Loading...
HomeMy WebLinkAboutBID - 6026 AUDIO VISUAL EQUIPMENT (2)Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com CITY OF FORT COLLINS INVITATION TO BID BID 6026 BID OPENING: 3:00 p.m. (our clock), February 12, 2007 Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), February 12, 2007. Questions concerning the scope of the bid should be directed to Project Manager Ron Kechter (970) 221-6805 or rkechter@fcgov.com . Questions regarding bid submittal or purchasing process should be directed to Ed Bonnette, C.P.M., CPPB, Buyer (970) 416-2247 or ebonnette@fcgov.com . A MANDATORY PRE-BID CONFERENCE and job walk with representatives of prospective Bidders will be held at the site located at 2121 South Timberline Road, Fort Collins, CO 80525 on Wednesday January 24, 2007, at 3:00 - 5:00 p.m. local time. A copy of the Bid may be obtained as follows: 1. Download the Bid from the Purchasing Webpage, Current Bids page, at: https://secure2.fcgov.com/bso/login.jsp. 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self-stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O’Neill II, CPPO, FNIGP Director of Purchasing and Risk Management Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com CITY OF FORT COLLINS NOTICE OF UPCOMING INVITATION TO BID BID #6026 Audiovisual Equipment for Police Services Facility This is to notify prospective Bidders that the City of Fort Collins, Colorado will soon be issuing an Invitation to Bid on turnkey installation of Audiovisual Equipment for their new Police Services Facility. Bidders are encouraged to attend a MANDATORY PRE-BID CONFERENCE that will be upcoming on January 22, 2007 at 3:00-5:00 p.m. local time at the site of the new Police Services Facility at 2121 South Timberline Road, Fort Collins, CO 80525. Bid information will be posted and available by January 12, 2007. Plans will be available at the Mandatory Pre-Bid Conference. PLEASE GO TO www.fcgov.com/purchasing AND CLICK ON THE LINK https://secure2.fcgov.com/bso/login.jsp TO REGISTER IN OUR E-PROCUREMENT SYSTEM FOR NOTICE OF THIS AND FUTURE BID OPPORTUNITIES! BE SURE TO SELECT ALL APPROPRIATE COMMODITY CODES FOR YOUR BUSINESS! AN EXAMPLE OF A COMMODITY CODE THAT WILL BE USED FOR NOTIFICATION ON THIS BID IS: 906-93 Video Systems Design – Architectural Services Plans for the installation will be issued at the Mandatory Pre-Bid Conference. This will also be the only time there will be a Walk Through conducted on the site. A copy of the Bid may also be obtained as follows once it is posted: 1. Download the Bid from the Purchasing Webpage, Current Bids page, at: https://secure2.fcgov.com/bso/login.jsp. 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. James B. O’Neill II, CPPO, FNIGP Director of Purchasing and Risk Management Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com Date: January 12, 2007 Ref #: 6026PB Pre-Bid Conference Notice ADDENDUM #1 Addendum/Clarification to Pre-Bid Notice 1) Date for the Mandatory Pre-Bid Conference on Bid 6026 Audiovisual Equipment for Police Service Facility has been changed to Wednesday January 24, 2007 3:00 – 5:00 p.m. local time. Thank You, Ed Bonnette, C.P.M., CPPB Buyer City of Fort Collins, Colorado Purchasing Division Please contact Ed C. Bonnette, CPPB, Buyer at (970) 416-2247 with any questions regarding this addendum. Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com CITY OF FORT COLLINS INVITATION TO BID BID 6026 BID OPENING: 3:00 p.m. (our clock), February 12, 2007 Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), February 12, 2007. Questions concerning the scope of the bid should be directed to Project Manager Ron Kechter (970) 221-6805 or rkechter@fcgov.com . Questions regarding bid submittal or purchasing process should be directed to Ed Bonnette, C.P.M., CPPB, Buyer (970) 416-2247 or ebonnette@fcgov.com . A MANDATORY PRE-BID CONFERENCE and job walk with representatives of prospective Bidders will be held at the site located at 2121 South Timberline Road, Fort Collins, CO 80525 on Wednesday January 24, 2007, at 3:00 - 5:00 p.m. local time. A copy of the Bid may be obtained as follows: 1. Download the Bid from the Purchasing Webpage, Current Bids page, at: https://secure2.fcgov.com/bso/login.jsp. 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self-stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O’Neill II, CPPO, FNIGP Director of Purchasing and Risk Management SA 09/01/06 3 Bid 6026 Audiovisual Equipment for Police Services Facility Summary The City of Fort Collins, Colorado is constructing a new Police Services Building that is expected to be completed by July of 2007. The general timeframes for rough-in will be mid-February to mid- April and for final installation will be mid-April to mid-June. This new facility shall have a number of audio-visual equipment requirements for which prospective vendors are welcome to submit bids. The purpose of this document is to provide detailed information regarding the Scope of Work so that vendors may make responsible and responsive Bid submissions. All equipment shall be delivered and installed in the new Police Services Facility, located at 2121 South Timberline Road, Fort Collins, CO 80525 A MANDATORY PRE-BID CONFERENCE AND JOB WALK with representatives of prospective Bidders will be held at the site located at 2121 South Timberline Road, Fort Collins, CO 80525 on January 24, 2007, at 3:00 - 5:00 p.m. local time. Plans will be available