tuscaloosa county school system · to, tala professional services (the "company") and...

89
TUSCALOOSA COUNTY SCHOOL SYSTEM REQUEST FOR PROPOSAL Release Date: June 1, 2017 PROPOSALS DUE: Tuesday, July 11, 2017, 10:00 a.m. CST PROPOSALS MUST BE SEALED AND DELIVERED TO: Danny Higdon, finance Department Tom Perrymon, IT Department Tuscaloosa County School System 1118 Greensboro Avenue Tuscaloosa, Alabama 35401 Audio Visual System – Holt High School

Upload: others

Post on 01-Oct-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

TUSCALOOSA COUNTY

SCHOOL SYSTEM

REQUEST FOR PROPOSAL

Release Date: June 1, 2017

PROPOSALS DUE:

Tuesday, July 11, 2017, 10:00 a.m. CST

PROPOSALS MUST BE SEALED AND DELIVERED TO:

Danny Higdon, finance Department

Tom Perrymon, IT Department

Tuscaloosa County School System

1118 Greensboro Avenue

Tuscaloosa, Alabama 35401

Audio Visual System – Holt High School

Page 2: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

IMPORTANT NOTICES

1. PRE-PROPOSAL ATTENDANCE - Attendance to the Pre-Proposal

Conference is not mandatory.

2. Acknowledgments - The column to the left of each item in this

document shall be initialed and a copy of the entire document (initialed)

included in the submitted response to this RFP. Initialing each item

serves as an indication that the Vendor has read, understands and

intends to comply with the stated requirements.

3. To be a Qualified Vendor of Record, the following must be satisfied:

A. Submission of a Vendor’s Letter of Intent to Propose.

4. In order to maximize the evaluation period, the critical dates page list

certain RFP exhibits that must be submitted prior to the bid opening

date.

5. If a Potential Vendor does not plan to submit a bid for this RFP, please

complete and fax the attached Bid Information Survey Form to the

Purchasing Department.

6. Nothing herein is intended to exclude any responsible Vendor, his/her

product or service or in any way restrain or restrict competition. On

the contrary, all responsible Vendors are encouraged to submit a

proposal and their proposals are solicited.

Page 3: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

Table of Contents

Section F: Forward Page Tab F

Critical Dates 1

A. Statement of Purpose 2

B. Background Information 2

C. Instructions to Vendors 2

1. Owner 2

2. Consultant 2

3. Premises 2

D. Instructions to Vendors

3

1. Examination 3

2. Inquiries Regarding this Request for Proposal 3

3. Scope, Quality of Work, Guarantee 4

4. Compliance with Laws, Permits, Insurance 4

5. Discrepancies, Errors and Omissions 4

6. Reservation 4

7. Execution of the Agreement 4

8. Save Harmless Clause 5

9. Discrimination 5

10. Minority Enterprise Participation 5

11. Invoice and Payment Provisions and Contract Standards 5

12. Invoice and Payment Provisions 6

13. Insurance 6

14. Definition of Terms 7

15. Prime Contractor Responsibility 7

16. Performance Bond and Labor Bond 8

17. Proposal Bond 9

18. Specific Brand, Make, Manufacturer Reference (if any) 9

19. Pre-proposal Conference 9

20. Safety and Health Regulations 9

21. Site Conditions 9

22. Communication 9

23. Withdrawal of Proposals 10

24. Late Proposals 10

25. Rejection of Proposals 10

26. Gratuities 10

27. Disputes and Appeals 10

28. Force Majure 10

29. Termination of Default 10

30. Collusion 11

Page 4: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

Table of Contents

Section S: Scope of Work Page Tab S

E. System Requirements 1

1. Scope of Project 1

2. Installation Guidelines 2

3. Equipment General Description 3

4. Required Equipment 3

Section PS: Products and Services Page Tab PS

F. Products and Services 1

1. Proposed Equipment 1

2. Execution 30

Section I: Installation and Maintenance Page Tab I

G. Installation and Maintenance 1

1. General Provisions 1

2. Initial Installation Requirements 1

3. Warranties 2

4. Move, Add, and Change (MACs) and Requirements 2

Section R: Response Page Tab R

H. Response to Proposal 1

1. Letter of Intent to Submit Proposal 1

2. Submission of Proposal 1

3. Preparation of Proposal 1

4. Type of Contract 2

5. Terms of Contract 2

6. Security 2

7. Proprietary Information 2

8. Issuing Office 3

9. Submission and Opening of Proposals 3

10. Proposal Modification 3

11. Criteria 3

12. Award and Administration 5

13. Clarification of Proposal-Response by Vendor 5

14. Written Presentation and Demonstrations 5

15. Terms and Conditions of Proposal 5

16. Exhibits and Documentation 5

17. Additions, Deletions and Alternatives 6

18. Project Management 7

19. Post Contract Award Adjustments 7

Page 5: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

Table of Contents

Section E: Exhibits, Definitions, Addendums, Attachments Page Tab E

RFP Response Checklist 1

Exhibit A - Base Pricing Summary 2

Exhibit A-2 - Service, Maintenance and Options 6

Exhibit B - Pricing Alternatives 7

Exhibit C - Statement of Understanding 8

Exhibit D - Certification of Compliance with Specifications 9

Exhibit E - Vendor Profile 10

Exhibit F - Service Plan 12

Exhibit G - Installation Plan 13

Exhibit H - Training Plan 14

Exhibit I - Technical Information 15

Attachment 1 - Drug Free Workplace Certification 16

Attachment 2 - Alabama Child Protection Act of 1999 17

Page 6: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

Acceptance and execution of a Contract/Agreement for products and services

proposed by the Vendor are subject to Board approval and available funding. If

funding is not available, this Contract/Agreement will be terminated without any

penalty to the Owner, Tuscaloosa County School System.

The information contained in this document is the property of, and proprietary

to, TALA Professional Services (the "Company") and Tuscaloosa County

School System. All intellectual property rights in the document and information

contained herein are and shall remain the sole property of the Company. Any

recipient of the document (Vendors or Others) agrees to secure and protect the

document and information contained herein as the confidential information of

the Company. The intellectual property rights to all copies made by any

recipient of this document, including translations, compilations, partial copies

with modifications and updated works (electronically or written), are the

property of the Company. Any use of the document or the Information contained

herein, without the express written consent of the Company is prohibited and

enforceable by law.

Prepared By:

Page 7: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

BID INFORMATION SURVEY FORM

DUE DATE: Tuesday, July 11, 2017 @ 10:00 A.M. CST

SEALED PROPOSAL FOR: Audio Visual System

IF YOU DO NOT SUBMIT A PROPOSAL, PLEASE CHECK THE

APPROPRIATE ITEM OR EXPLAIN:

Current workload does not permit time to submit a proposal

Unable to supply as specified, please explain in detail

We do not offer this product or equivalent

We do not provide installation or demonstrations

Other reason(s); explain

You may fax this form to (205) 758-4711

Company:

Address:

City/State/Zip Code:

Telephone: Fax: E-Mail:

Name: Title:

Signature: Date:

Page 8: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 1

Page

Acknowledged

By:

___________

Initials

Critical Dates

Release of RFP

Thursday

06/01/17

Letter of Intent

Friday

06/09/17

4:00 p.m. CST

Discrepancies, Errors, Omissions Deadline

Monday

06/12/17

4:00 p.m. CST

Definition of Terms

Monday

06/12/17

4:00 p.m. CST

Approval of Additional Manufacturers

Tuesday

06/13/17

2:00 p.m. CST

Pre-Proposal Conference

Thursday

06/15/17

10:00 a.m. CST

Final Date of Questions

Thursday

07/06/17

4:00 p.m. CST

Response Due

Tuesday

07/11/17

10:00 a.m. CST

Evaluation Period

Week of

07/17/17 – 07/21/17

Board Review

Monday

07/31/17

Award Date

Tuesday

08/01/17

Implementation Date

TBD

TBD

Installation of project is ongoing and a final date will be determined with the Vendor of Award

during contract negotiations.

Page 9: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 2

Page

Acknowledged

By:

___________

Initials

A. Statement of Purpose

1. Tuscaloosa County School System, hereinafter referred to as Owner, intends to

purchase Audio Visual System to support 21st Century classrooms in the new Holt

High School facility located in Tuscaloosa County, Alabama. TALA Professional

Services, Inc., hereinafter referred to as Consultant, has been contracted by the

Owner to assist in the identification, selection and contract negotiations with a

Vendor for the complete provision of the required Audio Visual System.

2. It is the purpose of this Request for Proposal (RFP) to determine the Vendor for the

provision, installation, training, and maintenance for the Audio Visual System.

B. Background Information

1. Owner is the Tuscaloosa County School System that serves students in Tuscaloosa

County, Alabama. It is overseen by the Tuscaloosa County Board of Education,

which is composed of seven members.

2. The mission of the Owner is to educate and empower all students to be college and

career ready graduates – prepared to make positive contributions to our global

society.

3. Owner's beliefs are:

a. High expectations are necessary to achieve goals and expand opportunities for all.

b. Education is a shared responsibility that positively impacts the quality of life.

c. Equity, fairness, accountability, and fiscal responsibility are foundations of our

decision-making.

d. Safe, well-equipped, student-centered schools support student success.

e. Diversity and individual learning needs are respected, included, and valued.

C. Instructions to Vendors

1. Owner: Tuscaloosa County School System

1118 Greensboro Avenue

Tuscaloosa, Alabama 35401

2. Consultant: TALA Professional Services

800 22nd

Avenue

Tuscaloosa, Alabama 35401

Phone: (205) 369-3406

3. Premises: New Holt High School in Tuscaloosa County

Page 10: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 3

Page

Acknowledged

By:

___________

Initials

D. Instructions to Vendors

1. Examination

a. Proposal should be based on the minimum quantities specified in Section PS,

Proposed Equipment. Owner reserves the right to adjust final quantities after Vendor

selection and detailed site surveys are completed.

In addition, Vendors are requested to also submit unit pricing for additional devices

purchased throughout the contract period. The award of contracts will be detailed

further in the later sections of this RFP, however, for the purpose of responding to

this RFP, Vendors must base their proposal on the units as described in this

document.

b. The Vendors shall include in their respective proposals a sufficient sum to cover the

cost of all items, equipment, material and labor required to obtain a completed

installation. Any alterations to the premises for the sites must be included in the

proposal. Any defacement of the premises by the Vendor or their agents will be the

responsibility of the Vendor for replacement or repair unless otherwise agreed to by

the Owner in writing.

2. Inquiries Regarding This Request for Proposal

Request for information regarding this RFP, including the procedures, regulations

and/or technical requirements set forth herein, shall be directed only to the Owner.

All such requests will be reviewed and responded to by the Owner. All requests must

be in writing and mailed or delivered via electronic mail to the following:

Danny Higdon, Chief School Finance Officer

Phone: (205) 342-2767

Tom Perrymon, Director of Technology

Phone: (205) 342-2784

Email: [email protected]

Tuscaloosa County School System

1118 Greensboro Avenue

Tuscaloosa, Alabama 35401

Phone: (205) 758-0411

No questions will be accepted for response after 4:00 p.m. CST on July 6, 2017.

Any clarification of the RFP documents will be made by addendum to this RFP.

Owner will issue addendum in response to clarifications, or for any other reasons

considered advisable. An addendum becomes a part of the RFP. A copy of the

addendum will be provided to each of the proposing Providers. All

questions/answers will be shared with all Proposers. Attempts by any qualified

Provider to contact the Owner in any fashion other than the single point of contact as

noted above may be viewed as an infringement on the impartiality of the procurement

process and may result in that Provider being disqualified from this procurement.

Page 11: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 4

Page

Acknowledged

By:

___________

Initials

3. Scope, Quality of Work, Guarantee

The successful Vendor shall furnish all labor, materials and equipment necessary to

perform and complete the work called for in the specifications, plans or other

instructions attached to or referred to in the resultant contract. All work shall be done

in a professional manner by workers skilled in their respective trades and all materials

furnished shall be new and the best of their respective kinds, unless otherwise

specified. The work shall be completed within the time stated in the proposal, but the

successful Vendor shall not be liable for delays due to causes beyond their reasonable

control. It is the Vendor’s responsibility to bring potential delays to the attention of

the Owner as the goal of this project is to complete the project ontime. The

successful Vendor must comply with the Owner's performance schedule unless the

Owner formally declares and approves an extended time interval for work completion

and project acceptance. The successful Vendor shall be held to repair or replace, at

their expense, any defective equipment or materials furnished within one (1) year (if

originally proposed) from the date of final acceptance of the work by the Owner.

4. Compliance with Laws, Permits, Insurance Requirements

The successful Vendor shall comply with all rules, regulations, ordinances, codes and

laws relating to the work or the conduct thereof; shall secure and pay for any permits

and licenses necessary for the execution of the work; shall adhere to the provisions of

any Social Security or unemployment insurance laws, state, local or federal, as now

or hereafter enforced; and the provisions of applicable Workmen's Compensation

Laws.

5. Discrepancies, Errors and Omissions - To Be Reported by 4:00 p.m. CST on

June 12, 2017

Any discrepancies, errors, omissions or ambiguities in the specifications or addenda

(if any) shall be reported, in writing, to the Owner, by the stated date. If necessary, a

written addendum will be issued to Vendors of record and incorporated in the

proposal to become part of the purchase agreement. Neither the Owner nor the

Consultant will be responsible for any verbal instructions or clarifications.

6. Reservation

This RFP does not commit the Owner to pay any costs incurred in the preparation of

proposal. Further, the Owner reserves the right to consider unit pricing, to reject any

and/or all proposals in whole or part, waive formalities and, further, to accept the

proposal most advantageous to the Owner should it be deemed in its best interest to

do so.

7. Execution of the Agreement

The individual, firm or corporation to which a contract has been awarded shall sign

the necessary agreement entering into contract with the Owner, and return it within

thirty (30) days. No contract shall be considered binding upon the Owner until it has

been properly executed. Contracts are contingent upon Board approval.

Page 12: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 5

Page

Acknowledged

By:

___________

Initials

8. Save Harmless Clause

The successful Vendor agrees to indemnify, hold harmless, save and defend the

Owner from and against all claims, liens, liability, loss or damage, including but not

limited to, cost, expenses and attorney's fees whether or not caused by the actual or

claimed negligence (active or passive) of the Owner, its agents or employees either as

the sole or a contributing cause, for damage to property, where ever situated, owned

by the Owner or any other person, bodily or personal injuries including death at any

time resulting there from, sustained by any person or persons including, but not

limited to any employees or representatives of any Subcontractor, which damage or

injuries arise out of or in connection with, directly or indirectly, construction

operations or the execution of the contract between Vendor and the Owner and

amendments thereto, by Vendor, its employees and agents or representatives. The

provisions requiring the furnishing of personal injury liability or property damage

liability insurance shall not be construed to affect or impair the generality of the

foregoing.

9. Discrimination

In the event a contract is entered into pursuant to this RFP, the Vendor shall not

discriminate against any qualified employee or qualified applicant for employment

because of race, sex, color, creed, national origin or ancestry. The Vendor may

include in any and all subcontracts a provision similar to the preceding.

10. Minority Enterprise Participation

It is the policy of the Owner to encourage participation by minority business

enterprises in contracts for construction and for the purchase of goods, materials

equipment or services. For the purposes hereof "minority business" means any

business enterprise, whether individually owned, or a partnership, joint venture, or

corporation, which is wholly or substantially owned or controlled by persons or

members of racial or national minority groups, and/or women.

11. Invoice and Payment Provisions and Contract Standards

a. Total Cost: The prices listed in the Vendor’s pricing tabulation must be the prices of

services and equipment that can be delivered based on specified quantities, including

transportation FOB destination, installation, and inside delivery. (See Section I,

Initial Installation Requirements)

b. Contract Provisions: All provisions in the RFP shall be included as part of the

resultant contract, if any.

Page 13: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 6

Page

Acknowledged

By:

___________

Initials

12. Invoice and Payment Provision

a. An amount equal to ten percent (10%) of any purchase contract resulting from this

RFP shall be retained for a period of sixty (60) days from the system’s acceptance

date as defined herein. Invoicing shall begin on the day following acceptance of the

systems as defined herein. Maintenance charges (if applicable) shall begin upon

expiration of the warranty period. Purchase payments will be adjusted by Contract

Award Addendum to include the cost of additional equipment and service when

ordered by the Owner. Such costs shall be amortized over the remainder of the

contract period, or be payable as nonrecurring charges at the discretion of the Owner.

b. After acceptance of the system(s), the Vendor shall render invoices for charges at the

end of the month for which the charges occur, and such charges are payable when

billed, net 30 days. Invoice shall show as a minimum: Purchase Order number,

school’s name and location, contract, type and unit costs of equipment, labor cost,

monthly maintenance charges and prompt payment discount (though not considered

in determining the contract award) if applicable. The installation acceptance will be

executed when the Audio Visual System is installed and tested (with results to the

Owner) are complete and delivered. Vendor's final acceptance will be given when the

applicable system is installed and operational and upon complete compliance with the

respective RFP. Owner will provide a written acceptance statement to the Vendor.

c. Vendor must provide a "Sample" invoice in response to item 12, a. above.

d. The Owner's payment schedule by school is as follows:

Phased deployment with payment at successful completion of each phase as defined

by the Owner.

13. Insurance

a. All insurance policies shall be issued by companies authorized to do business in the

State of Alabama and must have an A.M. Best Rating of “A” or better. All insurance

policies shall name and endorse the following as additional insured, Tuscaloosa

County Board of Education, Tuscaloosa County School System, and

Superintendent and their officers, agents and employees.

b. Certificate of insurance shall be with the proposal. If Vendor fails to submit the

required insurance certificate in the manner prescribed with the proposal, and if not

submitted to the Owner’s Purchasing Department, in no event to exceed three (3)

calendar days after request to submit certificate of insurance, the Vendor will be in

default and will be disqualified from further participation.

c. The successful Vendor shall, at their expense, purchase and maintain in effect at all

times during the term of this project a policy for Comprehensive General Liability

Insurance (including automobile liability, assault, battery and personal injury, liability

coverage of such hazards as false arrest, detention or imprisonment, malicious

prosecution, libel, slander, defamation of character, invasion of privacy, wrongful

Page 14: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 7

Page

Acknowledged

By:

___________

Initials

entry, and principals' protection coverage in all categories), insofar as the operations

of this project are concerned, with limits of liability for the following:

1. Workers Compensation: Workers compensation insurance, with statutory

limits, shall apply to all employees in compliance with "Workers Compensation

Law" of the State of Alabama and all applicable Federal Laws.

