and connection of the devices referenced in these specifications, will be included as part of the work to be performed by the AV Contractor. 2. All cables, wiring and devices will be identified by permanent labels, tags or other acceptable means. Markings will clearly indicate the function of all cables, wiring and terminals. All cables are to be labeled at both ends. 3. All cables and conductors will be continuous from terminal to terminal without any splices, and will be of adequate gauge for the intended purpose. 4. All wiring forms will be spot tied with plastic cable ties. 5. Spade lugs will be used on all wires which are to be connected to screw-type terminals. 6. Shielded wiring or other means of insulation will be employed wherever necessary to assure freedom from cross-talk, hum, pops, clicks or other forms of interference. The AV Contractor will provide an interference-free system. 7. All wiring throughout the entire system will be neatly configured, bundled together with approved tie-wrap devices and tied to supports unless within equipment racks. 8. If surplus wiring is included in a cable run to permit a device to be moved in the future, the excess cable will be neatly coiled, tied and concealed. 9. All cable entrances which are exposed to the elements will be packed with an approved sealer to prevent moisture seepage. 10. Wiring will not enter or leave a metal cabinet, backbox, or junction box without benefit of a rubber or plastic grommet or other approved device designed to prevent cable damage. 11. Cable installation will conform to broadcast industry standards. 12. AV Contractor will provide permanent intelligible identification on, or adjacent to, all controls, patching jacks, connectors, and receptacles. This identification will clearly and distinctly indicate the function of the item and will be numbered or lettered to correspond with the function, circuit and location consistent with the design and shop drawings. City Attorney Approved Version 4/1/15 30 E. Keys At least two complete sets of keys for each type of lock included with the system will be turned over to the City upon completion of the contract. F. Blank Panels All equipment racks which contain spaces which do not have equipment or panels mounted in them will be provided with blank panels. Blank panels will be aluminum which have been fine grained and black anodized. QUALITY OF MATERIALS AND EQUIPMENT Material and equipment specified herein have been selected as the basis of acceptable quality and performance and have been coordinated to function as components of the included systems. Where a particular material, device, piece of equipment or system is specified directly, the current manufacturer's specification, is as if completely contained herein in every detail. a. All materials specified herein will be new and will be the manufacturer's latest design, permanently labeled with the manufacturer's name, model number and serial number. Similar devices will be of the same manufacturer, unless specifically noted otherwise in this specification. b. All auxiliary and incidental equipment necessary for the operation and protection of the systems specified will be furnished and installed as if specified in full herein. "STANDARD" OR APPROVED EQUIPMENT This equipment and systems provided for these installations will be as specified. EXECUTION GENERAL a. The implementation and setup of all materials, equipment, wiring devices and other necessary parts of the systems outlined in the specification will be the responsibility of the AV Contractor unless otherwise specified.' b. Coordination and supervision of all work will be the responsibility of the AV Contractor. It will not be necessary for the City to coordinate the project in behalf of the AV Contractor. c. The installation will include engineering, drawings, supervision, testing, adjusting, operator training and all other work necessary for a complete turnkey installation. City Attorney Approved Version 4/1/15 31 d. Expenses for personnel involving air travel, lodging, meals, transportation, freight, and any other expense involved in the normal course of execution of this installation will be the responsibility and at the expense of the AV Contractor. PROJECT COORDINATION a. The AV Contractor will appoint an experienced project manager who will be responsible for assuring that a quality installation is accomplished in accordance with the specification in a timely manner. b. The name and capabilities of the person proposed by the AV Contractor to be the project manager will