at the Mandatory Pre-Bid Conference and Job Walk. This is the only time there will be a Walk Through conducted on the site for Prospective Bidders to see the proposed equipment locations and formulate any follow-up questions. All questions must be submitted in writing to Ron Kechter no later than February 2nd, 2007. Responses to all questions shall be provided to all prospective bidders. All bids must be received in a sealed envelope not later than February 12th, 2007 at 3:00 PM. Questions concerning the scope of the bid should be directed to Project Manager Ron Kechter (970) 221-6805 or rkechter@fcgov.com . Questions regarding bid submittal or purchasing process should be directed to Ed Bonnette, C.P.M., CPPB, Buyer (970) 416-2247 or ebonnette@fcgov.com . The City of Fort Collins is requesting bids for Audiovisual Equipment and Installation, using the following BIDDING GUIDELINES: 1) Bidder is to fill in the Unit Price for each item, and multiply it out by the Quantity requested, to fill in the Extended Price. All items must include freight F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. There are separate line items at the bottom of each Room Grouping, where bidders are to enter the cost of Delivery, Installation, and Test; and Cables, Connectors, and Hardware. 2) The City has listed a Preferred Brand or Brands for most items listed on the Bid Sheet. Please bid on the Preferred Brand where listed, due to compatibility issues with other existing City equipment. No substitutes are acceptable! Bidders are to confirm the Make and Model # on the line provided on the Bid Sheet. 3) It is the preference of the City to award this Bid on an All-or-None basis by the lowest responsible and responsive GRAND TOTAL, with all items bid As Requested. However, the City reserves the right to award items by Total Bid, by Line Item, by Product Type &/or Group, or by Room Grouping; if that is more advantageous to the City. The GRAND TOTAL should be filled in ONLY IF ALL ROOMS AND ITEMS HAVE BEEN BID. 4) Please include Warranty Information for all items Bid, with your Bid submission. 5) Awarded Vendor(s) shall be expected to sign the City of Fort Collins SERVICES AGREEMENT (see sample enclosed) prior to commencement of services. SA 09/01/06 4 Locations There are a total of 7 rooms that shall require a variety of audiovisual equipment technologies. The following list calls out the specific names and numbers of the various rooms: 1) Community Room # 1015 2) Roll Call / Briefing Room # 1121 3) Training / Emergency Operations Center # 2001 4) Computer Training Room # 2009 5) Dispatch Room # 2025 6) War Room # 3058 7) Conference Room # 3066 In addition to these specific locations, there is a list of additional equipment that vendors are asked to supply for this project which shall be used in other locations; under Other AV Equipment. What follows is a detailed summary description of specific needs and equipment required for each of these rooms. Community Room - # 1015 The Community / Training room is a triangular shaped “theater style” presentation room approximately 45’ wide at the rear and 32’ deep from the rear wall to the screen. There are rolling chairs and fixed work surfaces for the seating area that will accommodate 56 persons. Individual rows of seats and work surfaces are on five different levels rising from the front of the room to the rear for improved visibility. There will be a “floating” fabric ceiling in this room that shall house lighting, video projection and sound-reinforcement components. Sufficient clearance shall exist above this “floating” ceiling to permit installation access and maintenance. The front of the room shall have a fixed screen that is approximately 11 feet wide by 8 feet tall. The exact size and aspect ratio of this permanently mounted front surface projection screen shall be determined by the make and model of the ceiling mounted video / data projector. The projector shall be housed in a retractable ceiling mount which hides the projector from sight when it is not in use, lowers a nominal amount when it is in use, and extends nearly to the floor so maintenance can be performed without the use of scaffolding equipment. Inputs that the projector will need to display are cable TV, local DVD player, and local computer interface display. A sound reinforcement system shall be included for the community room that utilizes monaural ceiling speakers to distribute the sound. The system should be of sufficient size to accommodate (28) fixed wired microphones from the audience area - one per every two seats, (2) wireless lapel microphones, (1) fixed wired microphone at the podium. The audience microphones specifically should be routed through an automated microphone mixer that gates the microphones when there is no signal present. At the front of the community room there should be a moveable “high-tech” podium that serves as the hub for control of the audio- visual resources in the room. This podium should be of sufficient size and design to house (1) gooseneck microphone for the speaker, a sloping top surface that houses a touch screen control system (Crestron is specified), a side compartment to house and conceal an ELMO HV-7100 SX digital visualizer that slides open for use, and some nominal equipment racking space to house a DVD player, cable TV tuner, local computer display interface and other ancillary equipment. This podium should be of high