2. Business Automobile Liability Insurance: Vendor shall carry Business

Automobile Liability Insurance with minimum limits of two million dollars

($2,000,000) per occurrence, combined single limit for bodily injury and property

damage.

3. Excess Liability: Vendor shall carry Excess Liability Insurance with minimum

limits of three million dollars ($3,000,000) per occurrence.

4. Commercial General Liability: Vendor shall carry Commercial General

Liability Insurance with limits of not less than two million dollars ($2,000,000)

per occurrence, combined single limit for bodily injury and property damage and

the policy must include coverage for premise and operations, independent

contractors products and completed operations for contracts, contractual liability,

broad form contractual coverage, broad form property damage, products,

completed operations and personal injury.

5. Professional Liability (errors and omissions) Insurance: Vendor shall carry

Professional Liability coverage that has a per occurrence limit of not less than one

million dollars ($1,000,000).

d. All such insurance shall be endorsed to provide at least thirty (30) days prior written

notice to the Owner in the event of any proposed cancellation or modification.

Vendor agrees to furnish the Owner with copies of policies, certifications or other

evidence of all insurance specified in this RFP.

14. Definition of Terms – June 12, 2017 4:00 p.m. CST

An attempt has been made in the preparation of this RFP to use terminology common

to the industry. Vendors are invited to submit written request for clarification of

terminology, if necessary, to the Owner no later than 4:00 p.m. CST on June 12,

2017.

15. Prime Contractor Responsibility

a. The selected Vendor will be required to assume all responsibility for the storage,

delivery, installation, testing and maintenance of the equipment and will be the sole

point of contact. Subcontractors may be used to supplement labor as needed,

however the Owner reserves the right to approve or reject the subcontractor based on

qualifying criteria in Section E. Project subcontractors must be approved by the

Owner.

Page 15: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 8

Page

Acknowledged

By:

___________

Initials

16. Performance Bond and Labor and Material Payment Bond

a. Simultaneously with their delivery of the executed Contract, the successful Vendor

WILL BE required to deliver to the Owner a surety bond or bonds fully executed in

an amount of One Hundred Percent (100%) of the Vendor's accepted proposal

amount. The performance bond will be used under the following conditions and a

one-on-one review and one (1) verbal warning precede written notices:

1. Failure of the Vendor to comply with the delivery, installation, testing and any

training requested in this document in accordance with this project timeline.

2. Two written "Failure To Perform" notices from consultant

a.) The Owner may demand full performance bond at any time following (item 3).

3. The Owner understands the cost of procuring such bonds and Vendors are

therefore instructed to demonstrate the associated cost on the appropriate exhibits

contained in this document.

b. Such bond or bonds shall be security to cover the faithful performance of the contract

and the payment of all persons performing labor and providing materials under the

contract who provide labor and materials directly or indirectly, in carrying out the

terms of the contract.

c. The bond or bonds shall be maintained in full force for a period of Nine (9) months

after the date of issuance of the final invoice by Vendor for payment to guarantee

completion of the project, and that the Vendor will make good any faults or defects in

the work arising from improper or defective workmanship which may appear during

that period.

d. Surety Bond Specifications (applies to Proposal, Performance, Payment and Guaranty

Supply and Fidelity and all other types of Bonds). All bonds shall be written through

a reputable and responsible Surety Bond Agency licensed to do business in the State

of Alabama and with a Surety Company or Corporation meeting the following

specifications.

Qualifications: As to Companies being rated acceptable:

1. The Surety(ies) shall be rated as "A" or better by the current publication of "Best's

Key Rating Guide" published by A. M. Best Company, Park Avenue, Morris

town, New Jersey.

2. All Surety Companies are subject to approval and may be rejected by the Owner

without cause, in the same manner that Proposals may be rejected.

e. Vendor shall show premium associated with the Performance Bond in proposal

documentation Exhibit A.

Page 16: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 9

Page

Acknowledged

By:

___________

Initials

17. Proposal Bond

Guarantees execution of contract, posting of acceptable Performance Payment and

Guaranty Bond and any loss to the Owner through failure of Vendor to so act.

Proposal security shall be payable to the Owner. The Vendor must submit with their

proposal a certified check, cashier’s check or proposal bond in an amount equal to 5%

of the proposal not to exceed $10,000.

Proposal security (original proposal bond) must be received with the proposal or

proposal may be rejected. Copies of bonds will not be accepted. (See Section R,

Security)

18. Specific Brand, Make or Manufacturer References

The name of specific brands, make or manufacturer, or definite specification is to

denote the quality standard and compatibility of the article desired.

19. Pre-Proposal Conference

The Owner will conduct a Pre-Proposal Conference for the purpose of reviewing the

RFP, answering questions, and establishing an understanding of all requirements

governing each Provider's response to the RFP. The Pre-Proposal Conference will

be held at the following location, date and time:

Tuscaloosa County School System 2

nd Floor IT Conference Room

1118 Greensboro Avenue

Tuscaloosa, Alabama 35401

Date: June 15, 2017 Time: 10:00 a.m. CST

For questions related to the pre-proposal conference contact, Tim Lewis at (205) 369-

3406 or Tom Perrymon at (205) 342-2784.

20. Safety and Health Regulations

Full compliance is required to the federal OSHA construction safety standard 29 CFR

1926, as may be applicable to this project.

21. Site Conditions

Owner is a tobacco free environment. The use of tobacco products (smokeless or

otherwise) is not permitted on-site.

22. Communication

Any verbal representations made or assumed to have been made during any oral

discussion held between representatives of any Provider and any Owner employee or

official are not binding on the Owner in relation to this procurement.

Page 17: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 10

Page

Acknowledged

By:

___________

Initials

23. Withdrawal of Proposals

Proposals may be withdrawn prior to proposal submission time specified in this

document by presentation of a written request to withdraw, signed in the same

manner as the proposal and received by the Owner prior to proposal submission

date/time. No proposal shall be withdrawn or modified after the time set for

proposal opening.

24. Late Proposals

Proposals received after the response due date and/or time will not be considered by

the Owner.

25. Rejection of Proposals

Owner may reject a proposal, but not limited to the following, if:

a. The proposal misrepresents or conceals any material fact in the proposal or does not

conform to the RFP document, its requirements, specifications and conditions.

b. It is deemed to be in the best interest of the Owner.

26. Gratuities

Owner may terminate this contract if it is found, after notice and hearing, that

gratuities (in the form of entertainment, gifts or otherwise) were offered or given by

the Provider, or any agent or representative of the Provider, to any officer or

employee of the Owner/Consultant to secure favorable treatment with respect to the

awarding, amending or making of any determination with respect to the performance

of the contract.

27. Dispute and Appeals

a. The Owner is the final authority on issues relating to this contract and the decision

of the Owner is final and conclusive and binding on all parties concerned.

28. Force Majeure

In the event that the performance by either party of any of its obligations under this

contract is interrupted or delayed by events outside of their control such as acts of

Nature, war, riot or civil commotion, then the party is excused from such performance

for the period of time reasonably necessary to remedy the effects of the events.

29. Termination for Default

Failure by either party to perform any of its provisions will constitute a default and

breach of contract, in which case, the other party may require corrective action within

ten (10) days from the date the defaulting party receives written notice citing the

nature of the breach. Failure of the defaulting party to take corrective actions or to

provide a satisfactory written reply excusing such failure within the prescribed ten

(10) days will authorize the other party to terminate this agreement by written notice.

Page 18: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - F Page 11

Page

Acknowledged

By:

___________

Initials

30. Collusion

Any agreement or collusion among proposing Providers or perspective Providers in

restraint of freedom of competition, by agreement, to propose at a fixed price or to

refrain from submitting proposal or otherwise shall render those proposals from such

vendors to be disqualified from submitting further proposals to the Owner for future

services.

Page 19: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - S Page 1

Page

Acknowledged

By:

___________

Initials

E. System Requirements

1. Scope of Project

a. The Owner is looking forward to 21st Century learning for every child. The concept

of 21st Century classroom and learning has been discussed and written about by

educators and vendors. It is a concept that creates a vision of each child having full

access to vast information resources at the click of a mouse at anytime, anyplace.

The concept provides teachers new tools and techniques for effective, interactive

delivery of education.

The intent of this RFP is to provide the new Holt High School facility currently under

construction with a complete and operational Audio Visual System.

Design - Install

Conceptual

1. Provide a narrative description of how the systems and networks work in each

designated space in the facility.

2. Include a connectivity diagram illustrating how the major hardware items will be

connected.

3. Describe infrastructure, services and other hardware needed to ensure your

proposed solution will work in the Owner's environment.

Technical

1. Provide a spreadsheet of each item required to fully implement your proposed

solution, include quantity, unit cost and manufacturer.

2. Provide specification cut sheets on each major hardware and software item.

3. Provide a typical recommended layout/positioning of hardware in the designated

spaces.

Installation Requirements

Pre-Install

1. Provide a detailed project plan with timeline and milestones; resource allocation,

sample progress report and sign off checklist.

2. Present a phased deployment/installation schedule for review and acceptance by

the Consultant and Owner. Input will be provided by the Consultant and Owner

regarding schools, locations and activities that could impact installation.

Page 20: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - S Page 2

Page

Acknowledged

By:

___________

Initials

3. Provide a recommended training plan for end users and technical support staff

(show cost as separate line – optional).

Installation

1. Provide a detailed installation plan with a timeline, progress review method and

resource allocation.

2. Describe your project management methodology and how you will ensure smooth

and on time project completion.

3. Procedures for adding machines to the Owner’s domain will be discussed.

4. A detail work schedule will be jointly developed with the Owner, Consultant and

the Vendor.

Post-Installation

1. Propose a systems acceptance checklist to be executed by the Owner to insure all

features and functions have been realized.

2. Deliver all required documentation to the Owner. ?

b. Vendor is responsible for providing all required switches, cables and related

hardware. All materials, labor and equipment necessary to complete the scope of

work defined in the Request for Proposal for Audio Visual System must be included

in the vendor's response. Upon completion of installation, the owner will not be

responsible for costs outside the scope of work unless otherwise reviewed and

approved by the Owner in advance.

2. Installation Guidelines

a. All equipment, materials and work required to fulfill the scope of the project will be

the responsibility of the selected Vendor. All expenses related to shipping, travel,

lodging, training and related costs where applicable shall be included in Vendors

response. The Owner will not be responsible for costs outside the scope of work

unless otherwise reviewed and approved by the Owner in advance. The

specifications cover the Owner's installation of a fully functional system to be

implemented over a period of time as defined in the tentative project timeline to be

issued.

b. All work necessary to install, test and document the computer system installation

specifics shall also be included in the proposal. Documentation will include but not be

limited to a project plan and schedule; equipment list with serial numbers, logical

network diagram, and physical layout diagrams showing location of equipment and

general implementation notes. Full and comprehensive training of equipment users

and administrators shall be included in the proposal.

Page 21: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - S Page 3

Page

Acknowledged

By:

___________

Initials

c. Vendor shall be responsible for requesting clarification from the Owner regarding any

equipment items or work, which Vendor believes, may fall outside the scope of the

project. Such requests for clarification, and any response, shall be made in writing

and shall become a part of the Vendor's proposal. Unless otherwise clearly indicated,

the proposal submitted shall be interpreted to include work and equipment described

in this RFP to be within the scope of the project.

3. Audio Visual System General Description

The Audio Visual System described in the document must provided sound, video, and

image projection in multiple spaces and under varying lighting conditions. The

system and networks must have simple and ease operations including secure access to

the equipment.

4. Required Equipment

a. Required Equipment: Owner/Consultant has identified the following required

equipment. Vendors responding to this RFP should note that this listing does not

represent all components that may be required for the Vendors response. They do

however represent those items which are obviously required. Therefore, Vendors are

responsible for including all components in their solution (including patch cables,

power strips, jacks, outlet labeling, etc.) which results in a complete and fully

operational system based on this RFP.

4.01 DESCRIPTION OF THE WORK

Vendor is responsible for providing all required hardware, software and necessary

equipment. All materials, labor and equipment necessary to complete the scope of

work defined in the Request for Proposal for A/V systems must be included in the

vendor’s response. Upon completion of installation, the Tuscaloosa County Board of

Education will not be responsible for costs outside the scope of work unless otherwise

reviewed and approved by the Board In advance.

A. Multi-Purpose Room

1. Control system that will allow for input routing of various sources, such as Laptop

computer (input for both VGA & HDMI) and audio signals (such as Mac computer,

Smartphone and music devices) to difference viewing monitors.

2. The control system will allow the output to be routed to two TV Monitors and one1

projector/Screen.

3. A Video panel will be provided for the selection and manipulation of the entire

control system.

4. A sound system with either overhead or wall mounted speakers for presenters and

music.

5. At the podium there will be a Gooseneck microphone, wireless handheld and Lavalier

microphone, a laptop connections and video panel for control system.

Page 22: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - S Page 4

Page

Acknowledged

By:

___________

Initials

6. A rack for equipment will be provided to house all receivers, control system

mainframe, sound system amplifiers and distribution equipment as well as a movable

rack for manual control of all functions.

B. Band and Coral Room

1. Provide a sound system with ceiling speakers and ceiling microphones as well as

wireless and non-wireless microphones.

2. Provide a recording and playback device.

3. Provide a wall-mounted remote device for controlling microphone volume, recording

and playback.

4. A rack for equipment will be provided to house all receivers, control system

mainframe, sound system amplifiers and distribution equipment.

C. Gymnasium

1. A distributive sound system that will allow for various inputs such as microphones,

laptop sounds, sub-mixer and various aux devices.

2. Projector and electric screen.

3. Provide a wall-mounted remote device for controlling microphone volume, recording

and playback.

4. A rack for equipment will be provided to house all receivers, sound system amplifiers

and distribution equipment.

D. Cafatorium

1. Sound System with ceiling mounted speakers, mixer for manual control, DSP for

remote control and connections for wireless and non-wireless microphones.

2. Wall-mounted remote for controlling devices.

3. Rear mounted projector and screen with appropriate lenses.

4. Theatrical lighting and controller on approved lighting grids.

5. A rack for equipment will be provided to house all receivers, sound system amplifiers

and distribution equipment.

E. Media Center

1. Provide a projector, speakers, amp, and electric screen.

Page 23: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - S Page 5

Page

Acknowledged

By:

___________

Initials

4.02 RELATED DOCUMENTS

A. General Conditions and Requirements, Special Provisions, and applicable portions of

this Division of general contract are hereby made a part of this section and drawings.

B. Architectural, Structural, mechanical, electrical, and other applicable documents are

considered a part of the AV documents insofar as they apply as if referred to in full.

4.03 SCOPE OF THE WORK

A. Providing the equipment listed, drawings and line diagrams for the completed (as

built) AV System.

B. Work with contractor to furnish, deliver, erect, install and connect completely all of

the equipment and materials described in specifications and drawings.

C. Performance check on all assembly of equipment, wiring and inter-connection and

soldering of wires to jacks, devices, terminals or equipment. Coordinate final rough-

in locations with actual equipment furnished.

4.04 QUALITY ASSURRANCE

A. The Specifications require a complete AV system of the highest professional quality

and reliability. The professional performance by the AV contractor will be monitored

by the AV Designer.

B. The Owner and AV Designer shall determine the acceptability of the work based

upon the visits, observations and reports.

4.05 MATERIALS

A. All materials shall be new, and UL approved where a standard has been established.

B. Manufactures’ names and model numbers shown on the plans and in the

specifications are given to indicate the type and general quality of items to be

provided. Equal products by other manufacturers will be considered.

C. Materials substitutions will be considered only when evidence of equality and

suitability, satisfactory to the AV Designer has been presented in writing, with

samples if requested by the AV Designer/owner.

D. It shall be understood that the AV Designer/owner has the authority to reject any

material or equipment used which is not specified or approved, or showing defects of

manufacture or workmanship, before or after such material or equipment is installed.

4.06 SUBSTITUTIONS

A. There are items in the specifications by the manufacturer’s type or model number,

without a detailed performance specification, and my not include the phrase “or

approved equal”. Where this is the case, no substitutions will be accepted, without a

written request from the installer and the written consent of the Consultant.

B. Where the phrase “or approved equal” appears, the item specified shall set a standard

of quality and performance, based on the published specifications of the manufacturer

and on the actual performance as known by the Consultant.

Page 24: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - S Page 6

Page

Acknowledged

By:

___________

Initials

C. Requests for substitution, when forwarded by the Installer to the AV Designer, are

understood to mean that the installer represents that he has personally investigated the

proposed substitute product and determined that it is equal to or superior in all respect

to that specified, that the same guarantee will be provided for the substitution as for

the specified product, and that the Installer will coordinate the installation of the

accepted substitute, making such changes as may be required for the work to be

complete in all respects.

D. Space allocations and rough-ins have been designed on the basis of equipment items

named by manufacturer and model number. If any equipment not so named is offered

which differs substantially in dimension or configuration from the named equipment,

provide scaled shop drawings showing that the substitute can be installed in the space

available without interfering with other trades or with access for operation and

maintenance in the completed project. The Installer shall coordinate final utility

rough-ins locations with actual equipment furnished.

E. All requests for substitutions shall be submitted before the bid opening date.

Substitutions shall be requested and approved in writing only, based upon these

criteria.

4.07 INSTALLER QUALIFICATIONS

A. The work performed under this Section shall be performed by an AV Contractor,

normally engaged in the business of Audiovisual installation. The prospective

contractor shall show proof, as part of the bid that the contractor has been in the AV

Systems installation business for a period of not less than five years and has

successfully completed projects of similar size and scope.

B. Each bidder shall hold a current, valid franchise for the major lines of Sound

Equipment furnished by him under these Specifications

C. The bidder must hold a current Alabama State Contractor’s license for the amount of

work to be performed.

D. Obtain and pay for all permits and deposits, and arrange for inspections as required

E. After completion of the work, submit certificate of final inspection and approval from

the local electrical inspector, certifying that the installation complies with all

regulations governing same.

F. Contractor must have a full-time Crestron Programmer(s) on staff.

G. The vendor must have at least one (1) InfoComm certified CTS-D and provide the

certificate with the bid.

H. If vendor is to use subcontractors, vendor must provide a list of subcontractors and

detail their function and a manufacturer's certification attained to support that

function in the bid response.