be submitted to the City within fourteen (14) days after award of the contract. CITY ACCEPTANCE Upon completion of the installation and AV Contractor testing, AV Contractor will demonstrate operation of the systems to City personnel for the purpose of acceptance of the systems and the installation. WARRANTY Warrant all of the work of this section to be free from defects in materials and workmanship for a period of twelve (12) months from the date of City acceptance. WORK CONDITIONS AV Contractor is to ensure the following criteria is met, completed and/or installed, in all specified areas and directly adjacent areas prior to installation of systems or components: A. Interior construction B. Wet work (painting, masonry, concrete, etc.) C. Electrical - electrical power provided to designated audiovisual outlets and IMS specified cable pulled through conduit with indicated cable extended from source point and destination point D. Related structural components (booms, support brackets, seismic requirements in place, etc.) E. Windows, doors and trim (including locks for security purposes) F. Wall finishes (wall covering, etc.) F. Grid system and ceiling G. Ceiling speaker back boxes City Attorney Approved Version 4/1/15 32 H. Flooring, floor covering and baseboards I. Millwork (installed and finished) J. Lighting (fixtures and dimming or control systems) K. All related work to be performed by others A representative of AV Contractor is to inspect the job site for readiness prior to installation. LIGHTING Manufacturer's Services to consist of: A. Four (4) sets of B size drawings for approval submitted within 2-6 weeks of receipt of order. B. The services of a factory engineer to energize system and instruct user personnel. Such services to be supplied on 21 day notice. C. Production requires 1-6 weeks for delivery of equipment after receipt of written approval and release. D. Two (2) sets of Operation Manuals (one hard copy; one CD) Notes and Clarifications A. All flush mount back boxes, except for touchscreens, theatrical wiring devices and where specifically notes, are provided by others. B. This quotation excludes all installed cabling, interconnecting cables, and back boxes unless specifically listed. C. The dimming system is designed for 2 feeds; one at a maximum of 400A and one at a maximum of 100A. D. D20 modules and ThruPower modules with fluorescent loads require two wire ballasts provided by others (Advance Mark X recommended) E. Unison wall stations are quoted with standard legends. Custom legends can be quoted upon request. F. Unison LightDesigner software and training are not included as part of this quotation. G. User modifications to the Unison Paradigm configuration are available from the Paradigm Architectural Control Processor (P-ACP) and from the Local Access web interface. City Attorney Approved Version 4/1/15 33 H. ControlDesigner software may be used to create user defined Touchscreen pages prior to system commissioning. I. Electronic Theatre Controls does not provide training Video Cassettes but will permit video recording of user personnel training by the factory engineer during system energization. P R I CI N G Included in the price for this project is: Included in the price for this project is: EQUIPMENT Detailed listing of equipment pricing is included in: ATTACH EMENT A — EQUIPMENT LISTS LABOR COSTS, including: Detailed breakdown of labor is provided in: ATTACHMENT B — LABOR BY CATEGORY Pre-Installation Detailed engineering, off-site project management, final system design drawings, infrastructure verification and coordination, CAD, administration, system programming, system fabrication, and pre-install equipment testing Rack Build and System Assembly Implementation and Setup ' Project management on-site, all on-site work (except where specifically excluded) to implement, setup, configure, connect, test, program, including as-built drawings, installation manuals and training. SALES TAX @ 8.00% FREIGHT PROJECT SUBTOTAL 3 YEAR MONITORING, MAINTENANCE AND WARRANTY $402,052.64 $161,492.00 $10,000.00 $126,522.00 $32,164.21 $12,060.00 $745,954.85 $80,410.00 TOTAL $826,364.85 I Any installation qualifying as public works under California Labor Code section 1720, such as attaching or affixing equipment to the building or installing power supplies to operate the equipment, will be handled by others. Likewise, any de-installation qualifying as public works, such as detaching equipment from the building, will be handled by others. City Attorney Approved Version 4/1/15 34 TERMS Payment is