quality finished materials that are complementary to the architectural finishes in the community room. There is an AV storage space behind the front screen in the room that is suitable for housing a vertical equipment rack(s) to support all the audio-visual equipment that shall be required for use in the community room. Cable runs for audience microphones and ceiling speakers for the sound reinforcement system can terminate in this space. Community Room Production Equipment Separate and distinct from the above mentioned audiovisual equipment, there is an additional requirement for this space to support Channel 14 television production needs. Three remotely SA 09/01/06 5 controlled DTV/NTSC video cameras shall be mounted on the side walls and front wall of the Community Room to provide optimum television camera coverage. The cameras should be small compact (3) CCD color cameras with bayonet mounted 16X optical zoom lenses suitable for teleconferencing purposes; shall be capable of 10-bit professional SDI Digital Video output and picture quality of at least 850 TV lines of resolution. These cameras shall be mounted on motorized pan/ tilt / zoom (PTZ) support heads to permit the cameras a full range of motion to acquire appropriate shots. Control of these remote PTZ cameras shall be from the Production Control Room at Channel 14. A fourth video source shall originate from an electronic scan converter that receives the same input as the ceiling mounted video / data projector and converts that signal to DTV/NTSC video for use by Channel 14 production personnel. Audio sources for the video production requirements shall be derived from a parallel feed from the sound–reinforcement system for the Community Room, mentioned above. Furthermore, production personnel at Channel 14 shall need to have the ability to perform “Push-to-Talk” (PTT) talk-back capability from the production control room to the Community Room for director communication purposes. Sound reinforcement equipment in the Community Room for the “talk-back” capabilities needs to be independent from the sound reinforcement equipment mentioned above. The production control room for television productions and control of this equipment shall be located at the Channel 14 television production facilities located in the garden level of the City of Fort Collins offices, 300 Laporte Avenue – approximately four miles away. In order to provide for the necessary signal transport between these two locations, there shall exist (2) single-mode Fiber Optic lines previously installed by other vendors that are terminated with industry standard simplex ST connectors. The three camera sources, one projector video source, one production audio source, one talk-back source, and all remote PTZ camera control signals must be converted and multiplexed as needed to permit bi-directional transport of these signals between the Community Room and the production control room at Channel 14. The selected vendor will be required to supply, integrate and test the necessary equipment at both locations to enable this functionality. Vendor shall also need to coordinate with Channel 14 production personnel on the integration of this new equipment with existing television production at the Channel 14 control room facilities. Roll Call / Briefing Room - # 1121 This is a 24’ by 19’ meeting room with moveable tables and chairs that shall be used for daily shift briefings. The Roll Call room shall have a fixed ceiling mounted projector with audio that displays to a retractable ceiling mounted screen that is supplied by others. The screen size is 6’ by 6’. Inputs that the projector needs to display are Cable TV, local DVD, and local computer display. At the front of the briefing room is a small rolling podium that houses a DVD player, and controller for the projector. Additionally there shall be (2) wall mounted flat screen 37” televisions to display cable TV signals and the DVD player signals. Training / E.O.C Room - #2001 This is a 33’ by 23’ space that contains seating and work-surfaces for 40 persons. At the front of the room is another rolling “high-tech” podium similar to the type used in the Community Room (#1015) that houses an ELMO HV-7100SX digital visualizer, podium gooseneck microphone, ancillary equipment storage for a local DVD player, a cable TV tuner, local computer display interface, and CRESTRON touch-screen control system. A sound re-inforcement system shall be included for this training room that utilizes monaural ceiling speakers mounted in the room’s suspended ceiling tiles to distribute the sound. The system should be of sufficient size to accommodate (20) fixed wired microphones from the audience area - one per every two seats - (2) wireless lapel microphones, (1) fixed wired microphone at the podium. The audience microphones specifically should be routed through an automated microphone mixer that gates the microphones when there is no signal present. Visual display at the front of the training room shall consist of a video wall comprised of (6) 50” Diagonal Image Size LCD displays in a 3 wide X 2 high configuration. This matrix of displays should be mounted to the front wall and arranged so as to get SA 09/01/06 6 the individual displays as close together as possible. An AV storage space approximately 19’ Wide and 12’ deep is located behind the front wall of the training room so sufficient space exists for mounting support