Page 25: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - S Page 7

Page

Acknowledged

By:

___________

Initials

4.08 DRAWINGS AND SPECIFICATIONS

A. Drawings and Specifications shall be considered as complementary each to the other.

What is called for by one shall be as binding as if called for by both. Where conflicts

occur, secure clarification from the AV Designer in advance of bidding; otherwise

incorporate the more stringent conditions into the bid price.

B. The drawings indicate diagrammatically the extent, general character, and the

approximate location of the work to be performed. In the interest of clearness, the

work is not always shown to scale or exact location. Check all measurements,

location of conduit, fixtures, outlets, and equipment with the detailed AV Designer,

structural, and mechanical drawings, and lay out work so as to fit in with ceiling

grids, ductwork, sprinkler piping and heads, and other parts. Take finish dimensions

at the job site in preference to using scale dimensions.

C. Omissions from the drawings and specifications or the miss-description of details of

work which are evidently necessary to carry out the intent of the drawings and

specifications, or which are customarily performed, shall not relieve the Contractor

from performing such omissions and details of work, but they shall be performed as if

fully and correctly set forth and described in the drawings and specifications.

D. Where the work is indicated but with minor details omitted, furnish and install the

work complete so as to perform its intended functions.

E. Where doubt arises as to the meaning of the plans and specifications, obtain the AV

Designer’s decision before proceeding with parts affected; otherwise the contractor

assumes liability for damage to other work and for making necessary corrections to

work in question.

F. Except as noted above, make no changes in or deviations from the work as shown or

specified except on written order of the AV Designer.

4.09 SUBMITTALS: PROCEDURES OUTLINED IN DIVISION I.

A. Submittals shall be bound together and shall include a coversheet indicating the

following:

1. Project name.

2. Trade contractor’s name.

3. Supplier’s name.

4. Name and phone number of supplier’s contact person.

5. A list of each item submitted with manufacturer and model number.

B. Within 5 days of award of contract and prior to beginning any work on the project

submit six (6) copies of manufacturer’ drawings/data sheets for each piece of

equipment forming a part of the Audio/Video System to the AV Designer for review.

Page 26: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - S Page 8

Page

Acknowledged

By:

___________

Initials

C. Submittal shall include items as necessary to demonstrate the selection of equipment,

quality of equipment, and items as necessary to demonstrate the details of the system

and shall include, but are not limited to, the following:

1. Complete schedule of all equipment and materials to be used.

2. Sample of intended cable markings methods.

3. Sample of intended equipment and plate labeling.

4. Shop drawings indicating exact details, dimensions, and/or configuration for:

a. Point-to-point wiring diagram showing detailed numbered wiring between all devices,

connections, plates, etc.

b. Rigging diagrams for all loudspeakers showing hardware selection and sizing and

including stamped drawings or a letter of approval by the structural engineer.

5. Labeling artwork indicating designations and details.

D. Submit samples upon request.

E. Closeout submittals:

1. Copies: The AV contractor shall assemble and provide four (4) copies of the AV

System O&M Manual. One complete copy of the Manual shall be provided to AV

Designer before their inspection of the system.

2. System Manual: The system manual shall be an indexed; three ring notebook(s)

containing the following.

a. Front cover and spine label indicating the contents, project name, and project

location.

b. Cover sheet indicating Architect, AV Designer and Contractor and their respective

address and phone numbers.

c. Accurate as built drawings including both Engineering drawings and Contractor’s

Shop drawings. Oversized drawings shall be neatly folded and inserted individually

into Mylar sheet protectors designed to be used in a three ring notebook.

d. Manufacturer’s operating maintenance manuals for all equipment supplied.

1. Use manufacturer’s original documents whenever possible.

2. Photocopies shall be as legible as the originals.

4.10 WORKMANSHIP

A. Execute all work so as to present a neat and workmanlike appearance when

completed.

Page 27: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - S Page 9

Page

Acknowledged

By:

___________

Initials

4.11 PROGRESS OF WORK

A. Schedule work as necessary to cooperate with other trades, Do Not delay other trades.

Maintain necessary competent technicians and supervision to provide an orderly

progression of the work.

4.12 PROTECTION OF PERSONS AND PROPERTY DURING CONSTRUCTION

A. Take all precautions necessary to provide safety and protection to persons and the

protection of materials and property.

B. Protect items of equipment from stains, corrosion, scratches, and any other damage or

dirt, whether in storage, at job site or installed. No damaged or dirty equipment,

lenses, or reflectors will be accepted.

C. Live enclosures, outlets, switches, junction boxes, etc., shall be protected against

contact of live parts and conductors by personnel.

4.13 CLEANING UP

A. During the progress of work, keep the Owner’s premises in a neat and orderly

condition, free from accumulation of debris resulting from this work. At the

completion of the work, remove all material, scrap, etc. not a part of this Contract.

4.14 TESTING

A. Upon completion of the work, conduct a thorough test in the presence of owner and

AV Designer or his representative, and demonstrate that all systems are in perfect

working condition.

4.15 INSPECTIONS

A. The contractor shall have all systems ready for operation at the final inspection and

any other scheduled inspections.

4.16 DEMONSTRATION

A. By on-off, stop-start operation, demonstrate to the AV Designer and Owner or his

representative, the use, working, resetting, and adjusting of each and every system.

Submit statement initialed by the AV Designer and Owner that such demonstration

has been made.

4.17 WARRANTY

A. General Warranty: The AV contractor shall warrant the AV system against defects in

materials and workmanship, including required labor and parts, for a period of one

year from the date of Final Acceptance of the system.

1. The AV Contractor shall not be liable for damage caused by improper use,

negligence, or acts of God.

2. Any equipment found defective during the installation or warranty period shall be

repaired not to exceed two times and then must be replaced with a new unit.

3. Provide the owner with two bound copies of all manufacturers’ warranties.

Page 28: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - S Page 10

Page

Acknowledged

By:

___________

Initials

B. Service Calls: The AV Contractor shall respond to service calls as requested by the

Owner for specific problems. These service visits shall be available within twenty-

four hours. The AV Contractor shall provide telephone contact numbers to the

Owner to enable contact with a representative.

C. Equipment Repair: The AV Contractor shall provide temporary replacement

equipment of a similar nature if repairs to the defective equipment cannot be

completed within 24 hours. Use temporary labels to match the original labeling

nomenclature. Always replace the temporary item with the original unit after repair.

D. Scheduled Visits: The AV Contractor shall make two scheduled visits to the site for

functional checks of equipment and installation. The first visit shall occur

approximately six months after the final acceptance and the second visit just prior to

the end of the warranty period.

Page 29: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 1

Page

Acknowledged

By:

___________

Initials

F. Products and Services

1. Proposed Equipment

1.01 GENERAL

A. This section includes equipment and materials for the AV system as required for a

complete installation.

B. All equipment shall be new and listed by the Underwriters Laboratories. Material

substitutions will be considered only when evidence of equality and suitability to the

AV Designer has been presented and accepted in writing, with samples if requested

by the AV Designer.

C. It shall be understood that the AV Designer/owner has the authority to reject any

material or equipment used which is not specified or approved, or showing defects of

manufacture or workmanship, before or after such material or equipment is installed.

1.02 CONDUITS

A. All conduits will be installed by others and with a pull string.

1.03 WIRE AND CABLE

A. All wire and cables shall be new and unused

B. Constant voltage (70.7-volt) loudspeaker cable: West Penn 226 stranded 16 AWG

jacketed twisted pair, or approved equal

C. Line-level audio cable and all inter-rack audio cable: West Penn 421 stranded

22AWG jacketed shielded twisted pair, or approved equal.

D. Control cable: West Penn 222-22/2 Stranded bare copper conductors, non-shielded

with an overall jacket.

E. DigitalMedia Ultra Cable, Non-Plenum Type CMR DM-CBL-ULTRA-NP for

control system.

F. RGBHV Cable: Liberty or Rapid run with BNC or VGA connectors, or approved

equal.

G. RG6 coax cable with F connectors

H. Other equipment control cables shall be stranded wire, appropriately shielded and

number of conductors required by the manufacturer for proper operation of the

system or equipment items furnished.

I. Wire and cable for all other devices shall be supplied in accordance with the

recommendations of the device manufacturer and the National Electrical Code.

J. The contractor is responsible for supplying all miscellaneous cable that may not be

mentioned in the specs such as, patch chord, connection plates, connectors, etc.

Page 30: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 2

Page

Acknowledged

By:

___________

Initials

1.04 AUDIO VIDEO EQUIPMENT RACK AND POWER DISTRIBUTION

A. Equipment racks for use in housing equipment including, but not limited to, power

amplifiers, signal processors, playback equipment, etc. will be furnished by owner

B. Equipment rack colors shall be satin black

C. Power distribution within racks shall be supplied by owner.

1.05 AV-NETWORK SWITCHES

DATA COMMUNICATIONS NETWORK EQUIPMENT/ AV- SWITCHES

A. Contractor shall install a fully functioning outdoor network system as specified

herein.

B. The system shall include all necessary equipment to create a totally functioning

outdoor network system.

C. Furnishing and installing a turnkey AV Data Network solution utilizing Cat6 and

related peripheral equipment as indicated and specified herein, and connecting the

system and related peripherals to the cabling infrastructure and network.

D. All equipment and materials shall be new and shall be designed specifically for the

work to be done.

E. Interfacing the system with the network and coordinating the installation of all

required facilities, including the disconnection of all existing services and the re-

connection of the new services at the new location with the Service Provider.

F. For purpose of this project, Supplier shall assume that it will be expected to expend

the labor to coordinate and manage the implementation of new carrier facilities and

identifying and managing the disconnection of services that will no longer be required

after cutover.

G. All equipment described herein shall be the products of manufacturers as described

herein.

H. The Contractor/ Vendor must provide in the Contract, as a minimum, a one-year

warranty on the proposed system(s), labor and those materials, and parts supplied by

the Contractor unless stated otherwise in this document. The warranty will cover the

contractor supplied parts/ equipment, labor, travel and miscellaneous costs. The

warranty period will commence the day following the date of System Acceptance.

The Vendor shall comply with this statement unless requirements differ for specific

items as indicated below.

I. If the system fails to completely perform in accordance with the specifications and

the contract documents, the contractor will take all necessary action, at no additional

cost, to restore the system to perform in accordance with the system specification

requirements and the contract documents.

J. The Installation of all AV Network Data Switches with all Mounts and Mounting

Hardware, Power Connections to the equipment, Ground Connections to the

equipment, CAT-6 Patch Cords in the AV-Cabinet are the AV- Vendor/Contractor’s

Responsibility.

K. All CAT-6 Patch Cords are being provided under this contract. All Patch Cords will

be provided by the AV-Vendors/Contractor for installation.

Page 31: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 3

Page

Acknowledged

By:

___________

Initials

1.06 AV-NETWORK EQUIPMENT SYSTEM INSTALLATION

A. AV-Contractor/ Vendor shall install (5) Five -Contractor Provided AV POE Data

Switches:

B. Transitions Network Switches- (16) 10/100/1000Base-T Ports + (2) 100/1000

SFP/RJ-45 Combo Ports Managed PoE+ AV- Network Equipment System Switches

PT. # SM16TAT2DPA in the Eqmt. Cabinets. (One in each AV Equipment Room. As

required.) Option-1.

C. Ubiquiti Networks 16-Port Unifi Switch PoE+ Data Switch, (16) Gigabit RJ45 Ports,

(2) Gigabit SFP Ports Auto-Sensing IEEE 802.3af/at PoE+, Configurable 24V

Passive PoE, 10 Gbps Total, Non-Blocking Line Rate, Managed by UniFi Controller

in the Eqmt. Cabinets. (One in each AV Equipment Room. As required.) Option-2.

D. Ubiquiti Networks 8-Port Unifi Switch PoE+ Data Switch, (8) Gigabit RJ45 Ports, (2)

Gigabit SFP Ports Auto-Sensing IEEE 802.3af/at PoE+, Configurable 24V Passive

PoE, 10 Gbps Total, Non-Blocking Line Rate, Managed by UniFi Controller in the

Eqmt. Cabinets. (One in each AV Equipment Room. As required.) Option-3.

E. AV-Contractor/ Vendor shall install (5) Five -Contractor Provided Eaton UPS Unit

PT. # 9PX2000RTN and (5) Eaton Battery Rack Mount Units PT.# 9PXEBM72RT in

the Eqmt. Cabinets. (One in each AV Equipment Room.)

F. AV-Contractor/ Vendor shall be responsible for the installation of the AV-Network

Equipment, the AV-Contractor/ Vendor shall provide equipment and program the

system.

G. AV-Contractor/ Vendor shall coordinate and set up all network records including IP

Number assignments and MAC Addresses all devices connected to the network.

H. The AV-Contractor/ Vendor shall make up and provide an Industrial Grade Electrical

Extension Cord 6’ in length from the Eaton UPS and Battery Units to the Electrical

Outlet/Receptacle in each AV-Comm. Cabinet. The cords shall be routed and neatly

secured to the cabinet backboard.

1.07 AV- EQUIPMENT CABINETS

EQUIPMENT CABINETS/ FRAMES

A. Manufacturers: Subject to compliance with requirements, provide products by one of

the following:

1. Hoffman

B. General Cabinet/Frames Requirements:

1. Equipment Frames: Freestanding, Enclosed Cabinet- 4 post modular units designed

for telecommunications terminal support and coordinated with dimensions of units to

be supported.

2. Module Dimension: Width compatible with EIA 310 standard, 19-inch panel

mounting.

3. Finish: Manufacturer's standard, baked-polyester black powder coat.

4. UL Listed.

Page 32: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 4

Page

Acknowledged

By:

___________

Initials

C. Floor-Mounted Cabinet/Racks:

1. Vertical and horizontal cable management channels, top and bottom cable troughs,

grounding lug.

2. Baked-polyester powder coat black finish with Black Doors.

3. Freestanding floor mounted Server Cabinet will be Hoffman Catalog Number

84”Hx24”Wx38”D: PT# NS2169- Black with Black Doors as defined on drawings

and as manufactured by Hoffman.

4. Install Equipment Cabinets w/vertical organizers and furnished complete with

accessories. Quantities are to be as specified and shown on drawings.

5. Each cabinet shall be Hoffman and is to include the following in each of the (5) Five

AV-Equipment Rooms:

One (1) - Hoffman AV- Equipment Cabinet PT. # NS2169 UL Listed

E/W Two (2) Removable Side Panels

One (1) Perforated Front Door

One (1) Perforated Split Rear Door

One (1) Hoffman Caster Kit PT. # NCK

One (1) Hoffman 19” Ground Bar PT. # DG19

One (1) Hoffman 19” Power Strip, 20 A, PT. # DP1N191020 –Black

One (1) Hoffman 62”Vertical Power Strip 20A, PT. # DP1N622420M –Black

Two (2) Hoffman Fan Unit PT. # A6AXFNPG

Two (2) Hoffman Vertical Cable Manager, PT. # NVCMTD21 –Black

Two (2) Hoffman Cage Nut Packs 10/32- 20 Units each, PT. # P1032CN/ SN#

70067062

One(1) Eaton UPS Rack Mounted Unit PT.#9PX2000RTN.

One (1) Eaton Eaton Battery Rack Mounted Units PT.#9PXEBM72RT.

One(1) 6” Power Extension Cords 20AMP for UPS Units.

One (1) Transitions Network Switches- (16) 10/100/1000Base-T Ports + (2) 100/1000

SFP/RJ- 45 Combo Ports Managed PoE+ AV- Network Equipment System Switches

PT. # SM16TAT2DPA. Option-1

One (1) Ubiquiti Networks 16-Port Unifi Switch PoE+. Option-2

One (1) Ubiquiti Networks 8-Port Unifi Switch PoE+. Option-3.

D. Modular Freestanding Cabinets:

1. Removable and lockable side panels.

2. Hinged and lockable Perforated Single Front Door and Perforated Split Rear Door.

3. Adjustable feet for leveling and caster kit.

4. Screened ventilation openings in the front and rear doors.

5. Cable access provisions in the roof and base.

6. Grounding bus bar.

7. Roof mounted, fan unit with filter.

8. Power strips. (Horizontal and Vertical)

9. Baked-polyester powder coat Black Finish with Black Doors.

10. Cabinets keyed alike.

Page 33: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 5

Page

Acknowledged

By:

___________

Initials

E. Cable Management for Equipment Cabinet/Frames:

1. Metal, with integral wire retaining fingers.

2. Baked-polyester powder coat black finish.

3. Vertical cable management panels shall have front and rear channels.

4. Provide horizontal crossover cable manager at the top of each relay rack, with a

minimum height of two rack units each.

5. Horizontal cable managers shall have extended covers to hide patch cables lacing into

vertical cable managers.

1.08 AV- EQUIPMENT LADDER RACK/TRAY

LADDER RACK/TRAY

Contractor to provide ladder rack and stand-offs as shown on drawings for support of

backbone cables passing vertically and horizontally in the AV- Equipment Comm.

Rooms.

A. Include connecting hardware and support hardware for a complete installation

including, but not limited to, equipment cabinets to runway mounting plates, wall

angle support brackets, butt splice swivels, junction splice connections and grounding

kits.

B. Ladder Rack/Tray: In Equipment Rooms

1. Manufacturers: Subject to compliance with requirements, available manufacturers

offering products that may be incorporated into the Work include, but are not limited

to, the following:

a. Hoffman

2. Ladder Rack Materials: Metal, suitable for indoors and protected against corrosion,

finished in black powder coat. Ladder rack shall be a tubular side bar type nominally

3/8" thick by 1-1/2" high (Minimum) with 1/2" x 1" welded rings spaced 9" on center.

UL Listed Black in color.

a. Ladder Racks: Nominally 12 inches wide, and a rung spacing of 9 inches.

b. 12” Equipment Ladder Tray-Hoffman

UL Listed

12” Tray/ Black Pt.# LSS12BLK

Junction Clamp Kit Pt.# LJSKB

In-Line Butt Kit Pt.# LBSKB

12” Angel Support Kit Pt.# LWASK12BLK

12” Wall Support Bracket Kit Pt.# LTSB12BLK

Page 34: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 6

Page

Acknowledged

By:

___________

Initials

1.09 COMMUNICATION COAXIAL BACKBONE CABLING AND COAXIAL

SPLICING/ TERMINATIONS

1.09-A Communications Coaxial Backbone Cabling

A. Coaxial Backbone Cabling

1. Provide (1) RG-11 GHz 75-ohm coaxial cable for Video and Broadband (CATV)

applications.