requested as monthly progress billing. Billing will include all equipment received and labor performed in each monthly reporting period. On-site labor included in this proposal will be prevailing wage where applicable. Invoices shall be due and payable by CLIENT no later than 30 days from the date of invoice. EXCLUSIONS. Excluded from this agreement is the supply and installation of electrical conduit, electrical power and associated boxes, construction, any required structural support or seismic restraint, millwork and millwork modifications (including millwork finishes), ceiling work and any equipment, installation and connectivity of CLIENT furnished equipment, telecommunications and data systems, unless otherwise noted herein. CLIENT FURNISHED EQUIPMENT (CFE) AND SERVICES. CFE and/or services are excluded from the scope of this proposal, unless otherwise specified. All CFE specified in this contract must be coordinated and delivered to the AV Contractor prior to final in-shop pre-installation assembly and testing. If troubleshooting or repair CFE and/or consultation with outside service providers (i.e. telecommunication companies, IT providers, etc.), is required to complete the integration of the proposed system, this work will be considered an addition to the contract on a time & materials basis and will be subject to the change order criteria outlined above. Delays or rescheduling required due to untested or unidentified CFE and/or outside services will be additionally billed to the City. ORDER REQUIREMENTS. 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. AMENDMENTS. Should the scope of work change during the performance of services, a Request for Change will be issued outlining the changes requested and anticipated associated costs. No additional work will be will be performed prior to written amendment to the agreement. Additional work will be provided and billed at mutually agreed to labor rates. Additional requirements shall be provided and billed on a time and materials basis at the following rates: Principal $ 250.00 per hour AV Designer/Account Manager $185.00 per hour Engineer $150.00 per hour Project Manager $120.00 per hour Technician $110.00 per hour Drafting $150.00 per hour Administration $50.00 per hour Travel (Portal to Portal) at above rate Expenses Cost + 15% City Attorney Approved Version 4/1/15 35 EQUIPMENT LISTS Schulman Auditorium Equipment , Line Qty Manufacturer Part No. OFF Description Unit Price Extended Price Video Display Equipment 1 1 Panasonic PT-DZ13KU 12,000 Lumen Video Projector $41,752.66 $41,752.66 2 1 Panasonic ET-D75LE90 Short Throw Lens $14,291.00 $14,291.00 Chief VCMU Projector Mount $291,00 $291.00 4 1 Chief LPK1 Low Profile Mounting Kit $73,00 $73.00 5 1 Stewart ABB220HAV7013-54-3-12 Projection screen, Luxus Model ABB Electriscreen 1011051, $14,003,00 $14,003.00 Image Size: 108in x 1921n (220.25in diag.), Aspect Ratio 1.78:1, Material: AeroView 70, Rear Projection Seamless, Top Mask: 54in - Bottom Mask: 3in -Side Mask: 121n, Case Color: Black, Batten Color. Black, Batten Width:218in, Finish: Black, Mounting: Ceiling Mount (Exposed), Motor: Somfy -Voltage: V125H60 6 1 Stewart IMC Projection screen integrated media controller $255.00 $255.00 Subtotal $70,665.66 Digital Media Routing Equipment 7 1 MIX FG1061-32 DGX32-ENC-Enovae DGX 32 Enclosure $10,009.01 $10,009.01 AMX FG1058-570 DGX-I-DXL - DX Link Input Board $1,397.91 $1,397.91 9 2 AMX FG1058-540 DGX-I-HDMI - HDMI Input Board $1,056.82 $2,113.64 10 3 AMX FG1058-550 DGX-O-HDMI - FIDMI Output Board $1,397.91 $4,193.73 11 1 AMX FG1058-580 DGX-O-DXL - DX Link Output Board $1,397.91 $1,397.91 121 AMX FG1061-732 DGX-3200 Audio Switching Board $3,354.98 $3,354.98 . , 13 3 AMX FG1010-325-BL DX-TX DXLinkn' Multi-Format Transmitter Module Decora $768.85 $2,306.55 Wall Plate 14 3 AMX FG1010-500 DX-RX DXLink HDMI Receiver Module $866.70 $2,600.10 15 2 TBD Custom Custom Plate -Stage Aux Video Out, 2-gang, engraved $83.00 $166.00 16 1 Kramer FC-113 HDMI-3G-HDSDI Converter $461.31 $461.31 Subtotal $28,001.14 Video Source Equipment 17 1 Panasonic DMP-B0T220 OFE Blu-Ray DVD Player $0.00 $0.00 18 1 Denon 08T-3313UDCI Multi-Format Blu-Ray DVD Player $915.00 $915.00 19 1 JVC SR-HD2700US Blu-Ray DVD Recorder/Player $3,302.00 $3,302.00 20 1 AMX FG1058-570 DGX-I-DXL- DX Link Input Board $1,39731 $1,397.91 21 1 Time Warner TOO OFE Cable Set-Top-Box $0.00 $0.00 22 1 TBD TBD OFE Control Room PC $0.00 $0.00 23 1 Logitech MK520 Wireless Keyboard and Mouse Combo $54.00 $54.00 24 2 Extron 60-997-01 IIDMI DA2 1x2 Distribution