structures and processing electronics. Sufficient routing and control systems should be included to allow the different displays in the 3 by 2 display matrix to display separate and individual sources expected to be present in the facility. A POLYCOM VSX-7000 series video conferencing system on a rolling cart should be included for video-conferencing applications. Visual display for the video conferencing system shall be tied into the Video wall display. The camera for the videoconferencing system should be wall mounted above the video wall. Computer Training Room - #2009 This is a 12’ by 20’ space with fixed seating used for IT training. The only audiovisual requirement for this space is a front projection SMART TECHNOLOGIES Model 680 interactive white board with a 77” screen that is to be wall mounted. Dispatch Room - # 2025 The Dispatch Room is a large 67’ by 24’ area that will contain multiple pods of personnel for dispatching police and fire services. Along the long wall of this room there shall be installed a video wall of nearly identical configuration to the video wall in the Training / E.O.C. Room previously described. Initial procurement plans are for one 3 X 2 video wall for the Dispatch area with a second one to follow at a future date. While the display will be used in this area, the processing electronics for this video wall will be housed in the AV storage area of the Training / E.O.C. Room which is Room 2001. The cable run from the displays to the AV storage room is approximately 100’ feet. A Crestron control system with touch screen panels shall be available at two of the dispatch modules closest to the video wall to perform input selection and display adjustment. War Room - # 3058 This is a 17’ by 22’ space on the third floor that has one glass wall and a “cloud” acoustical tile ceiling similar to what exists in the Community Room. The only audiovisual equipment required for this room is a front projection SMART TECHNOLOGIES Model 690 interactive white board with a 94” screen that is to be wall mounted opposite the glass wall of the room. Conference Room - #3066 This is a 23’ by 12’ conference room with glass walls on all sides. There is a large fixed conference table in the center of the room. On one narrow wall, away from the door, there is a projection screen that is 6’ by 6’ that has been previously supplied. The room shall have a ceiling mounted projector on a retractable ceiling mount of a similar type and configuration as was specified for the Community Room albeit smaller to reflect a smaller size projector and image size. Again, trim and finish for the retractable ceiling mount should match the trim and finish materials in the conference room. Inputs to the projector include cable TV, a local DVD player, a local computer interface and ELMO HV-7100SV digital imager. A table mounted CRESTRON touch screen control system shall be used to control all components. Also in the room is a POLYCOMM VSX-7000 series video conferencing system of similar configuration to the system specified for the Training / EOC room mounted on a rolling cart. There is an AV storage area to house ancillary equipment close to the conference room with conduit runs to the pedestals of the conference table. These shall permit discrete cable runs and interface for the projector, control and the videoconferencing systems. PLEASE GO TO www.fcgov.com/purchasing TO REGISTER IN OUR E-PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIES! BE SURE TO SELECT ALL APPROPRIATE COMMODITY CODES! Qty. Unit Model # Description and Preferred Brand(s) Unit Price Extended Price Community Room - #1015 1 Ea. 11' x 8' DRAPER or DA-LITE Fixed Front Projection Screen Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. Podium VAN SAN or ACCUWOOD Multimedia Lectern Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. HV-7100SX ELMO Digital Imager 1 Lot Audio Sound Reinforcement System w/ Automated Microphone Mixer, (28) wired audience microphones, (2) handheld wireless microphones, (1) podium Microphone, amplifier and ceiling speakers. Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. LC-X71 EIKI 3 or SHARP - LCD projector, XGA, 5500 ANSI Lumens Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. DVD-V8650 SAMSUNG or PANASONIC DVD / VCR and Media Player Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. DL3B DISPLAY DEVICES Retractable Ceiling Mount for video projector 1Lot Control CRESTRON Control System w/ Touch Screen Interface & Programming 1Lot Installation Component delivery, installation and test 1Lot Misc. Misc. cables, connectors, and hardware Community Room Total Community Room Production Equipment 1 Ea. VXC-55 EAGLE Desktop Joystick PTZ control Panel 3 Ea. VX-50 EAGLE Light Duty Indoor Pan/Tilt Mounting Head 3 Ea. VX-CM-50 EAGLE Ceiling Mount Bracket for VX-50 1 Ea. VX- 1x6 EAGLE Control & DC Power Splitter 1 Ea. PS-24-20 EAGLE 24 Volt / 20 Amp DC Power Supply 3 Ea. HV-D30AS HITACHI CCD color Video Cameras 3 Ea. YH19 x6.7 KTS CANON 19X remote Control Zoom Lens 1 Ea. DA2 RGBHV EXTRON RGBHV Distribution Amplifier 1 Ea. VSC-700D EXTRON Hi-Resolution RGB to NTSC (SDI) Scan Converter 1 Ea. MCA5442-A TELECAST Fiber Systems POV Transceiver, Stand alone, Camera End HD/SDI, 4 Audio TX/RX, 2 Fibers,1300nm TX 1 Ea. BS5442-E TELECAST Fiber Systems POV Transceiver, Rack Mount, Base Station End, HD/SDI Video, 4 Audio TX/RX, 2 Fibers,1550nm TX 2 Ea. MCA5422-A TELECAST Fiber Systems