ComScope:

PT# 5914 Outdoor and In-Slab / Black

PT# 2287V Plenum / White

B. Manufacturers: Subject to compliance with requirements, provide products by one of

the following:

1. General Cable

2. ComScope, Inc.

C. General Coaxial Cable Requirements: Broadband type, recommended by cable

manufacturer specifically for broadband data transmission applications. Coaxial

cable and accessories shall have 75-ohm nominal impedance with a return loss of 20

dB maximum from 7 to 806 MHz’s

D. RG-11/U: NFPA 70, Type CATV.

1. No. 14 AWG, solid, copper-covered steel conductor.

2. Gas-injected, foam-PE insulation.

3. Double shielded with 100 percent aluminum polyester tape and 60 percent aluminum

braid.

4. Jacketed with sunlight-resistant, black PVC or PE.

5. Suitable for outdoor installations in ambient temperatures ranging from minus 40 to

plus 85 deg C.

E. NFPA and UL compliance listed and labeled by an NRTL acceptable to authorities

having jurisdiction as complying with UL 1655 and with NFPA 70, "Radio and

Television Equipment" and "Community Antenna Television and Radio Distribution"

Articles. Types are as follows:

1. CATV Riser Rated: Type CATVR or CATVP, complying with UL 1666.

F. Cables shall be 100 percent sweep tested for attenuation and signal return loss (SRL)

throughout the entire frequency spectrum.

G. 75-ohm impedance coaxial CATB station cable, RG-6/U type, plenum rated CATVP,

18 AWG copper conductor, steel center conductor, foam FEP insulation, dual-

laminated aluminum foil shield, 95% tinned copper braid shield, plenum grade PVC

jacket. ComScope or engineers approved equal.

1. Coax Cable (Sta./Backbone)-RG6 Type CMP (White) – ComScope PT.# 2276V

Page 35: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 7

Page

Acknowledged

By:

___________

Initials

1.09-B Communications Coaxial Splicing and Terminations Coaxial Cable Hardware

A. Manufacturers: Subject to compliance with requirements, provide products by one of

the following:

1. Aim Electronics

2. Hubbell

3. General Cable

4. CommScope, Inc.

5. Toner

6. Blonder Tongue

B. Coaxial-Cable Connectors: Type F connectors, 75 ohms.

C. Connectors shall be sized to fit the appropriate cable being installed.

D. Patch panels shall support F type connectors.

E. F-Type connectors shall meet or exceed the requirements of ANSI/SCTE 02 1997.

F. The Total Tap/Toner

1. PT. #F59-T75 F Port Male Terminator

2. PT. #TXMT-3H Housing(3) Port Tap Cavity Housing

3. PT. #TXMT108-23(8) Port Tap Plate=23db

4. PT. #TXMT108-20(8) Port Tap Plate=20db

5. PT. #TXMT108-17(8) Port Tap Plate=17db

6. PT. #TXMT108-14(8) Port Tap Plate=14db

7. PT. #TXMT-BTap Blank Plate

G. Toner – Splitters 2, 4, 6 and 8 way.

1. 2-way-PT. #GV5-2

2. 4-way-PT. #GV5-4

3. 8-way-PT. #GV5-6

4. 6-way-PT. #GV5-8

H. Blonder Tongue Amplifier/ CATV RF Distribution Amplifier 1000MHz- 35dB Gain,

PT. #ACA-35-1000

I. F-Connector RG11- Pt. #F11-ALM

J. 75-ohm impedance, RG/6U type coaxial cables shall be terminated with universal “F”

type connectors, “crimp” type single piece brass construction with a ½” attached

ferrule. Connectors shall be Toner. Install per manufacturer’s instruction with

approved tooling. “Twist-on” Type “F” connectors are not acceptable.

K. Modular fitting with female/female F-connector for CATV shall be as indicated on

the drawings.

L. F-Connector RG6- Pt. #F56-324

M. F-Type CommScope Coupler Module Pt. #M81C-Coupler

Page 36: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 8

Page

Acknowledged

By:

___________

Initials

1.10 MULTI-MEDIA ROOM

MICROPHONES

A. Furnish and install the following Wireless Microphone System

1. The Wireless Combo Microphone Systems shall be equal to Shure SLX Wireless

System composed of: (Qty 4)

a. Shure ULXS4 rack mount receiver with rack ears

b. Shure ULXS24/Beta58 hand held transmitter

c. Shure ULXS1 Body Pack Transmitter

d. Shure WL185 Lavaliere Microphone

Approved Equal

Audix

Sennheiser

Electro-Voice

2. Active Directional Antenna (Location to be determined by AV Designer)

Shure UA874 (Qty 2)

Approved Equal

Audix

Sennheiser

Electro-Voice

3. A podium style gooseneck microphone

a. Shure MX415/C (Qty 1)

b. R185B

Approved Equal

Audix

Sennheiser

Electro-Voice

DIGIAL SIGNAL PROCESSING

A. Furnish Digital Signal Processor (DSP) for using in controlling the various audio

signals for playback of devices.

B. The DSP system shall provide twelve balanced mic/line inputs and eight balanced

mic/line outputs on plug-in barrier-strip connectors. Inputs and outputs shall be

analog, with internal 24-bit A.D & D/A converters operating at a sample rate of 48

kHz. All internal processing shall be digital (DSP).

C. The DSP shall provide the following:

1. Ethernet port for software configuration/control

2. Serial port for third-party remote control

3. Remote control bus for dedicated control panels

4. Pre-configured I/O with definable processing

5. Mix, route, combine, EQ, delay, control, etc.

6. UL listed

Page 37: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 9

Page

Acknowledged

By:

___________

Initials

D. Furnish and install the following

1. Biamp Nexia CS (Qty 1)

Approved Equal

Symetrix

Ashly

Rane

AMPLIFIER (POWER AMP)

A. General: Amplifier to be mounted in the equipment rack. The amplifier will perform

to these minimal specifications. The amplifier shall contain all solid state circuitry,

using complementary silicon output devices. The amplifier shall operate from 50-60

Hz AC power and operate at 70v.

B. Each power amplifier shall have an input connector which is either a screw-type

barrier strip or XLR type. Output connections shall be barrier strip. Other types of

connectors shall not be accepted.

C. Furnish and install the following in the Rack:

1. QSC CX302v two channels 200w for lobby full-range. (Qty1)

Approved Equal

Crown

Electro-Voice

PLAYBACK DEVICES FOR MULTI-PURPOSE ROOM

A. Furnish Digital Video Disc (Blu-Ray) playback equipment in Rack Room 111 and in

podium.

B. Units shall be furnished with HDMI and component inputs and outputs. Controllable

with RS-232C or IP. Supports Blu-Ray, DVD and audio CD formats.

C. Furnish and install the following:

1. Denon DN-500BD Blu-Ray player with rack mounting ears. (Qty 1)

Approved Equal

Marantz

Yamaha

CEILING MOUNTED LOUSDPEAKER ASSEMBLIES

A. Furnish ceiling mounted loudspeakers at the locations noted on the drawings.

B. Each speaker shall be installed in a recessed enclosure. Furnish braces designed to

provide additional support to the weight of the speaker and prevent tile sag.

Coordinate exact locations with the Architect. Baffles shall be painted a color

selected by the AV Designer prior to installation. Connect the loudspeakers as

indicated in the drawings.

C. Tap the transformers as indicated (2.5). Measure and record the impedance at

1000Hz of each home run at the amplifier terminals.

D. Color: Off white

Page 38: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 10

Page

Acknowledged

By:

___________

Initials

E. Furnish and install the following:

1. Electro-voice EVID 8.2LP coaxial 8” loudspeaker. (Qty 13)

Approved Equal

Atlas

Tannoy

TV MONITORS FOR MULTI-PURPOSE ROOM

A. Furnish and install 80” LCD Flat Screens

B. Screens are to be mounted as indicated in the drawings.

C. HDMI In and Controllable by RS232

D. Furnish and install the following:

1. Sharp LC80LE661 80” TV monitor (Qty 1)

Approved Equal

Samsung

LG

Sony

2. ProMount UT-PRO310 tilt wall mount for TV monitor. (Qty 1)

Approved Equal

Chief

Peerless

E. Furnish and install 60” LCD Flat Screens

F. Screens are to be mounted as indicated in the drawings.

G. HDMI In and Controllable by RS232

H. Furnish and install the following:

3. Sharp LC60LE661 60” TV monitor (Qty2)

Approved Equal

Samsung

LG

Sony

4. Paramount Swivel wall mount for TV monitor. (Qty2)

Approved Equal

Chief

Peerless

LECTERN

A. Install a lectern to house podium mic and laptop distribution

B. 46” high and 25” wide

C. Medium Oak Veneer finish

D. Furnish and install the following

1. Da-Lite Lexington Lectern (Qty 1)

No approved equal

Page 39: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 11

Page

Acknowledged

By:

___________

Initials

PRESENTATION VIDEO SWITCHER

A. Furnish a 7X4 switcher be installed.

B. Handle up to 7 AV sources.

C. Outputs are to provide up to 2 DM, HDBaseT and 2 HDMI outputs.

D. Selectable input and output

E. Integrated Ethernet networking and USB distribution for managing the displays

and other room devices without necessitating any additional wiring.

F. Furnish and install the following:

1. Crestron DMPS3-300-C System 300 Switcher (Qty 1)

DM PLATE CONNECTION FOR LECTERN AND SOUNDBOARD RACK

A. Finish Stainless steel wall plates with HDMI connectors on columns as designated in

drawings

B. DigitalMedia 8G HDBaseT transmitter.

C. Plate with RJ 45 for HDBaseT transmission.

D. Plate colors are to be determined by AV Designer/owner.

E. Furnish and install the following

1. Crestron DM-TX-200-C-2G HDBT (Qty 2)

DIGITAL RECEIVERS FOR TV MONITORS AND PROJECTOR

A. Furnish receiver for each TV Monitors and projector that is routed from the switcher

B. DigitalMedial 8G HDBaseT receiver

C. RS 232 control and HDMI output

D. 2 channel outputs

E. Upscales the input signal to match the native resolution of an screen-including 4K

and Ultra HD displays

F. Furnish and install the following

1. Crestron DM-RMC-4K-Scaller (Qty 2)

TOUCH PANELS

A. Furnish touch panels for controlling audiovisual system

B. 7” LED backlit color LCD display

C. Touch Screen

D. High-performance H.264 streaming video

E. Furnish and install the following

1.Crestron TSW-750 (Qty 1)

WIRELESS GATEWAY

A. Furnish a RF gateway for use of wireless touch panel

B. Range of 300 ft.

C. Communicate with control system via the Cresnet network

D. Furnish and install the following

1. Crestron CNFRGWA-418 (Qty 1)

Page 40: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 12

Page

Acknowledged

By:

___________

Initials

DIGITALMEDIA (DM) CABLE

A. Furnish DigitalMedia cabling with connectors to all HDBaseT inputs and output as

indicated on drawings

B. 8G ultra high-performance CAT5e connecting all

C. HDBaseT rated.

D. Furnish and install the following

1. DM-CBL-8G.NP

2. DM-8G-CONN

HDMI EXTENDERS

A. Install HDMI Extenders over Cat6

B. Single cable connection up to 500ft

C. Transmitter/Receiver

D. Audio flow

E. Furnish and install the following

1. Trip-Lite B132-004A-2 (Qty 1)

Approved Equal

C2G

Extron

Crestron

SOUND MIXING CONSOLE

A. Furnish as mixing console to be racked in a mobile cart.

B. 16 input channel (Balance/Unbalance) and 1 Stereo unbalance inp

C. 4 sub outputs and 2 main outputs

D. Independent A-B output for 2-track recording, monitor foldback, speaker fills etc.

E. +48V Phantom Power

F. USB multitrack recording option

G. Furnish and install the following

1. Allen & Heath MixWizard 16.2

Approved Equal

Yamaha

Midas

XLR RETURN WALL PATE

A. Furnish a wall plate with 4 female XLR connectors

B. Mount on exterior closet wall at soundboard

1. RCI custom (Qty 1)

Approved Equal

Liberty

Plateworks

FLOOR BOX

A. Furnish a 10x10 floor box w/back box

B. Connections: 1 Microphone input, 1 Crestron DM Cat6,

1. Ace BackStage

Page 41: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 13

Page

Acknowledged

By:

___________

Initials

WALL BOX

A. Furnish a large capacity wall box

B. Low profile cover with locking door

C. Locking cover door

D. Back boxes with knockouts

E. Fits within standard wall dimensions

F. apped connector mounting hole

G. Large 1”, 1 ¼” Knockouts for conduit

1. FSR WB-X3-GNG (Qty 1)

DESK TOP MICROPHONE STAND

A. Height Adj.: 9-13"

B. Base Spread: 6"

C. Base Weight: 2 lbs.

D. Color: Black base; black shaft

1. On-stage DS7200B (Qty 4)

Approved Equal

Atlas

Ultimate

MICROPHONE STAND

A. Height Adj.: 33-60"

B. Base Diameter: 10

C. Weight: 7 lbs.

D. Black Finish Steel mid-point locking clutch

E. 5/8"- 27 solid threaded upper shaft w/ locking washer

1. On-Stage MS7201B (Qty 1)

POE DATA SWITCH

A. (8) Gigabit RJ45 Ports, Managed by UniFi Controller, or

B. (16) Gigabit RJ45 Ports, Managed by UniFi Controller, or

C. (16) Gigabit RJ45 Ports, 10/100/1000Base-T Ports +

D. (2) Gigabit SFP Ports

E. Auto-Sensing IEEE 802.3af/at PoE+

F. Configurable 24V Passive PoE

G. 10 Gbps Total, Non-Blocking Line Rate-

1. Ubiquiti Netowrks 8-Port Unifi Switch PoE+, or

2. Ubiquiti Netowrks 16-Port Unifi Switch PoE+, or

3. Transitions Network Switches- (16) 10/100/1000Base-T Ports + (2) 100/1000

SFP/RJ- 45 Combo Ports Managed PoE+ AV- Network Equipment System Switches

PT. # SM16TAT2DPA. (Qty. 1)

Page 42: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 14

Page

Acknowledged

By:

___________

Initials

1.11 CAFETORIUM

MICROPHONES

A. Furnish and install the following Wireless Microphone System

1. The Wireless Combo Microphone Systems shall be equal to Shure SLX Wireless

System composed of: (Qty 4)

B. Shure ULXS4 rack mount receiver with rack ears

C. Shure ULXS24/Beta58 hand held transmitter

D. Shure ULXS1 Body Pack Transmitter

E. Shure WL185 Lavaliere Microphone

Approved Equal

Audix

Sennheiser

Electro-Voice

F. Active Directional Antenna (Location to be determined by AV Designer)

1. Shure UA874 (Qty 2)

Approved Equal

Audix

Sennheiser

Electro-Voice

G. Dynamic Microphone

1. Shure SM58 (Qty 2)

Approved Equal

Audix

Sennheiser

Electro-Voice

DIGIAL SIGNAL PROCESSING

A. A Furnish Digital Signal Processor (DSP) for using in controlling the various audio

signals for playback of devices.

B. The DSP system shall provide twelve balanced mic/line inputs and eight balanced

mic/line outputs on plug-in barrier-strip connectors. Inputs and outputs shall be

analog, with internal 24-bit A.D & D/A converters operating at a sample rate of 48

kHz. All internal processing shall be digital (DSP). Capability.

C. The DSP shall provide the following:

D. Ethernet port for software configuration/control

E. Serial port for third-party remote control

F. Remote control bus for dedicated control panels

G. Pre-configured I/O with definable processing

H. Mix, route, combine, EQ, delay, control, etc.

I. UL listed

Page 43: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 15

Page

Acknowledged

By:

___________

Initials

J. Furnish and install the following:

1. Biamp Nexia CS (Qty 1)

Approved Equal

Symetrix

Ashly

Rane

AMPLIFIER (POWER AMP)

A. General: Amplifier to be mounted in the equipment rack. The amplifier will perform

to these minimal specifications. The amplifier shall contain all solid state circuitry,

using complementary silicon output devices. The amplifier shall operate from 50-60

Hz AC power and operate at 70v.

B. Each power amplifier shall have an input connector which is either a screw-type

barrier strip or XLR type. Output connections shall be barrier strip. Other types of

connectors shall not be accepted.

C. Furnish and install the following in the Rack:

1. QSC CX302v two channels 200w for lobby full-range. (Qty1)

Approved Equal

Crown

Electro-Voice

PLAYBACK DEVICES FOR MULTI-PURPOSE ROOM

A. Furnish Digital Video Disc (Blu-Ray) playback equipment in Rack Room 111 and in

podium.

B. Units shall be furnished with HDMI and component inputs and outputs. Controllable

with RS-232C or IP. Supports Blu-Ray, DVD and audio CD formats.

C. Furnish and install the following:

1. Denon DN-500BD Blu-Ray player with rack mounting ears. (Qty 1)

Approved Equal

Marantz

Yamaha

CEILING MOUNTED LOUSDPEAKER ASSEMBLIES

A. Furnish ceiling mounted loudspeakers at the locations noted on the drawings.

B. Each speaker shall be installed in a recessed enclosure. Furnish braces designed to

provide additional support to the weight of the speaker and prevent tile sag.

Coordinate exact locations with the Architect. Baffles shall be painted a color

selected by the AV Designer prior to installation. Connect the loudspeakers as

indicated in the drawings.

C. Tap the transformers as indicated (2.5). Measure and record the impedance at

1000Hz of each home run at the amplifier terminals.