Amplifier $383.00 $766.00 25 1 RGB Spectrum QuadView ElDx-4/0 Video Processor, Quad Input with Background $3,883.00 $3,883.00 26 1 ROB Spectrum HDCP lx QuadView HDCP Option $774.00 $774,00 27 1 TV One 1T-TG-620 Test Signal Generator, HDMI $249.00 $249.00 Subtotal $11,340.91 Audio Support Equipment 28 1 Yamaha 01V96 OFE Audio mixing board, 16 channel $0.00 $0.00 29 1 Yamaha DME-64D OFE , Digital mixing interface $0.00 $0.00 30 2 Yamaha Aviom 6416YZ 'OFE Analog interface card $0.00 $0.00 31 1 Yamaha MY16-AT OFE Optical interface card $0.00 $0.00 32 1 Audinate DANTE-MY16-AUD , DANTE card $765.00 $765.00 33 1 Digidesign 003RACK+ ,OFE Analog-Firewire interface $0.00 $0.00 34 1 Apogee Big Ben 'OH Audio wordclock $0.00 $0.00 35 1 Unknown Unknown 1OFE PC with ProTools sofware, Rirewire interface, keyboard, $0.00 $0.00 36 1 Unknown Unknown OFE PC monitor $0.00 $0.00 37 4 Shure 5LX4 'OFE Wireless microphone receiver with internal power supply $0,00 $0.00 and rack mounting hardware 38 1 Shure UA845 !OFE Antenna splitter amplifier $0.00 $0.00 39 2 Shure Unknown ,OFE Wireless microphone remote antenna $0.00 $0.00 40 1 Shure Unknown !OFE Wireless Body pack Transmitter (qty unknown) $0.00 $0.00 41 1 Unknown Unknown 'OFE Lavalier Microphone (qty unknown) $0.00 $0.00 42 1 Unknown Unknown 'OFE Handheld wireless microphone (qty unknown) $0.00 $0.00 43 1 Unknown Unknown 'OFE Microphone snake, 12 input $0.00 $0.00 City Attorney Approved Version 4/1/15 36 Schulman Auditorium Equipment - Continued line Qty Manufacturer Part No. OFE Description Unit Price Extended Price 44 1 Unknown Unknown OFE H ] n d m n ro p hone (qty unknown) $0.00 $0,00 45 2 Unknown Unknown OFE Shotgun microphone, wall mounted at stage $0. 0 $0.00 46 1 Marantz CDR510 OFE CD recorder/player-use player only $0.00 $0.00 47 1 Williamssound Unknown OFE Hearing assitance driver $0.00 $0.00 48 2 Williams Sound Unknown OFE Hearing assitance antenna, wall mounted $0.00 $0.00 49 n Williams Sound Unknown ,OFE Hearing assitance receiver $0.00 $0,00 50 2 Biamp SERVER-10-AVE Up to 48 channels I/0, AVB interface and 1 DSP card $4,109.84 $3,219,68 51 2 Biamp DSP-2 DSP card with two DSPs $468.58 $937.16 52 4 Biamp SIC-4 4 channel rniciline inputctrd, $197.94 $791.75 53 7 Biamp SEC-4 4 channel min/line_ input card vvith acoustic echo cancellation per channel $409.31 $2,865.17 54 8 Biamp SOC-4 4 channel mic/line output card $174.76 $1,398.08 55 1 Biamp SVC-2. CK VOIP telephone interface card, 2 line $407.07 $407.07 56 1 Biamp DAN-1 DANTE card $820.85 $820.85 57 1 TBD Custom Custom wall plate - lectern microphone input, engraved $50.00 $50.00 58 1 TBD Custom Custom rack plate - (4) aux audio output, (2) auxaudio input, engraved $111,00 $111.00 53 2 TBD Custom Custom wall plate-stage m icro p hon e input, 12 inputs, engraved $278.00 $556.00 60 4 TBD Custom Custom Wall plate-stage audio monitor output, 2 inpu , speakon, engraved, 1-gang, in floor box $83,00 $332.00 61 1 TBD Custom Custom wall plate -u sing board input, engraved, 1- gang, in-floor box $50,00 $50.00 62 1 Extron SSP7.1 Surround sound proc o optical-analog deLeinbedder $993.00 $993,00 63 1 1 Atlona AT-HD570 HDM1-Optical Audio De-Embedder $136.00$186.00 64 ' DSC P1218 OFE 2-Channel commeroal sourd power amplifier $0.00 $0.00 65 2 DSC PI224 OFE 2-Channel commercial sound power amplifier $0.00 $0.00 66 : 1 CISC P1236 ,OFE 2-Channel commercial sound power amplifier $0.00 $0.00 67 1 1 Crown CT-810 OFE 2-Channel commercial sound power amplifier Om $0.00 68 1 Crown 075 OFE 2-Channel commercial sound power amplifier $0.00 $0.00 63 , 1 ElectroVoice CPS4.5 4-Channel commercial sound power amplifier $1,804.00 $1,804.00 70 1 ElectroVoice CPS8.5 8-Channel commercial sound power amplifier $2,592.00 $2,592,00 71 1 Unknown Unknown OFE Left fron main speaker cluster $0.00 $0.00 72 1 Unknown Unknown OFE Right front main speaker cluster $0.00 pm 73 1 Unknown Unknown OFE Center front main speaker cluster $0.00 $0.00 741 Unknown Unknown 'OFE Subwoofer speaker duster $0.00 $0.00 75 2 Unknown Unknown 'CIFE Surround speaker, wall mount $0.00 $0.00 76 2 Unknown Unknown ,OFE Monitor speaker, control room $0.00 $0.00 77 1 Custom Custom Press plate, 4-gang, (4) audio out, (2) HD-SDI video out $111.00 $111.00 Subtotal 1 $22,989.77 Production Equipment 78 4 Vaddio 999-9917-000W RottoSHOT 30 QCCU System $5,006.74 $20,02636 79 Vaddio 999-5655-000 PmductionVIEW HD-SDI MV $7,996.02 $7,996.02 80 1 Vaddio 999-5520-022 TeleTouch 22" HD Touch Screen LCD Monitor with Base $1,202.20 $1,202.20 81 1 Panasonic Al-PX270PJ P2 handheld camera system, 22x lens, 1080p30, HD-SDI out, TC in $5,602.00 $5,602.00 82 1 Panasonic AK-HRP200G1 Camera control unit $2,417.82 $2,417.82 83 1 Custom Custom Camera cable bundle, HD-SDI, TC, power, 50' $278.00 $278.00 84 1 Custom Custom Camera Plate, 12x12, HD-SDI, TC, Intercom $167.00 $167,00 35 1 Sierra Video SVG-FRAME Modular HDMI/HDSDI multiviewer frame $831.00 $831,00 86 2 Sierra Video SVG-HDM 1 HDMI input card $1,748.00 $3,496.00 87 2 Sierra Video SVG-3GFID 35 HD-SDI input card $1,748.00 $3,496,00 38 2 Sierra Video SVG-OM ' DHDMI I Modular HDMI/HDSDI MultiViewer $3,415.00 $6,830,00 89 2 Samsung 08480 48" 1080P Professional Display $1,087.00 $2,174.00 90 2 Samsung STN-L4055AD Stand for DB48D $56.00 $112,00 91 1 Cornpix ConverG1 HO Single Channel HD Character Generator $13,3 - 0 $13,315.00 92 1 Logitech MK520 Wireless Keyboard and Mouse Combo $54.00 $54.00 93 2 Samsung 05220-P 22" Monitor $339.00 $678.00 City Attorney Approved Version 4/1/15 37 Schulman Auditorium Equipment - Continued Line Qty Manufacturer Part No. OFE Description Unit Price Extended Price 94 1 Chief Custom Desktop mount, articulating $222.00 $222.00 95 1 Samsung UN24H5000 22" TV/monitor $164.00 $164.00 96 1 Chief TS1185U Wall mount, articulating $87.00 $ 7.00 97 1 Blackrnagic Smart Videohub 12 x 12 HD-SDI Video 12x12 Matrix Router $1.375.00 $1,375.00 98 3 Blackmagic HyperDeck Studio Pro HD recorder, dual SSD slot $1,950.00 $5,850.00 99 12 SanDisk SDSSOXPS-9606-G25 Extreme PRO 960GB SATA 6.0GB/s 2.5-Inch 7mm Height Solid State Drive (SSD) $488.00 $5,856.00 100 1 AJA 30-AMA HD-SDI/Audio embedder $795.00 $795.00 101 5 Kramer VM-4HDxi HD-SDI 1x4 distribution amplifier $363.00 $1,815.00 102 2 FITS/Telex MCE325 OFE User station with gooseneck mic $0.00 $0.00 103 2 RTS/Telex MCS325 OFE User station speaker $0.00 $0.00 104 2 FITS/Telex MCP1 OFE Rack mount kit $0.00 $0.00 105 1 FITS/Telex 4001 OFE IFB control station $0.00 $0.00 106 1 FITS/Telex 4010 OFE Central electronics $0.00 $0.00 107 1 FITS/Telex SSA324 OFE System interface $0.00 $0.00 108 1 FITS/Telex P915 OFE Power supply $0.00 $0.00 Subtotal $84,841.00 Streaming/Editing/Broadcast Channel Management 109 1 Haivision S-KB-1 KulaByte Enterprise Class 1-Input so/HD Encoding/Transcoding Server $11,100.00 $11,100.00 110 1 Haivision M-PREM-SUPP-1 Premium Maintenance & Support Program -1 year $1,110.00 $1,110.00 111 1 Iv One C2-2655 HD-SDI to Composite video and analog audio down- $1,911.00 $1,911.00 112 1 Extron DA6AVEQ lx6 composite video and stereo audio distribution amplifier $317.00 $317.00 113 1 Blackmagic MultiDock Disk dock, (4) disk capacity, Thunderbolt and Thunderbolt 2 $580.00 $580,00 114 1 Tektronix TSG-170A OFE Master sync generator $0.00 $0.00 115 1 Kramer VM-1021n Video distribution amplifier, 1x20 $546.00 $546.00 116 1 ESE ES-488U OFE Mattertimecode generator $0.00 $0.00 117 1 Kramer VM-1110x1 Audio distribution amplifier, lx10, balanced $405.95 $405.95 118 1 Editing PC TBD OFE Edit computer with Thunderbolt $0.00 $0,00 119 1 TBD TBD OFE Mass Storage $0.00 $0.00 120 1 Adobe Premiere Pro OFE Edit software $0.00 $0_00 121 1 TBD TBD OFE Duplication system $0,00 $0.00 122 1 Blonder Tongue Unknown OFE CATV modulator $0.00 $0.00 123 1 Randiant VL24R5P/SM OFE CATV fiber transmitter $0.00 $0.00 Subtotal $15,969.95 System Control 124 2 AMX 105968-47 MXT-1001 10.1" Modero X Series 05 Tabletop Touch $3,623.37 $7,246.74 125 1 AMX 102106-03 NX-3200 NetLinx' NX Integrated Controller $1,901.15 $1,901.15 126 1 AMX 10423-46 PSR4.4 13.5 VDC, 4.4 A Power Supply $83.00 $83.00 127 1 AMX 162100-20 EXB-REL8 ICSLan Relay Interface, 8 Channels $335.20 $335.20 128 7 AMX 102100-22 EXB-COM2 ICSLan Serial Interface, 2 Ports $391.41 $2,739.87 129 1 AMX 1G2100-26 EXB-MP1 ICSLan Multi-port Interface $391.41 $391.41 130 1 AMX 102178-63 NXA-ENET8-2POE 8 Port POE Managed Switch $333.00 $333.00 131 1 Extreme Networks SUMMIT X4442-48P 48 Port AVB POE Managed Switch $2,506.00 $2,506.00 132 1 Extreme Networks 16523 AVB License $379.00 $379.00 133 1 Extreme Networks 97000-16523 Software and TAC $47.00 $47.00 134 3 Middle Atlantic UPS-2200R-8IP UPS, 2200VA/1650W ind. outlet control, NIC, 2SP, rackmount, black $1,253.64 $3,760.92 135 3 Middle Atlantic PDS-620R Power sequencer, rackmount $355.00 $1,065.00 136 1 Ihiji APP-2100C Remote management, diagnostics, and troubleshooting appliance and configuration $4,440.00 $4,440.00 Subtotal $25,228.29 Support Equipment 137 4 Middle Atlantic ERK-4425 445P 250 RACK W/ REAR DR $511.12 $2,044.48 138 4 Middle Atlantic ERK-R1l44 445P ERK REAR RAIL OPTION $52.97 $211.88 139 4 Middle Atlantic ERK-4QFT-IC ERK (3) 4FAN TOP W/ IC $322.00 $1,288.00 140 4 Middle Atlantic CBS-ERK-25 CBS FOR 25DP ERK $116.86 $467.44 141 16 Middle Atlantic PDT-1015C-NS PD THIN, 1-15A, 10 OUT, CORD $80.00 $1,280.00 City Attorney Approved Version 4/1/15 38 Schulman Auditorium Equipment — Continued line Qty Manufacturer Part No. OFF Description Unit Price Extended Price 142 LOT Middle Atlantic Various Miscellaneous Rack Accei,ories (Shelves, Lacing Bars, Rack Mounts, Etc.) $666.00 $666.00 143 LOT TBD MISC Miscellaneous Installation Equipment (Mounts, Ties, Adaptors, Bulk Cable, Premade Cable, Connectors, $11,100.00 $11,100.00 Subtotal $17,057.80 Custom Furniture 144 I 1 TBD !Custom I IControl Room Operator's Console I $7,770.00 $7,770,00 Subtotal $7,770.00 Lighting ETC I CUSTLITSYS I Custom Lighting System Including: $50,326.00 $50,326.00 Power Control System to consist of: A. Sensor Dimming Rack to consist of: 146 1 ETC 714141003-4 SR3-24 - Black Sensor3 24-Module Dimmer Rack - Designed for 3 phase 4 wire and ground operation at a maximum of 400A,120/208v, 60Hz AC 147 1 ETC 714142005-4 SR3-24 DOOR - Black SR3-24 Locking Door with Filter 148 17 ETC 705041202 TR2OSAF - Dual 204 ThruPower Module with Advanced Features, 3SOms rise time (34 circuits) 149 5 ETC 705041031 D2OE - Dual 204 Dimmer Module, 50Clins rise time (10 Dimmers) 150 2 ETC 705041084 R154E -Dual 154 Relay Module with Advanced Features (4 Relays) 151 1 ETC 714041003 CEM3 - CEM3 Control Module B. Unison Dimming Rack to consist of: 152 1 ETC 718341005 DRD6-12-120 - DRd6 100-120V Rack Enclosure - Designed for 3 phase 4 wire with ground operation at a maximum of 153 5 ETC 708341023 D20E- - Dual 204 Dimmer Module, 500ms rise time (10 Dimmers) 154 1 ETC 708341085 R20- Dual 204 120V Relay Module (2 Relays) 155 1 ETC 718041008 URTO - Unison RideThru Option Kit- Can't be used with 156 1 ETC 718041007 P-DRD-TK - DRd Paradigm Termination Kit - Required for DRd with Paradigm processor 157 1 ETC 718041009 P-ACP2 - Paradigm Architectural Control Processor 158 1 ETC 718241001 P-SPM - Paradigm Station Power Module - supports 32 stations and (1) SOOm wire segment C. Emergency Bypass Detection Kit: 159 1 ETC 1718041200 I EBDK - Emergency Bypass Detection Kit Control System to consist of: A. Rack Mount Panel to consist of: 160 1 ETC 109441006 ECPB DMXIN/NET/UNI - Panel mount DMX Input 1 / ETCNet / Unison Portable Control Plug-in Station with: 1- XLR-5MDM3 DMX In Connector 1 - R545 (568B) Connector in XLR case 1 - Unison Portable Connector B. Control Console Accessories to consist of: 161 1 ETC 109441006 ECPB DMXIN/NET/UNI - DMX Input 1/ ETCNet / Unison Portable Control Plug-in Station with: 1- XLR-5MDM3 DMX In Connector 1- R1-45 (5688) Connector in XLR case 1 - Unison Portable Connector 162 1 ETC 109441005 ECPB DMXIN - DMX Input Control Plug-in Station with: 1- XLR-5MDM3 DMX In Connector 163 3 ETC 109441045 ECPB NET - ETCNet Control Plug-in Station with: City Attorney Approved Version 4/1/15 39 Schulman Auditorium Equipment — Continued Line City_ Manufacturer Part No. OFE Description Unit Price Extended Price 1- RJ45 (568B) Connector in XLR case 164 3 ETC 1064A1023 ECPB P1-ETC 1-gang Surface Mount Back Box (2.5" deep) 165 3 ETC 210041302 ECPB PB-U - U-Bolt Kit for 1 and 2 gang ECPB Plug-in Station (includes hanger bracket and 2 U-bolts, back box not included but required) 166 2 ETC 4261A1103 N3T26-2F - Portable (Touring) Net3 Only Two Port Output Gateway to Contain: 2- XLR-D5F, 5-pin Female XLR connectors with hanger bracket for [-clamp or U-bolt 168 2 ETC N4028 CO25-NET- 25 Network Cable (Cat 5/FU-45) 169 3 ETC 109441045 ECPB NET- ETCNet Control Plug-in Station with: 1- RJ-45 (568B) Connector in XLR case 170 1 ETC 715041002-8 SNB-8 - 8-port Simple Network Box with 8-port Power over Ethernet switch patch panel patch cables power supply Architectural Control System to consist of: A. Unison Heritage Control Station (Model UH12805-111) to consist of: 174 2 ETC 71814221344 UH12K05-11 - Cream 1-gang faceplate assembly to include the following: 1- "Lockout" Keyswitch 4 - "Preset X" Select Switch 1 - "Off' Select Switch 175 2 ETC 7181B2030 UH12K05 - 1-gang Momentary Keyswitch, 5-button electronics assembly w/IR Port B. Unison Heritage Control Station (Model UH51012-11F) to consist of: 176 1 ETC 7181A2502-1A UH51012-11 - Cream 5-gang faceplate assembly to include the following: 1- "Mast Slider Assembly 9- "Zone X" Slider Assembly 9- "Preset X" Select Switch 1 - "Off" Select Switch 1- "Manual" Select Switch 1 - "Record" Select Switch 177 1 ETC 718182018 5-gang, 10-fader, 12-button electronics assembly w/IR Port 178 1 ETC 7181A1075-1 SL-5C - Cream Unison 5-gang sliding locking cover C. Unison Heritage Control Station (Model UH5012-1P) to consist of: 179 1 ETC 718141105-1A2 UH51012-1P - Cream portable station with: 1- "Master' Slider Assembly 9- "Zone X" Slider Assemblies 9 - "Preset X" Select Switches 1 - "Off" Select Switch 1- "Manual" Select Switch 1- "Record' Select Switch 1- 15' cable Distribution Equipment to consist of: A. Pigtail Boxes to consist of: 180 2 ETC 709941123C 9303C - Surface Mount Pigtail box with 3 -18" pigtails with Grounded Twist-Lock (L5-20R) connectors 181 2 ETC 7099A1052 -OU - Offset U-Bolt Pipe-mounting Assembly Lighting Instruments to consist of: City Attorney Approved Version 4/1/15 40 Schulman Auditorium Equipment — Continued Line Qty Manufacturer Part No. OFE Description Unit Price Extended Price 182 1 Robe CLRSPTSYS ColorSpot Moving Light Package Including: $14,231.00 $14,231.00 183 4 Robe 10012262 ColorSpot 250AT moving light 184 4 Philips 14080010 Lamp, 250W/2 Subtotal $64,557.00 Equipment Total $348,421.52 City Attorney Approved Version 4/1/15 41 Dove Library Equipment Line 8 Qty Manufacturer Part No. Description Unit Price Extended Price East column near Friends bookstore (1st floor) 1 1 NEC V423-AVT 42" 1080P Professional Display with Digital Cable Tuner $981.00 $981.00 2 1 Chief MSTU Medium Thinstall Fixed Universal Mount $87.00 $87.00 1 Chief PAC525 In-Wall Storage Box $43.00 $43.00 4 1 Tightrope CAR-XD1032-PLR-BND BrightSign XD1032 networked interactive digital signage player bundle for use with Carousel servers. Small form-factor solid-state chassis. HDMI and VGA outputs. Includes 1 player license $798.00 $798.00 Front column near stairwell (1st floor) 5 1 NEC V423 42" 1080P Professional Display $748.00 $748.00 6 1 Chief MSTU Medium Thinstall Fixed Universal Mount $87.00 $87.00 7 1 Chief PAC525 In-Wall Storage Box $43.00 $43,00 8 1 Tightrope CAR-XD1032-PLR-BND BrightSign XD1032 networked interactive digital signage player bundle for use with Carousel servers. Small form-factor solid-state chassis. HDMI and VGA outputs. Incicidet 1 player license $798.00 $798.00 Children's east wall near public computers 1st floor) 9 1 NEC V463 46" 1080P Professional Display $1,025.00 $1,025,00 10 1 Chief TS325TU Medium THINSTALL Dual Swing Arm Wall Display Mount - 25" Extension $208.00 $268,00 11 1 Chief PAC525 In-Wall Storage Box $43.00 $43.00 12 1. Tightrope CAR-XD 2-PLR-BND BrightSign XD1032 networked interactive digital signage player bundle for use with Carousel servers. Small form-fader solid-state chassis: VIDMI and VGA outputs. Includes 1 player license $798.00 5708.00 Outside Cultural Arts' Office (2nd floor) 13 1 NEC V463 46' 1080P Professional Display $1,025.00 51,025.00 14 1 Chief MSTU Medium Thinstall Fixed Universal Mount $87,00 $87.00 15 1 Chief PAC525 In-Wall Storage Box $43.00 $443.00 16 1 Tightrope CAR-XD1032-PLR-BND BrightSign XD1032 networked interactive digital signage player bundle for use with Carousel servers. Small form-factor solid-state chassts. HDMI and VGA outputs. Includes 1 player license $798.00 $798.00 Group Study Rooms 234A/I3 17 2 NEC V463 46" 1080P Professional Display $1,025.00 $2,050.00 18 2 Chief MSTU Medium Thinstall Fixed Universal Mount $87.00 $174.00 19 2 Chief PAC525 In-Wall Storage Box $43.00 $86.00 20 2 Atlona HDVS-TX-WP HDMI and VGA with Audio Wall Plate $277.00 $554.00 21 2 Atlona HDVS-RX HMI Receiver With Built-In Scaler $317.00 $634.00 22 2 Atlona AT-DV1605RS Passive DVI Extenders $165.00 $330.00 23 2 AMX FG1302-06-W CP-3006 - 6 Button Room Controller (White) $276.79 $553.58 Group Study Room 1), (1st floor ROOM 144) 24 1 NEC V463 46" 1080P Professional Display $1,025.00 $1,025.00 25 1 Chief MSTU Medium Thinstall Fixed Universal Mount 587.00 $87.00 26 1 Chief PAC525 In-Wall Storage Box $43.00 $43.00 27 1 Adana HDVS-TX-WP HDMI and VGA with Audio Wall Plate $277.00 $277.00 28 1 Atlona HDVS-RX HDMI Receiver With Built-In Scaler $317.00 $317.00 Group Study Room 2), (1st floor ROOM 145) 29 1 NEC V463 46" 1080P Professional Display $1,025.00 $1,025.00 30 1 Chief MSTU Medium Thinstall Fixed Universal Mount $87.00 $87.00 31 1 Chief PAC525 In-Wall Storage Box $43.00 $43.00 32 1 Atlona HDVS-TX-WP HDMI and VGA with Audio Wall Plate $277.00 $277.00 33 1 Atlona HDVS-RX HDMI Receiver With Built-In Scaler $317.00 $317.00 Group Study Room 5), (2nd floor ROOM 235) 34 1 NEC V463 46' 1080P Professional Display $1,025.00 $1,025,00 35 1 Chief MSTU Medium Thinstall Fixed Universal Mount $87.00 $87.00 36 1 Chief PAC525 In-Wall Storage Box $43.00 $43.00 37 1 Atlona HDVS-TX-WP HDMI and VGA with Audio Wall Plate $277.00 $277-00 38 1 Atlona HDVS-RX HDMI Receiver With Built-In Scaler $317.00 $317.00 City Attorney Approved Version 4/1/15 42 Dove Library Equipment - Continued Line # Qty Manufacturer Part No. Description Unit Price Extended Price, Group Study Room 6), (2nd floor ROOM 236) 39 1 NEC V463 46" 1080P Professional Display $1,025.00 $1,025.00 40 1 Chief MSTU Medium Thinstall Fixed Universal Mount $87.00 $87.00 41 1 Chief PAC525 In-Wall Storage Box $43.00 $43.00 42 1 Atlona HDVS-TX-WP HDMI and VGA with Audio Wall Plate $277.00 $277.00 43 1 Atlona HDVS-RX HDMI Receiver With Built-In Scaler $307.00 $317.00 Tech Lab 44 1 NEC E905 Professional 1080P 90" Display $8,030.00 $8,030.00 45 1 Chief XTM1LI X-Large Fusion Micro-Adjustable Tilt Wall Mount $227.00 $227.00 46 1 Chief PAC525 In-Wall Storage Box $43.00 $43.00 47 2 AMX 161010-500 DX-RX - DXLink" HDMI Receiver Module $866.70 $1,733.40 48 1 AMX FG1906-24 DVX-3256HD 10x4 All-In-One Presentation Switchers with NX Control (Multi-Format, HOW 4 DXLink" Inputs) $7,716.44 $7,716.44 49 1 Dlinls 065-1210-10P NXA-ENET8-2POE - Gigabit PoE Ethernet Switch $195.00 $195.00 50 1 AMX 162265-02 MSD-701 - 7" Modero S", Series 64 Wall Mount Touch Panel $1,062.41 $1,062.41 51 1 AMX 16039-18 CB-MXSA-07 - Rough-In Box and Cover Plate for the 7" Wall Mount Modero X. and Modero S Series Touch Panels $97.85 $97.85 52 1 AMX 16560-01-SL HPX-600 SL -Silver 6 Module Connection Ports $195.71 $195.71 53 1 AMX F6562-42K HPX-CPTS300-W - Cable Pass-Thru Well Module and Spacer Kit $29.08 $29.08 54 1 AMX EG561-01 HPX-P200-PC-US - Power Oudot (1..15) Mpdu le with Cord $78,.28 $78,28 55 1 AMX 16558-02 HPX-B100 -1 M Blank Panel $8.95 $8.95 56 3 AMX FG1010-325-WH DX-TX-DWP - DXLink''' Multi-Format Decor Style Wallplate Transmitters (LIS) $76885 $2,306.55 57 4 Electra Voice EVID C8.2 8" 70V Ceiling Speakers $112.00 $448.00 58 1 IMS Custom Plate DxLink Pass-Through Plate With Neutrik $110.00 $110.00 59 1 TBD TBD Of E PC $0.00 $0.00 60 1 Samsung 082213-P 21.5" Commercial Monitor $336.00 $336,00 61 1 Gyration GYM5600LKNA Wireless RE Keyboard and Mouse $119.00 $119.00 62 2 Teq AV/IT WiP5710Net Wireless Presentation System for PC/Mac and Smartphones $405.00 $810.00 63 1 Denon AU8001-V1 Bluetooth Audio Receiver $99.00 $99.00 64 1 Listen Technologies 15-90-01 IR Transmitter/Radiator Kit with (2) LR 2 IR Receivers, Charger, Accessories $850.00 $850.00 65 1 Middle Atlantic DWR-12-17 Wall Mounted Equipment Rack, 12 Space $318.87 $318.87 66 2 FSR FL-500P-6-B 6" Deep AV Floor Box $156,00 $312.00 67 2 FIR FL-500P-SSQ-C FL-500P Cover With 1/4" Square Aluminum Flange (Lift off door) $453.00 $906.00 68 1 DWI Custom 'City of Carlsbad" Custom Lectern with pull out keyboard shelf, storage drawer, flush mounting for 22" display, rack storage up side shelf, color TBD $4,400.00 $4,400.00 Gowland Meeting Room 69 1 Listen Technologies LS-90-01 IR Transmitter/Radiator Kit with (2) LR-4200-IR Receivers, Charger, Accessories $850.00 $4850.00 70 1 RDL 5T-DA3 Balanced/Unbalanced Audio Distribution $114.00 $114.00 Miscellaneous 71 1 Listen Technologies LS-88-01 Portable Assisted listening System $1,584.00 $1,584,00 72 1 N/A MISC Miscellaneous Installation Materials (Cables, Ties, Connectors, ETC) $1,601.00 $1,601.00 Equipment Total $53,631.12 City Attorney Approved Version 4/1/15 43 eKJA9ii- PRESENTATION PRODUCTS, INC., DBA SPINITAR General Services Administration Federal Supply Service Authorized Federal Supply Schedule Catalog/Price List FSS 58 I - Professional Audio/Video, Telecommunication and Security Solutions FSC Group 5836 - Recording and Reproducing Video and Audio Equipment, Including Spare & Repair Parts, and Accessories FSC Group 5835 - Audio Equipment, Including Spare & Repair Parts, and Accessories Professional Audio/Video Assessment, Design and Integration Small Business PRESENTATION PRODUCTS, INC. d/b/a SPINITAR 16751 KNO I I AVENUE LA MIRADA, CA 90638-6013 TEL: (510) 265-8181 FAX: (510) 329-7358 HI! PI I WWW.SPINITAR.COM CONTRACT NUMBER: GS-03F-0001P PERIOD COVERED BY CONTRACT: OCTOBER 14, 2013 - OCTOBER 13, 2018 CONTRACT ADMINISIRATOR: MS. JENNIFER SID Effective as of Modification PS-0097 dated December 23, 2015 Products and ordering information in this Authorized Federal Supply Schedule Price list are also available on the GSA Advantage! System. Agencies can browse GSA Advantage! by accessing the Federal Supply Service's Home Page via the Internet at http://www.fss.gsa.gov/ GS-03F-0001P Effective December 23, 2015 / Mod PS-0097 Page 1 of 410