POV Transceiver, Stand alone, Camera End HD/SDI, 2 Fibers,1300nm TX 2 Ea. BS5422-E TELECAST Fiber Systems POV Transceiver, Rack Mount, Base Station End, HD/SDI Video, 2 Fibers,1550nm TX 1 Ea. RAT-TX-1A TELECAST Fiber Systems Rattler Transmitter, 1300nm laser, -7dBm out 1 Ea. GRPS-01 TELECAST Fiber Systems Rattler AC Adpater - US - 110/240 VAC, 50/ 60 Hz 1 Ea. RX5292 TELECAST Fiber Systems Rack Mount HDTV /SDI Receiver, 19.4 Mbps to 1.5 Gbps. -2 to -22 dBm input range City of Fort Collins Police Services Facility Audio Visual Equipment Bid Sheet 3 Ea. ADAP-AC-02LC TELECAST Fiber Systems AC Power Adpater w/ locking connector for POV & HD/POV links, 120/240 VAC in, 2A 15 VDC out 1 Ea. V2Frame-1 TELECAST Fiber Systems Viper II Chassis, 16 Slots, 3 RU 1 Ea. PS5000 TELECAST Fiber Systems Power Supply for Viper II, 120/240 VAC, 50/60 Hz 3 Ea. BP5002 TELECAST Fiber Systems Blank Plate - 2 Space filler for V2Frame-1 1 Ea. BP5001 TELECAST Fiber Systems Blank Plate - 1 Space filler for V2Frame-1 2 Ea. TPT-4TR-2-13-STTELECAST Fiber Systems Teleport CWDM Manager, Bi-directional, 4 Chnl each way, 2 Fiber Trunk, 1300nm region, ST connectors 2 Ea. ADAP-AC-02 TELECAST Fiber Systems AC Power Adpater - Indoor - 120/240 VAC 4-Pin XLR, 2A 15 VDC out 14 Ea. CAB1-000S-ST TELECAST Fiber Systems Simplex (1 Fiber) Patch Cord, S T to ST, 2 feet long, 8/125m single mode 1Lot TLBK-Listen Director Talk-back Audio origination equipment for production control room 1 Lot TLBK-Speak Director Talk-back Audio Sound reinforcement equipment for Community Room. 1Lot Installation Component delivery, installation and test 1 Lot Misc. Misc. cables, connectors and hardware Community Room Production Equipment Total Roll Call / Briefing Room - #1121 1 Ea. LC-XG110 EIKI 3 or SHARP - LCD projector, XGA, 2700 ANSI Lumens Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. PCMK DISPLAY DEVICES Fixed Ceiling Mount for video projector 2 Ea. KD-36FS170 SONY 36" FD Trinitron WEGA Color Television 1 Ea. DVD-V8650 SAMSUNG or PANASONIC DVD / VCR and Media Player Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. Podium VAN SAN or ACCUWOOD Multimedia Lectern Please confirm the Make & Model # bid here: _______________________________________________________ 1Lot Installation Component delivery, installation and test 1Lot Misc. Cables, connectors, and hardware Roll Call / Briefing Room Total Training / E.O.C. Room - #2001 6 Ea. 50" LCD LG or SAMSUNG or PANASONIC 50" LCD Displays Please confirm the Make & Model # bid here: _______________________________________________________ 6 Ea. Wall Mount PEERLESS Wall mount bracket for 50" LCD displays 1 Ea. Switcher EXTRON, SIERRA VIDEO or PESA Routing Switcher for LCD display input Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. Podium VAN SAN or ACCUWOOD Multimedia Lectern Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. HV-7100SX ELMO Digital Imager 1 Lot Audio Sound Reinforcement System w/ Automated Microphone Mixer, (20) wired audience microphones, (2) handheld wireless microphones, (1) podium Microphone, amplifier and ceiling speakers. Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. DVD-V8650 SAMSUNG or PANASONIC DVD / VCR and Media Player Please confirm the Make & Model # bid here: _______________________________________________________ 1Lot VSX-7000 POLYCOM Video Conferencing System 1Lot Control CRESTRON Control System w/ Touch Screen Interface & Programming 1Lot Installation Component delivery, installation and test 1Lot Misc. Cables, connectors, and hardware Training / E.O.C. Room Total Computer Training Room - #2009 1 Ea. 680 SMART TECHNOLOGIES Interactive White Board - 77" w/ wall mount 1Lot Installation Component delivery, installation and test 1Lot Misc. Cables, connectors, and hardware Computer Training Room Total Dispatch Room - #2025 6 Ea. 50" LG or SAMSUNG or PANASONIC 50" LCD Displays Please confirm the Make & Model # bid here: _______________________________________________________ 6 Ea. Wall Mount PEERLESS Wall mount bracket for 50" LCD displays 1 Ea. Switcher EXTRON, SIERRA VIDEO or PESA Routing Switcher for LCD display input Please confirm the Make & Model # bid here: _______________________________________________________ 1Lot Control CRESTRON Control System w/ Touch Screen Interface & Programming Dispatch Room Total War Room - #3058 1 Ea. 690 SMART TECHNOLOGIES Interactive White Board - 94" w/ wall mount 1Lot Installation Component delivery, installation and test 1Lot Misc. Cables, connectors, and hardware War Room Total Conference Room - #3066 1 Ea. LC-XG110 EIKI 3 or SHARP - LCD projector, XGA, 2700 ANSI Lumens Please confirm the Make & Model # bid here: _______________________________________________________ 1 Ea. DL3B DISPLAY DEVICES Retractable Ceiling Mount for video projector 1Lot VSX-7000 POLYCOM Video Conferencing System 1 Ea. HV-7100SX ELMO Digital Imager 1 Ea. DVD-V8650 SAMSUNG or PANASONIC DVD / VCR and Media Player Please confirm the Make & Model # bid here: _______________________________________________________ 1Lot Control CRESTRON Control System w/ Touch Screen Interface & Programming 1Lot Installation Component delivery, installation and test 1Lot Misc. Cables, connectors, and hardware Conference Room Total Other AV Equipment 3 Ea. 3000i SMART TECHNOLOGIES Mobile Interactive White Board 6 Ea. TXR-2035 SAMSUNG 20" Dyna-Flat Color Television 10 Ea. TXS-2783 SAMSUNG 27" Dyna-Flat Color Television 1 Ea. HP-S4253 SAMSUNG 