D. Color: Off white

Page 44: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 16

Page

Acknowledged

By:

___________

Initials

E. Furnish and install the following:

1. Electro-voice EVID 8.2LP coaxial 8” loudspeaker. (Qty 8)

Approved Equal

Atlas

Tannoy

TV MONITORS FOR MULTI-PURPOSE ROOM

A. Furnish and install 80” LCD Flat Screens

B. Screens are to be mounted as indicated in the drawings.

C. HDMI In and Controllable by RS232

D. Furnish and install the following:

1. Sharp LC60LE661 60” TV monitor (Qty 1)

Approved Equal

Samsung

LG

Sony

2. ProMount UT-PRO310 tilt wall mount for TV monitor. (Qty 1)

Approved Equal

Chief

Peerless

LOCAL AV CONNECTION PANEL FOR TRAINING ROOM

A. Furnish a single gang wall plate

B. Inputs-HDMI, VGA and 1/8” Audio

C. Furnish and install the following

1. Philmore 75-647 Stainless steel wall Plate (Qty 4)

FLOOR BOX

A. Furnish a 10x10 floor box w/back box

B. Connections: 1 Microphone input, 1 HDMI, (Configure for 1 box)

C. Connections: 2 Microphone inputs (Configure for 2 boxes)

1. Ace BackStage /(Qty 3)

SOUND MIXING CONSOLE

A. Furnish a s mixing console to be racked in a mobile cart.

B. 16 input channel (Balance/Unbalance) and 1 Stereo unbalance inp

C. sub outputs and 2 main outputs

D. Independent A-B output for 2-track recording, monitor foldback, speaker fills etc

E. +48V Phantom Power

F. USB multitrack recording option

G. Furnish and install the following

1. Allen & Heath MixWizard 16.2 (Qty. 1)

Approved Equal

Yamaha

Midas

Page 45: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 17

Page

Acknowledged

By:

___________

Initials

XLR RETURN WALL PATE

A. Furnish a wall plate with 2 male XLR connectors

B. Mount inside stage wall as indicated on drawings

1. RCI custom (Qty 1)

Approved Equal

Liberty

Plateworks

POE DATA SWITCH

A. (8) Gigabit RJ45 Ports, Managed by UniFi Controller, or

B. (16) Gigabit RJ45 Ports, Managed by UniFi Controller, or

C. (16) Gigabit RJ45 Ports, 10/100/1000Base-T Ports +

D. (2) Gigabit SFP Ports

E. Auto-Sensing IEEE 802.3af/at PoE+

F. Configurable 24V Passive PoE

G. 10 Gbps Total, Non-Blocking Line Rate-

1. Ubiquiti Netowrks 8-Port Unifi Switch PoE+, or

2. Ubiquiti Netowrks 16-Port Unifi Switch PoE+, or

3. Transitions Network Switches- (16) 10/100/1000Base-T Ports + (2) 100/1000

SFP/RJ- 45 Combo Ports Managed PoE+ AV- Network Equipment System Switches

PT. # SM16TAT2DPA. (Qty. 1)

CONTROL PROCESSOR

A. Ethernet monitoring and control

B. Supports TouchLink® touchpanels

C. Three bidirectional RS-232 serial ports for universal control of display devices,

switchers, and other equipment

D. Four IR ports

E. Four relays

F. Four contact closure inputs

1. Extron IPL 250 (Qty. 4)

TOUCH SCREEN

A. 3.5" color touchscreen with 320x240 resolution and 18-bit color depth

B. Eight customizable backlit buttons and a user-friendly volume knob

C. Three-gang mounting on a wall, lectern, or any flat surface

D. Power over Ethernet allows the touchpanel to receive power and communication over

a single CAT 5-type cable, eliminating the need for a local power supply - PoE

injector included

1. Extron TLP 350MV (Qty. 4)

Page 46: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 18

Page

Acknowledged

By:

___________

Initials

HDMI SWITCHER

A. Inputs: 4

B. Outputs: 1

C. Bandwidth: 6.75Gbps (2.25Gbps per graphic channel)

D. HDCP compliant

E. EDID capture

1. Krammer VS-41H (Qty. 1)

Approved Equal

Extron

Grefen

REAR PROJECTOR

A. Projection System High-aperture Epson 3-chip,

a. 3LCD technology

B. Projection Method Front/rear/ceiling mount

C. LCD Driving Method 2,304,000 pixels x 3LCDs

D. Output: 8700 lumens

E. Aspect Ratio Native16:10, (supports 4:3, 16:9, 5:4)

F. Native Resolution XGA (1024 x 768)

1. Epson Powerlite Pro Z9870NL XGA 3 LCD Projector (Qty.1)

Approved Equal

Sanyo

Panasonic

Sony

STANDARD and SHORT THROW LENS

A. Zoom Ratio: 1 – 1.2

B. Focal Length: 14.8mm – 17.7mm

C. F-Number: 2.0 – 2.1

D. Furnish and install

1. Epson ELPLU02 Lens (Qty. 2)

ELECTRIC REAR SCREEN

A. Wall or Ceiling Mountable

B. Tensioned

C. 3-Position Wall Switch

D. 184" Diagonal

E. HDTV Format

F. 16:9 Aspect Ratio

G. Dual Vision Finish (Front and rear)

H. Furnish and install

1. Da-lite 35189 Advantage Deluxe Tensioned (Qty. 1)

Approved Equal

Draper

Elte

Page 47: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 19

Page

Acknowledged

By:

___________

Initials

PROJECTOR SECURITY CAGE

A. Furnish a projector security cage

B. Fully encloses the projector and mount in a locked cage

1. Chief PG1A (Qty1)

WALL BOX

A. Furnish a large capacity wall box

B. Low profile cover with locking door

C. Locking cover door

D. Back boxes with knockouts

E. Fits within standard wall dimensions

F. apped connector mounting hole

G. Large 1”, 1 ¼” Knockouts for conduit

1. FSR WB-X3-GNG (Qty 1)

BOOM MICROPHONE STAND

A. Steel midpoint locking clutch

B. Boom Length: 30"

C. Height Adjustment: 32"-61.5"

D. Base Spread: 23"

1. OnStage MS7701B (Qty 6)

Atlas

Ultimate

LED PAR64 LIGHT FIXTURES

A. Furnish LED par 64 fixtures

B. 4/5/9/10-channel RGBAW wash light

C. Built-in automated programs via DMX

D. Built-in color macros via DMX

E. RGBAW color mixing with or without DMX control

F. Master/Slave, Standalone & Sound Active Modes

G. 32-bit dimming. Standard plus four 32-bit variations (Rev B)

H. Full electronic dimming & 1-10FPS strobing

I. LED display with 4-button control panel

1. Blizzard Rocklite RGBAW Par (Qty 18)

LIGHT CONTROLLER CONSOLE

A. 136 channel hybrid lighting control device

B. Manipulate conventional and moving lights

C. 96 programmable Scenes and 8 programmable Chases can be recorded for the moving

light section.

D. Group button to control more than 1 fixture at a time and four speed and fade faders

for manual override of Chases.

1. American DJ DMX Pro Operator (Qty 1)

Page 48: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 20

Page

Acknowledged

By:

___________

Initials

LIGHTING PIPE GRID

A. 1-1/2" schedule 40 steel pipe battens crossing at right angles

B. The upper level of battens run in one direction and is suspended from the building

structure

C. The lower level of battens is clamped perpendicular to the upper pipe battens

1. IA Stage Standard Pipe Grid (Qty 2)

1.12 GYNMASIUM

MICROPHONES

A. Furnish and install the following Wireless Microphone System

1. The Wireless Combo Microphone Systems shall be equal to Shure SLX Wireless

System composed of: (Qty 4)

A. Shure ULXS4 rack mount receiver with rack ears

B. Shure ULXS24/Beta58 hand held transmitter

C. Shure ULXS1 Body Pack Transmitter

D. Shure WL185 Lavaliere Microphone

Approved Equal

Audix

Sennheiser

Electro-Voice

2. Active Directional Antenna (Location to be determined by AV Designer)

A. Shure UA874 (Qty 2)

Approved Equal

Audix

Sennheiser

Electro-Voice

3. Dynamic Microphone

A. Shure SM58 (Qty 2)

Approved Equal

Audix

Sennheiser

Electro-Voice

DIGIAL SIGNAL PROCESSING

A. Furnish Digital Signal Processor (DSP) for using in controlling the various audio

signals for playback of devices.

B. The DSP system shall provide twelve balanced mic/line inputs and eight balanced

mic/line outputs on plug-in barrier-strip connectors. Inputs and outputs shall be

analog, with internal 24-bit A.D & D/A converters operating at a sample rate of 48

kHz. All internal processing shall be digital (DSP).

C. The DSP shall provide the following:

D. Ethernet port for software configuration/control

E. Serial port for third-party remote control

F. Remote control bus for dedicated control panels

G. Pre-configured I/O with definable processing

Page 49: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 21

Page

Acknowledged

By:

___________

Initials

H. Mix, route, combine, EQ, delay, control, etc.

I. UL listed

J. Furnish and install the following

1. Biamp Nexia CS (Qty 1)

Approved Equal

Symetrix

Ashly

Rane

AMPLIFIER (POWER AMP)

A. General: Amplifier to be mounted in the equipment rack. The amplifier will perform

to these minimal specifications. The amplifier shall contain all solid state circuitry,

using complementary silicon output devices. The amplifier shall operate from 50-60

Hz AC power and operate at 70v.

B. Each power amplifier shall have an input connector which is either a screw-type

barrier strip or XLR type. Output connections shall be barrier strip. Other types of

connectors shall not be accepted.

C. Furnish and install the following in the Rack:

1. QSC CX502 two channels 500w (Qty3)

Approved Equal

Crown

Electro-Voice

PLAYBACK DEVICES FOR MULTI-PURPOSE ROOM

A. Furnish Digital Video Disc (Blu-Ray) playback equipment in Rack Room 111 and in

podium.

B. Units shall be furnished with HDMI and component inputs and outputs.

C. Controllable with RS-232C or IP.

D. Supports Blu-Ray, DVD and audio CD formats.

E. Furnish and install the following:

1. Denon DN-500BD Blu-Ray player with rack mounting ears. (Qty 1)

Approved Equal

Marantz

Yamaha

FULL-RANGE LOUD SPEAKER

A. Furnish loud speaker with side mounting hole

B. Passive

C. Type: Full-range

D. LF driver:15"

E. MF driver: Not applicable

F. HF driver:1" Titanium dome

G. Power capacity 8 Ohms program/peak:500W Cont/2000W Peak Ohms program/peak:

H. Frequency response:50Hz - 20kHz +3dB

Page 50: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 22

Page

Acknowledged

By:

___________

Initials

I. Coverage pattern:70 x 70

J. Max SPL:124 Db

K. Furnish and install

1. Turbosound NUQ153-15” loudspeaker (Qty 10)

Approved Equal

EV

JBL

QSC

POE DATA SWITCH

A. (8) Gigabit RJ45 Ports, Managed by UniFi Controller, or

B. (16) Gigabit RJ45 Ports, Managed by UniFi Controller, or

C. (16) Gigabit RJ45 Ports, 10/100/1000Base-T Ports +

D. (2) Gigabit SFP Ports

E. Auto-Sensing IEEE 802.3af/at PoE+

F. Configurable 24V Passive PoE

G. 10 Gbps Total, Non-Blocking Line Rate-

1. Ubiquiti Netowrks 8-Port Unifi Switch PoE+, or

2. Ubiquiti Netowrks 16-Port Unifi Switch PoE+, or

3. Transitions Network Switches- (16) 10/100/1000Base-T Ports + (2) 100/1000

SFP/RJ- 45 Combo Ports Managed PoE+ AV- Network Equipment System Switches

PT. # SM16TAT2DPA. (Qty. 1)

CONTROL PROCESSOR

A. Ethernet monitoring and control

B. Supports TouchLink® touchpanels

C. Three bidirectional RS-232 serial ports for universal control of display devices,

switchers, and other equipment

D. Four IR ports

E. Four relays

F. Four contact closure inputs

1. Extron IPL 250 (Qty 1)

TOUCH SCREEN

A. 3.5" color touchscreen with 320x240 resolution and 18-bit color depth

B. Eight customizable backlit buttons and a user-friendly volume knob

C. Three-gang mounting on a wall, lectern, or any flat surface

D. Power over Ethernet allows the touchpanel to receive power and communication over

a single CAT 5-type cable, eliminating the need for a local power supply - PoE

injector included

1. Extron TLP 350MV (Qty 1)

Page 51: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 23

Page

Acknowledged

By:

___________

Initials

HDMI SWITCHER

A. Inputs: 4

B. Outputs: 1

C. Bandwidth: 6.75Gbps (2.25Gbps per graphic channel)

D. HDCP compliant

E. EDID capture

1. Krammer VS-41H (Qty 1)

Approved Equal

Extron

Grefen

FLOOR BOX

A. Furnish a 10x10 floor box w/back box

B. Connections: 1 Microphone input, 1 HDMI, (Configure for 1 box)

1. Ace BackStage -10x10 /(Qty 3)

PORTABLE SUB MIXER

A. Furnish a small analog mixer

B. Six input channel (2 xXLR, 4 x TRS)

C. Two outputs ( 2x XLR, 2x TRS)

D. Two Phanton Power channels

E. 2 Band EQ

1. Yamaha MG06 (Qty. 1)

Approved Equal

Alesis

Behringer

M-audio

HDMI EXTENDERS

A. Install HDMI Extenders over Cat6

B. Single cable connection up to 500ft

C. Transmitter/Receiver

D. Audio flow

E. Furnish and install the following

1. Trip-Lite B132-004A-2 (Qty 5)

Approved Equal

C2G

Extron

Crestron

Page 52: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 24

Page

Acknowledged

By:

___________

Initials

WALL BOX

A. Furnish a large capacity wall box

B. Low profile cover with locking door

C. Locking cover door

D. Back boxes with knockouts

E. Fits within standard wall dimensions

F. Tapped connector mounting hole

G. Large 1”, 1 ¼” Knockouts for conduit

1. FSR WB-X3-GNG (Qty 1)

BOOM MICROPHONE STAND

E. Steel midpoint locking clutch

F. Boom Length: 30"

G. Height Adjustment: 32"-61.5"

H. Base Spread: 23"

2. OnStage MS7701B (Qty 6)

Atlas

Ultimate

1.13 BAND AND CORAL ROOMS

MICROPHONES

A. Furnish and install the following Wireless Microphone System

B. Shure ULXS4 rack mount receiver with rack ears

C. Shure ULXS24/Beta58 hand held transmitter

D. Shure ULXS1 Body Pack Transmitter

E. Shure WL185 Lavaliere Microphone

1. The Wireless Combo Microphone Systems shall be equal to Shure SLX Wireless

System composed of: (Qty 2)

Approved Equal

Audix

Sennheiser

Electro-Voice

2. Active Directional Antenna (Location to be determined by AV Designer)

A. Shure UA874 (Qty 4)

Approved Equal

Audix

Sennheiser

Electro-Voice

Page 53: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 25

Page

Acknowledged

By:

___________

Initials

DIGIAL SIGNAL PROCESSING

A. Furnish Digital Signal Processor (DSP) for using in controlling the various audio

signals for playback of devices.

B. The DSP system shall provide twelve balanced mic/line inputs and eight balanced

mic/line outputs on plug-in barrier-strip connectors. Inputs and outputs shall be

analog, with internal 24-bit A.D & D/A converters operating at a sample rate of 48

kHz. All internal processing shall be digital (DSP).

C. The DSP shall provide the following:

D. Ethernet port for software configuration/control

E. Serial port for third-party remote control

F. Remote control bus for dedicated control panels

G. Pre-configured I/O with definable processing

H. Mix, route, combine, EQ, delay, control, etc.

I. UL listed

K. Furnish and install the following

1. Biamp Nexia CS (Qty 2)

Approved Equal

Symetrix

Ashly

Rane

AMPLIFIER (POWER AMP)

A. General: Amplifier to be mounted in the equipment rack. The amplifier will perform

to these minimal specifications. The amplifier shall contain all solid state circuitry,

using complementary silicon output devices. The amplifier shall operate from 50-60

Hz AC power and operate at 70v.

B. Each power amplifier shall have an input connector which is either a screw-type

barrier strip or XLR type. Output connections shall be barrier strip. Other types of

connectors shall not be accepted.

C. Furnish and install the following in the Rack in Datacom room M105:

1. QSC CX302v two channels 200w for lobby full-range. (Qty2)

Approved Equal

Crown

Electro-Voice

DIGITAL AUDIO RECORDER AND PLAYBACK

A. Records to SD/SDHC and USB media in MP3 and WAV (up to 24-bit/96kHz)

B. Dual Record feature (records to two media options simultaneously for primary and

backup recording)

C. Relay Record feature (continues recording to backup media when primary media is

full)

D. File Archiving via FTP (Automatic or Timed) with 24/7 record feature

E. Web Remote for setup and control with Password Protection

F. Independent switchable XLR Mic/Line inputs with +48V Phantom Power

Page 54: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 26

Page

Acknowledged

By:

___________

Initials

G. Timer recording/playback (30 schedules available)

H. IP, RS-232c, GPIO, USB keyboard remote control

I. Front panel USB keyboard connection

J. NTP supported (Network Time Protocol)

K. EDL marking & file edit functions (Move, Copy, Combine and Divide)

1. Denon DN-500r. (Qty 2)

Approved Equal

Marantz

Yamaha

CEILING MOUNTED LOUSDPEAKER ASSEMBLIES

A. Furnish ceiling mounted loudspeakers at the locations noted on the drawings.

B. Each speaker shall be installed in a recessed enclosure. Furnish braces designed to

provide additional support to the weight of the speaker and prevent tile sag.

Coordinate exact locations with the Architect. Baffles shall be painted a color

selected by the AV Designer prior to installation. Connect the loudspeakers as

indicated in the drawings.

C. Tap the transformers as indicated (2.5). Measure and record the impedance at

1000Hz of each home run at the amplifier terminals.

D. Color: Off white

E. Furnish and install the following:

1. Electro-voice EVID 8.2LP coaxial 8” loudspeaker. (Qty 10)

Approved Equal

Atlas

Tannoy

POE DATA SWITCH

A. (8) Gigabit RJ45 Ports, Managed by UniFi Controller (Qty 2), or

B. (16) Gigabit RJ45 Ports, Managed by UniFi Controller (Qty 1), or

C. (16) Gigabit RJ45 Ports, 10/100/1000Base-T Ports + (Qty 1)

D. (2) Gigabit SFP Ports

E. Auto-Sensing IEEE 802.3af/at PoE+

F. Configurable 24V Passive PoE

G. 10 Gbps Total, Non-Blocking Line Rate-

1. Ubiquiti Netowrks 8-Port Unifi Switch PoE+, or

2. Ubiquiti Netowrks 16-Port Unifi Switch PoE+, or

3. Transitions Network Switches- (16) 10/100/1000Base-T Ports + (2) 100/1000

SFP/RJ- 45 Combo Ports Managed PoE+ AV- Network Equipment System Switches

PT. # SM16TAT2DPA. (Qty. 2)

Page 55: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 27

Page

Acknowledged

By:

___________

Initials

CONTROL PROCESSOR

A. Ethernet monitoring and control

B. Supports TouchLink® touchpanels

C. Three bidirectional RS-232 serial ports for universal control of display devices,

switchers, and other equipment

D. Four IR ports

E. Four relays

F. Four contact closure inputs

1. Extron IPL 250 (Qty 2)

TOUCH SCREEN

A. 3.5" color touchscreen with 320x240 resolution and 18-bit color depth

B. Eight customizable backlit buttons and a user-friendly volume knob

C. Three-gang mounting on a wall, lectern, or any flat surface

D. Power over Ethernet allows the touchpanel to receive power and communication over

a single CAT 5-type cable, eliminating the need for a local power supply - PoE

injector included

1. Extron TLP 350MV (Qty 2)

WALL BOX

A. Furnish a large capacity wall box

B. Low profile cover with locking door

C. Locking cover door

D. Back boxes with knockouts

E. Fits within standard wall dimensions

F. Tapped connector mounting hole

G. Large 1”, 1 ¼” Knockouts for conduit

1. FSR WB-X3-GNG (Qty 2)

1.14 MEDIA CENTER ROOM

PROJECTOR

A. Projection System High-aperture Epson 3-chip, 3LCD technology

B. Projection Method Front/rear/ceiling mount

C. LCD Driving Method 2,304,000 pixels x 3LCDs

D. Output: 8700 lumens

E. Aspect Ratio Native16:10, (supports 4:3, 16:9, 5:4)

1. Native Resolution XGA (1024 x 768)

2. Epson Powerlite Pro Z9870NL XGA 3 LCD Projector (Qty. 1)

Approved Equal

Sanyo

Panasonic

Sony

Page 56: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 28

Page

Acknowledged

By:

___________

Initials

PROJECTION SCREEN

A. Furnish and install an 8x6 projection screen

B. Matt finish

C. Electric up and down

D. Furnish and install the following

1. Dalite Cosmopoliton (Qty. 1)

Approved Equal

Draper

DIGIAL SIGNAL PROCESSING

A. Furnish Digital Signal Processor (DSP) for using in controlling the various audio

signals for playback of devices.

B. The DSP system shall provide twelve balanced mic/line inputs and eight balanced

mic/line outputs on plug-in barrier-strip connectors. Inputs and outputs shall be

analog, with internal 24-bit A.D & D/A converters operating at a sample rate of 48

kHz.

C. All internal processing shall be digital (DSP).

D. The DSP shall provide the following:

1. Ethernet port for software configuration/control

2. Serial port for third-party remote control

3. Remote control bus for dedicated control panels

4. Pre-configured I/O with definable processing

5. Mix, route, combine, EQ, delay, control, etc.

6. UL listed

E. Furnish and install the following

1. Biamp Nexia CS (Qty 1)

Approved Equal

Symetrix

Ashly

Rane

AMPLIFIER (POWER AMP)

A. General: Amplifier to be mounted above Projector in ceiling. The amplifier will

perform to these minimal specifications. The amplifier shall contain all solid state

circuitry, using complementary silicon output devices. The amplifier shall operate

from 50-60 Hz AC power and operate at 70v.

B. Furnish and install the following in the Rack in Datacom room M105:

1. Atlas sound PG60 two channels 60w. (Qty1)

Page 57: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 29

Page

Acknowledged

By:

___________

Initials

CEILING MOUNTED LOUSDPEAKER ASSEMBLIES

A. Furnish ceiling mounted loudspeakers at the locations noted on the drawings.

B. Each speaker shall be installed in a recessed enclosure. Furnish braces designed to

provide additional support to the weight of the speaker and prevent tile sag.

Coordinate exact locations with the Architect. Baffles shall be painted a color

selected by the AV Designer prior to installation. Connect the loudspeakers as

indicated in the drawings.

C. 8 Ohm.

D. Color: Off white

E. Furnish and install the following:

1. Electro-voice EVID 8.2 coaxial 8” 8 ohm Ceiling Speaker. (Qty2)

Approved Equal

Atlas

Tannoy

WALL FACE PLATE

A. Furnish Face Plate (Qty. 1)

B. Connections for HDMI and 1/8” audio

1. C2G HDMI w/1/8 audio

HDMI EXTENDERS

A. Install HDMI Extenders over Cat6

B. Single cable connection up to 500ft

C. Transmitter/Receiver

D. Audio flow

E. Furnish and install the following

1. Trip-Lite B132-004A-2 (Qty 5)

Approved Equal

C2G

Extron

Crestron

Page 58: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 30

Page

Acknowledged

By:

___________

Initials

2. EXECUTION

2.01 GENERAL

A. Installation: Installation shall be performed by only experienced AV installers. Each

installer shall have access to a complete copy of the AV system plans, specifications,

and approved shop drawings at the job site.

B. Equipment and Material installation: All equipment and materials are to be installed

in accordance with all applicable standards of the National Electric Code and any

other applicable codes including local municipality codes, safety codes, and

ordinances.

C. Construction coordination: Contractor shall coordinate all work with other trades to

avoid causing delays in construction schedule. Contractor shall take whatever steps

necessary to meet construction schedule including, but not limited to, expediting the

delivery of materials and/or providing additional labor.

1. Contractor shall especially coordinate work schedule for installation of ceiling

loudspeakers boxes and wiring above any and all ceilings.

2. Failure to coordinate shall not relieve AV contractor from any design or installation

requirements as described in this document.

D. Notification: If any of the above items is not correct or acceptable, contractor shall

immediately notify Architect and AV Designer in writing.

2.02 PREPARATION

A. Site Inspection: Contractor shall visit the project site prior to schedule installation

and inspect the following:

1. All conduits, raceways, boxes, junctions, etc. are installed according the documents

and required local building codes

2. All AC power and grounding provisions are installed according to documents and

required local building codes and will interface with Contractor power distribution

system.

3. All support and structural constructions and provisions are installed according to

documents and are compatible with the Contractor’s intended rigging details.

4. Any construction or condition either indicated in the documents or changed in the

field that may prevent the installation of the system as indicated in this document.

B. Notification: If any of the above items is not correct or acceptable, contractor shall

immediately notify Architect and AV Designer in writing.

2.03 INSTALLATION

A. General: All equipment, except that designated as movable or portable equipment,

shall be installed permanently attached to structure. This is not an exhausted list.

Contractor must use accepted industry standards and practices in determining if

additional items are needed.

Page 59: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 31

Page

Acknowledged

By:

___________

Initials

B. Wiring:

1. All wiring must be executed by contractor to meet or exceed accepted industry

standard and practices.

2. All necessary cables and accessories that are not included in the drawings must be

anticipated and included in the bid.

3. As per IEC-268, all XLR type connectors shall be wired with Pin 1 as shield, Pin 2 as

high signal, and Pin 3 as low signal.

4. Patch bay connections and associated cables shall be wired with sleeve as shield, tip

as high signal, and ring as low signal.

5. All audio circuits shall be wired with white or red as high signal and black as low

signal.

6. All audio equipment input and output wiring shall be configured as balanced, low

impedance, and floating lines as shown on drawings.

7. Circuits shall not be spliced except as shown or approved.

8. Observe proper polarity when wiring loudspeakers. Observe the specified wiring

color code for loudspeaker wiring to maintain uniformity throughout the project.

9. Only one cable or set of wires should be installed into any single connector; do not

loop cable in and out of a connector. Provide terminal block to parallel connect audio

signal wiring.

10. Contractor is responsible for ensuring that a proper number of each type of conductor

is installed for the desired operation of the system. Any discrepancy between the

drawings and the needs of the system should be brought to the attention of the

Architect.

11. Contractor may install extra or spare cables at their discretion. Any extra cable that is

discarded due to improper performance should be trimmed back and labeled as not

usable with a red colored tag. All usable spares should be labeled as spares.

12. All terminal blocks, splitters, and outlets shall be installed as shown.

C. Wiring Segregation: All wiring in racks and within conduit systems shall be

segregated according to signal level and/or function as follow:

1. Microphone level circuits (lower than -20 dBm)

2. Line level circuits (-20dBm & DC control circuits)

3. AC power circuits

D. Connections: All connections shall be made in compliance with industry standards,

according to manufacturer of connector, and as follows:

1. Spade lugs used for speaker level lines shall be insulated type. All other spade lugs

shall be un-insulated.

E. Connector Options: If option of multiple connector types are available on a given

piece of equipment, the preferences are as follows:

1. Terminal blocks and spade lugs

2. XLR type connector

3. Phone plug connector

F. All equipment and enclosures described in this specification shall be installed plumb

and square. All equipment, except that designated as movable or portable equipment,

shall be installed permanently attached to structure.

Page 60: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 32

Page

Acknowledged

By:

___________

Initials

G. Loudspeakers: Loudspeakers shall be mounted to or suspended from the structure as

shown in the drawings or indicated in the specifications.

1. Any openings required for loudspeakers shall be cut and finished

2. Provide back box, baffles, and tile bridges as necessary for all ceiling speakers.

H. Equipment Racks: All racks shall be assembled as indicated and as follows:

1. All electronic equipment, except those shown otherwise, rack fans, and vent panels

shall be housed in the equipment racks as shown and using black 10-32 Phillips or

Allen head screw with black fiber washer.

2. All unused spaces shall be filled with solid blank panels. Blank panels shall be

mounted with same screws and washers as equipment in the rack.

3. Provide security covers for and /or knob locks on all non-user operation controls and

equipment.

2.04 WIRING PRACTICES

A. Connections: All connections shall be made in compliance with industry standards,

according to manufacturer of connector, and as follows:

1. All solder connections shall be made with rosin core solder, be neat, and show no

signs of cold solder joint. Shrink wrap tubing shall not be used to cover any solder

connections.

2. Connections to screw type terminal blocks shall be made using crimped, non-

insulated spade lugs selected for the wire size

3. All crimp connections shall be made in accordance with connector manufacturer’s

requirements and using connector manufacturer’s approved crimping tool.

2.05 GROUNDING

A. All necessary precautions shall be taken to minimize electromagnetic and electrostatic

interference in the completed AV system.

2.06 LABELING

A. Wiring Labels: At all connection points for all types of cable & wiring, a label strip

shall be attached indicating the name/number of that cable or wire as follows.

1. At internal locations (inside racks, cabinets, or boxes), use a pressure sensitive label.

2. At external locations, use a printed label covered with clear shrink wrap or approved

labeling system.

B. Equipment Labels: All active components shall engraved lamicoid labels at the front

and rear.

1. Labels shall be mounted plumb and neat and shall not cover any equipment lights,

recessed controls, or control labels.

2. Front labels shall indicate functional used of equipment.

3. Rear labels shall indicate system schematic reference designation.

C. Contractor Label: Engineer and Contractor name plate shall be attached to a blank

panel inside each equipment rack or group of racks.

1. Name plate shall be printed, self-adhesive type and shall be no larger than 1-3/4” high

by 6” wide.

2. Name plate shall contain Engineer’s name & city/state address and Contractor’s

name, city/state address, & phone number.

Page 61: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 33

Page

Acknowledged

By:

___________

Initials

2.07 PAINTING

A. General: All exposed and otherwise visible hardware, loudspeakers, grilles, etc. shall

be painted. Color shall be as specified by Architect.

2.08 SYSTEM TESTING

A. General: Contractor shall be responsible for testing the completed system prior to the

time scheduled for the final inspection of the system. The purpose of these tests is to

ensure that all equipment is functioning according to specifications and that the

installation is free of workman defects.

B. System installation testing: The procedure for system installation testing shall

include, but not limited to, the following:

1. Verify functional and operational performance of all equipment and wiring.

2. Test polarity of all equipment and wiring.

3. Test continuity of all outlets, inputs and outputs, for shorts, open connections, or poor

connections.

4. Measure the frequency (amplitude versus frequency) of each device from system

input through power amplifier outputs.

a. Source signal shall be pink noise inserted at the earliest point in the signal path.

5. Check all loudspeakers to check for rattles, bussing, and/or functional problems using

a sweep test signal as follows:

a. Sweeps shall not exceed the manufacturers rated bandwidth.

b. Sweep signal should be amplified to one-quarter the rated power handling capacity of

the loudspeaker under test.

6. Check for oscillations or radio frequency interference with an oscilloscope at the

output of the power amplifiers.

a. Check systems operating at idle operations.

b. Check systems operating with a 100 hertz sine wave driving the system at one-quarter

maximum rated power capacity of the loudspeaker operating at that frequency.

C. System Performance Testing: The procedure for system performance testing shall

include the measurement and recording of system performances as follows:

a. Measure and record the impedance of each loudspeaker line at 50 hertz, 500 hertz,

and 5000 hertz with the loudspeakers installed and configured as called for in the

designed documents.

b. Measure and record the overall system hum and noise levels at a typical location

within the room and with the following settings:

A typical microphone input terminated at 200 ohms

The console gain set so that a -300 dBm input signal produces a console output of 0

dBm

All signal process equipment set to unity gain and flat equalization and

Power amplifier set to provide maximum gain

D. Liability: Tests shall be made in conformance to equipment manufacturers

recommendations and should not exceed the performance limitations as established

by the manufacturers. Contractor shall replace or repair any piece of equipment

damaged due to the testing.

Page 62: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 34

Page

Acknowledged

By:

___________

Initials

E. Equipment: Contractor shall use only certified, professional test and measuring

equipment.

1. Tests using non-professional equipment will not be acceptable.

2. All testing equipment should be field calibrated before and after tests.

F. Corrections: Contractor shall resolve any malfunctions and performances not within

equipment specifications or design parameters.

1. Contractor shall retest as necessary to confirm correction of problems

2. If an individual piece of equipment, after having been repaired twice, fails to perform

as per manufacturer’s specifications, then the unit is to be replaced.

3. AV contractor shall notify AV Designer of any unresolved malfunctions encountered

and of any equipment shortages sufficiently prior to the scheduled time of the final

inspection.

G. Test Report: Contractor shall submit the written records and final results of the

system testing and system performance testing to the AV Designer for review.

1. The test report should include the following:

a. The date of the tests, persons involved in the tests, and test equipment used (make,

model, & serial number)

b. Statements indicating that each preliminary test was conducted and the results were

found to be acceptable.

c. The measurement results of the system performance testing.

2. The test report must be submitted to the Engineer a week before the scheduled system

adjustment.

H. AV Designer Review: The AV Designer may require additional tests and corrections

to the system if the submitted records and results indicate an error of problems with

the system.

2.09 FINAL INSPECTION

A. General:

1. Contractor shall provide one technician having thorough knowledge of the systems as

installed, to assist the AV Designer, during the period of time scheduled for the

inspection.

2. This period of time scheduled for system inspection does not include any time for

troubleshooting or correction of installation errors. The AV Contactor shall make

provision for any additional personnel and time required for correction of such

problems.

B. Contractor shall have the system completed and ready for inspection as scheduled by

the AV Project Manager and shall have complied with the following items.

1. All tests conducted by Contractor should be completed and the results submitted to

AV Designer before this time.

2. A working copy of the closeout submittal is available on site during the inspection.

C. During the inspection, the AV Designer shall conduct tests of the system to verify

that the system is functional and installed correctly.

1. If, during the visit, the AV Designer determines that the system is not substantially

completed so as to allow for an inspection of the whole system, then the Contractor

must pay for the visit including all of the AV Designer’s expenses and time.

Page 63: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - PS Page 35

Page

Acknowledged

By:

___________

Initials

2. If, in the opinion of the AV Designer any piece of equipment does not appear to be

functioning properly, the AV Contractor may be requested to perform testing to

assure conformance to the manufacturer'

3. Contractor shall endeavor to repair or complete any and all items found defective or

not in compliance with the contract documents or submittals before the final

inspection and adjustment of the system.

D. Inspection Report: After the inspection, the AV Designer shall prepare and submit to

the Contractor a report listing all deficiencies, errors and non-compliance with

contract documents.

1. Contractor shall correct or remedy all items on the list to the satisfaction of the AV

Designer. When not specifically mentioned, the Contractor shall consult with AV

Designer as to the acceptability of the remedy.

Page 64: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - I Page 1

Page

Acknowledged

By:

___________

Initials

G. Installation and Maintenance Requirements

1. General Provisions

Before starting any installation work on this project, a conference will be held in the

Owner's office or other location for the purposes of verifying general procedures, the

handling of drawings, understanding of schedules and to establish a working

relationship between the parties concerned with this project. Present at the conference

shall be a responsible representative of the Vendor, the Vendor's account manager

and project manager(s) and representatives of the Owner. Vendor shall install the

equipment in a neat and professional manner. Owner shall approve installation plans

including, but not limited to, scheduling, spreadsheet of equipment inventory

(including model and serial numbers, etc.) and procedures. It is understood that it

shall not be the intent of the Consultant to disrupt or in any way interfere with the

work of the Vendor, but rather to coordinate with the Vendor to assure a smooth cut-

over with minimal interference to the Owner's operations and operations at each

school, and in full compliance with all applicable rules, regulations, codes and laws

including Americans with Disability Act (ADA) and National Electrical Code (NEC).

Vendor will be required to provide Performance Bond and Labor and Material

Payment Bond (if required) prior to commencing installation work.

2. Initial Installation Requirements

a. Vendor shall furnish and install the equipment in accordance with the specifications

of the Owner. All containers, boxes or parcels are to be delivered inside the Owner's

premises in an area specified by the Owner and shall bear markings or an externally

accessible packing slip showing: Vendor's name, Purchase Order number, school

identity, material identity and quantity of contents.

b. Vendor shall install the Audio Visual System by the "due date" as outlined in the

award document that will be provided by the Owner during contract negotiations.

Once this timeline has been set and mutually agreed to, the date will govern all

installation through the remainder of the project and liquidated damages will apply

moving forward.

c. The respondent shall agree to honor their quote for a period of twelve (12) months

from the start of installation. However, should any price decrease be realized, the

Owner should receive the benefit of this decrease. Acknowledgment of pricing

arrangement, exclusive of decreases, shall be included in Vendor's price quotation. In

addition, equipment costs after the initial one hundred twenty (120) day period should

be noted in Exhibit A. An agreement will be achieved with the Vendor of Award

regarding installation deadlines for each school. Once these dates have been

determined and agreed upon, the Vendor of Award is responsible for meeting the

installation deadlines. Failure of the Vendor to properly install the equipment by the

agreed "install" date will result in liquidated damages from the Vendor to be paid to

the Owner of $1,000.00 for each week, or portion thereof, delay.

d. Vendor shall insure adherence with all applicable provisions of Federal Equal Fair

Employment Practices Laws.

Page 65: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - I Page 2

Page

Acknowledged

By:

___________

Initials

e. Vendor should obtain the Owner's permission, in writing, before proceeding with any

work necessitating cutting into or through any part of the building structure such as

girders, beams, concrete or tile floors or partitions and ceilings.

f. Vendor shall be responsible for repair of all damage caused by Vendor to the

buildings structure such as girders, beams, concrete or tile floors or partitions and

ceilings.

g. Vendor shall be responsible for repairing any equipment, system, wiring or cabling

that they should damage while installing the new equipment proposed in this RFP.

The Vendor chosen to perform repair must be approved by the Owner.

h. During installation and testing, it shall be the Vendor's responsibility to coordinate

their activities with other Vendors with which their equipment connects to

demonstrate their system's satisfactory operation to the Owner. The Owner's Project

Manager shall be responsible for maintaining the coordination schedules. No

equipment or system will be considered accepted until the connectivity requirement

has been satisfied.

i. Complete and certified test results for all installations along with detailed records will

be provided prior to the installation of the Audio Visual System.

3. Warranties

a. Vendor shall provide warranties of Audio Visual System on the "acceptance date",

during which time the equipment and installation shall be free from defects in

materials and workmanship. If any equipment defects occur within the aforesaid

years, Vendor shall have the option of repairing the equipment in place or installing

new equipment. In the latter case, Vendor shall replace the equipment at no detriment

in service or cost to the Owner.

4. Move, Add, and Change (MACs) and Service Requirements

a. The successful Vendor may execute a service level contract with the Owner, if it is in

the best interest of the Owner to do so. Owner may contract with the Vendor for

moves, adds, and changes (MACs) based on the post installation pricing.

b. The Owner may use the Vendor to perform MACs work using manufacturer certified

technicians that are trained and certified to service the cabling system.

c. Vendor will provide system adjustments to accommodate the Owner and any changes

during a thirty (30) day "settling-in" period commencing at the time of system

acceptance.

d. Vendor shall provide a recommended level of staffing for the support and MACs on

the systems proposed. This recommendation will include training and proficiency

levels for each person by job category.

Page 66: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - R Page 1

Page

Acknowledged

By:

___________

Initials

H. Response To Proposal

1. Letter of Intent to Submit Proposal

Each Vendor who intends to submit a proposal shall immediately notify the Owner in

writing, of such intent. The outside wrapping of this intent notification shall be

clearly marked: "Letter of Intent to submit Audio Visual System Proposal -

Tuscaloosa County School System". This notification will assure that Vendors who

intend to respond receive subsequent information and instructions or RFP addenda, if

any. The failure of any Vendor who intends to respond to provide such notification

shall relieve the Owner and Consultant of any responsibility or liability for the actual

or alleged non-receipt of the aforementioned materials.

Letter of Intent: June 9, 2017 4:00 p.m. CST

2. Submission of Proposal

Vendors are invited to submit proposals in accordance with the requirements of this

document for associated Audio Visual System to serve the Owner's needs. Prices

offered by the Vendor shall be firm for a period of One Hundred and Twenty (120)

days or required to adjudicate a protest, if any, whichever period is longer, from the

date of opening. Prices are to be net, f.o.b. and inside delivery to the area directed

by the Owner at the school site in Tuscaloosa County, Alabama.

Proposal Submission: Danny Higon

Tom Perrymon

Tuscaloosa County School System

1118 Greensboro Avenue

Tuscaloosa, Alabama 35401

Date: July 11, 2017 Time: 10:00 a.m. CST

3. Preparation of Proposal

a. Proposals shall be made on Vendor's stationary.

b. Proposals shall be signed in ink and in longhand with the name typed below the

signature. Where Vendor is a corporation, proposals must be signed with the name of

the corporation followed by the name of the state of incorporation, legal signature of

an officer authorized to bind the corporation, together with a copy of authorization, an

attesting signature to that officer's signature, and the official seal of the corporation.

c. Proposal shall be submitted with one original clearly marked and 6 copies.

d. No claim of relief because of mistakes or omissions in the proposal pricing solution

shall be entertained. However, obvious errors in mathematical calculations are taken

into consideration. Each Vendor will be held to the proposal they submit.

e. Verbal proposals will not be considered. Vendor shall assume full responsibility for

timely delivery of their proposal.

Page 67: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - R Page 2

Page

Acknowledged

By:

___________

Initials

4. Type of Contract

The contracts offered will be purchased. Financing options will be entertained if

presented to the Owner. Such options should be clearly explained and noted in the

Vendors response for review by the Evaluators.

5. Terms of Contract

The term of this contract will be for one (1) year.

6. Security

Proposals MUST be accompanied by a Guaranty of five percent (5%) of the amount

of the quoted purchase price not to exceed $10,000 which may be a certified check,

cashier's check or bond made payable to the Owner. Such Guaranty will be submitted

with the understanding that it will assure that the Vendor will not withdraw their

proposal for a period of thirty (30) days, or during the time period required to

adjudicate a protest, if any, whichever period is longer, after the scheduled closing

time for the receipt of proposals; that, if their proposal is accepted they will enter into

a formal contract with the Owner; that the Performance and Payment Bonds, as

required, will be given, and that in the event of a withdrawal of said proposal within

said period or the failure to enter into said contract and provide the required bonds

within ten (10) days after they have received the Notice to Proceed, the Vendor shall

be liable to the Owner for the full amount of the guaranty as representing the damage

to the Owner on account of the default of the Vendor in any particular hereof. The

Guaranty will be returned to all, except the accepted Vendor, within forty-eight (48)

hours after the Owner and the accepted Vendor have executed the Contract and the

executed Performance and labor and Material Payment Bonds, if required, have been

approved by the Owner. The Guaranty of the accepted Vendor will be returned within

thirty (30) days after satisfactory completion of all contracts and bonds. If the

required contract and bonds have not been executed within thirty (30) days after the

opening of proposals, then the Guaranty of any Vendor will be returned upon his

request, provided they have not been notified of acceptance of their proposal prior to

any such request.

7. Proprietary Information

All proposals submitted in response to this RFP will become the property of the

Owner. If no formal award is made, all information will be protected as confidential,

within the limits of the “Open Records Law” as it is not the intent of the Owner to

disclose information without just cause. Just cause is defined as a formal public

award being issued to a Vendor or Vendors for the fulfillment of this project.

Page 68: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - R Page 3

Page

Acknowledged

By:

___________

Initials

8. Issuing Office

This RFP and subsequent award (if any) is issued by the Owner. Owner is the sole

point of contact for information or questions arising during the selection process.

Personal contact should be made:

Danny Higdon

Tom Perrymon

Tuscaloosa County School System

1118 Greensboro Avenue

Tuscaloosa, AL 35401

(205) 342-2784

Email: [email protected]

9. Submission and Opening of Proposals

The proposals, one original (marked original) and six copies, shall be submitted in a

sealed envelope clearly marked "Audio Visual System - Tuscaloosa County School

System" and delivered in person, by courier or by US Mail* by the date, time and to

the place noted below:

Date/Time: July 11, 2017 10:00 a.m. CST

Location: 2nd

Floor IT Conference Room

Tuscaloosa County School System

1118 Greensboro Avenue

Tuscaloosa, Alabama 35401

Neither Owner nor the Consultant will be responsible for delays in the U. S. Mail or

courier service.

10. Proposal Modification

Proposal modifications will be accepted from Vendors prior to the opening date and

time the proposals are due. Modifications (submitted as outlined above) must be

submitted in written or printed form and delivered to the Board with the same binding

signature as the original submittal.

11. Criteria

The Owner shall evaluate proposals upon criteria from three categories: equipment

considerations, Vendor considerations, and financial considerations. A maximum of

1000 points per proposal will be awarded in these areas as indicated below. The

Owner shall hold sole discretion in the evaluation of the proposals in these areas.

Vendors should note in this evaluation, design, equipment and vendor are the highest

weighted areas.

Page 69: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - R Page 4

Page

Acknowledged

By:

___________

Initials

a. Equipment Considerations

It shall be considered of utmost importance that the systems design which fulfills the

minimum size, capacity and performance characteristics contained in the systems

requirements of this document. Systems which fail to meet any of the requirements as

set forth herein may be rejected. The manner in which systems requirements are met

as well as the availability and functionality of specified items such as, ease of systems

operation and projected longevity are among the items which will be considered.

Points awarded as a result of such equipment considerations shall not exceed 300.

The Owner reserves the right to determine whether or not a given system meets,

exceeds or fails to meet their short and long range needs. Furthermore, those

proposals which meet or exceed these needs shall be ranked by the evaluators and

relative points awarded accordingly.

b. Vendor Considerations

It is important that the Vendor be totally capable and qualified to provide, install and

maintain the Audio Visual System Equipment. The Owner shall evaluate the Vendors

with regard to experience (particularly with other installations of comparable size and

complexity), available manpower, financial stability and proposed installation,

training and maintenance plans. Proposals from Vendors who are unable to

demonstrate, to the satisfaction of the evaluators, that they are fully capable of

fulfilling all the obligations imposed upon the Vendor by this document, shall be

rejected. Furthermore, the Owner shall determine which Vendor(s) is (are) most

qualified to fulfill these obligations and assign points not to exceed 300 in light of

their ranking. Additionally, live demonstrations will bear weighting in this category

as well as other key indicators regarding the Vendor.

c. Financial Considerations

Initial recurring costs of the system shall, of course, be the major determinant in the

selection process. Financial evaluation will be undertaken to determine the lowest

true and total cost over a three-year system life cycle. True and total costs of a given

proposal shall be determined by the Owner utilizing financial data provided by the

Vendor, as well as, other cost items which will be considered appropriate by the

Owner. Those cost items which will be considered are: cost of lease or purchase; cost

of maintenance; cost of future additions based upon an assumed annual average

growth; cost of insurance; costs of systems administration; and any other determinate

costs associated with the acquisition, installation and operation of the proposed

systems. Owner reserves the right to determine total systems costs and will rank

acceptable proposals according to the following cost formula:

A/B x 400 = C Where:

A = Lowest Cost Proposal

B = Proposal Being Evaluated

C = Points to be Applied

Page 70: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - R Page 5

Page

Acknowledged

By:

___________

Initials

d. Understanding of Criteria

The award, if any, shall therefore be made to the Vendor who, in the opinion of the

Owner and its evaluators, offers the optimum blend of equipment capabilities, Vendor

responsibility and total systems cost. By submitting a proposal, Vendor signifies that

they understand and accept the criteria upon which their proposal will be evaluated

and the sole discretion of the Owner's evaluators to determine ranking in these

categories. Award for this contract will NOT be made on lowest cost bid alone. The

award will be made to the lowest responsive responsible proposal.

12. Award and Administration

The Owner will award and administer any contract, which may result from this RFP.

13. Clarification of Proposals Response by Vendor

Vendors may be required to clarify their proposals or further explain the proposed

type system. Any clarification will be reduced to writing by the Vendor. Failure to

comply with this requirement will be cause for rejection of their proposal.

14. Written Presentation and Demonstrations

Vendor shall provide one original and six copies of their written proposal in

accordance with the instructions specified herein. A further demonstration of systems

and/or Vendor capabilities may be required of Vendors remaining under active

consideration following a preliminary evaluation of proposals. Vendor(s) should be

prepared to provide such demonstrations and/or a visit to a wiring system similar to

that proposed, at Vendor's expense, for a contingent of the Owner's evaluators not to

exceed four (4) individuals.

15. Terms and Conditions of Proposal

To be considered, Vendors shall include as part of their proposals all of the provisions

of the RFP. Proposals must be signed by an official authorized to bind the Vendor to

the resultant contract. If the Vendor submits standard terms and conditions with their

proposal, and if any section of those terms are in conflict with the laws of the State of

Alabama, Alabama laws shall govern. Standard term and conditions submitted may

need to be altered upon mutual agreement to adequately reflect all of the conditions of

the RFP and Vendor's response thereto.

16. Exhibits and Documentation

a. The Vendor shall respond to this RFP by supplying a cover letter and completing and

returning Exhibits in the order and as stated on the checklist included in Section E -

Exhibits. The award will be based on the criteria, previously defined, which shall be

used to identify the responsible Vendor whose proposal most nearly satisfies the

overall specifications.

Page 71: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - R Page 6

Page

Acknowledged

By:

___________

Initials

b. The Owner reserves the right to determine whether a Vendor is responsible and has

the ability and resources to perform the contract in full and comply with the

specifications. The following information must be included in Vendors response:

1. A listing and complete description of at least five (5) systems recently (within one

to two years) installed by the Vendor of similar size and complexity to that

proposed is also requested and shall include the names and data numbers of

persons to contact regarding these systems.

2. The Vendor will submit with their proposal the most current of the following

financial statements:

- most recent annual report

- all subsequent quarterly statements

c. Vendor shall include in their response:

1. Complete technical and physical specifications (with visual representations for the

systems proposed). This pertains to cabling and all other specified hardware.

2. Technical documentation of the proposed type system shall include system

capacity.

d. Each Vendor shall provide, (separate attachment) a narrative describing their

proposed installation plans. Included in this narrative shall be a detailed work plan

covering the time frame from contract award to "implementation" date including

milestone charts, work schedules etc.

1. A definition of their current or planned service capability as related to satisfying

the requirements of this document is also requested.

2. Included shall be a statement of location and size of the workforce, a current

listing of installations similar to that proposed presently maintained by Vendor.

e. The Vendor may add or include other pertinent information, not specifically

requested, which they feel may serve to substantiate the capabilities of the equipment

proposed or the Vendor's ability to fulfill the obligations imposed. Owner reserves the

right to request additional information from the Vendor to satisfy any responsibility

requirements. A checklist is provided to assist the Vendor in full compliance.

17. Additions, Deletions and Alternatives

a. The system requirements in the RFP present minimum size requirements for new

cabling drops to serve the Owner as now envisioned. Owner reserves the right to

make nominal (not to exceed 10% of contract price) quantitative and qualitative

changes in these requirements, with commensurate cost adjustments, during

installation.

Page 72: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - R Page 7

Page

Acknowledged

By:

___________

Initials

b. The Vendor may elect to add or delete items from the system requirements in its

proposal; provided, however, that such additions or deletions will be most favorably

received. Proposals with additions or deletions which are not clearly annotated will

not be favorably received.

c. In determination of the successful Vendor, the Owner shall be privileged to consider

alternatives and unit prices. Vendors are invited to submit alternatives providing such

alternatives are clearly marked "alternate proposal". Alternate proposals are defined

as those which employ significantly different mediums or equipment from those

specified. Alternate proposals must be completed in the same manner and format

described for other proposals by this RFP, or they will not be considered.

18. Project Management

Vendor shall include in their proposal the associated hours and time period for the

complete installation of this project. Should a marginal discrepancy occur, which

results in exceeding the projected hours and time period by a ten percent (10%) add,

this is considered acceptable by the Owner. However, should the vendor exceed the

project hours and time period for any reasons within their control, Vendor will be

responsible for the cost incurred by the Owner for expending other resources to

ensure the projects successful completion. Associated hours and time shall be shown

clearly on the Exhibits included in this document.

19. Post Contract Award Adjustments

The estimates given in this document represent as close as possible, the needs of the

Owner as currently envisioned. Additionally, there are some needs of this project that

either have not been defined or are nearing completion. Therefore, Vendors

responding to this RFP should do so exactly as the specifications request and

following contract award, a period not to exceed five (5) days will be given to allow

the Vendor to verify all installation requirements.

Page 73: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Exhibits) Page 1

RFP Response Checklist

Please return RFP response with items in this order.

Cover Letter

Exhibit A - Base Pricing Summary

Exhibit A-2 - Service, Maintenance and Options

• Attachment - Maintenance Contract Example

• Attachment - Warranty Statement

• Attachment - Warranty Terms and Coverages

Exhibit B - Pricing Alternatives

Exhibit C - Statement of Understanding

Exhibit D - Certificate of Compliance

Exhibit E - Vendor Profile

• Attachment - Company Profile

• Attachment - Key Personnel Resumes

• Attachment - Certification of Installers

• Attachment - Special Relations with Suppliers

Exhibit F - Service Plan

• Attachment - Service Call Procedure

• Attachment - Service Contract Example

Exhibit G - Installation Plan

Exhibit H - Training Plan

Exhibit I - Technical Information

• Attachment - Executive Briefing

• Attachment - General Requirements Addressed

• Attachment - Technical Description

• Attachment - Report Examples

• Attachment - Solution Summary

Attachment 2 Form - Drug Free Workplace Certification

Certificate of Insurance

Security Bond

RFP Text with Acknowledgments

Technical Documentation

Product Literature

Financial Statements or a statement from your banker substantiating financial solvency

Page 74: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Holt High School Bid Pricing Sheet Tuscaloosa County Schools

Item # Item Name/Description QTY Manufacturer Part Number Type Price Extended Price

AV Equipment and Cabling Pricing

Multi-Media Room1001 Wireless Microphone System 4 Shure ULXS4 $ $

1002 Wireless Hand Held Transmitter Incl Shure ULXS24/Beta58

1003 Wireless Body Transmitter Incl Shure ULXS1

1004 Wireless Lav mic Incl Shure WL185

1005 Active Directional Antena 2 Shure UA875 $ $1006 Podium Gooseneck Microphone 1 Shure MX415 $ $

1007 Podium Microphone Cartridges 1 Shure R185B $ $

1008 Audio Digital Signal Processor 1 Biamp Tesira VI $ $1009 2 Channel Power Amp 70V 1 QSC CX302V $ $1010 Blu-Ray Playback Device 1 Denon DN-550BD $ $1011 Ceiling Mounted Speakers 13 Electro-Voice EVID 8.2LP $ $

1012 Desk top Microphone Stands 4 OnStage DS7200B $ $

1013 TV Monitor 80" 1 Sharp LC60LE661 $ $

1014 TV Monitor 60" 2 Sharp DS7200B $ $

1015 Swivel Wall Mount 2 Paramount $ $

1016 Monitor Tilting Wall Mounts 1 ProMount UT-PRO310

1017 All-In-One Presentation Switcher 1 Crestron System 300 $ $

1018 Digital receivers for TV Monitors 2 Crestron DM-RMC-4K-Scaler $ $

1019 DM plate 2 Crestron DM-TX-200 $ $

1020 Wireless Touch Panel 1 Crestron TST-750 $ $

1021 Wireless Gateway 1 Crestron CNFRGWA-418 $ $

1022 Digital Media Cable TBD Crestron DM-CBL-8G-NP $ $

1023 Digital media Connectors TBD Crestron DM-8G-Conn $ $

1024 HDMI Extenders 1 Trip-Lite B132-004A-2 $ $

1025 Sound Mixing Condole 1 Allen&Heath Mix-Wizard 16:2 $ $

1026 Lectern 1 Da-Lite Lexinton $ $

1027 Local AV Connection Panel 1 Phimore 75-647 $ $

1028 XLR return Plate 1 RCI Custom $ $

1029 Floor Box 1 Ace Backstage 10x10 $ $

1029a POE+ Data Switch

1 Transitions Networks or

Ubiquiti Networks

Data Switch See Below See Below

Multi-Media Room - Total

Cafetorium1030 Wireless Microphone System 4 Shure ULXS4 $ $

1031 Wireless Hand Held Transmitter Incl Shure ULXS24/Beta58

1032 Wireless Body Transmitter Incl Shure ULXS1

1033 Wireless Lav mic Incl Shure WL185

1034 Active Directional Antena 2 Shure UA875 $ $

1035 Dyamic Microphone 2 Shure SM58 $ $

1036 Audio Digital Signal Processor 1 Biamp Tesira VI $ $

1037 2 Channel Power Amp 70V 1 QSC CX302V $ $

6/1/2017

TALA Professional Services 1

Page 75: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Holt High School Bid Pricing Sheet Tuscaloosa County Schools

1038 Blu-Ray Playback Device 1 Denon DN-550BD $ $

1039 Ceiling Mounted Speakers 8 Electro-Voice DN-700R $ $

1040 TV Monitor 80" 1 Sharp LC60LE661 $ $

1041 Monitor Tilting Wall Mounts 1 ProMount UT-PRO310 $ $

1042 Control Processor 4 Extron IPL 250 $ $

1043 Touch Screen 4 Extron TLP 350MV $ $

1044 HDMI Switcher 1 Krammer VS-41H $ $1045 Rear Projector 1 Epson Powerlite Pro Z9870NL $ $1046 Short throw Len 1 Epson ELPLU02 $ $1047 Standard Len 1 Epson $ $1048 Rear Projection Screen 1 Dalite 35189 Advantage Deluxe Tens. $ $1049 Security Cage 1 Chief PGA $ $1050 Wall Box 1 FSR WB-X3-GNG $ $1051 Boom Stand 6 Onstage MS7701B $ $

1051a POE+ Data Switch

1 Transitions Networks or

Ubiquiti Networks

Data Switch See Below See Below

1052 LED Par 64 18 Blizzard Rocklite RGBAW Par $ $1053 Light Controller Console 1 ADJ DMZ Pro $ $1054 Light Grid 2 Standard Pipe 1A Stage Pipe Grid $ $1054a Floor Box 3 Ace Backstage 10x10 $ $

Cafetorium - Total

Gynmasium1055 Wireless Microphone System 4 Shure ULXS4 $ $1056 Wireless Hand Held Transmitter Incl Shure ULXS24/Beta58

1057 Wireless Body Transmitter Incl Shure ULXS1

1058 Wireless Lav mic Incl Shure WL185

1059 Active Directional Antena 2 Shure UA875 $ $1060 Dyamic Microphone 2 Shure SM58 $ $1061 Audio Digital Signal Processor 1 Biamp Tesira VI $ $1062 2 Channel Power Amp 3 QSC CX502 $ $1063 Blu-Ray Playback Device 1 Denon DN-550BD $ $1064 Full Range Speakers 10 Turbosound NUQ153-15" $ $1065 Control Processor 1 Extron IPL 250 $ $1066 Touch Screen 1 Extron TLP 350MV $ $1067 HDMI Switcher 1 Krammer VS-41H $ $1068 Portable Sub Mixer 1 Yamaha MG06 $ $1069 Security Cage 1 Chief PGA $ $

1069a POE+ Data Switch

1 Transitions Networks or

Ubiquiti Networks

Data Switch See Below See Below

1070 Wall Box 1 FSR WB-X3-GNG $ $1071 Boom Stand 6 Onstage MS7701B $ $1072 HDMI Extenders 5 Trip-Lite B132-004A-2 $ $1072a Floor Box 3 Ace Backstage 10x10

Gynmasium - Total

Band and Coral

TALA Professional Services 2

Page 76: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Holt High School Bid Pricing Sheet Tuscaloosa County Schools

1073 Wireless Microphone System 2 Shure ULXS4 $ $1074 Wireless Hand Held Transmitter Incl Shure ULXS24/Beta58

1075 Wireless Body Transmitter Incl Shure ULXS1

1076 Wireless Lav mic Incl Shure WL185

1077 Active Directional Antena 4 Shure UA875 $ $1078 Audio Digital Signal Processor 2 Biamp Tesira VI $ $1079 2 Channel Power Amp 2 QSC CX302v $ $1080 Digital Audio Recorder and Playback 2 Denon DN-500R $ $1081 Ceiling Mounted Speakers 10 Electro-Voice EVID 8.2LP $ $1082 Control Processor 2 Extron IPL 250 $ $1083 Touch Screen 2 Extron TLP 350MV $ $1084 Wall Box 2 FSR WB-X3-GNG $ $

1084a POE+ Data Switch

2 Transitions Networks or

Ubiquiti Networks

Data Switch See Below See Below

Band and Coral - Total

Media Center Room1085 Projector 1 Epson Pro Z9870NL $ $1086 Projection Screen 1 Dalite Cosmoplition 8x6 $ $1087 DSP 1 Biamp Nexia CS $ $1088 Power Amp 1 Atlassound PG 60 $ $1089 Ceiling Speakers 2 Electro-voice EVID 8.2 $ $

1090 Faceplate for Floor Box 1 C2G HDMI w/1/8 audio $ $

1091 HDMI Extender 5 Trip-Lite B132-004A-2 $ $

Media Center Room - Total

Infrastructure System2001

Transitions Network Switches- (16) 10/100/1000Base-T

Ports + (2) 100/1000 SFP/RJ-45 Combo Ports Managed

PoE+ AV- Network Equipment System Switches PT. #

SM16TAT2DPA in the Eqmt. Cabinets. (One in each AV

Equipment Room./ Bid QTY. as required for each AV

Comm. Room. See Above.) Option-1.

5 Transitions Network SM16TAT2DPA $ $

2002Ubiquiti Networks 16-Port Unifi Switch PoE+ Data

Switch, (16) Gigabit RJ45 Ports, (2) Gigabit SFP Ports

Auto-Sensing IEEE 802.3af/at PoE+, Configurable 24V

Passive PoE, 10 Gbps Total, Non-Blocking Line Rate,

Managed by UniFi Controller in the Eqmt. Cabinets. (One

in each AV Equipment Room./ Bid QTY. as required for

each AV Comm. Room. See Above.) Option-2.

5 Ubiquiti Networks $ $

TALA Professional Services 3

Page 77: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Holt High School Bid Pricing Sheet Tuscaloosa County Schools

2003Ubiquiti Networks 8-Port Unifi Switch PoE+ Data

Switch, (8) Gigabit RJ45 Ports, (2) Gigabit SFP Ports

Auto-Sensing IEEE 802.3af/at PoE+, Configurable 24V

Passive PoE, 10 Gbps Total, Non-Blocking Line Rate,

Managed by UniFi Controller in the Eqmt. Cabinets. (One

in each AV Equipment Room./ Bid QTY. as required for

each AV Comm. Room. See Above.) Option-3.

10 Ubiquiti Networks $ $

2004Eaton UPS Unit PT. # 9PX2000RTN and Eaton Battery

Rack Mount Units PT.# 9PXEBM72RT in the Eqmt.

Cabinets. (One in each AV Equipment Room.)

5 Eaton 9PX2000RTN and 9PXEBM72RT $ $

2005 The AV-Contractor/ Vendor shall make up and provide an

Industrial Grade Electrical Extension Cord 6’ in length

from the Eaton UPS and Battery Units to the Electrical

Outlet/Receptacle in each AV-Comm. Cabinet. The cords

shall be routed and neatly secured to the cabinet

backboard.

5 $ $

2006All CAT-6 Patch Cords are being provided under this

contract.

QTY. As

Required

$ $

2007 Freestanding floor mounted Server Cabinet will be Hoffman

Catalog Number 84”Hx24”Wx38”D: PT# NS2169- Black

with Black Doors as defined on drawings and as

manufactured by Hoffman.One (1) - Hoffman AV-

Equipment Cabinet PT. # NS2169 UL Listed

E/W Two (2) Removable Side Panels

One (1) Perforated Front Door

One (1) Perforated Split Rear Door

One (1) Hoffman Caster Kit PT. # NCK

One (1) Hoffman 19” Ground Bar PT. # DG19

One (1) Hoffman 19” Power Strip, 20 A, PT. #

DP1N191020 –Black

One (1) Hoffman 62”Vertical Power Strip 20A, PT. #

DP1N622420M –Black

Two (2) Hoffman Fan Unit PT. # A6AXFNPG

Two (2) Hoffman Vertical Cable Manager, PT. #

NVCMTD21 –Black

Two (2) Hoffman Cage Nut Packs 10/32- 20 Units each,

PT. # P1032CN/ SN# 70067062

One (1) Eaton UPS Rack Mounted Unit PT. #

9PX2000RTN.

One (1) Eaton Battery Rack Mounted Units PT. #

9PXEBM72RT.

One (1) 6’ Power Extension Cords 20AMP for UPS Units.

5 Hoffman (See Left) $ $

TALA Professional Services 4

Page 78: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Holt High School Bid Pricing Sheet Tuscaloosa County Schools

2008 Ladder Rack/Tray: In Equipment Rooms12” Equipment

Ladder Tray-

Hoffman UL Listed

12” Tray/ Black Pt.# LSS12BLK

Junction Clamp Kit Pt.# LJSKB

In-Line Butt Kit Pt.# LBSKB

12” Angel Support Kit Pt.# LWASK12BLK

12” Wall Support Bracket Kit Pt.# LTSB12BLK

QTY. As

Required

for each

Room.

Hoffman (See Left) $ $

2009 Coaxial Backbone Cabling Provide (1) RG-11 GHz 75-ohm

coaxial cable for Video and Broadband (CATV)

applications.

QTY. As

Required

ComScope: PT# 5914 Outdoor and In-Slab/Black

PT#2287 Plenum/White

$ $

2010

75W F Port Male Terminator- F59-T

(3) Port Tap Cavity Housing

(8) Port Tap Plate=23db

(8) Port Tap Plate=20db

(8) Port Tap Plate=17db

(8) Port Tap Plate=14db

Tap Blank Plate

Splitters-2,4,6,8 Way

Amplifier 1000MHz- 35dB Gain

F-Connector RG11

F-Connector RG6

Coupler F-Type

QTY. As

Required

Aim Electronics, Hubbell,

General Cable, CommScope,

Toner, Blonder Tongue

F59-T

TXMT-3H Housing

TXMT108-23

TXMT108-20

TXMT108-17

TXMT108-14

TXMT-B

GV5-2,4,6,8

ACA-35-1000

F11-ALM

F56-324

M81C

$ $

Infrastructure System- Total $

Installation Labor $

Performance Bond $

Misc $

Grand Total - All Rooms $

TALA Professional Services 5

Page 79: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Exhibits) Page 7

Exhibit B

Pricing Alternatives

Vendor shall note any areas where a savings can be realized by the Owner for alternate considerations.

Additionally, if cost reduction is possible through other means, please indicate areas effected and

savings to the Owner. These alternates must be clearly noted and supported. Use the space provided in

this exhibit and use additional pages if necessary.

Page 80: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Exhibits) Page 8

Exhibit C

Statement of Understanding

I have read and understand the entire Request For Proposal for the Audio Visual System to serve the

Owner located in Tuscaloosa County, Alabama. Unless otherwise noted by exception, I agree to abide

by all the terms and conditions set forth therein. Unless otherwise noted by exception, costs shown on

Exhibit A are installed prices and meet the requirements specified in the RFP. I certify that no person

interested in this proposal is directly interested with any other bid or proposal for said work, and no

representatives, officers or employees of the Owner or Consultant are directly or indirectly interested

therein or in any portion thereof. Further, I certify that this proposal is genuine and not collusive or

sham. I also certify that neither I nor my agent now or any other party for me, has paid or agreed to pay,

directly or indirectly a person, firm or corporation any money or valuable consideration for assistance in

procuring or attempting to procure the contract herein referred to and further agree that no such money

or reward shall be hereafter paid.

Date:

Name:

Title:

Company:

Page 81: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Exhibits) Page 9

Exhibit D

Certification of Compliance with Specifications

The undersigned person declares that they are legally authorized to bind the firm hereby represented,

and that the firm being represented is authorized to do business in the State of Alabama, and hereby

certifies that they have examined and fully comprehend the requirements of specifications herein.

We propose to furnish said items proposed and guarantee that if the order is placed with us, we shall

furnish said items in accordance with your specifications and requirements unless otherwise indicated.

We can deliver and install the systems within TBD days after receipt of purchase order.

Company:

Address:

City/State/Zip Code:

Phone Number:

Type/Print Name:

Authorized Signature:

Title:

(Officer of the Company)

Date:

Page 82: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Exhibits) Page 10

Exhibit E

Vendor Profile

A. References for five (5) installations similar in size, scope, and complexity: Size: Meaning similar quantity of equipment

Scope: Combination of similar environments

Complexity: Staged project implementation with uncontrollable delays

Company Name Contact Email Address Phone Number

B. Location of Workforce: Years at Location:

Company Address Local Address Dispatch Address for

Support/Technicians

Page 83: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Exhibits) Page 11

C. Staffing:

Positions No. of Associates

1. Installers for this project

2. Telephone Support

3. Technical Support

4. Sales

5. Other Support

6. Other Staff

7. Please provide a resume or a brief description of technical skills/certifications for all installers, as

well as a brief overview of the general technical skill sets for telephone support personnel and

technical support personnel.

8. Are the installers noted in C 1 shared with other current projects? Yes No

9. How many other installations will be occurring simultaneously with this project?

D. Number of systems similar to the one proposed which you have installed in the last two (2)

years:

Within Area

Outside Area

E. Number of systems similar to the one proposed which you currently service/support:

Within Area

Outside Area

F. Number of customers supported out of the local dispatch office:

G. List any appropriate vendors/suppliers for which you are a licensed distributor, value

added reseller, custom integrator or certified support center (use additional pages and

attach if necessary).

H. Please include a brief company profile.

I. Given the timeline the Owner is working under, can you commit the resources necessary to

meet the dates and staged implementation which pertains to this project?

Yes No

Page 84: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Exhibits) Page 12

Exhibit F

Service Plan

A. Describe in detail how service calls are handled when called in by customers in the event of a service

interruption. Use additional pages and attach if necessary.

B. Provide an example of a Service Contract (if different from the Maintenance Contract provided in

Exhibit A2) which will satisfy or exceed the service requirements described in the RFP.

Page 85: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Exhibits) Page 13

Exhibit G

Installation Plan

Describe your system installation plan and certification process for this project from award to

"implementation" date including timelines, milestone charts, work schedules, etc. Use additional pages

and attach if necessary.

Page 86: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Exhibits) Page 14

Exhibit H

Training Plan

Describe your training plan for this project. This must include both technical and operational training.

Include examples of any training materials or documentation. Use additional pages and attach if

necessary.

Page 87: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Exhibits) Page

15

Exhibit I

Technical Information

A. Executive Briefing - Provide a brief overview of the proposed solution (use additional pages and

attach if necessary).

B. General Requirements - Explain how the proposed solution addresses the requirements listed in

the RFP (use additional pages and attach if necessary).

C. Technical Description - Provide a detailed review of each of the components of the proposed

solution.

D. Equipment Inventory Examples - Provide a detailed description and example of the database or

spreadsheet to be produced listing the installed equipment.

E. Solution Summary - Provide a brief statement which explains why your solution is superior (use

additional pages and attach if necessary).

Page 88: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Attachments) Page

16

Attachment 1

Drug Free Workplace Certification

The undersigned vendor hereby certifies that it will provide a drug-free workplace program by:

Publishing a statement notifying employees that the unlawful manufacture, distribution,

dispensing, possession, or use of a controlled substance is prohibited in the vendor’s workplace,

and specifying the actions that will be taken against employees for violations of such

prohibitions.

Establishing continuing drug-free awareness program to inform its employees about:

1. The dangers of drug abuse in the workplace.

2. The vendor’s policy of maintaining a drug-free workplace.

3. The available drug counseling, rehabilitation and services.

4. The penalties that may be imposed upon employees for drug abuse violations occurring

in the workplace.

Giving all employees engaged in performance of the contract a copy of the statement concerning

drug-free workplace.

Notifying employees in writing, of the statement concerning a drug-free workplace and the

employee shall abide by the terms of the statement.

The vendor shall make a good faith effort to maintain a drug-free workplace program through

implementation of all of the above, but not limited herein, in this certificate.

Company: _________________________________________________________________

Address: __________________________________________________________________

City/State/Zip Code: ________________________________________________________

Authorized Person: ____________________________Title: ________________________

Type Name

Authorized Signature: __________________________Date: _______________________

Page 89: TUSCALOOSA COUNTY SCHOOL SYSTEM · to, TALA Professional Services (the "Company") and Tuscaloosa County . All intellectual property rights in the document and information recipient

Audio Visual System Tuscaloosa County School System

©TALA Professional Services - Section - E (Attachments) Page

17

Attachment 2

Alabama Child Protection Act of 1999

Chapter 22A

ARTICLE 1

Criminal History Background Information Checks on Applicants for Certification, Applicants for

Employment, Nonpublic Current Employees, and Current Employees Under Review

ARTICLE 2

Criminal History Background Information Checks of Current Public Certified and Current

Public Noncertified Employees

Under the National Child Protection Act of 1993, the states are required to implement a computerized

information system to provide child abuse crime information through the Federal Bureau of

Investigation National Criminal History Record Information System and may conduct a nationwide

criminal history background information check for the purpose of determining whether an individual

who will have unsupervised access to children is suitable for employment or has been convicted of a

crime that bears upon the fitness of the individual.

Therefore, in establishing the Alabama Child Protection Act of 1999, it is the intent of the Legislature to

provide for the implementation of a system that allows the State Superintendent of Education, local

boards of education, and other nonpublic schools to ensure that perspective employees and current

employees are suitable for employment and not been convicted of a crime that bears upon the fitness of

the individual.

Therefore, any person employed to serve an authorized employer as defined in this chapter, including

those individuals that provide services to local employing boards or nonpublic schools, when the person

so employed has unsupervised access to children in an educational environment.