Loading...
2013-194ox�nvaNCE No. 2013-194 AN ORDINANCE ACCEPTING COMPETITIVE PROPOSALS AND AWARDING A CONTR.ACT FOR THE PURCHASE AND 1NSTALLATION OF AN AUDIO AND VIDEO SYSTEM FOR THE CITY OF DENTON JOINT PUBLIC SAFETY TRAINING FACILITY; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 5267-AWARDED TO LANTEK COMMUNICATIONS IN THE NOT- TO-EXCEED AMOUNT OF $267,955.48). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for the purchase and installation of an audio and video system for the City of Denton Joint Public Safety Training Facility in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The items in the following numbered request for proposal for materials, equipment, supplies or services, shown in the "Request for Proposals" on file in the office of the Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the oth�r evaluation factors included in the request for proposals. RFP NUMBER CONTRACTOR AMOUNT 5267 Lantek Communications, Inc. $267,955.48 SECTION 2. By the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Proposal Invitations, Proposals, arid related documents. SECTION 3. Should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager or his designated representative is hereby authorized to execute the written contract; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the authority to take any actions that may be required or perrr�itted to be performed by the City of Denton under RFP 5267 to the City Manager of the City of Deneon, Texas, or his designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. This ordinance shall become ef�ective immediately upon its passage and approval. PASSED AND APPROVED this the � day of � , 2013. �! C MARK , B UG �, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY r BY: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY r BY: ,..--- � . 4-ORD-RFP 7- CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND LANTEK COMNi[JNICATIONS (RFP #5267) . THIS CONTRACT is made and entered into this � day .D., 2013, by and Uetween Lantek Conununications, a corporation, whose address is 780 North Great Southwest Parlcway, Suite 100, Grand Prairie, Texas 75050, hereinafter referred to as "Supplier," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to Ue effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: 5COPE OF SERVICES Supplier shall provide products in accordance with the City's RFP #5267 — Purchase and Installation of Audio and Video Svstem for PuUlic Safetv Training Facility, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto, or on file, and incorporated herein by reference: (a) City of Denton's RFP 5267 (on file at the office of the Purchasing Agent) (b) Standard Terms and Conditions (Exhibit "A") (c) Special Terms and Conditions (Exhibit "B") (d) RFP 5267 Technical Specifications and Scope of Work and Supplier's Statement of Work (Exhibit "C") (e) Form CIQ — Conflict of Interest Questioimaire (Exhibit "D") (� Supplier's Response to RFP 5267 - Best and Final Offer (BAFO) Pricing (Exhibit "E") (g) City of Denton's Insurance Requirements (Exhibit "F") These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract docurnents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed above. These documents shall be referred to collectively as "Contract Documents." RFP 5267 Page 1 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: JENN�ER WALTERS, CITY SECRETARY BY: � APPROVED AS TO LEGAL FORM: AIVITA BURGESS, CITY ATTORNEY ' ..� �/�� . SUPP BY: Gv ORIZ SIGNATURE Date: �/2 3�3 Name: � �r V� °� �1�� Title: �� f! 0 �S1'��,���1 �i��� ��� - v��'�?� Y�y',� PHONE NUMBER P ��- �y� - 9��� FAX NUMBER CITY OF DENTON, TEXAS BY: �� GEORGE C. CAMPBELL, CITY MANAGER Date L C� �� RFP 5267 Page 2 Exhibit A Contract #5267 Standard Terms and Conditions Exhibit A City of Denton Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton's solicitation are applicable to Contracts/Purchase Orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller herein after referred to as the Supplier. Any deviations must be in writing and signed by a representative of the City's Procurement Department and the Supplier. No Terms and Conditions contained in the Supplier's Proposal response, Invoice or Statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the Contract/Purchase Order these written provisions will take precedence. By submitting an Offer in response to the Solicitation, the Supplier agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a Solicitation to purchase Goods, and Sections 9, 10, 11 and 22 shall apply only to a Solicitation to purchase Services to be performed principally at the City's premises or on public rights-of-way. 1. SUPPLIER'S OBLIGATIONS. The Supplier shall fully and timely provide all deliverables described in the Solicitation and in the Supplier's Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Coniract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. SUPPLIER TO PACKAGE DELIVERABLES: The Supplier will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly and permanently marked as follows: (a) The Supplier's name and address, (b) the City's name, address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Supplier shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be fmal and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Supplier is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point of delivery unless otherwise specified in the Supplemental Terms and Conditions. Unless otherwise stated in the Offer, the Supplier's price shall be deemed to include all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that set forth the purchase order. 7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at delivery before accepting them, and to reject defective or non-confornung deliverables. If the City has the right to inspect the Supplier's, or the Supplier's Subcontractor's, facilities, or the deliverables at the Supplier's, or the Supplier's Subcontt-acta's, premises, the Supplier shall furnish, or cause to be fiunished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. RFP 5267 Page 3 8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity. Any non-complying tender shall constitute a breach and the Supplier shall not have the right to substitute a conforming tender; provided, where the time for performance has not yet expired, the Supplier may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract. 9. PLACE AND CONDITION OF WORK: The City shall provide the Supplier access to the sites where the Supplier is to perform the services as required in order for the Supplier to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Supplier acknowledges that it has satisfied itself as to the nature of the City's se�vice requirements and specifications, the location and essential characteristics of the work sites, the quality and quantity of materials, equipment, labor and facilities necessary to perform the services, and any other condition or state of fact which could in any way affect performance of the Supplier's obligations under the contract. The 5upplier hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions. 10. WORKFORCE A. The Supplier shall employ only orderly and competent workers, skilled in the performance of the services which they will perform under the Contract. B. The Supplier, its employees, subcontractors, and subcontractor's employees may not while engaged in participating or responding to a solicitation or while in the course and scope of delivering goods or services under a City of Denton contract or on the City's property . i. use or possess a fireartn, including a concealed handgun that is licensed under state law, except as required by the terms of the contract; or ii. use or possess alcoholic or other intoxicating beverages, illegal drugs or controlled substances, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. C. If the City or the City's representative notifies the Supplier that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the Supplier shall immediately remove such worker from Contract services, and may not employ such worker again on Contract services without the City's prior written consent. Immigration: The Supplier represents and wanants that it shall comply with the requirements of the Immigration Reform and Control Act of 1986 and 1990 regarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under the Contract and the Illegal Tmmigration Refoim and Immigrant Responsibility Act of 1996 ("IIRIRA) enacted on September 30, 1996. 11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The Supplier, it's Subcontractors, and their respective employees, shall comply fully with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govem. The Supplier shall indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, fines, penalties and liability of every kind arising from the breach of the Supplier's obligations under this paragraph. Environmental Protection: The supplier shall be in compliance with all applicable standards, orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. §1251 etseq.). 12. INVOICES: A. The Supplier shall submit separate invoices in duplicate on each purchase order or purchase release after each delivery. If partial shipments or deliveries are authorized by the City, a separate invoice must be sent for each shipment or delivery made. B. Proper Invoices must include a unique iuvoice number, the purchase order or delivery order number and the master agreement number if applicable, the Department's Name, and the name of the point of contact for the Department. Invoices shall be itemized and transportation RFP 5267 Page 4 charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, shall be attached to the invoice. The Supplier's name, remittance address and, if applicable, the tax identification number on the invoice must exactly match the information in the Vendor's registration with the City. Unless otherwise instructed in writing, the City may rely on the remittance address specified on the Supplier's invoice. C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables order number clearly identified. Invoices shall also include a tabulation of work-hours at the appropriate rates and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the work site. D. Unless otherwise expressly authorized in the Contract, the Supplier shall pass through all Subcontract and other authorized expenses at actual cost without markup. E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furnish a tax exemption certificate upon request. 13. PAYMENT: A. All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid within thirty (30) calendar days of the City's receipt of the deliverables or of the invoice being received in Accounts Payable, whichever is later. B. If payment is nat timely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate speci�ed in Texas Government Cade Section 2251.025 or the maximum lawful rate; except, if payment is not timely made for a reason for whicb the City may withhold payment hereunder, interest shall not accrue until ten (10) calendar days after the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Supplier will be paid for the partial shipment or delivery, as stated above, provided that the invoice matches the shipment or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due the Supplier to such extent as may be necessary on account of: i, delivery of defective or non-confomung deliverables by the Supplier; ii. third party claims, which are not covered by the insurance which the Supplier is required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii. failure of the Supplier to pay Subcontractors, or for labor, materials or equipment; iv. damage to the property of the City or the City's agents, employees or suppliers, which is not covered by insurance required to be provided by the Supplier; v. reasonable evidence that the Supplier's obligations will not be completed within the time specified in the Contract, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; vi. failure of the Supplier to submit proper invoices with purchase order number, witb all required attachments and supporting documentation; or vii, failure of the Supplier to comply with any material provision of the Contract Documents. E. Notice is hereby given that any awarded firm who is in arrears to the City of Denton for delinquent taxes, the City may ofFset indebtedness owed the City tlu�ough payment withholding. F. Payment will be made by check unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Supplier agrees that there shall be no additional charges, surcharges, or penalties to the City for payments made by credit card or electronic funds transfer. G. The awarding or continuation of this contract is dependent upon the availability of funding. The City's payment obligations are payable only and solely from funds Appropriated and available for this contract. The absence of Appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are not Appropriated or available and any deliverables delivered but unpaid shall be retumed to the Supplier. The City shall provide the Supplier written notice of the failure of the City to make an adequate Appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any Appropriation to an amount insufficient to pertnit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to the City. 14. TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the Contract shall be paid by the Supplier, unless otherwise stated in the contract terms. 15. FINAL PAYMENT AND CL05E-OUT: RFP 5267 Page 5 A. If a DBE/MBE/WBE Program Plan is agreed to and the Supplier has identified Subcontractors, the Supplier is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Supplier is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Supplier, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Supplier to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Supplier's continuing obligations under the Contract, including but not limited to indemnity and wa�ranty obligations, or (5) arising under the City's right to audit; and ii. a waiver of all claims by the Supplier against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Supplier for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Supplier as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Supplier shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Supplier shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be bome by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Supplier which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City's sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be consttued to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a fmal printed document. 18. SUBCONTRACTORS: A. If the Supplier identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Supplier shall comply with all requirements approved by the City. The Supplier shall not initially employ any Subcontractor except as provided in the Supplier's Plan. The Supplier shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Supplier is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. B. Work performed for the Supplier by a Subcontractor shall be pursuant to a written contract between the Supplier and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractar be provided in strict accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the 5upplier. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Supplier in sufficient time to enable the Supplier to include same with its invoice or application for payment to the City in accordance with the terms of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Supplier, with the City being a named insured as its interest shall appear; and v. require that the Subcontractor indemnify and hold the City harmless to the same extent as the Supplier is required to indemnify the City. RFP 5267 Page 6 C. The Supplier shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Supplier is responsible for the Supplier's own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Supplier shall pay each Subcontractor its appropriate share of paytnents made to the Supplier not later than ten (10) calendar days after receipt of payment from the City. 19. WARRANTY-PRICE: A. The Supplier warrants the prices quoted in the Offer are no higher than the Supplier's current prices on orders by others for like deliverables under similar terms of purchase. B. The Supplier certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. C. In addition to any other remedy available, the City may deduct from any amounts owed to the Supplier, or otherwise recover, any amounts paid for items in excess of the Supplier's current prices on orders by others for like deliverables under similar terms of purchase. 20. WARRANTY — TITLE: The Supplier warrants that it has good and indefeasible title to all deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and encumbrances. The Supplier shall indemnify and hold the City harmless from and against all adverse title clauns to the deliverables. 21. WARRANTY — DELIVERABLES: The Supplier warrants and represents that all deliverables sold the City under the Contract shall be free from defects in design, workmanslup or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Supplier, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. A. Recycled deliverables shall be clearly identified as such. B. The Supplier may not limit, exclude or disclaim the foregoing warranty or any wananty implied by law; and any attempt to do so shall be without force or effect. C. Unless otherwise specified in the Contract, the wananty period shall be at least one year from the date of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Supplier shall promptly upon receipt of demand either repair the non-confornung deliverables, or replace the non-conforming deliverables with fully conforming deliverables, at the City's option and at no additional cost to the City. All costs incidental to such repair or replacement, including but not limited to, any packaging and shipping costs shall be borne exclusively by the Supplier. The City shall endeavor to give the Supplier written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failare to give timely notice shall not impair the City's rights under this section. D. If the Supplier is unable or unwilling to repair or replace defective or non-conforming deliverables as required by the City, then in addition to any other available remedy, the City may reduce the quantity of deliverables it may be required to purchase under the Contract from the Supplier, and purchase conforming deliverables from other sources. In such event, the Supplier shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such deliverables from another source. E. If the Supplier is not the manufacturer, and the deliverables are covered by a separate manufacturer's warranty, the Supplier shall transfer and assign such manufacturer's warranty to the City. If for any reason the manufactui•er's warranty cannot be fully transferred to the City, the Supplier shall assist and cooperate with the City to the fullest extent to enforce such manufacturer's warranty for the benefit of the City. 22. WARRANTY — SERVICES: The Supplier warrants and represents that all services to be provided the City under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable Federal, State and local laws, rules or regulations. A. The Supplier may not limit, exclude or disclaim the foregoing warranty or any wananty implied by law, and any attempt to do so shall be without force or effect. RFP 5267 Page 7 B. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the Acceptance Date. If during the warranty period, one or more of the above warranties are breached, the Supplier shall promptly upon receipt of demand perform the services again in accordance with above standard at no additional cost to the City. All costs incidental to such additional performance shall be bome by the Supplier. The City shall endeavor to give the Supplier written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach warranty, but failure to give timely notice shall not impair the City's rights under this section. C. If the Supplier is unable or unwilling to perform its services in accordance with the above standard as required by the City, then in addition to any other available remedy, the City may reduce the amount of services it may be required to purchase under the Contract from the Supplier, and purchase confornung services from other sources. In such event, the Supplier shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source. 23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non-confonning deliverables, the City prefers to accept it, the City may do so. The Supplier shall pay all claims, costs, losses and damages attributable to the City's evaluation of and determination to accept such defective or non-confomung deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the dixninished value of the defective or non-conforming deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Supplier. 24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to question the other party's intent to perform, demand may be made to the other party for written assurance of the intent to perform. In the event that no assurance is given within the time specified after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 25. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Supplier is observed performing in a manner that is in violation of Federal, State, or local guidelines, or in a manner that is detennined by the City to be unsafe to either life or property. Upon notification, the Supplier will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Supplier shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 26. DEFAULT: The Supplier shall be in default under the Contract if the Supplier (a) fails to fully, rimely and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in Supplier's Offer, or in any report or deliverable required to be submitted by the Supplier to the City. 27. TERMINATION FOR CAUSE: In the event of a default by the Supplier, the City shall have the right to terminate the Contract for cause, by written notice effective ten (10) calendar days, uniess otherwise specified, after the date of such notice, unless the Supplier, within such ten (10) day period, cures such default, or provides evidence sufficient to prove to the City's reasonable satisfaction that such default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses and expenses, incurred by the City as a result of the Supplier's default, including, �vithout limitation, cost of cover, ceasonable attorneys' fees, court costs, and prejudgment and post judgment interest at the maacimum lawful rate. Additionally, in the event of a default by the Supplier, the City may remove the Supplier fi•om the City's vendor list for three (3) years and any Offer submitted by the Supplier may be disqualified for up to three (3) years. All rights and remedies under the Contract are cumulative and are not exclusive of any other right or remedy provided by law. 28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in whole or in part, without cause any time upon thirty (30) calendar days' prior written notice. Upon receipt of a notice of termination, the Supplier shall promptly cease all further work pursuant to the Contract, with such exceptions, if any, specified in the notice of termination. The City shall pay the Supplier, to the extent of funds Appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof. 29. FRAUD: Fraudulent statements by the Supplier on any Offer or in any report or deliverable required to be submitted by the Supplier to the City shall be grounds for the terinination of the Contract for cause by the City and RFP 5267 Page 8 may result in legal action. 30. DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Supplier if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the Supplier shall negotiate an equitable adjustment for costs incurred by the Supplier in the Contract price and execute an amendment to the Contract. The Supplier must assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agee on any adjusted price shall be handled under the Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall excuse the Supplier from delaying the delivery as notified. B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable control of such Party. In the event of default or delay in contract performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of tune reasonably necessary to overcome the effect of such failure to perform. 31. INDEMNITY: A. Defmitions: i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action, judgments and liability of every character, type or description, including all reasonable costs and expenses of litigation, mediation or other alternate dispute resolution mechanism, including attorney and other professional fees for: (1) damage to or loss of the property of any person (including, but not limited to the City, the Supplier, their respective agents, officers, employees and subcontractors; the officers, agents, and employees of such subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker's compensafion, loss of services, or loss of income or wages to any person (including but not limited to the agents, officers and employees of the City, the Supplier, the Supplier's subcontractors, and third pairties), ii. "Fault" shall include the sale of defective or non-conforming deliverables, negligence, willful misconduct or a breach of any legally imposed strict liability standard. B. THE SUPPLIER SAALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL INDENINIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT OF THE SUPPLIER, OR THE SUPPLIER�S AGENTS� EMPLOYEES OR SUBCONTRACTORS, IN THE PERFORMANCE OF THE SUPPLIER'S OSLIGATIONS UNDER THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR TI3E SUPPLIER (INCLUDING, BOT NOT LINIITED TO, 1'HE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in the solicitation document. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requuements. i. The Supplier shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Supplier shall provide Certificates of Insurance with the coverage's and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Supplier must also forward a Certificate of Insurance to the City whenever a previousiy identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Supplier shall not commence work unril the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Supplier hereunder and shall not be construed to be a limitation of liability on the part of the Supplier. iv. The Supplier must submit certificates of insurance to the City for all subcontractors prior to the RFP 5267 Page 9 subcontractors commencing work on the project. v. The Supplier's and all subcontractors' insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City will accept workers' compensation coverage written by the Texas Workers' Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The "other" insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Supplier, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Supplier shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. x. The City reserves the right to review the insurance requirements set forth during the effective period of the Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, the claims history of the industry or financial condition of the insurance company as well as the Supplier. xi. The Supplier sha11 not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. xii. The Supplier shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance. xiii. The Supplier shall endeavor to provide the CiTy thirty (30) calendar days' written notice of erosion of the aggregate limits below occurrence limits for all applicable coverage's indicated within the Contract. xiv. The insurance coverage's specified in within the solicitation and requirements are required minimums and are not intended to limit the responsibility or liability of the Supplier. B. Specific Coverage Requirements: Specific insurance requirements are contained in the solicitation instrument. 33. CLAIMS: If any claim, demand, suit, or other action is asserted against the Supplier which arises under or concerns the Contract, or which could have a material adverse affect on the Supplier's ability to perform thereunder, the Supplier shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Supplier. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 34. NOTICES: Unless otherwise specified, all notices, requests, or other communicarions required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by fust class mail, telefax, or other commercially accepted means. Notices to the Supplier shall be sent to the address specified in the Supplier's Offer, or at such other address as a party may notiiy the other in writing. Notices to the City shall be addressed to the City at 901 B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. RFP 5267 Page 10 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Supplier to the City shall become property of the City upon receipt. Any portions of such material claimed by the Supplier to be proprietary must be clearly marked as such. Deternunation of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Supplier represents and wanants to the City that: (i) the Supplier shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Supplier in accordance with the specifications in the Contract will not infi-inge, directly ar contributorily, any patent, trademark, copyright, trade secret, or any other intellectual properiy right of any kind of any third party; that no claims have been made by any person or entity with respect to the ownership or operation of the deliverables and the Supplier does not lrnow of any valid basis for any such claims. The Supplier shall, at its sole expense, defend, indemnify, and hold the City harmless from and against all liability, damages, and costs (including court costs and reasonable fees of attorneys and other professionals) arising out of or resulting from: (i) any c(aim that the City's exercise anywhere in the warld of the rights associated with the City's' ownership, and if applicable, license rights, and its use of the deliverables infringes the intellectual property rights of any third party; or (ii) the Supplier's breach of any of Supplier's representations or warranties stated in this Contract. In the event of any such claim, the City shall have the right to monitor such claim or at its option engage its own separate counsel to act as co-counsel on the City's behalf. Further, Supplier agrees that the City's specifications regarding the deliverables shall in no way diminish Supplier's warranties or obligations under this paragraph and the City makes no warranty that the production, development, or delivery of such deliverables will not impact such warranties of Supplier. 37. CONFIDENTIALITY: In arder to provide the deliverables to the City, Supplier may require access to certain of the City's and/oc its licensors' confidential information (including inventions, employee information, trade secrets, confidenrial know-how, confidential business information, and other information which the City or its licensors consider confidential) (collectively, "Confidential Information"). Supplier acknowledges and agrees that the Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information wili substantially injure the City and/or its licensors. The Supplier (including its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in sMct confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly pernutted under this Agreement, unless the Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Supplier promptly notifies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Supplier agrees to use protective measures no less stringent than the Supplier uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. 38. OWNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, tifles, and interests throughout the world in and to the deliverables. A. Patents. As to any patentable subject matter contained in the deliverables, the Supplier agrees to disclose such patentable subject matter to the City. Further, if requested by the City, the Supplier agrees to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions under such patentable subject matter to the City and to execute, acknowledge, and deliver and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City. B. Copyrights. As to any deliverables containing copyrightable subject matter, the Supplier agrees that upon their creation, such deliverables shall be considered as work made-for-hire by the Supplier for the City and the City shall own all copyrights in and to such deliverables, provided however, that nothing in this Paragraph 38 shall negate the City's sole or joint ownership of any such deliverables arising by virtue of the City's sole orjoint authorship of such deliverables. Should by operation of law, such deliverables not be considered works made-for-hire, the Supplier hereby assigns to the City (and agrees to cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver an assignment to the City ofl all worldwide right, title, and interest in and to such deliverables. With respect to such work made-for-hire, the Supplier agrees to execute, acknowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work- made-far-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such deliverables to the City or at such other time as the City may request. RFP 5267 Page 11 C. Additional Assignments. The Supplier fiirther agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or protection, letters patent, or any similar rights in any and all countries and in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and interest in and to the deliverables. The Supplier's obligations to execute, acknowledge, and deliver (or cause to be executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 38 a., b., and c. shall continue after the termination of this Contract with respect to such deliverables. In the event the City should not seek to obtain copyright protection, mask work registration or patent protection for any of the deliverables, but should desire to keep the same secret, the Supplier agrees to treat the same as Confidential Information under the terms of Paragraph 37 above. 39. PUBLICATIONS: All published material and written reports submitted under the Contract must be originally developed material unless otherwise specifically provided in the Contract. When material not originally developed is included in a report in any form, the source shall be identified. 40. ADVERTISLNG: The Supplier shall not advertise or publish, without the City's prior consent, the fact that the City has entered into the Contract, except to the extent required by law. 41. NO CONTINGENT FEES: The Supplier warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Supplier for the purpose of securing business. For breach or violation of this warranty, the City shall have the right, in addition to any other remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the Supplier, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 42. GRATUITIES: The City may, by written notice to the Supplier, cancel the Contract without liability if it is deternuued by the City that gratuities were offered or given by the Supplier or any agent or representative of the Supplier to any officer or employee of the City of Denton with a view toward securing the Contract or sectuing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Supplier in providing such gratuities. 43. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer, employee, independent consultant, or elected official of the City who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shali have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Supplier shall render the Contract voidable by the City. The Supplier shall complete and submit the City's Contlict of Interest Questionnaire (Attachment B). 44. INDEPENDENT SUPPLIER: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Supplier's services shall be those of an independent supplier. The Supplier agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. The City shall not have supervision and control of the Supplier or any employee of the Supplier, and it is expressly understood that Supplier shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this ageement. 45. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and ensure to klte benefit of the City and the Supplier and theu respective successors and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligarion shall be delegated by the Supplier without the prior written consent of the City. Any attempted assignment or delegation by the Supplier shall be void unless made in conformity with this paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it RFP 5267 Page 12 being the intenrion of the parties that there are no third party beneficiaries to the Contract. 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved pariy. No waiver by either the Supplier or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other eacisting or future default or defaults, whether of a similar or different character. 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Supplier invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any tertn used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions mare strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt m good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation process, the parties may select, within thirty (30) calendar days, a mediator irained in mediation skills to assist with resolution of the dispute. Should they choose this option; the City and the Supplier agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of iniriation of the mediation process, the mediator shall be selected by the Denton County Alternative Dispute Resolution Program (DCAP). The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of the first mediation session. The City and the Supplier will share the mediator's fees equally and the parties will bear their own costs of participation such as fees for any consultants or attomeys they may utilize to represent them or otherwise assist them in the mediation. 50. JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Cotnmercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit ar restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the pariicular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken RFP 5267 Page 13 provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be detemuned to be void. 52. HOLIDAYS: The following holidays are observed by the City New Year's Day (observed) MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) New Year's Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Nortnal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or his authorized designee. 53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or terminarion of the Contract. 54. NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton. 55. EQUAL OPPORTU1vITY A. Equal Employment Opportunity: No Offeror, or Offeror's agent, shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discriininarion under any acrivities resulting from this RFQ. B. Americans with Disabilities Act (ADA) Compliance: No Offeror, or Offeror's agent, shall engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. 56. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) The following federally funded requirements are applicable, in addition to the specific federally funded requirements. A. Definitions. As used in tl�is paragraph — i. "Component" means an article, material, or supply incorporated directly into an end product. ii. "Cost of components" means - (1) For components purchased by the Supplier, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Supplier, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this defmition, plus allocable overhead costs, but exclud'mg profit. Cost of components does not include any costs associated with the manufacture of the end product. iii. "Domestic end product" means- (1) An unmanufactured end product mined ar produced in the United States; or RFP 5267 Page 14 (2) An end product manufaclured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency deterinines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product. vi. "United States" means the 50 States, the District of Columbia, and outlying areas. B. The Buy American Act (41 U.S.C. l0a - lOd) provides a preference for domestic end products for supplies acquired for use in the United 5tates. C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract; but will consider for approval foreign articles as domestic for this product if the articles are on a list approved by another Govemmental Agency. The Offeror shall submit documentation with their Offer demonstrating that the article is on an approved Governmental list. D. The Supplier shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the Solicitation entitled "Buy American Act Certificate". 57. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in any response to this solicitation, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right. 58. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded supplier or supplier to be licensed by the State of Texas, any and all fees and taaces are the responsibility of the supplier. 59. PREVAILING WAGE RATES: All suppliers will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and prohibiting discrimination in the employment practices. http://www.access. gpo. �ov/davisbacon/tx.html 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Supplier must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Supplier shall give all notices and comply with all laws and regulations applicable to furnishing and perfortnance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Supplier shall demonstrate on-site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of of 1978, dealing with issuance of Form W-2's to common law employees. Supplier is responsible for both federal and State unemployment insurance coverage and standard Worker's Compensation insurance coverage. Supplier shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Supplier or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Supplier shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Supplier's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The supplier shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug- free work envuonment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the supplier shall comply with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued. 63. SUPPLIER LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Supplier shall be liable for all damages to govemment-owned, leased, or occupied property and equipment caused by the Supplier and its employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any RFP 5267 Page 15 performance pursuant to the Contract. The Supplier shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day. 64. FORCE MAJEURE: The City of Denton, any Customer, and the Supplier shall not be responsible for performance under the Contract should it be prevented fi-om performance by an act of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Supplier will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Supplier continues to use commercially reasonable efforts to recommence performance or observance whenever and to whatever extent possible without delay. The Supplier shall immediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Paity's exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER �F SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to consritute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Supplier shall retain all fmancial recards, supporting docuxnents, statistical records, and any other records or books relating to the performances called for in the Contract. The Supplier shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Supplier shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. RFP 5267 Page 16 Exhibit B Contract #5267 Special Terms and Conditions Exhibit B Special Terms and Conditions A purchase order will be issued upon fmal execution of the contract documents and Depariment of Justice's grant funding approval. The purchase order will serve as the notice to proceed with the order of the material. This is a one-time purchase agreement based upon the quantities and pricing in Exhibit E. Authorized Distributor The supplier shall be the manufacturer or authorized distributor of the proposed products. The distributor shall be authorized to sell to the City of Denton, and make available the manufacturer's representative as needed by the City. Total Contract Amount The contract total shall not exceed $267,955.48. Pricing shall be per Exhibit E attached. The total includes a three-year service warranty, as described in Exhibit C. Delivery and Installation Delivery of material shall be ten (10) business days after receipt of the purchase order, or as otherwise instructed by the equipment project manager. The City shall reserve the right to amend the onsite delivery date, as needed to coordinate with the Public Safety Training Facility's construction schedule. Delivery shall be coordinated with the City's construction and equipment project managers prior to the delivery date. The audio and video equipment and their associated accessories shall be installed by the end of September 2013, with the scheduled demonstration and training sessions immediately following thereafter. RFP 5267 Page 17 Exhibit C Contract #5267 RFP #5267 Technical Specifications and Scope of Work Supplier's Statement of Work CITY OF DEN70N RFP FOR PURCHASE AND INSTALLATION OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY EXFIIBIT 2 SCOPE OF WORK AND TECH1vICAL SPECIFICATIONS The scope of worlc and/or technical specifications shall be finalized upon the selection of the Firm. The proposal suhmission shall have accurately described your understanding of the objectives and scope of the requested products and seivices and provided an outline of your process to implement the requirements of the scope of work and/or technical specification below. It is anticipated that the scope proposal submission will include, at a minimum, the following: Required audio/video p�oducts for four (4) meeting/class rooms: Projection a. One (1) minimum size of 78"x156" fixed projection screen shall be installed on a designated wall. The screen will be installed on the wall approximately one foot below the 14 foot ceiling. The bottom of the screen shall be approximately 6.5 feet ahove the floor, allowing the instructor not to obstruct the audience's view of the screen. A owner-furnished marker board will be installed below the projection screen. • The screen shall be permanently mounted to the wall. The screen shall be matte white to maximize the audience's viewing angle. b. One (1) 7000 ANSI lumen 1080p projector shall be installed onto the ceiling and aligned to project on the fixed screen. Each projector must include a spare lamp and filter, Smari LCD a. One (1) minimum size of 70" interactive touchscreen whiteboard with built-in PC shall be instailed on a portable stand. The attached PC will connect to both the touchscreen and prajection system. Lectern a. One (1� portable multimedia (ectern shall be installed into each meeting room. This lectern will hold the majority of the audio/video equipment inside the lectern. The lectern shall be connected to the wall through the use of a series of color coordinated connectors. All connectors shall be bound together in a single on-floor cord protector of at least twenty (20) feet in length. Lectern shali be approximately 40" wide, 30" depth, and 48" tall. The lectern shall accommodate, on the outside, a 19" (minimum) widescreen touch monitor, a 9" (minimum) touch panel controller, and their associated accessories. The lectern shall include sufficient space to accommodate the instructor's ciass materiai and a laptop PC on top of the lectern, PAGE 1 OF RFP #5267 EXHIBIT 2 CITY OF DENTON RFP FOR PURCHASE AND INSTALLATION OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY b. One (1] minimum size of 19" widescreen touch monitor will be installed into the multimedia lectern, This monitor will provide the user a mirror image of what is shown on the projector, but also allow the user to annotate onto the live video source. c, One (1) minimum size of 9" touch panel controller shall be installed into the multimedia lectern. This will allow the user to control the audio/video in the room. A custom user interface will be created for City of Denton. d. One (1) gooseneck microphone shall be installed onto the lectern. e. One {1) commercial grade blu ray DVD player shall be installed inside each lectern. This unit shall have a RS232 (a.k.a. DB-25) control and ten Nigh-Bandwidth Digital Content Protection {HDCP) keys. � • DB-25 connector: a series of standards for serial binary single-ended data and control signals connecting between DTE (data terminal equipment) and DCE (Data Communication Equipment). � O D 0 O O 9 G O 0 9 Q O O 9 Q, D d tl � O D d G O O 6 b _.._.,...__.._.._...________.___._.._.. _. A DB-25 connecior as. described In the � RS-232 standard _. f. One (1) document camera shall be provided. g. One {1) auxiliary video patch panel/cubby shall be installed. The auxiliary video patch panel shall be accessible to the outside of the lectern. VGA with audio, HDMI input, USB, and power, h. One (1) annotation processor shall be installed inside the lectern. This device has two video outputs. The first output is sent to the 19" touchscreen LCD on the lectern, giving the user annotation controls. The second video output is sent to the projector/LCD. i, One (1) digital video matrix switcher/control system shall be installed inside the lectern, This will switch between the various video sources. Output of the switcher will be connected to the projector, lectern capture, and master switcher that feeds all the other rooms. Video Sources Blu Ray DVD HDMI OFE Lectern PC HDMI 70" (minimumj Interactive Whiteboard LCD HDMI Auxiliary VGA Auxiliary HDMI Document Camera OFE Apple N j. The lectern shall include a locking mechanism to secure the equipment stored inside the lectern. One (1) owner-furnished PC shall be installed inside the lectern. City provided computers will have an HDMI video card.* PAGE 2 OF RFP #5267 EXHIBIT 2 CITY OF DENTON RFP FOR PURCHASE AND INSTALLATION OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY Four (4) owner-furnished digital cable tuners shali be installed inside the lectern, This will allow each room to receive cable N.* Lecture Capture a. One (1) Pan Tilt Zoom (PTZ) camera shall be instal�ed in the rear of the room and aligned to the lectern location. b. One (1) lecture capture recorder shall be installed into the lectern. This device will be connected to the PTZ camera and output of the video switcher, recording both the Video and Content in a picture in picture format. The user simply inserts a USB drive into the front of the device and presses record. Once complete, the user presses stop, and removes the USB drive. This device can also be set up to record to a network drive location. Audio a, Eight �8) ceiling speakers shall be installed into a drop tile ceiling. b. Four (4) subwoofers shall be installed into the drop tile ceiling. c. One (1) wireless handheld microphone shall be provided, d. One (1) wireless beltpack transmitter with headset shall be provided. e. The user will be able to select all the microphones to be used into one room, or many combinations thereof. If there is a large event in one of the training rooms/classrooms, the user can use the wireless microphones from the other classrooms by accessing the advanced menu of the control system. • Each room will be assigned to have two wireless microphones, which shall be switchable to any of the four classrooms, All eight microphones shall work in one classroom, if necessary. A floorplan showing the classroom locations is provided as Exhibit 3. Data Communications Room MasterAudio/Video Racic a. One (1) audio/video rack shall be installed inside the communications room. b, One (1) cantrol system processor shall be installed in the master audio/video rack. c. One (1) minimum size of 16x16 digital video matrix switcher shall be installed in the master audio/video rack. This allows the output of each room to be shared with other rooms (room combining). • Room combining will allow trainers to simultaneously show a presentation from one classroom in the other classrooms, i.e. when the movable walls (indicated with a dotted line on the floorplan) are opened, the same presentation will be on the other classroom displays. There will be situations where an overflow of trainees will be sitting in other classrooms. The presentation will be transmitted into those rooms. PAGE 3 OF RFP #5267 EXHIBIT 2 CITY OF DENTON RFP FOR PURCHASE AND INSTAI,LATION OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY d. One (1) digital signal processer system shall be installed in the master audio/�ideo rack. This device is a digital audio mixer that allows the engineers to program EQ, volume limiters, and more, e. One (1) 8-channel digital wireless microphone receiver shall be installed into the master audio/video rack. Remote antennas for the receivers shall be installed in the training rooms. f. Two (2) audio amplifiers shall be installed in the master audio/video rack. Conference Room a. One (1} minimum size of 52" LCD display shall be provided and installed an the wall with cables running to the owner-furnished conference table. b. Two (2J minimum size of 36" LCD displays shall be mounted to the wall in the conference room. The displays shall have cables running to the owner-furnished conference table. c. The owner-provided conference room table will come with wire management and connection points to allow the user to connect a laptop or video source to the displays (laptop/video source will be provided by the user, as needed). Three (3) user input connections shall be installed into the user-provided conference table (VGA with audio/HDMI, USB, and power). This will allow the user to connect his/her laptop or video source to the displays (laptop will not be provided by the contractor). d. One (1) minimum size of 5.7" desktop touch screen shall be installed on the conference table for user control. This will allow the user to connect a desired input to a desired display and control volume. Note: The conference room is labeled as "Workraom, Room 116" on the provided floorplan (Exhibit 3). Common Areas a. Five (5} minimum size of 47" LCD displays shall be wall mounted in desired areas (twa in fitness room, two in break room, and one "Dynasign" display. Each display includes built in spealcers and tuner. *See below for additional information. b. One (1) minimum size of 6" in wall touch panel shall be installed into the wall inside the brealc room. This will control the mounted displays volume, channel selection and power. Miscellaneous a. Construction of the public safety training facility has begun. The selected vendor will be expected to coordinate his work schedule with the City's General Contractor as well as other sub-contractors, as required. PAGE 4 OF RFP #5267 EXHIBIT 2 CITY OF DENTON RFP FOR PURCHASE AND INSTALLATION OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY b. A floorplan is provided, as Exhibit 3, to indicate the location and the dimensions of the classrooms/meeting rooms, conference room (a.k.a, workroom), common areas, and the data closet. c. The dimensions for the equipment listed in these specifications are not firm. The sizes may be varied within one to two inches of the specified dimensions. *City wiil provide: • Four PCs with HDMI card installed into classroom lecterns • Four (4) owner-furnished digital cable tuners shall be installed inside the lectern. This will allow each room to receive cable N. The digital cable tuners will be provided by the owner for the LCO displays to be installed in the common areas. • Dynasign — City of Denton's billboard system, which informs the viewers the exact location where each event being held. Contractor will provide: • All cabling associated with each equipment being provided under this contract. • All necessary testing to ensure the full compliance of all specifications agreed upon undar this co ntract. • Training session(s) at the completion of the installation. At the training session(s}, address all training-related questions that are asked by system operators or interested parties. o Assist and supervise the City-designated system operators in a full run-through to acquaint them with "hands on" operation of the equipment. ■ Ensure satisfactory demonstration by the City-designated system operators of the intended use of the installed equipment. PAGE 5 OF RFP #5267 EXHIBIT 2 ������ Purchasing Department 901-B Texas St. Denton, TX 76209 (940) 349-7100 www.dentonpurchasing.com ADDENDUM #'I RFP #5267 For PURCHASE AND INSTALLATION OF AUDIO AND VIDEO SYSTEM FOR THE CITY OF DENTON'S PUBLIC SAFETY TRAINING FACILITY Issue Dateo June '7, 2013 Response due Date and Time (Central Time): Tuesday, June 18, 2013, 2:U0 p.m. RFP #5267 RFP #5267 CITY OF DENTON'S RESPONSE TO SUBNIITTED QUESTIONS 1. There were not any speciiications about the lectern shape, finish, type of w�od, laminate & etc...any idea about that? The sl�ipe oi'the lectern is defil7ed by the ditnensions. It needs to be darl< woocl l��uinate wiCh blacic Crini. 2. Can you give me the make and model of the owner furnished PC that will reside in the lectern? Dell (�ptiplex 7010 3 . Leciern (page 1) a. The lectern shall accommodate, on the outside, a 19" (minimum} widescreen touch monitor. Question is what does "on the outside" refer to...does the n�onitor iieed to be flush mounted in the lectern or sit on top of the lectezn? Flush inounted £ (page 2) Where do you want the document camera to reside (inside the lectern on pull-out drawer)? Yes, inside the lectei•n on a pull otrt diawer. 4. Lecture Capture (page 3) a. PTZ camera Do you need to control the pan-tilt-zoom of the camera at various times or will the camera always be fixed on one position? Yes, it �vill have to be acijusted occasionall��, 5. Data Conimunications Room (page 3) c. There will be situations where an overflow of t�ainees will be sitting in other classrooms, The presentation will be transmitted into those rooms. Does "other classrooms" refer to the four meeting/classrooms where the four lecterns will be located or are there other classrooms that need to see the information? Yes RFP #5267 6. Conference Room (page 4) Do you waiit the ability to display any source on any one of the three displays or just one source to all three displays? Bot1i. AYiy source to any one of the displays or one source to all tlu�ee. Exainple; Tluee diffe�•ent laptops cauld be hooked up and displayed on the different dis��lays, ar nne could be hooked up and shown on all tluee, if necessary. Also regarding the Conference Room, how will the cables be routed fxom the conference table to the displays..,floor core with conduit provided by others? Across (oii top o� the floor with the appropriate safety on-tloor cord covers. 7. I was loolcing at the E�ibit 1 pricing spread sheet and noticed that there are no line items available for materials (e.g. wire, connectors, miscellaneous hardware and atc.) and for the cost of submittal docurnents (labor and materials}! How should I show the cost for those iteins? A new line item (Itenz #3 I) has beeli added to the attached revised pricina sheet (Eshibit 1) lor nuscellaneous «iring, comiectors, hard��lare, etc., as needed to coniplete Che proj ect, 8. I was loolcing at the projection screens for the four classrooms and the size listed (78"x156") is not the correct screen ratio in respect to the requested lOSOp projector. A 1080p projector is 16:9 aspect ratio so a standard screen that is 78" high would be 139" wide! The speciCicalions for the classrooin projection screens conlain a typo in regards to the 16:� aspect ratio dimension. The City desues a 160" diagonal, wliich v��ould be met with tlie equivalent dimension of 78" � 139", 9. Conference Room c, The owner-provided conference room table will come with wire management and comiection points to allow the user to connect a laptop or video source to the displays (laptop/video source will be provided by the user, as needed). Three (3) user input connections shall be installed into the user-provided conference table (VGA with audio/HDMI, USB, and power). Question is are the connection points already provided in the table for the VGA with audio/HDMI, USB and power? The table will be o1•dered witli power supply and tivill have ports for the HDMI, USB, VGA and audio. The table will h�ve wire luanagenxent features rutmiug up or �l�rough the legs, but with no actttal cables other tlian power. The poi-ts will be inset into the taUle top and either of the pop-up or ctibby variety depending o�i �h�hich table we decide on. The AV vendor will be responsible f�r running the cabling to �he ports ui the table, � � Purchasing Department 901-B Texas St. Denton, TX 76209 (940) 349-7100 www.dentonpurchasing.com ADDENDUM #2 RFP #5267 for PURCHASE AND INSTALLATION OF AUDIO AND VIDEO SYSTEM FOR THE CITY OF DENTON'S PUBLIC SAFETY TRAINING FACILITY Issue Date: June 13, 2013 Response due Date and Time {Central Time): Tuesday, June 18, 2013, 2:00 p.m. RFP #5267 RFP #5267 CITY OF DENTON'S RESPONSE TO SUBMITTED QUESTIONS Page 2, Lectern, Section e. 1. Is a commercial Blu-ray/DVD player with an industry standard 9-Pin RS-232 connection acceptable? Yes, the industiy st��ndard pi.n connections vvill be acceptablc;, 'I'lie coi�tractor v��ill be responsible E��r a11 of t11e colulections between tlie equipinetzt �nd tr�ay use il�e most suitable connectioiis far the equipment provided 1�y the contrac�or. Page Z, Lecteim, Section i. 1. Should the video sources list include Digital TV Tuners that were listed on Page S where it's stated that City will provide digital cable tuners to be installed in the training room lecterns? Yes a. Can these be located in the master control room as long as they are controlled by the local touch and be sourced to each room individually? Yes, �s long as tl1e�T can be eontrolled fr�m the individual classrooms, 2. Should the video sources list include Digital Signage? Will there ever need to be the need to display digital signage on the projectors in the training rooms? No Page 3, Audio. 1. Is it expected to install eight ceiling spealcers and four ceiling subwoofer in each training room? Y�s Page 4, Master Audio/Video Racic, Section e. 1. States that one 8-channel digital wireless microphone receiver shall be installed into the master audio/video rack. Is it acceptable to have two foiu channel digital microphone receivers if we can provide the same perforrrxance and functionality? No RFP #5267 Page 5, Miscellaneous, City will provide: 1, Will the city IT department be providing LAN drops for the lectein PC's in the training rooms? Yes 2. How many Dynasign players will be provided and where will tliey be located? Une, iri th.e izt�i.n eiitry co���idor 3. What type of �1/V source will the Dynasign provide? HDMI, VGA? I3oth, VC1A and ��DMI 4. Does the City have designated A./V Staff for this training facility? Who will provide on-site assistance to instiuctors and guest presenters? Yes, the tr�ining secfion oi'tl�e I'c�lice Departinexlt �vi.11 haudle that. SCOPE OF WORK Meetin� Rooms: Projection a. Four (4) 78"x139" fixed proJection screens shall be installed on the wall. ( 11.5ft wide and 6ft tall ) b. Four (4) 7000 ansi lumen 1080p projectors shall be installed onto the ceiling and aligned to project on the fixed screen. This includes a spare lamp and filter. Smart LCD a. Four (4) 70" interactive touch screen/whiteb�ard with built in PC shall be installed on the wall. The attached PC will connect to both the 70" touchscreen and projection system. b. Four (4) digital media HDMI/VGA transmitters shail be installed into the wall. One in each training room. This will connect the 70" interactive rolling display to the projector system. Alternatively, this wall input will allow for laptops or other VGA/HDMI sources to connect to the system. Lectern a. Four (4) multimedia lecterns shall be installed into the meeting room. This lectern wfll hold the majority of the audio/video equipment. The lectern shall be connected to the wall via a series of color coordinated connectors. 6. Four (4) 19" widescreen touch monitors will be installed Into the muitimedia lectern. This monitor will provide the user a mirror image of what is shown on the projector, but also allow the user to annotate of the live video source. c, Four (4) 10" Crestron touch panel controllers shall be installed into the multimedia lectern. This will allow the user to control the audio/video in the room. A custom user interface will be created for City of Denton, d. Four (4) gooseneck microphones shall be installed onto the lectern surface. e. Four (4) owner furnished PCs shall be installed inside the lectern. We recommend an HDMI video card. f. Four (4) blu ray DVD players shall be installed inside the lectern. g, Four (4) owner furnished cable TV receivers shall be installed inside the lectern. h. Four (4) document cameras shall be provided i. Four (4� auxiliary video patch panel/cubbys shall be installed. VGA with audio and HDMI input, USB extension from the computer and power. j. Four (4) annotation processors shall be installed inside the lectern. This device has two video outputs, The first output is sent to the 19" touchscreen LCD on the lectern, giving the user annotation controls. The second video output is sent to the projectar. Lantek Communications � k. Four (4) Crestron digital video matrix switcher/control systems shali be Installed inside the lectern. This wfll switch between the various video sources. Output of the switcher wlll be connected to the projector, lectern capture, and master switcher that feeds all the other rooms, Blu Ray DVD HDMI Cable Box HDMI OFE Lectern PC HDMI 70" Interactive Whiteboard LCD HDMI Auxiliary VGA Auxiliary HDM Document Camera OFE Apple TV Lecture Capture a. Four (4) Crestron Pan Tilt Zoom cameras shall be installed in the rear of the room and aligned to the lectern location. b. Four (4) Crestron Capture HD recorder shall be installed into the lectern. This device will be connected to the PTZ camera and output of the video switcher, recording both the Video and Content in a picture and picture format. The user simply inserts a USB drive into the front of the device and presses record. Once complete, the user pressed stop, and removes the USB drive. This device can also be set up to record to a network drive location. Master Audio/Video Rack a. One (1) audio/video rack shall be installed inside the communications room. b. One (1) control system processor shafl be installed in the master audio/video rack. c. One (1) 16x16 digital video matrix switcher shall be installed in the master audio/video rack. This allows the output of each room to be shared with other rooms. ( room com6ining } This switcher frame shall be populated with the appropriate input and output cards to accommodate the video sources and destinations. d. One (1) digital signal processor system shall be installed in the master audio/video rack, This device is a digital audio mixer that allows the engineers to program Eq, volume lirniters, and more. e. One (1) 8-channel digital wireless microphone receiver shall be installed into the master audio/video rack. Remote antennas for the receivers shall be installed in the training rooms. This Includes the necessary antenna system. f. Two (2) audio amplifiers shall be installed in the master audio/video rack. These power the speakers, Audio • a. Thirty Two (32) Crestron ceiling speakers shall be installed into the drop tile ceiling. (8) in each training room. b. Sixteen (16) subwoofers shall be installed into the drop tile ceiling, (4) in each training room. c. Four (4) wireless handheld microphones shall be provided. (1J for each training room. d. Four (4) wireless beltpack transmitters with headset shall be provided. (1) for each room. Lantelc Communications rl � *** Note *** as a special feature, the user can select all the microphones to be used into one room, or many combinations thereof. If there is a large event in training room #1, the user can use room 4�2, 3, 4, wireless , microphones by accessing the advanced menu of the contro� system. Conference Raom i a. One (1) Sharp 52" LCD display shall be provided and installed in the front credenza of the room. b. Two (2) Sharp 36" LCD displays shall be mounted to the wall in the conference room. c, Three (3) user input plates shall be installed. ( VGA with audio/ HDMI } This will allow the user to connect his/her laptop or video source to the displays, d. One (1) 7" Crestron desktop touch screen shall be installed in the room for user control. This will allow i the user to connect a desired input to a desired display and control volume. Cammon Areas I a. Five (5) Sharp 47" LCD displays shall be wall mounted in desired areas. Each display includes built in i speakers and tuner. I b. One (1) 7" Crestron in wall touch panel shall be installed into the wall inside the 6reak room. This will control the mounted displays volume, channel selection and power. Lantek Communications � COST SUMMARY AND TERMS PROPOSED TOTAL: See Exhibit One, referenced in City af Denton RFP # 52b7 TERMS: 100% upon completion. All invoices are due Net 30, PRICE: The price stated above for this project is based upon the complete system being purchased and installed at one time. In the event the Customer selects to purchase less than the total project, delays purchase of any portion of the system, requires that the system be installed in phases, or delays the installation, Lantek reserves the right to charge for additional labor, travel, and overhead. The price is valid for 60 days from the date of this proposal. INSTALLATION INITIATIDN Lantek must receive the signed contract, and a Purchase Order or down payment prior to the contract being initiated by Lantek. Without the signed contract, purchase order or down payment being received by Lantek, no work on the contract will begin, including the purchase of equipment and scheduling the work crews for installation, CHANGES: Any Customer Change Orders (CCO) must be approved in writing by the customer prior to execution by Lantek and are subject to the credit terms of this agreement, INSTALLATION SCHEDULE 1, We estimate that the actual on-site installation of your project will take 20 days. In addition to the installation, Lantek will create system drawings, purchase the equipment, assemble the equipment in our staging lab, program the control software as required and do in-shop testing. This work will take approximately 3 weeks prior to the beginning of actual installation at your facility. The total time required to complete the project will be approximately 12 weeks. Lantek schedules its work force weeks in advance in order to meet the installation completion dates of all of its customers. As a consequence, it is vital that the Customer notify your Lantek Project Manager in the event there is a change in the schedule or the Customer's other contractors fall behind in completing their portion of the work. if these delays cause labor overages for lantek, the customer is responsible to pay for those labor overages in addltion to the proposed total. Lantek Communications r� 1. LANTEK COMMUNICATIONS GUARANTEES THE FOLLOWING: All work completed by lantek Communications, Inc. will meet or exceed the following standards published by the American National Standards Institute and the National Electrical Code: 1) American National Standards Institute (ANSI) 2) The Construction Specifications Institute (CSI) 3) 81CSI 4) InfoComm International (CTS) A full time project manager will 6e responsible for this project and will attend all meetings associated with this project. Lantek Communications, Inc. will provide appropriate Project Management to insure a successful installation. Quality Assurance and Quality Control Inspections will be performed during the project and after the installation is complete. Lantek Communications, Inc. adopts a dynamic, innovative and participative approach to its coordinating multiple tasks with different members of an organization, Our staff is supported in the field by extensive management systems, technology and resources. This represents a commitment to quality services and successful outcomes. SERVICE WARRANTY Included with the purchase of the system, Lantek provides an onsite, 3 yr service warranty. This warranty onfy covers equipment that Lantek pravides and installs. During the first 3 years: No Char�e In the event of equipment failure during the first three year, a Lantek service technician wfll arrive onsite within 48 hours of receiving the service call and diagnose the issue and remove or repair the broken equipment, The broken equipment will be shipped back to the manufacturer and there it wiil be repaired or replaced based upon the manufacturer covered warranty. If the equipment is outside of the warranty period, Lantek shall request a quote from the manufacturer for the repalr and then communicate that quote to the client before further action is taken. Lantek shall make every reasonable effort to configure the system to work without the broken piece of equipment including but not limited to using available loaner equipment, patch cables and any other reasonable means to satisfy the clients' requirements. Lantek Communications 0 2. OWNER FURNISHED EQUIPMENT (OFE�: a. Materials or equipment provided by the Customer/Owner (OFEj, if any, to be included within the work, will be done with no warranty or guarantee by Lantek Communications. Use of OFE is solely for the convenience and benefit of the Customer. b. Lantek Communications will take reasonable care in handling OFE and will install it according to standard industry practices. Lantek Communications takes no responsibility for the operation, performance, appearance, or effects of OFE before, during, or after its integration into the system. c. The Customer is responsible for installation and registration of all software on OFE computers, Lantek Communfcations will provide the customer with system requirements for Lantek Communications-provided software, but the Customer is responsible for installing it on the OFE PCs and/or OFE Network. All software-related customer support shall be directly provided by the software manufacturer. INSURANCE Lantek maintains insurance coverage's that exceed industry standards. a. Lantek Communications, Inc. utilizes "The Travelers" insurance company for all commercial business liability insurance coverage's. The Travelers maintains a minimum AM Best composite rating of "A" and a financial rating greater than or equal to XIII. b. Lantek Communications, Inc. carries Workers Compensation Insurance fully compliant with all applicable laws, both State and Federal, covering its officers, employees and agents; and Employers Liability Insurance with minimum Iimits of $500,000 per occurrence. c. Lantek Communications, Inc. carries Commercial General Liability Insurance (CGL� fully insuring against liability imposed by law for injury or death of any person or persons, including customer employees and third parties, or loss or damage to property with minimum limits of: a. $2,000,000 combined single limit; or b. $10,000,000 excess liability umbrella coverage for any one accident, and c. $500,000 for injury or death of each person; and d. $2,000,000 for any one accident; and e. $500,000 for property damage for any one accident Lantek Communications � SYSTEM TRAINING 1, STANDARD TRAINING INCLUDED: Lantek Communications agrees to conduct a trainfng session at the completion of installation. All system operators or Interested parties should attend this training so that all questions can be answered during this period. b. Lantek Communications personnel will assist and supervise Customer personnel in a run- through to acquaint them with "hands on" operation of equipment. SYSTEM INSTALLATION 1. EXISTING BUILDING CONDITIONS a. This proposal is based on a visual inspection of the installation site. It is agreed that some buildings may have existing design and/or construction that is not visibly recognizable and is outside of normal standard and customary building procedures. If the walls, floors or ceiling are found to be constructed in a manner that wire cannot be pulled or equipment cannot be mounted or otherwise installed without labor or materials in excess of those anticipated by both parties and proposed herein, the customer agrees to be responsible for any adjustments in the labor and materials required to perform the installation. If additional labor or materials are required, Lantek will communicate this with your designated onsite representative, provide this representative with a change order quote, and wait for further instructions on how to proceed. 2. CUSTOMER RESPONSIBILITIES: a. The Customer wili provide a representative available throughout the installation to make decisions on behalf of the Customer concerning the installation. We would like to assure that communication between the Customer and Lantek Communications is accurate and responsive in the event of questions or problems that may arise during installation. b. The Customer will have a clear facility during the installation. Lantek Communications will work with the Customer to schedule the instaflation. Hours or days of work lost by the fnstallatlon crew due to the inability to work as planned will 6e charged to the Customer based on the extra labor and expenses required. c. The Customer wlll provide a location that is prepared for the installation of electronic equipment. This includes a clean, dust free and air conditioned environment that is secure. The customer is responsible for providing a secure job site and for the cost of loss or damage to audio, video, and lighting equipment delivered by Lantek Communicatfons to the job site. d. Lantek Communications is not licensed for and does not perform any AC electrical, carpentry, painting, masonry, or carpet laying work. In some cases, when replacing existing speakers, projectors, etc new ceiling tiles are required and must be provided by The Customer at their expense. e. Electrical AC Power: In the event that AC electrical power is required to be installed or conduit systems are required to support the audio/video systems, it is the responsibility of the Customer, at their expense, to provide complete and adequate electrical power. Lantek Communications �,. r INSTALLATION SIGNOFF 1. The onsite appointed contact will be noYified by Lantek Communications upon completion of the i installation. I 2. A demonstration of the system performance will be conducted between Lantek and the appointed contact. 3. Participants at the performance demonstration shall include personnel representing Lantek Communlcations and personnel representing City of Denton who are authorized to accept the system as complete and make final payment. 4. The onsite appointed contact will be asked to sign a"Customer Sign dfY' form to document that the installation is complete. A copy of this form will be sent along with the Final Invoice. Sincerely, James Cole Business Development Office: 972-642-9994 � Fax: 97Z-642-9993 Email: james@lantekcommunications.com ; Website: www.lantekcornmunications.com I Lantek Communications �.� Hz-�1-i-;-rr-.•in?,'rr�-�:� �i�:rlt�r-�:r,•_?i:7 _-.tC;r.<rn :t�:+t,.-l-rrr, r�iiu� ri7�.�t+i:=riu:!r,��L>•`',F lr:;�.-;�r�r:i:.:lt:v:;r�>r-iii:ilt,�<•.;icrr; �nta._�c:;.+r; `xc1,±,.dP.lc,_i!c: sv,,,i�.l���, �_.:;t,��;��;� �!A:f.° , ,,C'r,:!'r:i�?�?_1{� � r1�"�orf:: "„�t-•['t�:r-T� .Kih.7r7C-B :;L>,�^1t,:'�._'1C.d?7'r.�� P,,l.=iirix+'�r_'/1;•ni!_>t7tUU; fi-:r:1J.�t�? � _,i;+L7iY.:(�trr;_,..._. _�.xrrc:� .._trcl = ., '-,�;-t:;;= )-!r'11<_1.l��: H�711d�" � il:l, L!g:l]iCtt-"Fi=a�rrl,:�l41IGrlN?CIr.. HD6'.r;_,a; .:�,,:_l:;;^DrFc!;r;1t.-d �c>co:::�*::. ,'--1 �';C11�=s P:1;8 nOrrt!'�O�',.tr. _�-1:'i�.1r+?, r_c�rnf:�?t;r:',f. -:fi7t_! _�CCIH'.-�.:flll-lit:i _J1,�.�t:��:; `_�C�fll��..?:_: ��:=�b_N'r:_.'U_rtC,-clr:[r,-t:r;C1, ntd:?-ci,.y,t,.:lr:,l._r;ril]�.rf:: rc>� . dl t,;f x�•. � �i ;.,c Ir:� -�nci :.x;ciro _.<-,�.irc�+._: �r:��.-kx_1�:: J:!'.uit �n r-chc��:r'ial �;_Ztr.•=(rn.r:-rc-�1_�';�>i-t� i7:1:c��;�_� �.,; 1 l;:;�� 4 rt;: �r cl.:: ,: ��:�x�t:+�=< _t: rcilu ::rr.A ::d r r; i�';; :c; . tr rci �� �; G; u 1 t<: > , e„*t_,ci�'rdac-:;.dr-,r.�t.�+ - - ' .:%�f1a?l^r_; ._l:.;;=���?-h-r�G:�i.l•- VrClr::_i i��' (7i'c:�J�..:l61�2V -1M�trj1!1 ty tC» -._;li A�nJr.iC.`., Er r;:cL-;Ic:s ��lnl�:ii c�,�csn::n;;,:�l.��tr,�::i,r�i �:;+;cl c+r,�:?�r.'i�.-ra iq . F'r�.-,�:i�.-(�:._;: u?rrr,:;�.:tl:ti%x,C�����ii.it:':Y4,rtl�y:Cl_r.f]e=.�:Cf�l7CL�`�F' �Yl':'H l:L,e.lt . Fr+;tb.uc=._� br_�i![-iii -. _' l'1,:�it .U�;r�htar, _,..x1�= t.s7L-�1r: t,r,_: (11:!r�,_?,:rr,= t`i' 1�.. !i. {7 4,,�ti:� �7'��.1"�i. �:7.-=r:_2l._'!-r . �4;�tritr-c`hclru��r.l � 'i�,l, L';�11-ry',. �'-r�_i Lyr`,,� ,_e:.ta_ia_�t:iCNl._t15::.-�.:b�r �» �;a rtr;-r tc, tl�.� HG'�1;t1 rrr.cl r).,1:1:� i i��_.. ;q:x. rr _, Dic7it:iiA 1�_b:'t .�i=i .,:<�r:r rc*�: bvi_h,, ci`t ��e_ r�, r;, :qla-i.,o� a C'A7 :�r+ infr:�i,'.C-�= ii�i � � c:�-�7rr±ca _ C". (rCr_: -7�TC1 � ;ie;Ul'1) .r_�r,� �� +�ru-:ha . Fa.,��..N� �.,u.,: � pP,;! or NCrE'ci�:aT r,r Fs-�L)�1 J F':.-:H ;_,,:�4�:r ��=i,.t_:,�,: ra_;:�� (!LI>^ii,`rvwt<-�17:`-i�?' t��-:�711C!lOr.r}%ll7:.r i2(Clr-_� i`I��'f_;1-� icc.�l'": fr?r' f.'i_:f, �-�I1.9!7Ir °.4yr;�-l1q�R_i �. _ �!{11:� )-L<=`�.'krr7<.-,'"'' fc,�;/u;olc>_ll''.'n_�1-ir:=�r�=�.=. ,rq_r;:=l::l�.�t�-:!-u17[11�r<te^.�.�r � c!;_.C>.-lr:7lc: �.ee r�;-:e,i: ,°�I t_ n rrr :.. �u,+�?�7 t.: dic A 1� �;:qr �.:if icrrrr: crt n t<u t�:_�r:i � i�ni :�,.-t 'cC;l p ,"--c71.�i'C)'7ti:_.e;.= �J�t=,.c-1r,�_l!c:.-I-t=t�rn�rC�r;re�.-�:it��n�_-iti;:,-,Yai!r=.t(c.i-� C:C:�=�iz[1'' �_�c<:ne-r� +�,ra,=rl:ticc! F'rl:�� ..cr :;r,•..cd-, �- ,_ . c:�. : i -.nc;l�-1-u-u i+ _.�n1,-:c-,�r, ir,- t;on F'�14"!t� IVr:ll^i� �r A�.6.`�_,! ,—�r;.(r.A��-_: ;i.�£:i f i4•�-� 7P"C(a'(rr' S5 _r.=: til' f!?<= r. a:!ri'171yf �� : ��c � tc�r, �� . - � r,.-_,,.-r_�nirol =:5;::'rr:i:�,� r_,��:t�;c�s h_dl,,-•-r_,���_rr.:��.�ir:;.^J�+r.� <,�_.,`•�,_� _ .�;,:�•�:r . . _:�.q:y=>[:rf.i: C'rr=:::frcq;• ta.e.r:.:7�c.r�a-r�tr�� 1<,�:,.t_,,-u_!°;, trx.I �,�nrrlr.._r_� i�c;;:�-:c�i�;= C;r�l,i.�n-1 a-c:?c�rrrrc,!" iru;�L-� z:r;y�:r :_.;t:,_,;:�,_;�:�;:�,� :,_,r �F":-siri��iie./:�-!7I'�:=i!r=r:;�-�frn�il'rCii=�; .=2.�rao:-,�+._. i.'it,cr'r:.u1A,k?b,+�' =.urtr�:;'.:r;.1'.,- ;ur rF'lxv+a', iF�_tr_;` ;r �� I .=4� ;ri!e >JC? ,-_�t_�'.-x-�;i.; r_i�:.�_.., �'1%' :z,-«_i,..Plhfr'rrn;orr:rri::��.c�;r�:��r:. � >_ ,,:i;.c:_-;ceu._:�::_�,rG.�f.i._i�;c1rG.'�c;-r;_i��t�:-:s vr."� tiz:s-�ij]:-u7ca��_���:.<�`ta�;..u�.� �f)fr'<�Y?:',ILrri>>'rl._.�i,=�_,i�vta.r:.i:fi):;;y. A.I tqn.-qie_ii.,:�e-�.:.�.�.-�r-rlf�:7[:1-si�fi,: ±-: r7.lc'a .-1-'l7Ght �._.,-�h-rft.- u!"c7!'z'r 4:�-IDB�" !,-��,m� �61i18G� The DMPS 300 C from Crestrom" is � c�mplete, high def inition presentltion contral and signal rautin� solution far l�oardrooms, lecture halls, ancl videoconferenr,e rooms. h�te�ratin� tl�e control system, multimeclia matrix switcher, mic mixer, audio DSP. and amplifier all into one 3 space rack ntuunt package, the DMPS 300 C affords extensive signal r�uting flexibility ancl high perfornu�nce si�nal processing without the need for se{��rate components. Auto cc�nfiguring inputs enable piug ancl p�ay cam�h�til�ility +n�ith a wide range �7f cligit��l and analog sources. Built in Di�it�IMediaancl HQ&�seT"' connectivity afford a streamlinecl wiring srolution for interfacing N+ith remote AV sources, com��uters, and clisplay clevices. HD System Switcher The UMPS-SOU-C pr�vicfes high-performai7ce routiny of numernus digitai and analog sources to up ta four se�a�rate projeclors, flat panel displays, a�decs, touch screens, and uther devices. Connectiviry is pruvided tor up to five HDMI'F` sources�'�, or ather combinatia�s of HUMI, RGB. SPDIF, analog audio, �nd anala� vicieo sources (plus additional remute suurces via DM 8G+°' or HD&�se�. Input auto-cfetection anci auto-switehing eliminates the need to c,�nfigure the inputs - simply connect your u�urr,e and the DMPS-300-C selects the right audio ancl video cambination. Built-in matriK switching allows routin� of seven simuitZneous sources to four clifferent diyit��l AV devices and three additional anaing 3U[IIO OC1111�X111P.IlCS. Flexible Audio Routing The HDMI, SPDIF and �nc�loy audio inputs m�y !�: ainfigurecl tu follow their assor,iated videa inputs, or switched independently. ln f�ct, th� audio from v�y HDMI sourc? ��n be extract�d from the digital stre�m and oon��erted to an�log to feed an outlaoard pror,es�r, mixer, or codec. with the retum siynal feeding hnck throu�h �iy analoy input, which c��n be embedded with any video source to fonn a new HDMI output. Rautiny of nxilti-cha�inel PCM, Do{by", and DTS"" audia sources is sup�3orte�i through the HDMI �utcl DM SG+outputs. The HDMI, SPQIF, c�nd �n�lo� audio inputs include adjuslal�le input am�pe��s��tiun t� accc�mm��ciate a wide railye of SIf�II��S flll(� Ill�lll[�III COIISISk2IlI VOIUIllO IPV0�5 WllEll SWItCfllll� between sourr,es. - !!u:ti[..d�1 �r.1.G:i �i:i ir;�i::,r�iitr�r_ur�:(��itrft�r�:"rcir� �r,�t��t,-« r 6:5t;i?-ir .� �'.a'i .�b' cn,,,�h_:l:r:r �.�..�ti r :it �fc� ::,h,y;fcJt!i ;q :t::cl._�r �._d�:�-; _�ucL�_,-br.�,_,r..�ay__es:' - - !_.4_i:-:h::�^.yt:-!-i `-!! � i�:-:l'rr;�_�li:i�i` c:::; i1�v�:: �;�_�C ��h:J.ik: �.qq,iicfrR r:;i . [�A�7.Ji.i oi;b=:;.i?::���i�r�.,,!::,�_,�:�tc'i-;r;Ctfrilr)(�rn.i,::if',lrl�ngfh-'! • C:CU'r-fr:''[.�,to::�i�`1.r'��.t„iri.r?e+,-or��r:-:r+r�.�:�-�-..-.-Cx7..>i:::tiT.'-��.->,r (7r.-=._tii:`:7���)q,7,:;ti : �!�/^'„i - ...rj_p_i;�r!_; F;�!t;`,'�::_,?-'.'lfltclr;,?i: _;r_7a::�Nic:dc.-in:. Fn :,;rc!_. : r-ICI�`blr' . rr r< ? qi ;E„ c c>� :� :���nrr�t ! ,�-i�_, , �rx ri:;''v ..4;_.�: � si. n:,t'c,rt_: L'1,.'� .:s•'rc-! �7�.,l.>i� yFiii� A, (c iit,rur_�clr _�;: ��_ ri �.-r.=1.q 1-;_-a �<!lr=�: f''C; �;:c?r:� l,�:idt �-,'DCP � HCJ'Cl��=�.�� ���G?I_�V L�I��!(��;:. L�r�-�:� :-(rlCliJ1?�_'C:IY{l:r.rr.".=:sE+i�' ilp7r.:l!' ;�-'i :i�;��:_!l I[-l�r7 - �irrlc�<_�'t,c: r;tr. ��-! F'; � ..,trr?+:� �ur�rh�; :-c�dro :r�r:�_rt - C�dir�r-:?_;.:117CI!'�+;��it_.;'lrt.2Jacii�ir';ri�:�r�cla:.lr_l;i,�i-q:�rlt,i-rt<:,rr-�t,:iL�;_,;-r . P..�'fi.�+'r;�_�a.rtarrlccir�:..�t%:.;r_�i,c�lr<�in,�c�t+7:.�ri,:::_;r..rri�=rzt.;.a_���NC; 'v ;,_:lu�.-!c'.� 1_C' ;8 Hl7 1 hc+YC-.�7�u �_1'rnor. i_:c, r�<r��t F7cil.il.r.t:;:1!='i�lr-,r,: <:�nC�'e�! sr.7 (;�( : ,a?7_�t,,,c. ca_r.�cl�. �..�._:�� �;�hi� �:� rci <ri:_�crr u?c,tr� c: .-'-c.:�� ;r� w.:�9 l.x��s r7 ;� �•. n-it ,:,�:._�cR� .s.7,:a fr*�: r1? :_! [y:r_��c.'fl c:'.Gr7L� t7�7�»�1���\ tivtirlcJ�(?,r�l.,l:n_.1<<�, ��:/nlr;n,;t,l� F�,�,,•htncloa=„ th.y D�1:1n<.-,r7i,a.-t:cxi �_:r� h_.�_ _�lt,<_�v;�� , ��_cr:7, fir7�_�1;_fClr...:ili•�. The [)M-TX-200-C-2G is a DM 8G+"'transmitter and switcher that installs in a double-g�tg electrical lbx to provide a convenient interface for cOm�)Ufers �and hiyh-definition AV sources as pa�t of a amis�lete Crestron``' Ui��it��IN1fa�li�i'"'system, In Z�idition to DM 8G+, it is also compatible with HD&�seT"' specific�3tions, allowfng it to be connected clirectly to the input nf an HDBaseT coinpliant display tlevi+;e. Tl�e DM-TX-200-G2G is icieal for Nl3II, lectern, �nd fionr k�ox applic�tiuns in a lb�rdra3m, classroom, auditorium, or residence, It connects to the head end or display location usin� asinyle CAT5e or Crestron DN18c:,° r,al�lt�, providing HDMf�', VGA, and �naing audio inputs, plus a USB HID host �brt. Standard yany-box mounting alluws for installation adjacent to �i Ethernet jack (Crestron ��P-4UP18' or equivalent) for a total connectivity srolution�'�. � �� i � 0 • I I � I � � � Foceplales nul indudad, �"�DB.T�� H�mi.� ,�,,,,,�.L � � ' ,,:. .. � � ., .u.� .,. .. �li/i� � HDBaseT"'' Crestron DigitnlMedia 8G+technolac�y isdesi�netl usin� HD&�seTAlliance specific��tions, ensiuoig interoperability with third-party HDBaseT prnducts. Via its DM BG+ nutput, the DM-TX-200-G2G �an !�e cnnnected dlrectly to any HD&�seT compliant devir,e without requirin� a DM receiv�r. HDBaseT connectivity thruugh the DM-TX-200-C-2G conUerges �uicompressed fidl HD diyital videa, auclio, Ethernet, �x�wer and control si�n�ls thrauc�h � sin�le CAT:e ar CAT6 a�ble over dist�nces up to 328 ft (100m), Multimedia Computer/AV Interface The DM TX 2U0 C 2G �7rovides simple switching between two it�puts. The inputs �i be confi�ured to switch Zutomatically or be selected throu�h a Crestron cantrol system. Inputs inclutle: • HDMI — Supports HD 108Up60 videu and WItXGA computer si�nals with HDCP ��cl mtdti channei lossless audia AI.� handles QVI and Displ�yPort M�dtimode signals usiny an appro��riate adapter or interface cablei�i, • PC — This VGA typP input handles litalo� RGR signal.s up to WUXGA 1920x12�0 pixels, as well as analog videa up to 108�p60���. A 1/8" (3,5mm? stereo auclio input is indudecl to aea�mniodate analag aud(o signals from �� unik�i�nced line level source or headphone output. Note: Auclio bre�kaway c��pability enables tlfe cln�l�g audio input to lae used with eitl►er vide�� input. Fr-��vK!a�:A:c:::�r:;_:l-1L�,41%�>7c;r7:-d r:=��[i+:c'; [•Vr�Y 1S,Vj•:t�?'.I-L!:J.' l4'!�C t_•I" f�.).Y,I �i:fctii��:dr'_:1Ydc;;_>. c:.�ilti=l,:-:r:f1�4�?fivf7Cf.:7�:C��'t��1";1rC>l��t�:� i�q1r14�;rr:r-,� i�1:•-.i _�f!-�o l�:l �1'fi,r� G: ;+r11 rr,��tn,; . ��,d� .+i�nc; �:�,�il � .:�r�.� i:r,.�: -J� �,r,c. �_,. s l:�;r_�r,�r �_+�'r_� r,:�?r: H:��]cpa,_: �`1C1P: (;' h�.rtl7 i)�J:, i_>;_:ar, s[!. ..,� ,�:i l i+_:h :.;rirczG. -! : . -,ri,c�ci : ��. rcrr� ; ,�b_y_.�i�_u?J `-!flt:c;_:_r.f '.�r77'7rr,.-:r.+c:j.-irGfi�-:c"r[�oi7�: ._ttt:e:o�7:: �.sc!�.�-� rr+: oi�.ib;;1�_:,�,'_, [c, l'1 �_'�!;,a 7..�� 'c*- '�'..,,,�. Np tr,�; ��;i��i r;: AI(C>4:::; (l+:) !O :�;(1 F( (;!)f7 r171 lA7/'� C.�S?[lf1Cr: !;icl LU�:�f �_;� i r _,�,�_r �-rc��;: �, . ;, %ilir=rlq4 � I.1� ) t=� �i.li.li_) t{ l.3f,)tJ r-n� bvii�..J cbc:t:;t,�'c ��.l:i Ll;b�l =;_i" l=,,!_•.�r�.',-? ,�llc'il4:i, UJ-> t<� 7 � ri�%r9 i 1-' 1;�7 �! 4.1•;�i=: ;-i;.=�t;tn,: � v,ci �r7�5.1.'i� ;;-;rr-;r_;!r._ A,-�CS:le� F.I �r.a.r{:; � a,_„� �:�_,�„����T� .dl r;:_:t-= -,-..��:�h,-;�� _!;� i°� _',�T :,t-,ci _',1;1 Fri=�. 1�r�-:c?tx-,._ n ._a.�t.�':x_iit5�;�_:i<:,Y;:.n�b(��::rrr.'�;::..��.r.� _.Ort).'��.-�'lf!5:tll.�it_.1^afll��..-=.�: r;xUZr;�:rC"7 Yiu-r:��7rrOlrlJ�ilt�. A:Irx:fi.d2t'rnpr.�f�: _:�_rt3' :c��i ; � c�ri7� �Jr[c r.'u r�;; � �'>i;_lir nh�( r't� �<-1 'u ;c-d;.r._r s;qr;��! 1V�»�� t'u;.:k_��,,yi�.(v tiL1„ rr�. hrroh?cn: �r;_. ,._�: ;r_: tiC.'C'D �.�y:: ;,. �,.-;c!, ,�,�iczbl� _:�:�;�t�__I-,�i;�.-; ,�i! II�=� -L�?r .;�:!-rCl... tc',=:�-:l-t;_�I;ir_ 1S` � : _:jlir.'+I-r+r., i ;Tj?�t. r ' • i�4)1�:-�7!I ��r'1 �:l<�41o.'r:r; : C�5';-� �,'lf i37c� Si a'_ 1 i 1-�r�: : L,4�tecL_;.rtnc?ci�_;c>;_;! cl�t,:iti.�-;_(;;ic,�-,= .=:r,��.i..n.:ci;' ,r;7_r:_:tr,Yr.��r;�.....,_,. �6: ifOi��-f�t_.._u.i'L<?n7�;�t;p.tit/ ��ic;r-,:-i!!�_,irif._ti r:l._;, :,_'r-�e�t:<=r�i'r ,n:-; -i'I�l :�4IICt4'V.' : 21�. i�' �.Y! TC:r--! i[ c-. u71r 7 tCr; � d':'.�i?; � T�r y_>.� _ i1' ?I :�; t_:'. fr i! r'_ .'_.' l�7A.! : a=;r-zn:ri:� � - �� ;._�„�� _. �;�t•�._ r :- <�; ;r, � �i �,:;-� ,?�;.-, L)r,�::in(.-.¢,'f:=rt: �_!,`;�; �jll J � �.,. .�_ _ .:T..� ic..-.}�� ��?., r:f . :_7�:_.._ �1L4>b,,:.; fi.r11:7tr;:i!o.�r-:il f_��;61'>�rr'n.:-;�:�.,ri• ,a„�r<l:s:t; ;,r.�_n.:itr.,.�,,r�:.,...-rr -;,.;,_„_>�,._.t,r_.c,. _,. _ _,,.-��..-. 6:�:-J���-=. _ariti�ft._�: �r.�:a.is��_i'rt.>uti�f_:[�rr.-�..ni,_I _;i.irr�:>u;:�<i:-.:::r.:r':�_i �rrcic��,?r::, : rtrr.rr. tirc!E[l,r;;t?r;f �:i,v�i�-!? v,rti � � ;_u71_!�t _A/V�.t��f ,::.-i:-:crN:.l.:irr7!-,�,_,�:,i�:.:rciab,��u'r�n;� ��rL71�:Jfr,�rr.:r+�,t'r�a;, �H'��=..zl`r'�.. :rl��rt�r!11'ipiC lr�:i�3 ,�itr�:i(fr��� r��"1.'_:y; �:_r.�7;_;1-J:'Il;ll;_�l:lt:�'I:)_�C!r,:::;r.-ii:��:. �.�i::f Yi��_r,lCJ�_-tt'.r:! �?7� �;C)h?l�:`;lr'r_'' !�_d h; t:�Il;oi r i;«i_ r�' �'.`itr,: i�n tf-r r.•al :. ir'n i::�ri•c J l: �. �l•�, ai .i�t rr?)_�iY . -,ct:-t- f_:.-,. �r_�i-, rctrf,-r�;rqN-�tc �.',la Crestron'h' DM'"' Switchers provide the founclatian fur a complete C�iqiGdi+FlN�1i:�"'system, cleliverin� an advenced, true high definition multi ramt AV signal routing solutirm that's exlremely flexible and installer friendly. The DM MU16X16 af(ords ultr�� fast switching and pure, lassle.ss distrilwtion af HDMP`' antl other signals to support all the Blu ray Disc"' players, HDN receivers, digital medica servers, computers, HD c�jineras and hiyh definition ciisE�lays that fill any modern home or c.�ommercial f�cility. DigitalMedia thoughtfully manages all �f the dis�k�rate AV sign��ls and clevices fo deliver a transparent user experience, and ensure �i uptinuuii video ima�e vid autlio sic�nal at every loc��tion. The DM MD1 GX16 is field configurcahle to htandle t�p to 1 G AV sources ��f virtually any type. The autputs are fzclory oonfi�urable to pravide up t� 16 DM r�x�m outputs a��d/or HDMI aut{iuts in � single chassis, a�iih ex�k�nsion ca{k�bility ��ussible fur up to 8a outputs �isiny nudtiple chassis. Af�tll selecti�m of DMswitcher input r,ards, DM tr��nsmitters, m�d DM receivers provides extensive connectivity fhraughout a residence or aammerr,ial Facility, sup�x�riing a complete range uf c�nniog and diyital signal types —�II thrnugh une s�vitcher! Integratecl Elhernel net+n�orkin� �ncl USB HID clistnbution provide a c.�mplefe c�nnectivity solution c�nibined N�ith built in Crestron control�'� for m�n�ging the tlispl�ys �nd ather r�am tlevices without necessitating any additional wiring. liser friendly uperation, set�q�, and troubleshaoting tools cue providec! through the UM MU1 GX16 front �k�nel, or via ;Jlf,:_t;_Irnrt. .; ic,e!.=t+.� :�n'.,�=cn: u;ca t i-r�; ; r.�rr: a 6i,� .. e;<:1;:. �.>r+:,:i::, :1 t�: ;?+,r �r�i -r r �5ft?rci::�-,fr- �n;c� c_-�-;y to �. ,-.f:tii jr ) i" y� �i; ?.r. _;�. v �.,-:r : ._ br: t.� �. � -i ; t: (tr� � �X�la� CC! _:): J.-P;. i_";IJ ;�� .`:i.A,r �;1: \( ir�� c'f+�:�?i:::Y n�.q�_,�C7f;-':-t i�._�t�:;:Yf.�t,rt�.�cit,_.!�e't tr.c�u:,-:4 -iy ,_ , ,ctrt � ;�:c�r_.i� uo:_, ' _,t icxu�:,rp'+` I-C�;i'i-r_�F.��iu'n�..u;:,r_--,4 "[=V t:fr.,,,'�r�:�!;'rci vi:_?.r.,; R;.�•,:.:� ' ._� �°;n'rr,�_.<:�rn -J�ci r ,�:,i-r� i�=.,l�;�<_,a->,_-;a, �'.r�+�,rr7r�.:tL�'r ..u.n.-Go f:.ac�.:;t�:h C:r �iit-�I7 �77i%it7l:�!)r�r"rr: ,_ �:r_ r.:r:,e9: lt(a�:i: =._ n7t-to� rr_ I r-:�t:.-�c�i.��,:r ;>trt±r>r i_: �;;7-,ry?�:-b�.,rr �ili,v�r�r>t �-:�:n�-�n�-:G�,r,iv �i.,F r:r: ta�,;-:, �l. � �->i,�,rrr:'i ,_;[tut;:f:_�'�:lele._%ri;: _�tit,�,r;lti=x:,� i�;�:�u'i'rrr'ra ,4v.:idcd�?e L.�L�I�.f��, � c�-ici si+.��:•�l r-�tor.u-rt oi_•tr�.-u i:.+z� .�v[tl�t:r'),Ic+it� ::I"RC:C>!�i!](.:K'li c'ti� lh��?!?c+ i�ITl�:�i With its clean, �ntem��orary desiyn highlightecl !�y ed�e to ecige gl�sancl stunning HD �bl�r graphics, the Crestron TSW 1050 touch screen makes an eleg3nt st�tement on any wAll, tabletop, or lectern, Perfectly at hame in the most contemE�or�ry residence or modern office buildin�, its hi�h tech �ooci looks �uiderline its power for $implifying everyday tasks and functions throughout ���y facility. The TSW 1050 delivers the ultimate touch screen experienc� in �n unol�trusive, s�kace s�3ving design featuring a urilliant, high definition 10.1 inch caEk�citive touch screen clisplay and 5 s�it touch buttnns. PoE crmneetivity and stand�rcl yany lxix mounting m�ke inst�llation a hreeze for f�o1h new and retrafit ���plic��tians, Additional fe�tures indude high p�rformance H.264 video, aiulio feecll�ack, Rava"' :SIP Int��� cnrn, and a�luanced Smart Graphics"'. Smart Graphics"'�,� Crestrun tuuch screens use Sn�art Graphics to deliver the ultimate user experience and the ultimate v��lue by enabliny the �.reation of tlyn�mic�illy nch user interfaces with incredik�le efficiency �nd un�k�ralleled f�mctionality. llsin� Smart Graphics, pro�ratnm�rs can swiftly inte�rate Fluid gesture-driven controls, animated teedl�ack, nietn[fala, entbedded apps, end full m�tion video for a deeply engaginy v�d ultri3 II1tlIIf14P. f0UCI1 SCCB@Il P.X�)@CI017CC, Crestron Stnart Gra{�hics include the following enh�ncements: • Cool looking yraphical buftons, sliclers, knolas, and gauges are intuiti+�e and f�u� to use. • Kinetic effects enhance the feeling of realism with lists and tonllk�rs that scroll with mumentum .�t tl7e flick ��f a fingerti{7, • Drag and drop uhjer,ts sna�7 into pllce offering �u� a�sy w:�y to switch sources, • Dashf�uard widgets person�lize the toucli screen with ci��cks, weatl7er, news, anci other information, • Customizable themes alloUr a campletely different look anci feel for e��ery �iser, euent, or se�son, • Fully deve�oped SmartObjeots"' enal7le sophisticated ��rntrol over rx�mplex devices with minimal pmc�ramming, Soft-Touch Buttons The TSW-1050 indudes five snft-lauch c�{k�citive I�uttuns for quick acc;ess to cc7mmonly used functiuns. The huttons �re pre-laheled v�lith ir,nns far "Power", "Home",'�Lights", "Up", ancl "Down" functions. Each hu�ton is pr�gr�mmaf7le via the oontrnl system fnr custom functian�lity. Streaming Video Hiyh-perform:uice stre��ming ��ideo r��p�l�ility n�akes it ���.sil�le to viear security a�mer�s ancl nther vide� .�wrces �ver the netwnrk right on the tr�uch screen, Native suE��x�rt for H.264 ancl MJPE�; f+7rmats alloNls the TSW-1050 tc� display live video imag�s from Wel� ��meras 1nd seniers surh ��sthe Crestron �,� i�l-id�i', ��ul Netw�ork Video Streamert'�. � l.,.. ':7:'.ir�:-, , %lfr-`t-.'c=i;]"i :i�.:1'.-`r.:T��.:(f:-:c: � ;l7dy.�;;::i�lr_7r7C�c:r;^:-�i?t��i-,�or7r7± � .�,ft=�r�_?�a�:dc: Ctl7ijc�ci:�y; Ii:!T; :ICl/) � . � ,i::l�.= = r'�;'. ."n_';�t�<�-r]'!.'7'�'r:\' r_ <?�:'��' <.� _:i:'t1% � `Y?(: a "fJ 1�41��ir4<.� �•6- .-_pi:.�Cia.l'7 c_-�; �._;,-,,,,:� r�„�_,�,r: _.��,.�r, ; «,-r:, ��_,r,>,_„- , trr:_-ur .;�:�r: .��.._ c.i.�r-.,�,�:•� h'� Hs-;1 i r�er� n_,rn r.-;r .�.: r t-i -'-i = �� r�:;� t nf :,. i v;:_� _�_. , Cl.`(li7 .���',77.'r.i'r'�.-»77 .:.-.�=1 �-.lii.-�1:.:' Ci=�'.I;'-,<�1F� .;�:. � (_:•_I�: �ii::'.��-ff.-A1=.'f:.l�_li�.-i fr'r:;=;:";;"fr'it � C".IIII'I:' r':7ir.'ri_)!.1�':t-. �r' _,.t_1 ��i�e�.`fr\t'. _: - ��:,7-?;-uu�i:� :;�:�_a:;���t�t r ��:.itl�?rl.�: ._:i!' -.-L!'LrB!_t1h=tFi�?�-C.,'17r:.�1%il:�IV - . �?F-r;r=��1:yi.ir7. 7:s?4'.`r!'.�.,,-� ._ .c;n�-1; �r�l �+l�.- fri� :-J i^:nr! l:c,.s• �i::_,_u � id ,:_lp+l ,�v._rr?cs!�?e: !r �i_�fr+,:,r. �.: a rc! _; a,yt•,�l r f t�:,t u rt or �fi�: �i ��.tri ���:-ul::f:,ir,;n :,i;;r:,,?il � l:;ka_ !� �_•� �.,.'rni� r,n�::l, With its clean, �ntem��orary design highlighted by edc�e-to-eclge ylassantl stunning co(or graphics, ihe Crestrc�n TSW-750 touch screen makes an elegant statement an any wail, tal�letap or lectern, Perfectly at home in the most c�ntemporary residence or modern office buildiny, its high-tech gaod looks iuiderline its puw�r for simplifying e+�eryday t�sks and f�u�cti�ns throughout any facility. The T5W-750 delivers the �dtimate touch screen experience in an unobtrusive, s�k�ce-s��vin� design featurin� a briliiant 7 inch ca�k3citive touch screen display ancl � S�ff—fDUCII I)U�t011S. POE cXJlllIfCCIVIIy 811(I stand�rd gany-f�x mounting make installation c� hreeze fur both new v�d retrofil a��pfic��tions. Adclitional features indude hi�h-perfonnance H.264 vicleo, a�ali�� feedb�ck, F�av, i'" SIP (iit�rr.nm, ancS advanced Snuart Graphir,s"''. Smart Graphics""t'� Crestron tour,h screens use Smart Graphics to cleliver the idtimate user ex��erience and the ultimate value by enabling the r,reation of clynamicc�lly rich user interfaces with increciible efficiaizcy antl �uiFk�ralleled functia�ality. Using Smari Craphics, progr��mmers c�an swiftly inte�rate fiuid gesture driven controls, anim�tetl feedfkack, metadafa. embedded ap�as, and f�dl moti�m video for a deeply en��c�in� ��d �dtra intuitive tuuch screen experience. Crestron Sniart Graphics incluQe the f�llowin� enhancements: • Coal lookin� graphical buttons, sliciers, knol�.s, �nd yauges are intuitive and fun to use. • Kinetic effects enhance the feeliny of realism with lisls and toalkk�rs that scroll with momenhun at the flick of a finyertip. • Drag and drup objects snap int� pl�zce uifering �� ��sy way to switr,h sources. • Dashl�oartl wfclgets person�lize the touch screen a�ith olocks, weather, news, and other infonnatiun. • Customizable themes allaw � conipletely clifferent laok and fe�l for eaery user, event, ar season. • Fully cleveloi�ecl Smart013jects"' enable sophisticated cr�ntrol over o�mplex devices with minim�l pr��rnmminc�. Soft-Touch Buttons The TSW-750 includes five srft-t�uch ca�xacitive R�uttui�s fur q�tick access to c�mmonly used functions. The huttons are pre-I�l�eled vt�ith icons for "Power", "Hoiue", "Lights", "Up", ancl'�Dov�m" functians. Each buttcm is pra�rammable viathe cr�ntrol system far custom functionality, Streaming Video High-perf�nn�v�ce streamin� video c�p�l�ility makes il �wssihle to view security a�meras and other video ��urces over the netwark right �n the touch screen, Native sup�x�rt f�r H,264 and MJPE(; fc�rniats allows the TSW-750 to clisplay live videc� im�ges from +Neb camerls �nd servers sur.l7 as the Crestron ��F�I t�l�!'s?un Network Videu Stremner��'�. Pointrr,aker Image <opyright from MacGillivray-freeman Film's "Dolphin" used hy kind permissi��n. � ■ , �, � • . �T DRAW, POINT 4R MARK OVER LiVE OR STILL VIDEO IMAG@S.Hi gh-bandwidthDiyital Content Protxtion (HDCP) of video is becorning more ancl moi�e common in the increasingly digital pr�entatioii maricetplace. The Pointmaker PVI-4600 HDCP Annotation System provi<!es �uers with a powerful annotation tool that can beusedwithdi�itallyprotectedcontent. Alony with the ability tr� address thp need ta mark aver HDCP matenal, this Pouitmaker model wili also handle HDMI and DVI signals up to ty20 hy 1080p ai7d VGA standards up to 1600 by 1200 resol�rtion. OPTIQNAL 4N SCREEN MENUS are avadable. For years, tf�e Pointmaker has maintained a simplified user mterface, so the presenter can cancentrate on easily comrnunicating their points. Historically thePaintmakerwo�tldallow for natural fi ee hand clrawmg, and quick and easy dearing of markings. With the PVI-4G00, an adchtirn�al rnode of operatlon is available for thase who want ma�e draa�iing options on- screen. The Po�nttnaker can now dlsplay an on-screen menu to easily change the aspxts of the annotation such as color, pointer sryle, line thickness, highlightinc�, and more. Alternatively, it ian operake in the simplified user intertace rnode wihich has become tf�e industry standard. COMPATIBILITY THROUGHdUT THE PRODUCT LINE. Tliere is a Pointmaker product for virtually every prESentation, video conference, or t�road<ast apphcation_ 1he Pointmaker line of products are designed to worlc with daument r.arner�s, vicleo converters, video canference codecs, and are compatible with most comp�rter video standards. DRAW frorn th� inducled USB digltizing tablet or add a tau<li screan or other compatible drawing device. Pvi-4600 HDCP Videa Marker 465DS, Butteifl�lcl Diive • T�rscm, Arizaik�85714 IJ�SA I 6oeckeler Instruments, Inc, Prx,�,�; 52U.745,c.1IX)1 • Fax:52Q,745.O17U4 ° EiIIAII;Infa�r._+�hrrackeleecom • www.pointmal<er.00m �� �''t013 B_•�:hekr In.uunrnt,. In:. P•�e;4rlai i: a regislz�aJ tndennd:o( &echoFr IncUVmmis, ht.., Tiicc.�n. Arizoru. AU nthti Vadrm�i bs ora llv� Pr f=ity of tlr;ir �esl:^�•livo �i5'mai;. �111 ��is ification: :d?je..t l� c Ivin�z� n�itMwt nc+Uc?. . Nx_;!-t;n��,�.!r�r:..;r:c.._-l•v,:fl'ri--:�ll.�i:cli�_t'_rr�+�;t.:�_�ti�c•r:.. � C .- :�A711•j")i77f:;1"�=e"7E: �:1.�.-,e-]ic2�•. f:N'c:�c�o��. : �r]liCl i�.7:=:�-� 1,c.:t'r.=r7c!r>t!r �:;;�ri:�.? i'�yN�=6=r�: t;�r i;:-di_u.:�lhrr �1'r�� i�:! ��[c:r t _:,cx .� - . ;_�1qQ�.'^�i /44'r�r.ri:5 G�r7)r�=::=�if,d <r;)!�c:!:Tiyr+;=�]Lq'!�_^,r;;'r,�-1 � ,`:Cc:,�ir_'nl?71:.Crilfx_�1� l^iUi>frn�lJCt_Ju'[.: �C�,�il;U�<'c:75::�1� r-IrC�3l� � r:_l!�it:;hlcaFiE;`_:1.'�i-���t:-:;.i..i71i+��,�.,h'� .-drrr�ii;-;c�r-i�C;!:�Il.�:� . F-:7`.�,•-!<i-�17.t"�!..li� ��J[KN_r. �_•J,:N71!? r:::," »7FR7;_; c.�,4_.?r�+�; F� �:, ,t :�c-,° r: t,:-dr:�re 1 u,-,l ,:,, :� 14 „q; b r v r, :a; u 5, ,-n; i'r�,: �, �.-; �, ;,it:= l-rre� . —;l'��_7LY:�l7/"r_7�!/'.-f77it-.�:�lNr�i?:'11]C�41'I�l ii?-��l'i�F'�� t'r':=�!_!e.'>!"n.'1,: �"�.:r�C�l7.`.e=. _ `;l:f-t7.91;i�lt;rr-b:�hr)T/.�r�?.:s]G�r.: Excite°'speakers by Crestron'°'offer excellent sounci quality �id flexil�le installation in � ran�e of ��opul�r sizes ancl cnnfigurations. In adtli- lion to nudtiroom audio, Excite speakers provicle an appropriate anci aff�rdlble choice for multimediapresent�tion and home theater applia�tians. The Excite IC6 model provides � Ck�ir af 2-way in-ceiling loudspeakers featuring 6-1/2 inch woofersand 3/4 inch dome tv�leeters. Power h�ndling is an impressive 75 Watts (pr��ram), with a witle irequency res��onse fram 55 Hz t� 20 kHz (-3 cl B). Ri�iclly c�nstructecl, Excite speakersare designeci to enable a n�arly flush inst�llation when moiuited in a typical drywall surface. A professi�n�l inst�llatiun is e�sily achieveci utilizing four toggle clam�as integrated into each spe��ker Iklifle. Atlditinnal suspension han�ers assist in the inst�llation by preventin� the speaker lrom falling out of th� holP priur to tightening the tnggle clamps. The white textured finish blends cleanly into any neulral-wlored ceilin�, and may be ��ainted for �ui inocrospicuous appearance ac�alnst any coloreci surface, For ii�doar use only. ��`��If�N�,�,T1�7i�9� Features & Performance Woofer: 6.5 inch (165 mm) �blypropylene w/rul�ber surrauntl & steel basket Tweeter; 0.79 ii�cli (20 mm) treated ch�th dome w/swivel Crossover: 2nd order Llnkwitz-Riley Impedance: 8 Ohms nomin�l Frequency Response: 55 Hz to 20 kHz ( 3 tlB) Power Hantlling; 75 Watts progr�m Sensitiviry: 89 dB ��? 1 W/1 ni Coverage; 1 �?0° COI11CaI (I10111111:3I� Controls LF: (1) 3-E�ositi�n luw-frequency cantour s��itch HF: (1) 3-�x�sitian hiyh-frequency oontour swltch Connectlons Input: (2) spring terminals Envlronmental Temperahire: 41 ° to 104`F (5' to 40`'C) Humitlity: 10°/Q to 90% RH p�n-condensiny) for indanr use anly Construction Baffle: ABS plastic, white textured o�rter fl��ge with black inner fk�(fie, �kaintal�le Grille: Perforatecl ;il�nnin�un, white textured, �k�intabl� Motu�ting: Flush c�iliny mounl using 4 integral tag�le clln�ps. 1.5 in (39 nun) maxim�un surf�ce thickness, 4.3$ in (112 nun) minimum mountiny depth, 6.4 in (214 mm) dfameter recammended cutout Dfinensfons Diameter: 9.67 in (246 nun{ Dep1h; 4.66 in {119 nnn) Dimensions shoam are per spenker 4.1 Ifa (1.8 kgj = �. * ,�.� _ ,�: - , � -� �J ; � .f a � t � i 1 .� �� _ - ` - � � � � _ - < -�., �.r ���¢-�� 2012 Neui Shoe �rand Launch ��04111ng edge: So slrong a brand Ihat Il � Insplres awa in competito�s Industry E� A6oveaverege: Betler than compelitois, average s• ............. ..... � ._; even In weak areas 1 Pllllosophy: �edlcellon lo qualfly end compalling story move people to buy �=r =� i....: __.�'E�°��sl;�'p s'hore5 Q Aluio.ys o.t ti�e au}�1�i'�9 e�e A= � - ���`� I,J'ho.t mo.kes o. Crass � 1pho.Y1� St��C.r'�"? mo.r1(e'hin9 � `, F .ure 'Fo _ �����br��l�s 1mo.ga througl, � AZ�heS i� �; Develop v�ew mo.teriwls mo�g �as-=� � ; .-,..���-, _R , ; e s , . � -, : - �.: =' ,_. , a n_ _ �� � _ �d,� �� �� � � I� c� _ �. _ .. , IL . �+ � ''� .��� . ' . . . . � - ' , . . . ! _ � � 4° 2 � � � . � � �- _ _"^°^aa _ : -� '2a - t . _-. - - , „ .�� � . _, _<r—.. .nb,., u , ��_ � _...� •„}- s 1> �����%�{r 0 f �irect interFace with your Sharp MFP. Interactive presentations don't have to be difficult— D � � and with your Sharp AQUOS BOARD connected to a Sharp Multifunctional Peripheral (MFP), you'll {�c,si�i.��s — Lt�s L w have the abiliry to scan tlocuments directly to your Sharp Pen Software using the Sharp Network � O�r ����S . Scanning Tool. After making revisions, adding notes or annotating text and images, you'll be able to save your updated presentation to a PC or send it directly beck to your MFP for printout. E' T,-=--- — --� 1 ake advantage of buih-in backgrounds, The Sharp Pen Software applicetion even gives , � : r z�� �_ i �q"` ��� � yau a huilt-in lihrary of hackgrounds to use during presentations: calendar, to-do list, meeting : � � ��.,s °,� y ,� �.N�. _ _. log, graph paper and action plan. They help make presentations mare effective because you don't �' �"�� ��� have to create forms or data templates by hand. Now, simply focus on the ideas and actions � � ` � ;,,°�.." _��., Crass-industry capa6le, Shaip AUUOS BOqflDS enable a prolessionel, peisonal tauch lor 6usiness meelJnds, fraining sesslons and mare. � Use Ihe top menu buttons (o open _ Ofes and Jmport dacumenls to yaur piesentaflans� � Sharp Pen SoNwere works lika magiu _ y fo put your besf fhaugfitr an dlsplay, � Switch colois at fhe fopch a!a bu8on !or emphasls or color-cading. • The SmaR Erase� /uncfion automaNca/lyswpches liam draw ro erase mode, whon an eiasar is • pleced onlhe screen. � �' �� � Undo end Redo comrttands meke � changes qyick and slmple. �� • Save, Prinf and Pdnt AI! commands �_l�z !et yau seve Illea or make hard �-� ooPVArintouts. ����� �PanandZoamadjuslyour�viewor�- -�c��� teslze your lmega-lYs easyl p �� � Jnfegia[ed fouch penel !or smoolh end eccurafe wdeing. Touuh Panal ProtecNve LCD Glass Penel you wantto convey. I',� 1Narket5ixe- §x �'�,, l�le.W,�,} _. �•��-- _ i a� �%' - m°� •-I-o,� naw markc4 ��w � � � � � � �.'} s+K�+ �� oc �. + z�s i . . .r � �. � ���lz„�Io� p,ol�a+s � +��;n,-+a kv�.l n«A; ��. i� ����nu ���wr °�,k�.r� sn,ks in grautl, marKc'F i� �,,,,l i�a Sales Result �� o.Y�(C'{- °�kl^"'"` �`S �n tii3{� �toE'i�F' Z°'�e (emowq s+renyM�n be kr nei.��d�K � 'a.°0� N�gh-proftt- martC ts a-�,�,5 }ralning wn{ saks Qromotlon � ae.000 ,/ :¢a�,- (am unq `� w.aaa '� YOOB ; ..-$Wlb '2010"� ::3U11 -�:Y018-: :� 16,000 _ COTpaOI 4.620 1,490 3,005 9,B9Y �,6D0 .ggVy FnmIIY R112 2.631' 3,IBS 4.W9 A� � 1o,oaa �:'� Luaury Mlnlvnn 1&t0 I BiB 7 BW 822 � 9P3 � app�� s one � 90 azaa wa a�z� a�era � 6� .rhl Minlven W�ury_._ . Y.SRO ]�046 � 3,]W �.0]D 6p65 E� � -, j- "' `��� SW i,PBO 1�15 1�52 tOi6 4650 � Famity (� � vow ao0a MIO f011 Zola � ComPOOt Talel iR.8U0 19 R80 I&02b P0,16Y 29,1A5 � sx�rusr '� . � r. 0 Wrlte ur drew direcfly an the lmage w!!h Sharp A�UOS 80AR0 infarecfive dlspfeysysfenrs. J"'C clear winner in digital signage. The Sharp AQUOS BOARD provides bright, crisp, high-contrast color images that come alive in public areas like trade exhibit halis, hotel lobbies and conference areas, airport corridors and retail locations. They have been engineered for 24/7 certified commercial use, providing you with the reliability and durability needed for your business. !� better way to make a big impression. From boardroom to conference raom, training session to selling floor, a Sharp AQU05 BOARD interactive display system can magnify your success. Motivate your audience, Improve your image. And give your message the impact it deserves. With Sharp AQUOS BOARp on your presentation team, the possibilities are endless—and every moment is rightfor a magnificent performance. EwV�roww�.Cwta � Iw�t%Ati.ves. All Sherp Inleractive Ulsplay Sysfems meet the RoHS Direotive restricting the use of ha:ardaus substances, with all eligible madels contorming lo ENEROY STANm qualilicetions. For more intormation on Sharp energy-efficlent products and environmental initiatives, please visit www.sharpUSA.com. � f i � � �L .�^ V J � W �� N .� U .= r — i' i = i: � — i � � ,— 7, = T 1 _ - =�:` ;wU _ �: x C1 � W:, � �:., � 1 s�r � �',4 , . . � � . ��� � v ��� � ��� �� Q i�� +�b �'� ' _ � �y1�' ' F ��� �,�� � _ ��� a�� � �,� �� H , P�r W,� t�, - � . � � � �� � � � ti� ,� a s � r 7 .1`� �k �" . r ' w � ���, lM ¢j' '� ,�' � _ �, � �:' . �"Y} 3 ; T,:.� ;, . ... � _ , �� � a , {�' � �;. '&�a,I `"P N��}'.,, 1. . �� . �y ��ti •�. 4� �1� h �a � �°. r �� �� � , �� a����,�, � .� ° w` �^ hv� wi 7; . �" t�;i � �� �, �� ; � � '�r, �. �,; '`�t� ��� � � ': ��. �;3 , �:' 5�5:�D'�� . �,;:'� , � � ` `� � V �l��l��i����l�c� val�..a�, v��r�3��i[i�ty �:��c� ��������r�i�_>r� irr����: c:��a��Ii��� Frorn ener9Y savinc� Features, to loas mair�tenance cast, to a myria�l of stanclarr.l (eatures� ancl the hest inclustry sv:;n�:,nty ancl sup��at, the Christie'" E S81'IBS UffP_fb uni�iv.,llecl value. B�.iilt �Jit17 praven C>LP�' tecl�ino lo��y, the CI•�ristie E S�•ies prnvicles tri_iste�.l p�rfamr,nre anr.l raliability, ancl exce��tional ima�e qu•ility for sn�all auclitorb.ims, bo.:n-dr��oms, classroorns ancl places of avorship. bVitli i cl�'i�ri ti7at iriducles c��la' rnatching, irna��e blenclin� and �+�arpinq anrl stackhi� c.ap�bilities, d-ie t:iro•istie E Series is reaciy for the d•iaileni�es of fixed u7st�lls anr.l renta l/sta<� n7 �_I .,p�� Ilr..,t inns. � Foi.irm;,�.l�-I�,.�;.�iLiI��L-• CFui:ti.:.UHD/.:SE i.f irc,li�- [1l,VUFJS E; C:I iri�,fi�- UHU 77 i E, :�in:l<:.luic,�ic D�PlU]?'iE c:>�.u• flexil:�le ��latfonn upe�'ates u'i s'lllgle o�' cb.inl-lanip i7•�otles, givin�J Yuu bri�l-�U�ess optlons FOI' ,�Ily 8�]�]IICIYIOiI. ICIEdi fl�l Z�i/% ���_�er•�tiun, the filter free, dust-sF•ileil design prevent5 CIlISf ellCl dirt fi•orn affec;tu�g tl�e projector — ensi.�rinr� tl-i,t Irnaye q�_iality is upl�elcl :�id rnaintenanr_e costs •�re rn inin�al. A full sUiteof uptlnnal IEnses give yau rnor� u��tions to rneet yow' neer,ls. I�htl� fc,ur to choose frorn, d�ese rnoclels offer native HC7 or NlUXGA resolutinns u•� a canpar_t rhassi:., a7rl a�rne backer.l I�Y c:i•�ristie's uid�.istry leadm<� a��arrardie�, seivice :uu.l si.q���r�rt. L :'.41�e��t `z �r . � - � � . -_ f yiierri ����f � - - _.r{',4.:A -. .�i�f - .��Il�f.i:� (.;41 _ � `,U111� _� � C��•n3irq s� z3 �flh]il _ - '� v�:l�ite,,,..,,..r. - - _ . . Blacks � ,i� �- � : "*� ,fi_ 1^ihlre; �?S;� 'qOCJ Eini�i °�(�00 Ela�ks � d�;i n, it.: I-�ii �� � -- .___. _ --_ _ _.. .- _ __ _ _ . > � �- � .� � � �.� ., � � '� i�4,1'� a r I i� ��.�.�,.�t �, ._ �`_i� ,. � �-�F, �� #_. -'_�zc_-<�.-s_��'--._���� ._,__���. €r � � �_j� �3� WI1BIlU5Bf,IlVIYIlI71lII�l��le�:�ra�ect��r� - - _ - "- [�115 {gdtlll'B @Iltl.lf@S �3fCll1'cliB IO�Of . . n�atd�mc� ar��:l w•uforn-�ibj au•oss the �� '� �'Iltll'e II'rit�i)�. r R �-��a (���,r��'.i,1i�i ini���i.<iiyin��:�� For tde�:l �rrays, tlle CollSt�llt IIltPI151ty i}•�ocle ;�.itornatir_ally increases brir�htr�e<•s as tl7z Inm�>s r••rear out ov�r time u•i orcl�� to mamtam tl��e overall I>ri��l•�tness and mi a�=�e consistenr.y •�cr��ss tl �e clisp Iz�y. ,_ �-- - /' r . �� R (•�� � c„�� �i rnah_I iiira � � �r� � - �.�__ _ r � ;;�.� _ F �E € � �[��, � �`. ', . � ��� b��i ih o�Inr i�ya� � hi r,q w. �idilFr-nii,�nnsiardint:.u�siiyrrn-�rl-• .-� L��Ji�hron�,tanrir�t�rnii�:irn,��.- �� a - ' �-� �. c ""`.,,3-_"' :�] ' � i 1 _�3 �l s,1 11�� ol {�4�i � __ � � �� ��'�.�;�`�� �i �� {'� �`r� �`�% __� :-1 �� m TIIII? -- Naiun I lom�a I;n•7hi na.: — _.�n:iani r��at�I,laJ Lriqhtries: - Laiiip�.,,,�•;�� _ � �_ � �t_ ����� � = � � -� . ,� �. ..� � � _ . ��_ s.�_- ' �� _ --_._ .�__� _ � � Blending and warping c��abilities (optional) Couplecl �vitl•� th� u-�ternal color m•�tcl�iirn� f�_mctioi7s, blencim� �n�:l �varpmr_� r_•��?nL-�ilities Enable tl•�e pr���ect��rto be userl m�p�:�lications �uh��e I�r��e un•3�e �:anvases are n�eclecl. Ai7 o��tic�nal d�.i,l pr��czssor a�arp mod�_ile is rer.��.iu•ed to blend "e15rI N/31'�l [IIS��I•3y5. Warp rnor,le5: YB�ISYOI�C� 4-Corner, C�.uve, Pu-�ru�l-uon, Barrel �7i1 RotaUon' � Foference UsorfAanual forcamhlnatic�n cen�paUblllly of �aarp modaz. �- � �� _ � ��° ` � ; � �� _ F��ii ;����,.,.ri.-�,=Y: f��_,.--,;,,� i:-, .ii i� �„f,ri,,i �:, S, t ,y ��� ; - L . � L �.�,_ �f ;-� �tl;���.��-��,� �a _ � s�iia��r��� , r ;�as�� � _a .l'i� tale�isi si _ . �F. lenses O.it:l fixNdshort � 133-100102-01 � Wtreless dongle (1DWUSB-BGNI I.i3-�I; 10601 \ 1.2-I.5:1 s-Iv_�rtzoum 133-f0110.3-01 Stacking(rank IIh-100107-XX � 5-20: I zoom � I.',.?-10210d-01 Sta<Iter plate for E Series 13.-107 1 09-0 1 2.0-4.0: I zooin I+3-103105-0 I Lamp for 675 models (330W/) 003-004dd�-O I d.0-7.0:Ilaigzoom �13;i-IOd105-01 Latnpfor775models(350W) j003-OOdd5401 Ceiling mount i!3:'t-106IO8-� I E Series color wheel (color) OG3-003:11 I-XX Celling mount exte��sion � IOJ-101�101-XX Dual processor waq> modiae � 133-I I I lod-01 Screen�,vicldi m ft I'LO dU.O I 10 5 35.0 � � o ao.o ; i 7.5 15.0 i b.0 20.0 d-5 � I5,0 � .i0 10.0 � �.5 5.0 :� i 0 0 � ft 0 m 4 E Series thiow ratius —HQI4WXGA — Projection ilistance I U.0 G0.0 30 0 d0 0 50, 0 60.0 0'.0 h.0 �.0 I 2 0 I5.0 I� 0 HU Su??n dlagatal (t m .�s.�� ia.b �o.z iz o �a.� io � 2�3.� +3.b '[2.9 �,.'r 172 5.2 II5 3,d 57 U - —_ —_ o 0 70.0 80.0 900 �00 �� 0 2a� 2%.� i�.a WUXGA ;creen <hagonrl ft m .�� z i az dl U ILd 35d IO.h z�> s s.a 23.6 7 I 17 7 S.3 I I ; .i 5 5 '"f I B n o Image IxighuiFSS duallam�-� lhlc�li c_ W . kGBc'YNB sinqle lamp Dlsplay technology Lamp ___.___ _ hy�ut briqhu,ess c�r����k,i �ich �:dor �vheel - R<:,BCPAI� �_clor �td iael caiU'asl lype dunl la�n� � sutc�le I�mp •f�4�0 telll?f �ul�ell5 (58�0 AN51 lumens) • 4275 ienter lun?ns (38J5 AN51 lum ens) • 4715 ientar limens i3875 PJJ511um ensy , • 2854 cent?r kenens (2GOO ANSI lu�n ens) •f700r_antzrlum?ns •700Dcznt?rlumens •7�OOcenterlwnens (61L�ANSIIumFns) (EACDfVJ511u�nans) (570DAN�:IIun+Fns) • 44A _enter lumens • 4E00 center lum�n, • 4e0D c?nt?r luin?ns (40EOANSIIumens} (42�r1N:;IlumEnsy (4A0.�t�,NSllwnans) • 4d50 cent?r lumens • 4700 ientar lumaos • 4'i00 cent�r lum?ns (40`Ot1N511umen,} �4300ANSIIwitens) {q500ANSlluinens} •.',000 c?nter himans 31:0 center lumens • 3200 c?nter lum?ns (`L/CAANSII�un?ns} +(`<"v�ANSllwnens} (?AOOfVJSlhm�ens) ; •5 SegmeM lfirBC1M� • 5�0:1 (�nemic Contrast enable��; 13CA: I(full en/offl; 2E0: t AN51 _. .. . . . _ .. . . . _ _ . . '• I{hipObS" DMG • I-�h1�0.67" DtvID • t{hiF�O!5" DMU • 1-chip0.b7" DhAD naG��eresoluGcvi • 19'LiOx 10?0 • 19rox 1�70 • 142�r. 1020 • �vroY iroo ' i2.073�500pixels) 16:J (2'04p00�;ix�ls} 16;10 12,07?;6COpir.els} 16:9 12,:A4,OCYl�ixels) ib:1U - - -- - -- -- - - rype • Dual 3'AW P VIP • Dual ��ONJ P-VIP rypical lifetime '• 1200 hrs mfnlmNn �¢7 320W • 2500 hrs rypital �i?i 2?OW • I�00 hrs minim�nn � 3�ONl, �CA hrs typical �a> 24AN! __ --�- - - -- - - _ _ _ standard HDMI x 2• Uisplay ��ort x I• Rr,eHV (5 BN�� • HUIS x 1• Canposite videu x 1(RCAI � S-�d��� x 1 Unlni DIN} • Compunenl vldeo (kCA} • U52� x I(type B mini) - Display rner USB • U58 x I(typ? A) - hnaye viktiver or WiFi ionyle (�pti�nal)• RJdS x 1 _ _ - - sfqnals �• HD7V formatsVr,A thraugh to WUXGA {I"vbx Id7D1 • Horizontal and v?rtical scali na vrhi la m a in W ining aspea ra tiu, all inputs pixel dock • 162 MHz scan ia�es i� Horizontal: 15-IOOkHz • Vertical: 24•85Hz _ . - --- �___ __ __ _-- - -- - - _ _ _ - - - - _ __ . _ ._. _ .. _ __ -_.__ _ Outputs monitcr out '• HD15 r, 1 - °-- __.-�---- - - - ---- -- - - - - _ _ - - _ .__ Control and networking • FS-232 in • Ediern?t i10/1�0) RJ45�vith ChrisUaNETT��� connectn�iry • Bidlt-in backlit keypad j• Wlred remot9 conael f3.5�iim stareo}-�tire nutirv_luded -- - __ __._. _ . - Lens mount type • Tool-Gee lens Insertic,n system • Motorized herizontal and vertkal Isns u(fsat• Motorizerj xeom ancl bacus adjustment -----------____ - - _ -°- __ ----- - _------.., __ _ ---- . .. _ _ .__ ---- - _ - - -- -- - - - - - Lenses Iixed � O.S:I zoum • 1.2-1.5:1 • 1.5-2.0� I• 2.0-4.0: I• 4.0•7.0:1 offsels ;• Vertical: + 13495 (+7:A • Vertiral: + 12C6Ya (+ 71� • Vertical: + 134'� f+7A • Vertical: + 12CIYo (+7� ; plxels)/ -407� (- 216 pixef sy ; pixels)/ -40Y (• 240 piuels� pix?Is)/ -4CI'� (- 216 pixelsy plxels)/ -4dYo !- 240 pixElsl ;• Hwiiuntal: t 20� i• Halzuntal: t 2CFY • Horizantal: t 2UY � Horizontal: t 20�� (tl92pixalsl ' (t192pixels} (tl92pixelsl (tIY2��ixels} --- __ _ _ - '--- - -- _ _ _ __ _ Accessorles slandard '• IR Remote widi tivired rwnote jack fwlrF not includs�) • AC Line c��r,� • HDMI-DVI Cablev�dth lockiny HDhAI cunnectc�r • User manual --- - - - - - - ' ---------- - ------ - - -- -- -- - - - optional •IDWUSB•BGNpvirelessdon�3lhfar:�de�andcontral)�Warpmodule•Wthc�lorwh?el(RGBCMYI • Staiker (must alsa urder sta�ker aJapter plate) • Stacker ada�iter plat? • Ceiling mount• C?Ilinq ni�3unt extensian ------ --_ _ ----° -- --...---- __ --- ---- ------ -- -- - - — -- - - _ _ Power o�e�ati�t9 volla �e • 100-7A0 VAC �=0/EOHz requlremet�s ��swnpuai • HSSW maximwn (dual lamp ;?OW) •�xWV mar.imum �dual lamp ��ON/) • 735W aco mode Idual lainp 22oW) • 755W em mode (�ual lainp 2?01AQ operaling aRrent • 9.2A maximum � ICOV • 9.6A uiar.hnum �� 100V dissipa�on • 2Y17 BTUlhrmav.imwn • 25088TUAv Eco mode • 31.39 BTU/hr maximum • 2575 BTUlhr nr, mode _.. . _._ . � . . ., . _ _ _ � . .. -- -- --- -.._ _ _.. _ ... _ _ _. _ _..... Dlmensfons size �(LxWxH) ro.4 x 12•.0 z?.5" (S'.2 x 4°6 x 215mm) etiitheut fret shl� �piny ,lre •{I.xWxH) 23.3 x 38.0 x 15.4" �SY 1 x965r. 35bmm} weight { � 431b, I 19.5kg} shipping vreiqht ! • SClbs (2B.3kg} - -- -- - - __ _ _ J) _ _ _. _ _ _ Operathig env(ronmeix !• Tem�serat�re: 40-95°F t5-35°�' • Hum(dity: 0-p0Y n�rna}ndrnsing _ . _ _ ----------�-- --- -------------- -- -- - - - Reyulatory approvals • IJVCSA�IErFA950-I • FCC Class A, CE, CCC, KC, Gc,bR, PSE, C-Gck, and Suuth A(rica. '• This proJuct c��nierms to all rrlevant European �irectives, stahdar�s, safery, health arv� ai5��ironm�ntal con� arn, ; � fioHS, FEACH, WEEE - ---------- - - -__ __ ___ - --- - - -- - . _ Lfnrted warranty ; Thr?e years parts aixl IaUor Iinclur�ing li��ht enc�(ne) i• Cantact an authurized Christiu rEpres?ntatNe 1ar full daWlls o( our I(mite�i avarranty I �."`�° �' i-1�71711 � �vFnewneqarrrr _ .r . - ',. zr� u�cu -_ � ��aor�imtx�i'�`"iL��� L)c'•llbs::i: � [( iOl,?r_� ��?_:t. I'ir_'); t-f?rartO�i::;y?C�r HL?� �i�c=.'�r.�1C:lR:x� `- -°�->ftrrr ��c��:_rt:C'r-+ ±?�:. rtr7cz:-1 A?�'r�_�lir: - ,:.ir7n�;��i:�A�'. 'Cr-._i�_I-u;-��.r i;Cr._;rt,d c_rr:>,:�=;,rr��:r;-�i..crr<.i;,i.r._.rr:r.�.�:::.:�r��z�n.-._7.hiu-�£. F.'r ,_-�_ �� ri� ; 'r! ;e : -� ,r� �i.-,Ir!r .4l%;>r��=:r; -+t._�t�;_.c ��. i:i_i5&rt,�>r'17 !�,�r-h_rr'c. i�r h�Z,r:,rtr_',!:r�.���:!�',; i <=;cq:it!a��,;i;lt�c;lrcl:r._c?ts�N-.-� �,?�r:tc't[._;ttiJ:� ;�.� •'-(�r! jr:t��:r_'y:� r.n.:C"'1[l01� -- �'illC�l-:!'�54"r,..-:CI'.�;_fl-!:I!-!(:/C<�.�G'f:'l:k+1'/�-.'v-+r-r�'•:i�!'`.T�t!'::i�if.'i.7Y' (�r^� !1!?7?!;Ti'.-?,C1117ir?c! �'I'�?tC>:;,-�f,� E:�irr�7;ri1'<+.:��,yt:�,.�=:r:;�i;�_;t;r:�:�!:>I��?n��.r�;f7fc fic::J;�, �,Vpi il fii�4•'! /?:OC� _r,� . . f,,Unr]t:= �,,,�d-� �=:ra��tr<.�•r' F�_+.src,rr r't��.r:.,�gi,,,.-��� t<:�� _� total 1-tn?17cPo1^.� _- qrr:a�Pj �}-rfa��r.'tte-�, .=�.: :,l�.% r;�?c, r,,�i=:ti^�j .44' ;=u'�,sr=r�tafi�.-,�'� =.�?�.t< It't: C tl'K! ! :r[ tV<:» iir, � F'r1jVR:rt,i17j7Lrt::tC�Pi7lC�l-�-?.r.i+l7itia?7)[�l[t1IC�l",!':itOli.Cti�]r_'J,��`�;�'�iflrr..[>,_; � 61.it1t-!ri .,r::ron i�_f r_:ri•_r.1r�=.=� �_:�?r-�-:p;�f!�?1Sr4� �q•lfh .:r h.rl.� rcu��_re �.�r _,cx ur_.rc; Pr•:, �: ��. ir:_ :� �_ orr7( x.-,:: if� �.:+cla_, ;i �/�t: t for tf ;c� ��,'r,:,�: r it�+� '_, :::.:tr r;ai:_i t-:.tiP-cJr E-rfn-F�F'f) r�:�r:x: ie! rr-rc;_r<-,��.1-n�:l:-c,NYrota i: sC; -: ;L17 c: _;r1-ra��.:� n r)_ir_rt _. .�i-rc1+.+�:lr_: lc.�_�;�1.'�V cx.rfr�t�t t_,r';?cr-rlrck'-ri�: r rr;r�r7�forir-rti; <_,r �:v��+_-.r;-�tct'rr.=x-i ��cts:�-J-v �_� - ,411�.n.,<., C:i�_:t,:�r7,-�.�r rcrnJ c,�<_:t�:m n�tacxz�i;n�, �,,c:� E:�:�ra�r:rt . i_i/r7.'t%p$ FC�7rr17c:7r17t7(-�IHD Ilir_"r�-t f1L'87L;Y=.!-;�,:lfr'.5 h:�rr.lU�C>_�C�i17r_t �'�r r�or,,r<h<< r�.,_� - . �=._re.�- c.��'r-of-tlra-f>�:ar �;r:tci�� ,�;�t�c;l�-�;l.�c,�-:, yr �.. �:_icJ.-ritc�:_n�f: ;l->1.-' As �k�rt of a complete C�ptureLiveHD system, tl7e C��pture HD Hiyh Definitiun C��pture Recorder (CAPTURE HD) provic(es avery simple, one I�x r.ont��onent for capturing lectures, AV presentations, medic��l pro�edures, seminars, and trainin� se.ssions. It is desi�ned for easy integration In a classroom, lecture h�il, tr.�IllllllJ IflI), or fx�ardroom. It ��Ilows prasenters and instructors to use their choice of m�dtimedia saurces, includin� hi�h clefinition videos, wmputers, whitel�aards, and ann�tators. The CAPTURE HD f�ase model pruvides HDMI"' a��d RGBHV inputs for sttch saur�es, plus a comE�osite videa input for a c��n�era and lin� level audfo input far lwireless mir,. The CAPTURE HD PRO model adcls � 3G SDI input to sup��ort HQ digital a�meras. UVithout rei:µiiring �r�y special trtining or extra effort from the presenter, fllP, CAPTIIRE HD reoords the compiete presentatian in full ntotian HD 1 Q80E� or 720p and u��loacis il to � network server for publishing. It c�i �Iso stream live vitleo to a touch screen, �mputer, mobile clevice, or third-��arty streaming server, Schaols and husinesses may easily implement a facility- wide media capture solutfon by ec�uippb�g every mom with CAPTURE-HU recorclers, all centrally managed by Crestron Fii�;inn RV"' Remute Asset Management Software�'�. A Closer Lnok at the Box The CAPTURE HD recorder is a compad unit, designed tu sit on a shelf or mu�uit in a�i eyuipment rack c�r padi�on. It c�aptures presentati�n content from a computer orother s��urce alan� with a live �mera image a�id records them together in full motion HD. The two images may f5e cbmposited on screen side by sicle ar ��icture in picture (PIP). The camera PIP wind�w can be sized �id E�ositioned in ��y corner of the screen over the present�tiai content. Either imaye m�3y he captureci htll screen aswell. Audio oontent from the presentation source is captured in stereo along with the I(ve "speech" si�nal from a wireless microEahone. The two siyi�als are mixed together and reoorded as one hi�h qu�lity stereo signal. Adtlitional Fec�tures: • Frant Panel — h�iuitive controls are �rovitleci on the front panel for starting, pa�ising, and stapping a recording. Each I�uttan li�hts up in a different col�r to provide clear indication of recorciing status. An LED lk�rgraph meter provi[les indication of the speech signal level so yoirll kn�vt+ that you're being picked up loud and clear A tull a�lor LCD screen displays adclitional feedlk�ck and E�rovides acce�s to sefup functia�s. • Cantent Inputs— Connectiny a com��uter, DVD player, or other presentatioii source is enahled ��ia HDMP`� and RGBHV inputs on the rear �k�nel, The HDMI input handtes high definition digital AV devices and computers with stereo audio, The RGBHV input handl�san�lag a�mputer suurces. Built in sc��ling ensures cx�m�k�tibility with a full rvi�e of si�nals. A stereu analog �udio input is �Iso provided. • Camera Input — A cr�mposite vicleo input pravides for the r,onnectlan of a sfn�le camara. Crestron offers ta�o c��meras id��lly suited for the application, th� CA�4 (�B t ou and C/�DA IP (7 1+) I�: �, A 3G SDI inpui (CAPTURE HD PRO ntodel ��nly) is also offered, allowing (or the use of a hiyh definition c�tnera with SDI, HD SDI. or 3G SDI otrtput. • Speech Input —A wireless micrnpl7one or mic mixer c��n he connected for pickup of the presenter ��d other iixlividu�ls spe�king. Crestron The CAM-IPTZ-101 is a Canon� Wide Angle PTZ camera capable of capturing high-quality video from a wide range of angles. The CAM-IPTZ-101 captures crystal clear, high-contrast images even In tow light and is capahle of dual streaming in both JPEG and MPEG4 formats. When connectetl to Crestron's state of the art Capture HDr"' High-Definition Capture Recorder, the CAM-IPTZ-101 is tha pertect camera for capturing varlous angles and views of a presentation. Pan/fllt2oom Capabiliiy The CAM-IPTZ-101 PTZ camera has exceptional pan/t(It/zoom capablllty. The CAM-IPTZ-101 boasts a high speed 340 degree panning capability antl a tilt range of 115 degrees; allowing users a wide area to choose from when capturing video. The CAM-IPTZ-101 also comes equipped with a powerful 2.4X optical zoom and a 4x digital zoom so users can zoom in on small or distant objects or Intlivitluals without comprornising the clarity of the image. Wide Angle Lens The CAM-IPTZ-101 is equfpped with a wide angle lens capable of covering a large area even when in stationary positlon. With a 70° maximum horizontal viewing angle, fhe wide angle lens on the CAM-IPTZ-101 allows you to get more of a scene into frame than a standard lens. Due to the unique design of the wide angle lens on the CAM-IPTZ-101, the "fish-eye" tlistortlon commonly assoclated with e�reme wide angle lenses Is virtually eliminate. Control System Integration The CAM-IPT2-101 can be integrated into yaur Crestron control system via Ethernet, allowing the camera to be controlled using any Crestron touch screen or remote, or even an Apple� (Pad� or AndroidTM mobile device. To obtain the Crestron Integrated Partner software module for thls device, please click here and scroll down to the Canon UB-C300. Video Streaming The CAM-IPTZ-101 is a network camera capable of outputting analog video as well as simultaneously streaming MJPEG video to a touch screen, The CAM-IPTZ-101 connects to the Capture HDT"' High-Definition Capture Recorder via lts composite vitleo output to capture video. Equlppetl with an Ethernet port, the CAM-IPTZ-101 also connects to the LAN to enable streaming video. Crestron ofiers a customized touch screen controller (CAPTl1RE-TPMC-4SM) designed especially for viewing the streaming video as well as controlling the day-to-day operation for the Capture HD High-Detiniiion Capture Recorder. CapiureLiveHDr"" The CaptureLlveHDTM system from Crestron� answers the call for a high-quality meeting and lecture capture solutlon that's simple enaugh for the entire faculty to use, and affordable enough tor wide-scale deployment across any sized campus or corporate enterprise, CaptureLiveHD tlelivers a simple antl efflcfent end-to-entl solutfon for recortling, post-processing, and online tleUvery of captured content. Flexible enough io iit any college, university, or corporate work-flow model, CaptureLiveHD translates to a more effective education experience and greater usage of resources while minimizing support �:�``=� .._ . ; -- SPECIFi�A°f'IOI�IS Camera Image Device: 1/4-type CCD (primary color filter) M)nimum Illumination: Oay Mode: 1 lux {F2.0, color, 1/30 sec,), Nlght Mode: 0.25 lux (F2.0, monochrome, 1/30 sec.) Total Number af Pixels : NTSC use: 680,000 (effective 310,000) Electranic Shutter Speed: i s to 1/10000 s Exposure Control: Auto (Full auto, Shutter-priority, Irls-prlority), Manual, EV compensation, Backlight compensation White Balance Mode: TTL system: Auto / Manual preset / One-shot Lens Type: Auto-focus zaom lens Harizantal Viewing Mgle: 1.7 io 42.0 degrees Facal Length: f=3.5 to 91.0 mm F-Number: F1.6 {wlde), F3.8 (tele) Minimum Object D(stance: 320 mm (wide), 1500 mm (tele} Additional Camera Features �ay/Night: Yes Intelligent Motion Detectian: Yes Pan Angle: -170 to +170A° , Pan Speed: 300 degrees/s (max.) ; Tilt Mgle: -90A° to +25A° Tilt Speed: 300 tlegrees/s (max,) Zoom Ratio: 2.4x optical zoom {4x with digital zoom) Imaae ' Codec Image (H x 1�: 640 x 480, 320 x 240, 160 x 120 V(deo Compression Farmat: MPEG-4, JPEG Codec Streaming Capability: Dual streaming Maximum Frame Rate: JPEGIMPEG-4: 30 fps at VGA Analoa Vldeo Outout Signal 5ystem: NTSC (Composite) SIN Ratio: more than 50 dB ' . . . . . � - _' .- -_ - "_'.. " . . N:, . . . �� � s , .%3FS' -%�rA •' � . - . � � "�• ` - . . � - �eyy � � �� a. �� _ � � ��' .- . . ' ,�� 4 4 ��:_ �� _ _ _ ,_� �, " . . ___- _—_ —--_—_—__—" � _ ___— �� = � �� �,_€� .. _ : _ _ – _ . � .T �. � L _�✓� ..='�— � .��-��_ � �.' �'� � - � , . . . - � _ . _ _ _ . . � _ - �;��,�,_..� _ � �. . . . _ . . _ .. _ . .. � . ' �. - � . _ . _ _ . . . ._ _ _ . � . - ' i . . _ . , � . . "_ a :�, - � �� � r � , `_ _ < �E _: ' � � - � �_, � _ b: 6 `_ Exhibit D Contract #5267 Conflict of Interest Questionnaire EXHIBIT D CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, SOth Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a oe�B person who has a business relationship as defined by Section 176.001(1-a) with a local governmental Received entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An ofFense under this section is a Class C misdemeanor. � Name of person who has a business relationship with local governmental entity. 2 � Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7�h business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has an employment or business relationship. Name of Officer This section, (item 3 including subparts A, B, C& D), must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? 0 Yes 0 No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? 0 Yes � No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? 0 Yes � No D. Describe each affiliation or business relationship. 4 Signature of person doing business with the governmental Date enti RFP 5267 Exhibit E Contract #5267 Supplier's Best and Final Offer Pricing , << � �' ����� � ;������ cor�nturv�car�vNs BAFO and Clarification Requests - RFP #5267 - Audio Video System for Public Safety Training Facility LANTEK 3 YEAR SERVICE WARRANTY Included with the purchase of the system, Lantelc provides an onsite, 3 year service warranty. This warranty only covers equipment that Lantelc provides and installs. In the event of equipment failure during the first year, a Lantek service technician will arrive onsite within 48 hours of receiving the service call and diagnose the issue and remove or repair the broken equipment. The brolcen equipment will be shipped back to the manufacturer and there it will be repaired or replaced based upon the manufacturer covered warranty. If the equipment is outside of the manufactures warranty period, Lantek shall request a quote from the manufacturer for the repair and then communicate that quote to the client before further action is taken. Lantelc shall mal<e every reasonable effort to configure the system to work without the brolcen piece of equipment including but not limited to using available loaner equipment, patch cables and any other reasonable means to satisfy the clients' requirements. This warranty is included in our price. BEST AND FINAL PRICE Lantek will extend an additional $3,000 discount to our provided pricing; thls shall bring the new total to $267,955.48 2780 i�J. Great Southwest Parkway, Ste 1 Q0. Grand Prairie, TX Office 972-642-9994 Fax 972-642-9993 Exhibit 1 REVISED - ADDENDUM NO. 1- BAFO Respondent�s Name: Lantek Corr�munications RFP 5267 - Pricing Sheet for SUPPLY AND INSTALLATION OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY The �espondent shalf complete the following section, which direnly corresponds to the specifications. The contractor sha!! not make changes to this format. NOTE: The dimensions for the sperified equipment are not firm. rhe sizes may be voried as per poge 5 of the specificotions. Exceptions to the estimated dimensions shaU be indicated on this pricing sheet. Product Proposal Pricing (FOB DESTINATION): AUDIONIDEO PRODUCTS FOR FOUR (4) MEETING/CLASS ROOMS: original Best and Final Offer (BAFO) Estimated Estimated Item # qTy UOM Product Description Description 2 Unit Price* Eztended Price Delivery ARO Unit Price* Extended Price Delivery ARO (Days) (Oays) SECTION A - PROJECTION 1 4 EA 78" x 156" Fixed Projection Screen $ 1,228.20 $ 4,912.80 $ 5.00 $ 1,228.20 $ 4,912.80 5 SECTION B - SMART LCD 3 4 EA 70" Interactive Touch Screen/Whiteboard Built-in PC included $ 7,4013� $ 29,605.28 $ 10.00 $ 7,401.32 $ 29,605.28 $ 10.00 SECTION C - LECTERN 4 4 EA 40"W x 30"D x 48"T Multimedia Lectern with locking mechanism $ 3,335.00 $ 13,340.00 $ 15.00 $ 3,335.00 $ 13,340.00 $ 15.00 5 4 EA 19" Widescreen Touch Monitor $ 287.50 $ 1,150.00 $ 5.00 $ 287.50 $ 1,150.00 $ 5.00 6 4 EA 9" Touch Panel Controller with Custom User Interface $ 1,380.00 $ 5,520.00 5 5.00 $ 1,380.00 $ 5,520.00 $ 5.00 7 4 EA Gooseneck Microphone $ 511.06 $ 2,044.24 $ 5.00 $ 511.06 $ 2,044.Z4 $ 5.00 8 4 EA Commer�ial grade Blu Ray DVD Player R5232 Control & 10 HDCP Keys $ 573.85 $ 2,295.40 $ 5.00 $ 573.85 $ 2,295.40 $ 5.00 9 4 EA Document Camera $ 3,105.00 S 12,420.00 $ 5.00 S 3,105.00 $ 12,420.00 $ 5.00 10 4 EA Auxiliary Video Patch Panel/Cubby VGA/Audio/HDMI/U5B/Power $ 368.00 $ 1,472.00 $ 5.00 $ 368.00 $ Z,a72.00 5 5.00 11 4 EA Annotation Processor with 2 Video Ouputs $ 2,669.15 $ 10,676.60 $ 5.00 $ 2,669.15 $ 10,676.60 $ 5.00 12 4 EA Digital Video Matrix Switcher/Control Sys. $ 4,600.00 $ 18,400.00 $ 5.00 $ 4,fi00.00 $ 18,400.00 $ 5.00 SECTION D - LECTURE CAPTURE 13 4 EA Pan Tilt Zoom Camera $ 2,070.00 $ 8,280.00 $ 5.00 $ 2,070.00 $ 8,280.00 $ 5.00 14 4 EA Lecture Capture Recorder $ Z,185.00 $ 8,740.DD $ 5.00 $ 2,185.00 $ 8,740.00 $ 5.00 SECTION E-AUDIO 15 32 EA Ceiling-mounted Speakers $ 143.75 $ 4,600.00 $ 5.00 $ 143.75 $ 4,600.00 $ 5.00 16 16 EA Ceiling-mounted Subwoofers $ 161.00 $ 2,576.00 $ 5.00 $ 161.00 $ 2,576.00 S 5.00 17 4 EA Wireless Handheld Microphone $ 443.51 $ 1,774.04 $ 5.00 $ 443.51 $ 1,774.04 $ 5.00 18 4 EA Wireless Beltpack Transmitter with Headset $ 961.01 $ 3,844.04 $ 5.00 $ 961.01 $ 3,844.04 $ 5.00 Exhibit 1 REVISED - ADDENDUM NO. 1- BAFO Respondent�s rvame: Lantek Communications RFP 5267 - Pricing Sheet for SUPPLY AND INSTALLATION OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY The respondent shall complete the foNowing section, which directly corresponds to the specifications. The contractor shal/ not make changes to this format. AUDIONIDEO PRODUCTS FOR COMMUNICATIONS (DATA) ROOM: original Estimated Estimated Item # qTY UOM Product Description Description 2 Unit Price* Extended Price DeliveryARO Unit Price* Extended Price Del'nreryARO (Days) (Days) SECTION F- AAASTER AUDtONIDEO RACK 19 1 EA Audio/Video Rack $ 3,421.99 $ 3,421.99 $ 5.00 $ 3,421.99 $ 3,421.99 5 20 1 EA Control System Pro�essor $ 4,513.75 $ 4,513.75 $ 5.00 $ 4,513.75 $ 4,513.75 5 21 1 EA 16" x 16" Digital Video Matrix Switcher $ 11,615.00 $ 11,615.00 $ 5.00 $ 11,615.00 $ 11,615.00 5 22 1 EA Digital Signal ProcessorSystem (Digital Audio Mixer) $ 5,698.25 $ 5,698.25 $ 5.00 $ 5,698.25 5 S,fi98.25 5 23 1 EA 8-Channel Digital Wireless Microphone Receiver with Remote Antennas $ 4,912.67 $ 4,912.67 5 5.00 $ 4,912.67 $ 4,912.67 5 24 2 EA pudio Amplifiers $ 1,771.00 5 3,542.00 $ 5.00 $ 1,771.00 5 3,542.00 5 AUDIONIDEO PRODUCTS FOR CONFERENCE ROOM: Original BAFO Estimated Estimated Item # q7y UOM Product Description Description 2 Unit Price* Extended Price Delivery ARO Unit Price• Extended Price Delivery ARO (Days) (Days) SECTION G- CONFERENCE ROOM A/V PRODUCTS 25 1 EA 52" LCD Display for Front Credenza $ 1,255.25 $ 1,255.25 $ 5.00 $ 1,255.25 $ 1,255.25 5 26 2 EA 36" LCD Display, Wall-mounted $ 980.25 $ 1,960.50 $ 5.00 $ 980.25 $ 1,960.50 5 27 3 EA User Input Connections VGA with audio/HDMI/USB/Power $ 517.50 $ 1,552.50 $ 5.00 $ 517.50 $ 1,552.50 5 28 1 EA 5.7" Desktop Touchscreen $ 891.25 $ 891.25 $ 5.00 $ 891.25 $ 891.25 5 AUDIONIDEO PRODUCTS FOR COMMON AREAS: o�iginal 5 stimate stimate Item # qTY UOM Product Description Description 2 Unit Price* Extended Price Delivery ARO Unit Price* Extended Price Delivery ARO �Days) (Days) SECTION H- COMMON AREAS AN PRODUCTS 29 5 EA 47" LCD Displays, Wall-mounted 2 ea. - breakroom, 2 ea. -fitness room, 1 ea. Dynasign $ 1,035.92 $ 5,179.60 $ 5.00 $ 1,035.92 $ 30 1 EA 6" Wall-mounted Touch Control Panel for LCD Displays $ 805.00 $ 805.00 $ 5.00 $ 805.00 $ 179.60 5 805.00 5 Exhibit 1 REVISED - ADDENDUM NO. 1- BAFO Respondent�s Name: lantek Communications RFP 5267 - Pricing Sheet for SUPPLY AND INSTALLATION OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make changes to this format. MISCELLANEOUS PRODUCTS Original BAFO imate stimate Item # q,TY UOM Product Description Description 2 Unit Price* Extended Price DeliveryARO Unit Price• Extended Price DeliveryARO (Days) (Days) SECTION I - MISCELLANEOUS PRODUCTS 31 5 l.oQ EA Mis�ellaneous wiring, connectors, hardware, etc. as needed to complete project $ 12,669.32 $ 12,66932 $ 5.00 $ $ - $ 5.00 Total Cost of Products $ 230,055.48 SECTION I - LABOR RATES Itam # qTY UOM Description 32 562 HR Installation of Audio/Video Equipment in the specified locations. 33 120 HR Testing/Troubleshooting of installed equipment. Use-of-equipmenttrainingfordesignated public 34 S HR safety instructors. 2 mminz. Proi M¢t and Payment Term Discounts Payment terms forthe City of Denton are typically 30 days. Please indicate the additional discount extended to each Original BAFO Payment Terms Additiional Uiscount °k Additional Discount °k Invoice Paid in 20 days Invoice Paid in 15 days Invoice Paid in 10 days *NOTE: PRICING SHALL INCLUDE ALL COSTS TO DELIVER GOODS AS SPECIFIED FOB DESTINATION. Origina/ 8AF0 Unit Price Extended Price Unit Prite Extended Pria $ 55.00 $ 30,910.00 5 55.00 $ 30,910.00 S ao.00 5 9,soo.00 S so.00 $ 9,eoo.ao S ss.00 5 a4o.00 $ ss.00 5 aao.00 Total Cost of Labor $ 40,950.00 $ 40,950.00 invoice that is paid within the 5 $ 227,005.48 Exhibit F Contract #5267 City of Denton's Insurance Requirements CITY OF DENTON RFP FOR PURCHASE OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY INSURANCE REQUIREMENTS AND WORKERS' COMPENSENTATION REQUIREMENTS Respondent's attenfion is directed fo fhe insurance requirements be/ow. It is highly recommended that respondenfs confer with their respective insurance carriers or brokers to determine in advance of Proposal/Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent !ow respondenf fai/s to comply strictly wifh the insurance requiremenfs, that respondent may be disqualified from award of the contract. Upon confract award, a!/ insurance requirements shall become contracfual obligations, which the successful contracfor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limifing any of the ofher obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by fhe City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after noti�cation of contract award, Contracfor shal! file with the Purchasing Departmeni satisfacfory certificafes of insurance including any applicab/e addendum or endorsements, containing the contract number and tifle of the projecf. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are sfrongly advised fo make such requests prior to proposal/bid opening, since the insurance requirements may not be modi�ed or waived after proposal/bid opening unless a written excepfion has been submitted with the proposa!/bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the Cify of Denton. All insurance policies proposed or obfained in satisfacfion of these requiremenfs shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duraiion of the Contract, or longer, if so noted: Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A- VII or better. Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Liability policies shall be endorsed to provide the following: ■ Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers. ■ That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance PAGE 43 OF RFP #5267 CITY OF DENTON RFP FOR PURCHASE OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • Cancellation: City requires 30 day wriften nofice should any of the policies described on the certifrcate be cancelled or materia/!y changed before the expiration date. • Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in safisfaction of fhis Confract shall additionally comp/y with the fol/owing marked specifications, and shall be maintained in compliance wifh fhese additional specifications throughout the durafion of ti►e Contract, or longer, if so nofed: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: PAGE 44 OF RFP #5267 CITY OF DENTON RFP FOR PURCHASE OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than 500 000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned hired and non-owned autos. [X] Workers' Compensation Insurance Contractor shall purchase and maintain Workers' Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a$500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers' Compensation Commission (TWCC). [X] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. PAGE 45 OF RFP #5267 CITY OF DENTON RFP FOR PURCHASE OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a"blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. PAGE 46 OF RFP #5267 CITY OF DENTON RFP FOR PURCHASE OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY ATTACHMENT A [X] Workers' Compensation Coverage for Building or Construction Projects for Governmental Entities A. Defnitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractar" in §406.096) - includes all persons or entities performing all or part of the services the contractor has underta.ken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, ar other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, offce supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governrnental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, fle a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning wark on the project, so the governmental entity will have on file certificates of coverage showing PAGE 47 OF RFP #5267 CITY OF DENTON RFP FOR PURCHASE OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY coverage for all persons providing services on the project; and 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractar shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, witivn 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beguuung work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; PAGE 48 OF RFP #5267 CITY OF DENTON RFP FOR PURCHASE OF AUDIO AND VIDEO SYSTEM FOR PUBLIC SAFETY TRAINING FACILITY 6. notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew ar should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractar to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governrnental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. PAGE 49 OF RFP #5267 �`` °R°� CERTIFICATE OF LIABILITY INSURANCE ;i23i2o 3 Y' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. TH15 CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRO�UCER CoNTaCT Jeasica Mont omer NAME: g y Southwest Assurance Group, Inc. � PHONE (g17)329-7007 �CNo;(817j329-7011 a member of K&S Group, Inc. qo�R�ESS:7montgomery�southwestassurance.com 2350 Airport FTW}r� StH Z�i INSURERS AFFOROINGCOVERAGE NAIC# Bedford TX 76022 iNSUReRn:Cincinnati Insurance Com an INSURED INSURERB:SETV1Ce Llo ds Lantek Communications, ZI1C. INSURERC: P.O. Sox 535699 INSURERD: Grand Prairie TX 75053 COVERAGES CERTIFICATE NUMBER 2 012 -2 013 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO� INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADD BR pOLICY EFF POLICY EXP LTR D POLICY NUMBER MMlDDIYYYY MMIDDIVYW LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1 i OOO � OOO DAMAGE TO RENTED 5 O O� O O O X COMMERCIAL GENER4L LIRBILITY PREMISES Ea occurrence $ A CLAIMS-MADE aOCCUR X Y pP0167356 11/16/201211/16/2013 MEDEXP(Anyoneperson) $ 10,000 PERSONAL&ADVINJURY $ 1�000,000 GENER4LAGGREGATE $ 2, 000, 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2, O O O, O O U POLICY }C PR� LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1, 000, 000 X ANY AUTO BODILY INJURY (Per personj $ A ALI.OWNED SCHEDULED X Y BA0167356 11/16/2012 11/16/2013 gODILYINJURY(Peraccitlenq $ AUTOS AUTOS $ NON-OWNED Pe�ra cd nt AMAGE HIRED AUTOS AUTOS $ X UMBRELLALIAB X pCCUR EACHOCCURRENCE $ 10,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ lO, OOO � OOO DED X RETENTION 10,000 X Y PP0167356 11/16/2012 11/16/2013 $ $ WORKERS COMPENSATION y �, WC STATU- OTH- AND EMPLOYERS' LIABILITY ANY PROPRIETORlPARTNERlEXECUTIVE � N�A E.L. EACH ACCIDENT $ 1� OOO � OOO OFFICERlMEMBER EXCLUDED? RZD27018-12 11/16/2012 11/16/2013 (Mandaloryin NH) E.L. DISEASE-EAEMPLOYE $ 1, 000, 000 If yes, descrihe under DESCRIPTION OF OPERATIONS below E.L. DISEASE-POLICY LIMIT $ 1, 000, 000 A Installation F108t2Y PP0167356 11/16/201211/16/2013 $800,OOOAnyOneJobsite DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: RFP# 5267 CERTIFICATE HOLDER CANC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Denton ACCORDANCE WITH THE POLICY PROVISIONS. Materials Management Department 901B Texas Street AUTHORIZEDREPRE5ENTATIVE Denton, TX 76209 ��------ � �-i--a-- S Zinecker/JMONTG ACORD 25 (2010/05) O 1988-2010 ACORD CORPORATION. All rights reserved. INS025 ��n�nns� m Thp pr.pRn narp° a^r1 1^n^ dra renicfcrcrl marlrc nf /�!`�Rf1