42" Flat Panel LCD Color Television 11 Ea. DVD-V8650 SAMSUNG or PANASONIC DVD / VCR and Media Player Please confirm the Make & Model # bid here: _______________________________________________________ Other AV Equipment Total Cost Summary Community Room Total Community Room Production Equipment Total Roll Call / Briefing Room Total Training / E.O.C. Room Total Computer Training Room Total Dispatch Room Total War Room Total Conference Room Total Other AV Equipment Total GRAND TOTAL _____________________________________________________ SIGNATURE AND TITLE __________________________________________________________ TYPED OR PRINTED NAME AND TITLE __________________________________________________________ EMAIL __________________________________________________________ COMPANY NAME (AREA CODE) TELEPHONE & FAX NUMBER __________________________________________________________ ADDRESS: SA 09/01/06 7 SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ( ) page and incorporated herein by this reference. 2. The Work Schedule. The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ( ) page, and incorporated herein by this reference. 3. Contract Period. This Agreement shall commence , and shall continue in full force and effect until , 200 , unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 4. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. SA 09/01/06 8 [Early Termination clause here as an option. 5. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Service Provider: In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 6. Contract Sum. The City shall pay the Service provider for the performance of this Contract, subject to additions and deletions provided herein, per the attached Exhibit "C", consisting of ( ) page(s), and incorporated herein by this reference. 7. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 8. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. SA 09/01/06 9 9. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 10. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 11. Warranty. (a) Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. (b) Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. (c) Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City-furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 12. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 13. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail SA 09/01/06 10 himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non- defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 14. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 15. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit , consisting of ( ) pages[s], attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 16. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 17. Law/Severability. The laws of the State of Colorado shall govern the construction SA 09/01/06 11 interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 18. Prohibition Against Employing Illegal Aliens. This paragraph shall apply to all Contractors whose performance of work under this Agreement does not involve the delivery of a specific end product other than reports that are merely incidental to the performance of said work. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Contractor represents and agrees that: A. As of the date of this Agreement: 1. Contractor does not knowingly employ or contract with an illegal alien; and 2. Contractor has participated or attempted to participate in the basic pilot employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “Basic Pilot Program”) in order to verify that Contractor does not employ any illegal aliens. B. Contractor shall not knowingly employ or contract with an illegal alien to perform works under this Agreement or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. C. Contractor shall continue to apply to participate in the Basic Pilot Program and shall in writing verify same every three (3) calendar months thereafter, until Contractor is accepted or the public contract for services has been completed, whichever is earlier. The requirements of this section shall not be required or effective if the Basic Pilot Program is discontinued. D. Contractor is prohibited from using Basic Pilot Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. E. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall: 1. Notify such subcontractor and the City within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor SA 09/01/06 12 does not cease employing or contracting with the illegal alien; except that Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. F. Contractor shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. G. If Contractor violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Contractor shall be liable for actual and consequential damages to the City arising out of Contractor’s violation of Subsection 8-17.5-102, C.R.S. H. The City will notify the Office of the Secretary of State if Contractor violates this provision of this Agreement and the City terminates the Agreement for such breach. SA 09/01/06 13 CITY OF FORT COLLINS, COLORADO a municipal corporation By:_______________________________ James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management ATTEST: _________________________________ City Clerk APPROVED AS TO FORM: ________________________________ Assistant City Attorney Date:_____________________________ By:_______________________________ __________________________________ PRINT NAME __________________________________ CORPORATE PRESIDENT OR VICE PRESIDENT Date:_____________________________ ATTEST: (Corporate Seal) _____________________________ CORPORATE SECRETARY SA 09/01/06 14 EXHIBIT B INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID: 6026 Audiovisual Equipment for Police Services Facility OPENING DATE: 3:00 P.M. (Our Clock) February 12, 2007 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGE: MANDATORY Pre-Bid Conference has been changed to: Wednesday January 24, 2007 3:00 – 5:00 p.m. local time. Please contact Ed C. Bonnette, CPPB, Buyer at (970) 416-2247 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com ADDENDUM No. 2 6026 Audiovisual Equipment for Police Services Facility SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 6026 Audiovisual Equipment for Police Services Facility OPENING DATE: 3:00 P.M. (Our Clock) February 12, 2007 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Questions and Answers: Question 1) What sources are expected to be displayed on the "video-walls" in Dispatch and the Training/ EOC? Will they only be Broadcast NTSC / DTV sources or do you also expect to display high resolution computer screen display? Where would those sources come from? Also, will each separate display in the video wall have audio associated with it or not? Answer: The sources will be from the computers in Dispatch and the Training/EOC Room and the data room to the West and from COMCAST cable. We do not expect to have audio from each separate display; it would normally be just from one or none. Question 2) if the video wall components for Training / EOC are of identical nature to video wall components for the dispatch area, the large opening at the front of the training / EOC room will need to be filled in and braced. Will the bidding contractor be responsible for fabricating that wall or will the construction contractor build that wall? Answer: The video wall must be supported by a frame that houses all of the components. In the Training/EOC Room, the frame must support the video displays from the floor up, with the top of the displays being at 9'-2" and below the displays open frame. The finish on the face of the frame and the trim around the video wall will be provided by the construction contractor. In the Dispatch Room, the frame will be supported by a shelf that is 34" above the raised floor and the top of the displays will be at 9'-2". The trim around this frame will be provided by the construction contractor also. Question 3) the ancillary television production system for the training room shall require additional equipment at the production control room end of the Fiber optic link such as Monitors, speakers, and the like. Does Channel 14 have sufficient spare video displays, console space, and audio components to support the additional production requirements or will the bidding contractor need to include those components in their response? Answer: Channel 14 has sufficient components to support the additional production requirements. Question 4) Will the POLYCOM VSX-7000 video conferencing systems stand alone in their functionality or will they need to integrate their audio and video displays in some way with the Training / EOC room and Conference Room video wall and AV systems? Answer: Each separate video conferencing system will stand alone. Question 5) each video wall will require (6) COMCAST digital set-top boxes so each display may have an independently addressable and selectable channel source. Will the City of Fort Collins act as liaison with COMCAST to supply the necessary set-top boxes or shall the bidding vendor serve in that capacity? Answer: The City of Fort Collins will liaison with COMCAST to supply the necessary set-top boxes. Please contact Ed C. Bonnette, CPPB, Buyer at (970) 416-2247 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com ADDENDUM No. 3 6026 Audiovisual Equipment for Police Services Facility SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 6026 Audiovisual Equipment for Police Services Facility OPENING DATE: 3:00 P.M. (Our Clock) February 13, 2007 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Questions and Answers: General Project Scope 1. Question: Was a consultant hired for pre-bid work? Answer: Yes. a. Question: Who is the consultant? Answer: Contact cannot be made with the consultant. b. Question: May we contact the consultant for answers to technical questions? Answer: No, all technical questions were to be addressed to Ron Kechter by February 2, 2007. 2. Question: What is the consultant’s scope? Answer: N/A. a. Question: Did the consultant provide drawings for the electronics? Answer: No. b. Question: Is the consultant’s job done or will they be working with the approved vendor? Answer: Yes. The approved vendor will be working with the City. 3. Question: Was a registered dealer used as part of the pre-bid work? Answer: No. a. If so, who is that dealer? b. Is that dealer being allowed to bid this project? 4. Question: Who is responsible for interior steel structure for data lifts and video walls, if necessary? Answer: The AV Vendor. 5. Question: No mention of training. Is this part of the project? Answer: Yes, but only in the operation of the installed Audio Visual Equipment. 6. Question: No mention of service agreements. Is this part of the project? Answer: No. 7. Question: Is any documentation supporting the vendor’s ability to sell and support the manufacturer requested? (Some manufacturers will not support their product if purchased from a non-authorized dealer.) Answer: Yes, the Vendor must be an authorized dealer. 8. Question: The Eiki projectors listed are made by Sanyo. Can the original manufacturer’s projector be substituted for the projector which is OEM’d from Sanyo? Answer: No substitutions. 9. Question: The Polycom VSX-7000 has been discontinued and has been replaced by the VSX-7000s. Will the bid spec change to reflect this? Answer: As answered previously, we desire the POLYCOM VSX-7000e. 10. Question: The projector lifts require the projector be attached with a mount. Will the bid spec change to reflect this? Answer: No, this will be detailed with the Vendor, after award. 11. Question: What size of Crestron touch screen is requested? Answer: Approx. 8 ½” W X 6 ½” H. 12. Question: What is the Polycom Part No. that you are requesting in the bid, Polycom has VSX 7000s & VSX 7000e models, you can also add People + Content, and Multi-Point capabilities which changes the part number, please advise? Answer: In order to answer this, we must first provide a point of clarification for Question #4 in Addendum #2. The video conferencing systems in rooms #2001 and #3066 shall be self-contained systems that operate independently of one another. Each system is envisioned to be integrated with the other AV components in the rooms for display purposes and control of the POLYCOM system. Hence, the POLYCOM VSX 7000e Model would be best suited to our needs. Control of the POLYCOM systems shall be integrated with the CRESTRON AV control system relevant to each room. We do not request the POLYCOM "People + Content" or the "Multi-point" options. Community Room # 1015 12. Question: Are cut sheets available for the “floating fabric ceiling? Answer: Yes. 13. Question: Will the fabric be provided for covering the bottom of the projector lift? Answer: Yes. 14. Question: What is the height of the ceiling where the lift will be located? Answer: 13’- 0”. 15. Question: If you want to be able to control the lift with the Crestron control system, a RS-232 serial control interface will be required. (OPT-9), but not in the bid specs. Will this be added? Answer: No, control will be with a switch. 16. Question: It appears as though the only sources for this room are; 1 Elmo document camera, 1 DVD player, 1 cable TV tuner, and 1 local computer interface display. Is that correct? Answer: Yes. Question: What are the other ancillary equipment items noted in the summary description? Answer: None have been specifically identified at this time. Roll Call / Briefing Room # 1121 17. Question: Will podium be located above a floor box or will cabling be run to a wall plate? Answer: Cabling will be run to a wall plate. 18. Question: The Summary calls for 2 37” flat screen televisions, but the Equipment Bid Sheet calls for 2 Sony 36” televisions. Which is correct? Answer: 36”. 19. Question: How are the televisions to be mounted? Nothing is called out. If the AV vendor is to do this, which mounts are requested and can this be added to the Equipment Bid Sheet? Answer: They will be mounted on a TV bracket installed by the Construction Contractor. Training / Emergency Operations Center # 2001 20. Question: What is to be displayed on the video wall? The Summary says “sufficient routing and control systems should be included to allow the different displays in the 3 by 2 display matrix to display separate and individual sources expected to be present in the facility.” Answer: Please see Addendum #2. a. Question: What are the separate and individual sources expected to be present? It appears as though there will be 40+ seats, plus additional video sources. Do you want to be able to pull up any one of those sources on the video wall? Answer: Please see Addendum #2. b. Question: Do you want to be able to show 1 source across multiple displays or will it be one source on one display? Answer: Both ways. c. Question: What do you want the primary audio source to be? Answer: No preference. Question: Can it be pulled from any one of the sources? Answer: Yes. Dispatch Room # 2025 21. Question: What is to be displayed on the video wall? Answer: Please see Addendum #2. Question: Do you want to be able to pull up any one of those sources on the video wall? Answer: Yes. Question: Do you want to be able to show 1 source across multiple displays or will it be one source on one display? Answer: Both ways. Question: What do you want the primary audio source to be? Answer: No preference. Question: Can it be pulled from any one of the sources? Answer: Yes. 22. Question: Is it known how many inputs will be used in this room so as to determine switch size? Answer: Please see Addendum #2. Conference Room # 3066 23. Question: If the air space above the ceiling is plenum rated, a plenum rated housing will need to be included with the DL3B. (OPT-3 or OPT-3L). Will this be added to the bid specs? Answer: No, this will be decided with the Vendor, after award. 24. Question: If you want to be able to control the lift with the Crestron control system, a RS-232 serial control interface will be required. (OPT-9), but not in the bid specs. Will this be added? Answer: No, control will be with a switch. Please contact Ed C. Bonnette, CPPB, Buyer at (970) 416-2247 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED.