RFB Document

advertisement
State of Wisconsin
Wis. Statutes s.16.75
DOA-3070 (R08/2003)
BIDS MUST BE SEALED AND ADDRESSED TO:
AGENCY ADDRESS:
Remove from bidder list for this commodity/service. (Return this page only.)
Bid envelope must be sealed and plainly marked in lower corner with due date and Request for Bid
#SS-1114. Late bids will be rejected. Bids MUST be date and time stamped by the soliciting
purchasing office on or before the date and time that the bid is due. Bids dated and time stamped
in another office will be rejected. Receipt of a bid by the mail system does not constitute receipt of
a bid by the purchasing office. Any bid which is inadvertently opened as a result of not being
properly and clearly marked is subject to rejection. Bids must be submitted separately, i.e., not
included with sample packages or other bids. Bid openings are public unless otherwise specified.
Records will be available for public inspection after issuance of the notice of intent to award or the
award of the contract. Bidder should contact person named below for an appointment to view the
bid record. Bids shall be firm for acceptance for sixty (60) days from date of bid opening, unless
otherwise noted. The attached terms and conditions apply to any subsequent award.
University of Wisconsin-Eau Claire
Purchasing Office, Schofield Hall 103
105 Garfield Ave.
Eau Claire, WI 54701
REQUEST FOR BID SS-1114
Bids MUST be in this office no later than
THIS IS NOT AN ORDER
BIDDER (Name and Address)
March 22, 2011; 2:30 PM
Name (Contact for further information)
Steve Slind
Date
715-836-4643
March 7, 2011
Quote Price and Delivery FOB
Destination Installed
Fax bids are accepted
Item
No.
Quantity
and Unit
Fax bids are not accepted
Price
Per Unit
Description
Total
University of Wisconsin-Eau Claire is accepting bids for
An Audio Video System Installed in Schofield Auditorium.
Bids will be accepted per the attached:
Special Conditions of Bid
Standard Terms and Conditions
Itemized Bid Form
Fax Bids Accepted at 715-836-2020
Technical Questions Contact: Jason Anderson, University
Centers, Phone: 715-836-4809
Site Visit: Wednesday March 9, 2011 12:30-2:30 PM
This Project is Scheduled to Begin in Late May or Early June
2011
Payment Terms
Delivery Time
We claim minority bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Bidder must be
certified by the Wisconsin Department of Commerce. If you have questions concerning the certification process, contact the Wisconsin Department of Commerce, 5th Floor, 201 W. Washington
Ave., Madison, Wisconsin 53702, (608) 267-9550. Does Not Apply to Printing Bids.
We are a work center certified under Wis. Stats. s. 16.752 employing persons with severe disabilities. Questions concerning the certification process should be addressed to the Work Center
Program, State Bureau of Procurement, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53702, (608) 266-2605.
Wis. Stats. s. 16.754 directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. Materials covered in
our bid were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the United
States.
Yes
No
Unknown
In signing this bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free
competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid; that this bid has been independently arrived at without collusion with any other bidder,
competitor or potential competitor; that this bid has not been knowingly disclosed prior to the opening of bids to any other bidder or competitor; that the above statement is accurate under penalty of
perjury.
We will comply with all terms, conditions and specifications required by the state in this Request for Bid and all terms of our bid.
Name of Authorized Company Representative (Type or Print)
Title
Signature of Above
Date
(
Fax
(
Federal Employer Identification No.
This form can be made available in accessible formats upon request to qualified individuals with disabilities.
Wisconsin Department of Administration
Phone
)
)
Social Security No. if Sole
Proprietor (Voluntary)
Chs. 16, 19, 51
DOA-3054 (R10/2005)
Page 1 of 3
Standard Terms and Conditions
1.0
SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used,
they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are
bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The State of
Wisconsin shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may
result in rejection of their bid/proposal.
2.0
DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from original text, terms, conditions, or specifications shall be described fully, on the
bidder's/proposer's letterhead, signed, and attached to the request. In the absence of such statement, the bid/proposal shall be accepted as in strict
compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable.
3.0
QUALITY: Unless otherwise indicated in the request, all material shall be first quality. Items which are used, demonstrators, obsolete, seconds, or
which have been discontinued are unacceptable without prior written approval by the State of Wisconsin.
4.0
QUANTITIES: The quantities shown on this request are based on estimated needs. The state reserves the right to increase or decrease quantities
to meet actual needs.
5.0
DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified.
6.0
PRICING AND DISCOUNT: The State of Wisconsin qualifies for governmental discounts and its educational institutions also qualify for educational
discounts. Unit prices shall reflect these discounts.
6.1
Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or
contract. For any given item, the quantity multiplied by the unit price shall establish the extended price, the unit price shall govern in the
bid/proposal evaluation and contract administration.
6.2
Prices established in continuing agreements and term contracts may be lowered due to general market conditions, but prices shall not be
subject to increase for ninety (90) calendar days from the date of award. Any increase proposed shall be submitted to the contracting
agency thirty (30) calendar days before the proposed effective date of the price increase, and shall be limited to fully documented cost
increases to the contractor which are demonstrated to be industry-wide. The conditions under which price increases may be granted shall
be expressed in bid/proposal documents and contracts or agreements.
6.3
In determination of award, discounts for early payment will only be considered when all other conditions are equal and when payment terms
allow at least fifteen (15) days, providing the discount terms are deemed favorable. All payment terms must allow the option of net thirty
(30).
7.0
UNFAIR SALES ACT: Prices quoted to the State of Wisconsin are not governed by the Unfair Sales Act.
8.0
ACCEPTANCE-REJECTION: The State of Wisconsin reserves the right to accept or reject any or all bids/proposals, to waive any technicality in
any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the State of Wisconsin.
Bids/proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the bid/proposal is due.
Bids/proposals date and time stamped in another office will be rejected. Receipt of a bid/proposal by the mail system does not constitute receipt of
a bid/proposal by the purchasing office.
9.0
METHOD OF AWARD: Award shall be made to the lowest responsible, responsive bidder unless otherwise specified.
10.0
ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No othe r
purchase orders are authorized.
11.0
PAYMENT TERMS AND INVOICING: The State of Wisconsin normally will pay properly submitted vendor invoices within thirty (30) days of
receipt providing goods and/or services have been delivered, installed (if required), and accepted as specified.
Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order including reference to
purchase order number and submittal to the correct address for processing.
A good faith dispute creates an exception to prompt payment.
12.0
TAXES: The State of Wisconsin and its agencies are exempt from payment of all federal tax and Wisconsin state and local taxes on its purchases
except Wisconsin excise taxes as described below.
The State of Wisconsin, including all its agencies, is required to pay the Wisconsin excise or occupation tax on its purchase of beer, liquor, wine,
cigarettes, tobacco products, motor vehicle fuel and general aviation fuel. However, it is exempt from payment of Wisconsin sales or use tax on its
purchases. The State of Wisconsin may be subject to other states' taxes on its purchases in that state depending on the laws of that state.
Contractors performing construction activities are required to pay state use tax on the cost of materials.
13.0
GUARANTEED DELIVERY: Failure of the contractor to adhere to delivery schedules as specified or to promptly replace rejected materials shall
render the contractor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess c osts shall include the
administrative costs.
14.0
ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except
where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract
and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document,
acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority.
15.0
APPLICABLE LAW AND COMPLIANCE: This contract shall be governed under the laws of the State of Wisconsin. The contractor shall at all
times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this
contract and which in any manner affect the work or its conduct. The State of Wisconsin reserves the right to cancel this contract if the contractor
fails to follow the requirements of s. 77.66, Wis. Stats., and related statutes regarding certification for collection of sales and use tax. The State of
Wisconsin also reserves the right to cancel this contract with any federally debarred contractor or a contractor that is presently identified on the list
of parties excluded from federal procurement and non-procurement contracts.
16.0
ANTITRUST ASSIGNMENT: The contractor and the State of Wisconsin recognize that in actual economic practice, overcharges resulting from
antitrust violations are in fact usually borne by the State of Wisconsin (purchaser). Therefore, the contractor hereby assigns to the State of
Wisconsin any and all claims for such overcharges as to goods, materials or services purchased in connection with this contract.
17.0
ASSIGNMENT: No right or duty in whole or in part of the contractor under this contract may be assigned or delegated without the prior written
consent of the State of Wisconsin.
18.0
WORK CENTER CRITERIA: A work center must be certified under s. 16.752, Wis. Stats., and must ensure that when engaged in the production
of materials, supplies or equipment or the performance of contractual services, not less than seventy-five percent (75%) of the total hours of direct
labor are performed by severely handicapped individuals.
19.0
NONDISCRIMINATION / AFFIRMATIVE ACTION: In connection with the performance of work under this contract, the contractor agrees not to
discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition,
developmental disability as defined in s. 51.01(5), Wis. Stats., sexual orientation as defined in s. 111.32(13m), Wis. Stats., or national origin. This
provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Except with respect to
sexual orientation, the contractor further agrees to take affirmative action to ensure equal employment opportunities.
19.1
Contracts estimated to be over twenty-five thousand dollars ($25,000) require the submission of a written affirmative action plan by the
contractor. An exemption occurs from this requirement if the contractor has a workforce of less than twenty-five (25) employees. Within
fifteen (15) working days after the contract is awarded, the contractor must submit the plan to the contracting state agency for approval.
Instructions on preparing the plan and technical assistance regarding this clause are available from the contracting state agency.
19.2
The contractor agrees to post in conspicuous places, available for employees and applicants for employment, a notice to be provided by the
contracting state agency that sets forth the provisions of the State of Wisconsin's nondiscrimination law.
19.3
Failure to comply with the conditions of this clause may result in the contractor's becoming declared an "ineligible" contractor, termination of
the contract, or withholding of payment.
20.0
PATENT INFRINGEMENT: The contractor selling to the State of Wisconsin the articles described herein guarantees the articles were
manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles descr ibed herein will not
infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall be brought against the
State of Wisconsin (provided that such contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged
infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in
any such suit.
21.0
SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the State of Wisconsin must comply fully with all safety
requirements as set forth by the Wisconsin Administrative Code and all applicable OSHA Standards.
22.0
WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warrant ed
against defects by the bidder/proposer for one (1) year from date of receipt. The equipment manufacturer's standard warranty shall apply as a
minimum and must be honored by the contractor.
23.0
INSURANCE RESPONSIBILITY: The contractor performing services for the State of Wisconsin shall:
23.1
Maintain worker's compensation insurance as required by Wisconsin Statutes, for all employees engaged in the work.
23.2
Maintain commercial liability, bodily injury and property damage insurance against any claim(s) which might occur in carrying out this
agreement/contract. Minimum coverage shall be one million dollars ($1,000,000) liability for bodily injury and property dama ge including
products liability and completed operations. Provide motor vehicle insurance for all owned, non-owned and hired vehicles that are used in
carrying out this contract. Minimum coverage shall be one million dollars ($1,000,000) per occurrence combined single limit for automobile
liability and property damage.
23.3
The state reserves the right to require higher or lower limits where warranted.
24.0
CANCELLATION: The State of Wisconsin reserves the right to cancel any contract in whole or in part without penalty due to non-appropriation of
funds or for failure of the contractor to comply with terms, conditions, and specifications of this contract.
25.0
VENDOR TAX DELINQUENCY: Vendors who have a delinquent Wisconsin tax liability may have their payments offset by the State of Wisconsin.
26.0
PUBLIC RECORDS ACCESS: It is the intention of the state to maintain an open and public process in the solicitation, submission, review, and
approval of procurement activities.
Bid/proposal openings are public unless otherwise specified. Records may not be available for public inspection prior to issuance of the notice of
intent to award or the award of the contract.
27.0
PROPRIETARY INFORMATION: Any restrictions on the use of data contained within a request, must be clearly stated in the bid/proposal itself.
Proprietary information submitted in response to a request will be handled in accordance with applicable State of Wisconsin procurement
regulations and the Wisconsin public records law. Proprietary restrictions normally are not accepted. However, when accepted, it is the vendor's
responsibility to defend the determination in the event of an appeal or litigation.
28.0
27.1
Data contained in a bid/proposal, all documentation provided therein, and innovations developed as a result of the contracted commodities
or services cannot be copyrighted or patented. All data, documentation, and innovations become the property of the State of Wisconsin.
27.2
Any material submitted by the vendor in response to this request that the vendor considers confidential and proprietary information and
which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or material which can be kept confidential under the Wisconsin
public records law, must be identified on a Designation of Confidential and Proprietary Information form (DOA-3027). Bidders/proposers
may request the form if it is not part of the Request for Bid/Request for Proposal package. Bid/proposal prices cannot be held confidential.
DISCLOSURE: If a state public official (s. 19.42, Wis. Stats.), a member of a state public official's immediate family, or any organization in which a
state public official or a member of the official's immediate family owns or controls a ten percent (10%) interest, is a party to this agreement, and if
this agreement involves payment of more than three thousand dollars ($3,000) within a twelve (12) month period, this contract is voidable by the
state unless appropriate disclosure is made according to s. 19.45(6), Wis. Stats., before signing the contract. Disclosure must be made to the
State of Wisconsin Ethics Board, 44 East Mifflin Street, Suite 601, Madison, Wisconsin 53703 (Telephone 608-266-8123).
State classified and former employees and certain University of Wisconsin faculty/staff are subject to separate disclosure requirements, s. 16.417,
Wis. Stats.
29.0
RECYCLED MATERIALS: The State of Wisconsin is required to purchase products incorporating recycled materials whenever technically and
economically feasible. Bidders are encouraged to bid products with recycled content which meet specifications.
30.0
MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR
1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy with the invoice(s).
31.0
PROMOTIONAL ADVERTISING / NEWS RELEASES: Reference to or use of the State of Wisconsin, any of its departments, agencies or other
subunits, or any state official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made
without prior approval of the State of Wisconsin. Release of broadcast e-mails pertaining to this procurement shall not be made without prior
written authorization of the contracting agency.
32.0
HOLD HARMLESS: The contractor will indemnify and save harmless the State of Wisconsin and all of its officers, agents and employees from all
suits, actions, or claims of any character brought for or on account of any injuries or damages received by any persons or pr operty resulting from
the operations of the contractor, or of any of its contractors, in prosecuting work under this agreement.
33.0
FOREIGN CORPORATION: A foreign corporation (any corporation other than a Wisconsin corporation) which becomes a party to this Agreement
is required to conform to all the requirements of Chapter 180, Wis. Stats., relating to a foreign corporation and must possess a certificate of
authority from the Wisconsin Department of Financial Institutions, unless the corporation is transacting business in interstate commerce or is
otherwise exempt from the requirement of obtaining a certificate of authority. Any foreign corporation which desires to appl y for a certificate of
authority should contact the Department of Financial Institutions, Division of Corporation, P. O. Box 7846, Madison, WI 53707-7846; telephone
(608) 261-7577.
34.0
WORK CENTER PROGRAM: The successful bidder/proposer shall agree to implement processes that allow the State agencies, including the
University of Wisconsin System, to satisfy the State's obligation to purchase goods and services produced by work centers certified under the
State Use Law, s.16.752, Wis. Stat. This shall result in requiring the successful bidder/proposer to include products provid ed by work centers in its
catalog for State agencies and campuses or to block the sale of comparable items to State agencies and campuses.
35.0
FORCE MAJEURE: Neither party shall be in default by reason of any failure in performance of this Agreement in accordance with reasonable
control and without fault or negligence on their part. Such causes may include, but are not restricted to, acts of nature or the public enemy, acts of
the government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and
unusually severe weather, but in every case the failure to perform such must be beyond the reasonable control and without the fault or negligence
of the party.
STATE OF WISCONSIN
DOA-3027 N(R01/98)
DESIGNATION OF CONFIDENTIAL AND PROPRIETARY INFORMATION
The attached material submitted in response to Bid/Proposal # SS-1114 includes proprietary and confidential information which
qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or is otherwise material that can be kept confidential under the
Wisconsin Open Records Law. As such, we ask that certain pages, as indicated below, of this bid/proposal response be treated as
confidential material and not be released without our written approval.
Prices always become public information when bids/proposals are opened, and therefore cannot be kept
confidential.
Other information cannot be kept confidential unless it is a trade secret. Trade secret is defined in s. 134.90(1)(c), Wis. Stats. as
follows: "Trade secret" means information, including a formula, pattern, compilation, program, device, method, technique or
process to which all of the following apply:
1. The information derives independent economic value, actual or potential, from not being generally known to, and
not being
readily ascertainable by proper means by, other persons who can obtain economic value from its
disclosure or use.
2. The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances.
We request that the following pages not be released
Section
Page #
Topic
________________________________________________________________________________________________________
________________________________________________________________________________________________________
________________________________________________________________________________________________________
________________________________________________________________________________________________________
IN THE EVENT THE DESIGNATION OF CONFIDENTIALITY OF THIS INFORMATION IS CHALLENGED, THE UNDERSIGNED
HEREBY AGREES TO PROVIDE LEGAL COUNSEL OR OTHER NECESSARY ASSISTANCE TO DEFEND THE DESIGNATION OF
CONFIDENTIALITY AND AGREES TO HOLD THE STATE HARMLESS FOR ANY COSTS OR DAMAGES ARISING OUT OF THE
STATE'S AGREEING TO WITHHOLD THE MATERIALS.
Failure to include this form in the bid/proposal response may mean that all information provided as part of the bid/proposal response will be open
to examination and copying. The state considers other markings of confidential in the bid/proposal document to be insufficient. The
undersigned agrees to hold the state harmless for any damages arising out of the release of any materials unless they are specifically identified
above.
Company Name
___________________________________________
Authorized Representative
___________________________________________
Signature
Authorized Representative
___________________________________________
Type or Print
Date
___________________________________________
This document can be made available in accessible formats to qualified individuals with disabilities
Division of State Agency Services
State Bureau of Procurement
State of Wisconsin
Department of Administration
DOA-3333 (R03/2004)
Vendor Agreement
Wisconsin’s Cooperative Purchasing Service
Wisconsin statutes (s. 16.73, Wis. Stats.) establish authority to allow Wisconsin municipalities to purchase from state contracts.
Participating in the service gives vendors opportunities for additional sales without additional bidding. Municipalities use the
service to expedite purchases. A "municipality" is defined as any county, city, village, town, school district, board of school
directors, sewer district, drainage district, vocational, technical and adult education district, or any other public body having the
authority to award public contracts (s. 16.70(8), Wis. Stats.). Federally recognized Indian tribes and bands in this state may
participate in cooperative purchasing with the state or any municipality under ss. 66.0301(1) and (2), Wis.Stats.
Interested municipalities:

will contact the contractor directly to place orders referencing the state agency contract number; and

are responsible for receipt, acceptance, inspection of commodities directly from the contractor, and making payment
directly to the contractor.
The State of Wisconsin is not a party to these purchases or any dispute arising from these purchases and is not liable for
delivery or payment of any of these purchases.
The State of Wisconsin will determine the contractor’s participation by checking a box below.
MANDATORY: Bidders/Proposers must agree to furnish the commodities or services of this bid/proposal to Wisconsin
municipalities. Vendors should note any special conditions below.
OPTIONAL: Bidders/Proposers may or may not agree to furnish the commodities or services of this bid/proposal to
Wisconsin municipalities. A vendor’s decision on participating in this service has no effect on awarding this contract.
A vendor in the service may specify minimum order sizes by volume or dollar amount, additional charges beyond normal
delivery areas, or other minimal changes for municipalities.
Vendor: please check one of the following boxes in response.
I Agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities with any special
conditions noted below.
I Do Not Agree to furnish the commodities or services to Wisconsin municipalities.
Special Conditions (if applicable):
Signature
Date (mm/dd/ccyy)
Name (Type or Print)
Title
Company
Telephone
(
Address (Street)
Commodity/Service
City
State
)
ZIP + 4
Request for Bid/Proposal Number
This form can be made available in accessible formats upon request to qualified individuals with disabilities
UW-Eau Claire
February 28, 2011
Audio Video System Installed at Schofield Auditorium
Special Conditions of Bid
Request for Bid SS-1114
SCOPE:
Schofield Hall Retrofit Project
A. This project includes providing equipment and installation of Audio and Video systems for the
University of Wisconsin – Eau Claire Schofield Hall Auditorium.
B. The system shall include the follow items:
a. Hardware
b. Installation
c. Training of owner and representatives
d. Service and Operations Manuals and documentation
e. Coordination of AC service and conduit to equipment locations provided by the
Electrical Contractor for the project.
f. Coordination of Architect services for rigging points and equipment location
g. As-Built Drawings
h. Programming files shall be property of the University of Wisconsin – Eau Claire
(Crestron, Soundweb, etc)
C. The project is scheduled to begin late May or early June of 2011
See SPECIFICATIONS, PRODUCT LISTS and/or ITEMIZED BID LIST for the minimum acceptable specifications for
products desired. If you are bidding an alternative product, please provide complete specifications (performance
features, and descriptive brochure or detail for units you propose to furnish), clearly identified by manufacturer’s name
and catalog number. See “Standard Terms and Conditions,” items 1.0, 2 .0 and 3.0.
Conditions of bid, which include the word “must” or “shall” describe a mandatory minimum requirement. All
specifications are defined as mandatory minimum requirements unless otherwise stated. If no bidder is able to comply
with a given specification or condition of bid, purchasing reserves the right to delete that specification, condition of bid
or item.
Failure to meet a mandatory requirement could disqualify your bid.
Revisions to this bid may be made only by an official written amendment issued by Purchasing.
Retain a copy of your bid response for your files. If a contract is developed from this request for bid, these documents
will become terms and conditions of the contract.
MINORITY BUSINESS PARTICIPATION:
The UW-Eau Claire is committed to the promotion of minority business in the State’s purchasing program and a goal of
placing 5 percent of its total purchasing dollars with certified minority businesses. Authority for this program is found in
Wisconsin Statutes 15.107(2), 16.75(4), and 16.755 and 560.036(2).
A listing of certified minority businesses, as well as services and commodities they provide is available from Department
of Commerce, Office of Minority Business Development: 608-261-7729. Questions regarding certification of minority
businesses should be directed to DOA Minority Business Program at 608-267-7806.
BID RESPONSE REQUIREMENTS:
Send Two Copies of Each if RFB is Returned by Mail. If Return is by Fax, Fax One Copy, the Second Copy Must
be Received In the Purchasing Office Within 2 Working Days of the Due Date.
1. Request for Bid form
2. Itemized Bid form
3. Vendor Agreement Wisconsin’s Cooperative Purchasing Service
5. Designation of Confidential and Proprietary Information
BIDDER QUALIFICATIONS:
To be eligible for an award, you must be qualified and be able to provide the following as required. Failure to meet the
qualifications or to provide this information may be cause for disqualification of your bid.
1. Bidder must designate a person in their company to provide on-going communication, coordinate service, answer
questions and expedite delivery.
2. Bidder must be an original manufacturer, distributor or a dealer authorized by the manufacturer to sell the product
bid. All of the manufacturer’s product liability shall apply through bidders contractual relationship with the
manufacturer of the equipment proposed. Bidder shall be able to provide service and support for the equipment and
be an authorized equipment service center.
3. Bidder must be prepared to honor the manufacturer’s standard warranty at a minimum. Indicate the warranty term on
the appropriate line of the itemized bid form.
4. Bidder must be able to provide upon request, by the University, at least three higher education institutions or firms
that the vendor has supplied with a similar audio and video systems. If contacted, information received from these
clients or customers will be used to determine if the bidder meets qualifications.
DELIVERY:
Equipment delivery from the contractor is requested for the week of May 23, 2011. Please indicate on the Itemized Bid
Form if you can meet the delivery schedule. The actual delivery schedule will be coordinated with Jason Anderson.
F.O.B. Destination Freight Prepaid Included and Installed:
Products are to be delivered to our Central Receiving dock at 651 University Drive, Eau Claire WI 54701 unless an
alternate location is approved by Jason Anderson. Bid prices are to include all packing, transportation, set-up, insurance
charges and instructional, service and operators manual charges.
If bidding other than F.O.B. Destination, as stated above, F.O.B. point and shipping charges must be identified on the
Itemized Bid Form. This cost will be added to the bid total for determining the award.
Duty charges (FOB=DDP Destination Duty Paid), if applicable (includes but not limited to documentation fees, freight,
customs clearance, tax, etc.), must be included in the proposed price and referenced as separate costs on the Itemized Bid
List. A copy of the duty free paperwork, with the vendor portion filled out must be submitted to Purchasing at time of
award.
ON SITE SERVICE:
In carrying out the scope of this RFB, the contractor may be required to perform services on University property.
Bidders cost must include all business transportation and insurance charges.
The insurance requirements listed in section 23.0 of the Standard Terms and Conditions are the minimum required by the
State of Wisconsin. The contractor and any subcontractor receiving an award, from this bid must send a certificate of
insurance to the purchasing office at UW-Eau Claire, which indicates compliance, prior to providing services.
METHOD OF BID:
Bidder shall submit a project total price for product and installation on the Itemized Bid Form.
METHOD OF AWARD:
Award shall be made on the basis of the lowest net total price which is judged to be in the best interest of the University.
Timeliness of delivery may be used in the evaluation of bid submittals when appropriate.
INVOICING AND PAYMENT:
Invoices shall be sent to the Accounts Payable address indicated on the purchase order. All invoices shall reference the
purchase order number. The University must meet a statutory mandate to pay or reject an invoice within 30 days of
receipt of a properly submitted invoice. Invoice for the project shall be dated the day that the project is approved by the
project manager Jason Anderson or a University employee authorized by the Director of University Centers.
POSSIBLE PURCHASERS:
In addition to the UW-Eau Claire, all UW-System campuses, State of Wisconsin agencies and municipalities, shall be
eligible to purchase from this bid or contract if one is developed. Any contract resulting from this bid shall not be
construed as mandatory upon any campus or state agency.
ADDITIONAL INFORMATION:
1. Indemnification: Contractor shall hold the State Harmless and shall indemnify the State and its agencies and
employees against any and all claims, suits, action, liabilities and costs of any kind, including attorney’s fees, for
personal injury or to property arising from the acts or omissions of the Contractor, its agents, officer, employees or
subcontractors. Contractor shall not be liable for any injury or damage as a result of any negligent act or omission
committed by the State.
2. Property Damage: Should university equipment or buildings be damaged as a result of sole negligence of the
contractor during the installation and training the contractor will be responsible for repairing to the original condition
or replacement. The university will have the final say on whether repair or replacement is acceptable.
3. Technical questions regarding this commodity should be directed to Jason Anderson 715-836-4809. Contact Steve
Slind, 715-836-4643 if you have questions regarding this bid.
4.
Insurance Requirements: The contractor shall maintain insurance levels as required in Standard Terms and
Conditions, Section 23.0. A certificate of insurance must be provided prior to beginning work covered by any
contract that results from this solicitation.
If a certificate is required, the contractor shall have added “The Board of Regents of the University of
Wisconsin System, its officers, employees and agents” as additional insured’s under the commercial
automobile and contractor’s liability policies on any insurance certificate provided.
general,
NOTIFICATION TO BIDDERS:
The State has implemented a registration service on an internet system called “VendorNet” to enable vendors to receive
notice of all official sealed bids/proposals (over $25,000.00) as solicited by all state agencies.
To obtain information on the state’s bidder registration, please visit the VendorNet web site at
http://vendornet.state.wi.us or call the VendorNet Information Center (1-800-482-7813). In the Madison area, please call
264-7897.
SAFETY:
Any equipment bid must come complete with all safety shield, decals and warning labels at time of delivery. Equipment
must meet all safety regulations in place for this type of research equipment.
WARRANTY:
The Manufacturer’s standard warranty period shall be offered. Indicate the warranty period on the Itemized Bid Form.
ENERGY STAR:
The State encourages the use of equipment which meets the Environmental Protection Agency (EPA) Energy Star
requirements. The Energy Star Program is a voluntary contract between an Original Equipment Manufacturer (OEM)
and the EPA. It is not mandatory that every device offered meet Energy Star requirements but the bulk of the product
line should be energy efficient.
UW-Eau Claire
March 4, 2011
Audio and Video System Installed at Schofield Auditorium
Specifications and Product Lists
Request for Bid SS-1114
1.0 Description of Services
A. The AV Contractor shall provide all necessary equipment, materials, accessories, and
interconnects as specified in this document to provide a fully functioning audio and
video system. Any equipment or items required to complete the project even if not
specifically called for in this document are required as part of this contract. The AV
Contractor shall account for shipping fees in their bid response.
B. The Electrical Contractor shall provide conduit, raceway, junction boxes and floor
boxes as shown on the drawings and as specified in this document. The Electrical
Contractor shall provide pull string in all conduit. Conduit runs ending at rack or
equipment locations shall be coordinated with the AV contractor for proper installation
and mating to equipment. This includes bushings on conduit ends and proper electrical
isolation.
C. The Architect shall provide appropriately rated structural support for AV equipment
mated to the building structure. This includes the flown speaker arrays and monitors
that comprise the video wall array.
a. Each TV mount weighs 28 lbs. The PN-E521is 62 lbs. for a total weight per TV
location of 90lbs. For 25 monitors the wall needs to support 2250 lbs. of weight.
b. Weight of the speaker array is as follows:
i. Total Array weight: 265 lbs.
ii. Front rigging load: 175 lbs.
iii. Rear rigging load: 90 lbs.
c. The horizontal angle of the speaker array shall be 20º toward the centerline of the
room. Rigging point locations detailed on AV-107.
1.1 Quality of Workmanship
A. The AV Contractor shall be an authorized dealer/provider of the equipment specified
herin.
B. The AV Contractor shall have been in business and providing AV system installation
for a minimum of five years.
C. The Crestron system programmer shall be certified by Crestron.
D. The AV Contractor shall have nationally certified installation technicians.
E. The AV Contractor shall provide references pertaining to similar sized projects on
request.
F. The AV Contractor shall have a certified BSS Audio Soundweb London DSP
programmer on staff with three years experience. The DSP program shall be
submitted to the Design Consultant two weeks before final system commissioning.
G. The AV Contractor shall comply with the NEC in relation to installation of
components and system wiring.
H. The AV Contractor shall provide training on the systems. Training shall be hands on
by demonstration of system functions.
I. All equipment and installation, including Audio/Video wiring shall be guaranteed for
12 months from final acceptance of completion.
J. Substitutions
a. Request for substitution shall be submitted ten working days before the bid is due.
The request shall include the make and model, and a copy of the architects and
engineering specification of the equipment along with a copy of the system diagram
drawings showing the implementation of the alternate equipment. Failure to
provide a request for substitution is grounds for rejecting the bid.
b. Substitutions after submittals have been reviewed shall not be allowed unless the
product has been discontinued. Alternatives for discontinued product must be
reviewed by the Design Consultant as soon as a known replacement product is
available.
c. Alternate equipment must be equal or better in all performance characteristics.
d. Any additional cost due to alternate equipment shall reviewed and by Owner before
approval.
e. Any cost savings from alternate equipment shall be passed as a credit to the Owner.
1.2 Submittals and Documentation
A. Shop Drawings (provide the following for approval):
a. Drawings rendered by the AV Contractor in Visio or AutoCAD. The functional
block diagram shall show all equipment and connections including control system
wiring.
b. Rack elevations shall be submitted
c. Speaker rigging and location shall be submitted.
B. As Built drawings: Provide one three ring binder or expanding partitioned file folder
with the following categories clearly labeled. A CD with the following information as
PDF files neatly organized into a logical folder structure shall also be required.
a. Functional Block diagram reflecting final installed system (As Built)
b. Service and Operations Manuals provided by the manufacturer of equipment.
c. Statement of Warranty for equipment if not provided in the above manual
d. DSP program file saved to a CD.
e. Crestron program file saved to a CD
f. Operating instructions specifically written for the system called out in this
specification.
g. “Quick Reference” instruction sheet laminated to provide simple instruction for
room subsystems shall be provided at the request of the owner or Architect
Engineer
1.3 System Descriptions
1. Audio - The audio system shall comprise a Line Array speaker system driven by matched
brand amplifiers. A digital snake system shall provide audio to a digital console. Outputs
of the digital console shall provide analog and digital paths to the amplifiers through DSP.
The DSP shall allow operation in a fully manual mode and a “simple mode” that provides
unattended audio functionality for basic presentations.
a. The system shall consist of a 2-way passive loudspeaker and a passive low-end
extension driven and protected by a dedicated amplified controller.
The loudspeaker shall feature two 6.5-in drivers in a bass-reflex tuned enclosure for
the low section and a 1.5-in diaphragm compression driver coupled to a DOSC® for
the high section. The loudspeaker shall be rated at a nominal impedance of 8 ohms.
The low-end extension shall feature a single 12-in transducer in a tuned dual-chamber
bass-reflex enclosure. The loudspeaker shall be rated at a nominal impedance of 8
ohms. The usable system bandwidth shall be 80 Hz to 20 kHz (-10 dB). When
operating with the low-end extension, usable bandwidth shall be extended down to 50
Hz.
The V-Shape coplanar transducer configuration generates polar pattern coverage of
100° horizontally (-6 dB points) with symmetric pattern control across the projection
axis, with no conflicts over the entire frequency range. The system shall generate a 15°
vertical directivity in a single mode. In line source mode, the vertical directivity is
dependent upon the number of enclosures and inter-element angles. The system shall
be curved up to a maximum of 15° (0° to 15°) for each element without breaking the
inter-element acoustic coupling. The low-end extension generates an omni-directional
coverage pattern.
The loudspeaker maximum peak SPL, measured at 1m under free field conditions
using 10 dB crest factor pink noise, shall be 130 dB. The long term RMS handling
capacity shall be 120 W at nominal 8-Ohms impedance. The low-end extension
maximum peak SPL, measured at 1m under half space conditions using 10 dB crest
factor pink noise, shall be 129 dB. The long term RMS handling capacity shall be 310
W at nominal 8-Ohms impedance.
Enclosure cabinet construction shall be made from a unique composite material with
mechanical and acoustic properties very similar to Baltic birch plywood with the
added benefit of a high immunity to moisture. Dimensions shall be 520 mm (20.5 in)
width, 175 mm (6.9-in) height at the front, 103 mm (4.1 in) height at the rear and 358
mm (14.1 in) depth. The front of the enclosure shall be protected by a plastic grill
covered with acoustically-transparent fabric. Enclosure weight shall be 13 kg (28.6
lbs).
The low-end extension enclosure construction shall consist of Baltic birch plywood.
Dimensions shall be 520 mm (20.5 in) width, 353 mm (13.9 in) height at the front, 280
mm (11 in) height at the rear and 358 mm (14.1 in) depth. The front of the enclosure
shall be protected by a sandblast-coated steel grill covered with acousticallytransparent
fabric. Low frequency extension weight shall be 19 kg (41.9 lbs).
The 3–point rigging system shall be fully integrated into the cabinet. This allows
flying up to 20 enclosures or stacking up to 10 enclosures. The rigging system shall
also allow pole-mounting or under-balcony rigging up to two enclosures using a Ubracket.
Equivalent combinations including low-end extension shall also be flown,
stacked or rigged.
The amplified controller shall incorporate a 2-input x 4-output DSP architecture and
deliver an output power of 4 x 1000 watts/ 4 ohms, 99 preset memory locations, a user
interface, an Ethernet connection for remote control and monitoring and a built-in
connection panel for input signal and speaker output. The amplified controller shall
also include digital AES/EBU sound card.
The 32-bit floating point DSP shall operate at a sampling frequency of 96 kHz with
cascaded 24-bit A/D converters. DSP shall feature dual IIR/FIR filter topologies, an
adjustable input delay from 0 to 500 ms, a pre-calibrated EQ contour filter and thermal
and over-excursion sense drive protection. Total I/O system latency shall be set at 3.9
ms (3.5 ms with AES/EBU).
The amplified controller network protocol shall operate at a speed of 100 Mbits/s and
allow remote control and monitoring of up to 253 units in star, daisy chain or hybrid
topologies. The physical connection between computer and the amplified controller
network shall be via CAT5e U/FTP (or more) cables connected to the RJ45 Fast
Ethernet I/O sockets located on the rear panel.
The control software shall allow for monitoring component load, signal level and
network fault, and allow control of gain, mute, delay and system contour EQ.
The loudspeaker system shall be the L-ACOUSTICS KIVA. The low end extension
shall be the L-ACOUSTICS KILO. The Amplified Controller shall be the LACOUSTICS
LA4. The digital sound card shall be the L-ACOUSTICS LA-AES3.
All L-Acoustics speakers shall be white.
Placement of the speaker system is detailed on drawing AV-107. Final placement, and
coverage angles are the responsibility of the AV Contractor to ensure coverage of the
balcony and main seating area. Provide +/-3dB at one octave band centered on
4000Hz. Throughout the seating area. Equalization to attain flat frequency response
within +/-2dB between 50 to 10,000Hz. Final System Tuning to be completed by a
representative of L-Acoustics and factored into the bid price.
The speaker system shall allow the sound engineer to run the system with or without
additional subwoofers (Aux Subs) with appropriate crossover and room tuning
applied. This preset shall be recalled through L-Acoustics amplifier software.
b. Amplifiers for Monitors shall be Crown XTi-6002. They shall be wired to audio
plates as specified in the AV drawings. Amplifiers shall provide bi-amp capability
utilizing Neutrik four pole speakon connectors. Harman Hi-Q net software shall be
used to configure the amplifiers for bi-amp settings based on monitors furnished by
owner.
c. The soundboard shall be a Yamaha M7CL-48ES console with the following
accessories: Three SB-168ES stage input boxes, MBM7CL meter bridge, PSL360
redundant power supply, MY8AD24CA input card, and MY16-CII CobraNet card.
The SB-168ES units shall be located in the stage rack location. The soundboard shall
be configured to control the monitor speakers through Aux sends, and provide the
additional capability of running subwoofer content on an Aux channel (to the “Aux
Subwoofer” amplifier and plates”).
d. The DSP processing shall be BSS Audio’s London Soundweb hardware. A BLU-320
shall reside in the Booth rack providing CobraNet input and analog I/O for the booth.
A BLU-160 shall provide central processing for the audio system. A BLU-120 shall
provide analog and digital outputs to amplifiers.
The DSP shall be programmed to provide the following capabilities:
i. Automix capabilities for four wireless mics and any mics labeled “Crestron
System” on the input plates (12 total). Audio from the video system shall be
included in the Automix section.
ii. The ability for the sound engineer to run the system with the Aux Sub signal
derived from the main Left and Right outputs of the soundboard or from an
Aux output. This preset shall be recalled through the Crestron control system.
iii. Provide a “Mix Output” that shall be distributed from either the Automix
section or from the manual section.
iv. Provide a separately processed output for Lobby Paging
v. Provide a separately processed output for a hearing assistance system furnished
by owner.
vi. Provide a separately processed output for a program feed for the Clear Com
system
e. Lobby audio shall be a Crown CDi 1000 amplifier driving six 24CT micro speakers
mounted in the ceiling of the first and second floor lobby (three each)
f. Source Devices
i. Nemark iDEC iPod dock located in the sound board rack
ii. Tascam CD-500B CD players (x2) located in the sound board rack
iii. Shure MX418SC mounted to the podium (podium furnished by owner)
g. Custom Cabling, Floor Boxes and plates
i. A custom Whirlwind snake shall have a W1 male connector on one end. The
other end shall be 8 female XLR connectors and 4 ¼” TRS connectors. It shall
be 12’ long
ii. An FSR FL-540P-6 with FL-540P-BLK-C cover shall be installed flush to the
stage as indicated in the AV drawings. The four gang opening shall be for AV
connections. The single gang and double gang openings shall be for power
(standard electrical and for lighting equipment).
iii. The stage left and stage right audio plates shall have a Whirlwind W1
connectors wired in parallel to XLRs on the plate designated by the label on
the plate (see Plate Proofs below).
iv. All RJ-45 connections in plates shall be Neutrik CAT6 shielded Ethercon
connectors. All cable mount Ethernet connections shall be Neutrik NE8MC6MO connectors with color coded boots to match engraving around plate
mounted connectors for easy identification.
v. All cable mount speaker connectors shall be Neutrick NLT4FX connectors.
h. Rack System and Power
i. The rack shall be a Middle Atlantic 44sp ERK-44-25 rack with a VFD-44
vented front door and an ERK-4FT-285CFM fan top.
ii. The AV contractor shall provide appropriate blank panels to fill the front of the
rack as indicated on the rack elevation drawings
iii. Power in the stage rack shall be controlled by a Middle Atlantic USC-6R
controller. Power status shall be controlled by the Crestron Control System.
iv. The Electrical Contractor shall provide seven 30A circuits to the rack location.
The EC shall terminate the 30A circuits in the rack to the Middle Atlantic
RLM30 switched outlets.
v. The EC shall provide two 20A circuits to the rack location. The EC shall
terminate the 20A circuits is a duplex receptacle for each.
vi. Two Middle Atlantic PDC-915R-6 power strips will be connected to the two
20A circuits.
vii. All plate locations and conduit needs are specified in the AV drawings and the
Riser Wiring Worksheet attached to this document.
i. Clear Com System
i. A Clear Com MS-702 main station shall be mounted in the booth rack location
and provide intercom to all video patch plates, and dedicated intercom plates as
specified in the AV drawings. A Program Audio feed from the DSP will be
connected to the MS-702. The intercom system will provide two channels
(A&B) for all intercom locations.
ii. A Clear Com HB-702 will be mounted in the Green Room.
iii. All intercom plates will have a DPDT switch wired to a three pin XLR
providing the user to chose intercom channel A or B.
iv. The intercom beltpacks shall be RS601, qty 6.
v. The intercom headsets shall be CC-95 single muff headset, qty 4 and CC260
dual muff headsets, qty 3.
j. Audio System Add/Alternate equipment
i. Option 1: Aux Subwoofer system shall included four L-Acoustic SB18i
subwoofers powered by an LA4 amplified controller with AES-EBU input
card. Bids shall include necessary wiring, labor, and setup required over and
above the base bid.
ii. Option 2: A Sennheiser wireless mic system with four EW335G3-B systems
with e835 handheld capsule, four SK300G3-B bodypack transmitters, four
MKE2-EWGold lav mics, four MMK965-1 BK handheld capsules, and the
G3DIRKIT4 antenna kit.
iii. Option 3: Six EAW Microwedge 12” monitor speakers with one EAW
UX8800 processor.
iv. Option 4: Whirlwind drop snakes terminated with a W1 connectors. Two 6
Ch. 25’ snakes, two 6 Ch. 50’ snakes, two 12 Ch. 25’ snakes, and two 12 Ch.
50’ snakes.
v. Option 5: Road case for Yamaha soundboard: A custom console case for a
Yamaha M7CL-48ES, with doghouse, double wide 3 space rack under console
with center storage. Nosecone (3 piece) case design. 3/8” Tour series, Blue
color, Colson 4x2 casters, and custom recesses for McLoone size labels. The
case shall be an R&R Cases R&R-UWEC-YA-M748-CUSTOM.
2. Video System – The video system shall be a matrix based system delivering multiple
sources to a 5x5 video wall composed of 52” LCD 1080p monitors mounted to the rear
wall of the stage area. Source include Computers, Blu-Ray players, cable TV tuner, iPod
dock with video, a dedicated PC, and a dedicated Mac Pro. The video system operator
will have a preview and program screen available in addition to a monitor for the
dedicated Mac Pro computer. The stage podium will include an input for a laptop. The
input will be VGA with audio and HDMI. The transmitter device will be located in the
podium.
a. Matrix – The Matrix will be configured as stated in the equipment list and as
defined in the AV drawings. The HD Content Transport System shall include
providing and integrating the following principal systems:
i. Audio/Video switching.
ii. Audio/Video distribution at native resolution without compression.
iii. Video interface equipment.
iv. Audio interface equipment.
v. HDMI signal transport.
vi. HDMI 1.3 support.
vii. Deep Color support.
viii. Resolution management.
ix. HDCP key handling/management.
x. Fast HDMI switching with keep alive HDCP link.
xi. Multi-Channel Surround Sound Audio.
xii. Digital diagnostic tools.
xiii. HD Content Transmitter.
xiv. HD Content Receiver.
xv. UTP/STP or Fiber Optic cabling.
xvi. HDCP 1.1 support.
xvii. Fast HDMI switching.
xviii. CEC support.
xix. Uncompressed video and audio transport.
xx. HDMI 1.3 with Deep Color.
xxi. 7.1 channel HD lossless audio.
xxii. Video resolutions up to 1920x1200 or 1080p/60.
xxiii. Advanced video detection on every video type, including resolution, frame
rate and color depth.
xxiv. IR and RS-232 control over local device(s) (when used with a control
system by same
xxv. manufacturer).
xxvi. Ethernet support.
xxvii. Signal transmission up to 450 feet via UTP/STP cable.
xxviii. Signal transmission up to 3000 feet via fiber.
xxix. Ethernet support.
xxx. Gigabit uplink.
xxxi. Integrated 10/100 managed Ethernet switch.
xxxii. Sixteen (16) field configurable input card slots.
xxxiii. Four (4) factory configurable output card slots.
xxxiv. Output card accommodates 4 signal outputs.
xxxv. Easy software setup tool.
xxxvi. Front panel LCD diagnostic screen.
xxxvii. HDCP key register detection.
xxxviii. HDMI Cable test tool.
xxxix. Automatic resolution management via EDID.
xl. HDCP digital rights key management.
xli. Fast HDMI switching with keep-alive HDCP link.
xlii. CEC signal management.
xliii. Intercept CEC data being sent from HDMI devices.
xliv. Send control information.
xlv. The matrix shall be a Crestron DM-MD16X16 or equivalent.
b. Video Displays
i. The video wall displays shall be 52” LCD TVs, commercial grade display.
1. 1920x1080 resolution
2. 500 cd/m2 brightness
3. 5000:1 contrast
4. Fanless architecture
5. 6ms response time
6. LAN port
7. Serial Port
8. Scheduling function
9. Daisy Chain capability with PN-ZB01 input board
10. Frame width adjustment
11. Internal Video Wall processing up to 5x5
12. Certified 24x7 operation
13. The monitor shall be a Sharp PN-E521
ii. Video Monitors Preview, Program, and Computer
1. 23” LED backlit TV monitor
2. 250 cd/m2 brightness
3. 1000:1 contrast
4. 2ms response time
5. DVI-D, HDMI input
6. The monitor shall be a Samsung BX2350, qty 3
c. TV mounts shall be a pull out mount designed specifically for video walls featuring
a 150lb load capacity and a pull out range of a minimum of 7”. The mount shall be
a Chief LVSMU pull out video wall mount, qty 25.
d. Source Devices
i. An iPod dock will provide video and audio to the matrix via a Crestron
CEN-IDOCV-B-S interface. The interface includes an ABAR-1 kit and
ABVR-1 kit.
ii. Blu-Ray Players
1. PAL/NTSC format
2. RS-232 control
3. X.v.color support
4. Network functions
5. 32 bit/192kHz audio DA converters
6. 3D playback
7. The Blu-Ray player shall be the Denon DBP-2012UDCIP, qty 2
iii. Cable/IP Tuner
1. ATSC/QAM/NTSC signal reception
2. H.264, MPEG-2, MPEG 4 IP stream decoding
3. HDMI 1.3a output
4. Closed Captioning
5. RS-232 control
6. LAN port
7. The Tuner shall be an Aurora Multimedia V-Tune Pro HD
iv. Mac Pro – Note: UW-EC will purchase directly from Apple. The AV
Contractor needs to provide a line item for the computer to establish the
correct budget allotment for the project. The budget allotment should be
listed as $2,750 for the computer and $35 for a mini display port to HDMI
adapter.
v. Mac Pro display software
1. Video playback of video clips sorted into clip bins instantly through
clicking on the video thumbnail in the interface
2. Transition controls adjustable in real time
3. Color adjustments available in real time
4. Tiling capabilities
5. Future expansion capabilities for grid mapping to multiple displays
(additional hardware needed)
6. Native to MAC OS
7. The video display software shall be ProVideoPlayer by Renewed
Vision.
e. Custom Cabling, Floor Boxes and Plates
i. Video Patch Plate
1. A video patch plate shall be located in the Booth rack and provide
patch points for all HD-SDI and CATV jacks located on the 12
different wall plates in the auditorium (see AV drawings)
2. The video patch plate shall have four BNC connections wired to the
campus head end video equipment as tie lines for HD-SDI video
3. The video patch plate will have a patch point to an HD-SDI input on
the matrix labeled “To Matrix”.
4. An HDMI output of the matrix shall be converted to an HD-SDI
signal with a Black Magic Designs mini converter. This HD-SDI
signal will feed the “From Matrix” jack on the video patch panel.
5. A campus video feed will be distributed with a Kramer 1x4 RF
distribution amplifier. The outputs of the DA will feed four F
connectors on the panel labeled “Campus TV”
6. A cable TV video feed will be distributed with a Kramer 1x4 RF
distribution amplifier. The outputs of the DA will feed four F
connectors on the panel labeled “Charter Cable”
ii. Wall Video Plates
1. The plate will have two HD-SDI jacks (BNC)
2. The plate will have two CATV jacks (F)
3. The plate will have an intercom jack with A/B switch (3 pin XLR)
4. The plate will have a “Mix” XLR male jack fed from a Kramer
audio distribution amp in the booth rack or Extron MDA-3A
distribution amp in the stage rack.
5. The plate will have a network connection via an Ethercon Cat6
shielded connector.
6. The HD-SDI jacks will be numbered consecutively across all panels
from 1 to 22.
7. The CATV jacks will be numbered consecutively across all panels
from 1 to 22.
iii. Rack Video Plate
1. The plate will have two HD-SDI jacks (BNC)
2. The plate will have two CATV jacks (F)
3. The plate will have an intercom jack with A/B switch (3 pin XLR)
4. The plate will have a “Mix” XLR male jack fed from a Kramer
audio distribution amp in the booth rack or Extron MDA-3A
distribution amp in the stage rack.
5. The plate will have a network connection via an Ethercon Cat6
shielded connector.
6. The HD-SDI jacks will be numbered 23 and 24.
7. The CATV jacks will be numbered 23 and 24.
8. The plate will be located in the stage right rack.
f. Rack and Power
i. The rack shall be a Middle Atlantic 44sp ERK-44-25 rack.
ii. The AV contractor shall provide appropriate blank panels to fill the front of
the rack as indicated on the rack elevation drawings.
iii. SurgeX SEQ: The SEQ shall be a two-rack-space unit in a magnetic
shielding steel enclosure. It shall operate from 120 volts AC and have a 9foot, grounded, 3-wire #12 line cord. There shall be 12 grounded AC
receptacles in three banks of four on the rear panel, each bank sequenced
from the previous bank by an adjustable 0 - 40 second delay, and two
receptacles always on. There shall be a back-lit LCD display that shows unit
status and AC line voltage, and two screwdriver adjustments to program the
unit. Overall dimensions shall be 3.5” H x 19” W x 10.5” D. Weight shall be
16 pounds.
The SEQ shall have a load rating of 20 amps at 120 volts, a self-test circuit
with visual indicator and provide EMI/RFI filtering, inrush current
elimination and catastrophic over/under-voltage shutdown. It shall meet
Federal Grade A, Class 1, Mode 1 guidelines for powerline surge
suppressors and withstand at least 1000 occurrences of surge pulse voltages
up to 6000 volts.
The SEQ will be controlled by the Crestron Control System
iv. One Middle Atlantic PDC-915R-6 power strip will be connected to a 20A
circuit will be controlled by the Crestron Control System.
g. Video Add/Alternates
i. Option 1: Sharp PN-E601 monitors will replace the PN-E521 monitors, qty
16. The input card will change to a PN-ZB02, qty 16. The mounts and
cables will change quantity from 25 to 16.
3. Network Equipment
a. Two HP V1920-24G switches will provide network connectivity for all AV
equipment and jacks located in the Auditorium. One will be located in the Booth
rack and one in the Stage rack.
b. A Linksys SD2005 five port switch will provide network connectivity in the sound
board rack.
4. Control System
a. A control system will be installed to offer a graphical user interface on two touch
panels that provides control of the audio, video and lighting systems.
i. The hardware shall consist of a central processor, a table top 9” touchpanel
for the booth and a 6” wireless touchpanel for the podium. The 6” panel
shall have a rack mounted dock for the stage rack and a table top dock for
the podium. The processor shall be a Crestron CP2E. The 9” panel shall be
a TPMC-9-B-T. The 6” panel shall be a TPS-6X-B-T.
ii. The AV Contractor shall bid an amount equal to 28 hours of programming
for the system to be used as a Service/Support Agreement to cover followup
programming changes after the initial installation is completed and signed
off by the Owner. The 28 hours of support shall not expire.
iii. The control functions for the Booth touch panel shall be as follows:
1. System On/Off
2. Route any video source to Preview Monitor
3. Route any video source to Program Monitors
4. Route any video source to SDI output (including matching program
output)
5. Recall lighting presets from the ETC Unison dimming system
6. Select the video routing based on podium position on the stage
(Stage Left, Stage Right, Stage Center, Front of Stage Center)
7. System Audio Mode (Simple System Mode, Manual Mix Mode)
8. Control of the Audio simple system
a. Individual mic levels and muting
b. Audio from video levels and muting
9. Control Blu-Ray player functions, both basic transports and
advanced menu function
10. Control Cable Tuner functions including presets for “favorite”
stations. This includes control of IP stream sources.
11. Control of iPod dock
12. Lockout of the stage Touchpanel (on/off)
13. DSP preset
a. Trigger preset routing main mix from soundboard to Aux
Subs.
b. Trigger Preset routing Aux output from soundboard to Aux
Subs.
14. Upstage Curtain Control, open/close
15. Downstage Curtain Control, open/close
iv. The control functions for the Stage touch panel shall be as follows:
1. System On/Off
2. Route any video source to Program Monitors
3. Recall lighting presets from the ETC Unison dimming system
4. Select the video routing based on podium position on the stage
(Stage Left, Stage Right, Stage Center, Front of Stage Center)
5. Control of the Audio simple system
a. Gooseneck Podium Mic and muting
b. Audio from video levels and muting
c. Single wireless mic level and muting
6. Control Blu-Ray player functions, both basic transports and
advanced menu function
7. Control Cable Tuner functions including presets for “favorite”
stations. This includes control of IP stream sources.
8. Control of iPod dock
9. Advanced User Screen (Password or Lockout protected)
a. System Audio Mode (Simple System Mode, Manual Mix
Mode)
b. Control of the Audio simple system
i. Individual mic levels and muting
ii. Audio from video levels and muting
c. Lockout of the Booth Touchpanel (on/off)
d. DSP preset
i. Trigger preset routing main mix from soundboard to
Aux Subs.
ii. Trigger Preset routing Aux output from soundboard
to Aux Subs.
e. Upstage Curtain Control, open/close
f. Downstage Curtain Control, open/close
Part 2 – Products
2.1 List of product
1. Audio
Main Audio System
MFG
PART
L-Acoustics
L-Acoustics
L-Acoustics
L-Acoustics
L-Acoustics
L-Acoustics
Crown
Crown
JBL
Yamaha
Yamaha
Yamaha
Yamaha
Yamaha
BSS
BSS
BSS
BSS
Kiva
Kilo
Kibu
LA4
LA-AES3
XTi6002
CDi1000
24CT Micro
M7CL-48ES+3XSB168ES
MBM7CL
PSL360
MY8AD24CA
MY16-CII
BLU-160
BLU-320
BLU-120
Rack Mount Kit
Middle Atlantic ERK-44-25
Middle Atlantic VFD-44
Middle Atlantic ERK-4FT-285CFM
Middle Atlantic UD2
Middle Atlantic EB1
Middle Atlantic EB2
Middle Atlantic BR1
Numark
iDEC
Middle Atlantic USC-6R
Middle Atlantic RLM30-L530-1
Middle Atlantic RLM30-L520-1
Middle Atlantic PDC-915R-6
Shure
MX418SC
Extron
60-440-01
Extron
60-190-20
Extron
60-1022-01
Extron
60-190-01
Tascam
CD-500B
Linksys
SD2005
HP
JE006A
Furman
M-8x2
Liberty
PC-G2900-E-P-W 2
Liberty
LIBER-CQ77562-14
Liberty
LIBER-CQ77562-15
Liberty
LIBER-CQ77562-20
Liberty
LIBER-CQ77562-21
Liberty
LIBER-CQ77562-17
FSR
FL-540P-6
FSR
FL-540P-BLK-C
Whirlwind
FM-8-4-TRS-W1IM-010-SS
Whirlwind
W1CF
WestPenn
227
WestPenn
224
West Penn
4246
WestPenn
291
QTY DESCRIPTION
12
4
2
2
2
1
4
1
6
1
1
1
1
1
1
1
1
1
1
1
1
1
5
5
1
1
1
3
4
2
1
4
1
1
1
2
1
1
1
2
1
1
1
1
2
1
1
1
6
4
0.5
5
6
Line Array Speakers, three way, White
Subwoofers, White
Array Bracket White
Amplifier
AES-EBU input card
System Tuning by L-Acoustics
Amplifier for monitors
Amplifier
Ceiling speakers
Digital Console Package w/ Etersound, 3 Stage Boxes
Meter Bridge for M7CL
Redundant power supply for M7CL
Insert Card
Cobranet Card
BLU-160 16x0 (4 analog input)
BLU-320 12x4 (3 analog input, 1 analog output)
BLU-120 8x8 (2 analog output, 2 AES-EBU output)
Rack Kit for BLU-BOB
44 Space Rack 26" deep
Vented Front Door
Fan Top
2 space rack drawer
1 space blank panel
2 space blank panel
Brush Grommet Panel
iPod A/V Playbk/Rec 2RU Rackmt
Sequencing controller
30 Amp power module
20 Amp power module
Rack Mount Remote Trigger Power strip
18" Gooseneck Microphone
Audio Distribution Amps 1x3
Rack Shelf for Audio DA
Power Supply for Extron DA
Rack Shelf for Power Supply
1RU CD Player, Balanced Outs, RS232, AES/EBU Out
5 port 10/100/1000 switch
V1910-24G switch 10/100/1000
Rack mount power strip
Gang plate with large grommet, white
Stage Left patch panel
Stage Right patch panel
Center Stage Floor Box Plate
Stage Face wall plate
FOH connection plate
Stage Box for raise floor
Black cover for FSR floor box
12' W1male to 8 FXLR and 4 TRS 1/4"
Female Multi-Pin Chasis Connector
12 GA speaker cable 1000'
18 GA speaker cable 1000'
CAT6 cable
Mic/Line 22 GA cable 1000'
MFG
PART
QTY DESCRIPTION
Neutrik
Neutrik
Neutrik
Neutrik
Neutrik
Neutrik
Neutrik
Neutrik
Contractor
Contractor
NLT4FX
NE8MC6-MO
BXX-2
BXX-4
BXX-5
BXX-6
NC3MX
NF3FX
/VCABLE
/PINSTALL
30
10
2
2
2
2
100
25
1
1
Cable Mount NL4 connectors
Ethercon Cable connectors
Red Ethercon Boots
Yellow Ethercon Boots
Green Ethercon Boots
Blue Ethercon Boots
Male XLR
Female XLR
Misc Install Hardware and cabling
Installation and programming
MS-702
HB702
RS601
CC95
CC260
LIBER-CQ77562-1
15-Mic-XX
/PINSTALL
1
1
6
4
3
3
6
1
Main station 2 ch.
headset station
intercom beltpack
dual muff headset
dual muff headset
Intercom plate, single XLR DPDT channel switch
15' mic cable
Installation
4
1
1
6
1
4
4
4
4
1
2
2
2
2
1
18" Single Subwoofer install version white
Amplifier
AES-EBU input card
Monitor Speakers
Monitor System Processor
Sennheiser Handheld system with e835 capsule
Bodypack transmitters
Omni Lav
e965 condenser capsule
Antenna Kit
Mini 6 drop snake 25' to W1 male
Mini 6 drop snake 50' to W1 male
Mini 12 drop snake 25' to W1 male
Mini 12 drop snake 50' to W1 male
Custom Road Case for Yamaha Console
Clear Com
Clear Com
Clear Com
Clear Com
Clear Com
Clear Com
Liberty
ProCo
Contractor
Add Alternates
L-Acoustics
L-Acoustics
L-Acoustics
EAW
EAW
Sennheiser
Sennheiser
Sennheiser
Sennheiser
Sennheiser
Whirlwind
Whirlwind
Whirlwind
Whirlwind
R&R Case
SB18i
LA4
AES-EBU
MW12Black
UX8800
EW335G3-B
SK300G3-B
MKE2-EWGold-beige
MMK965-1 BK
G3DIRKIT4
B-6-0-XL-M-W1IM-025
B-6-0-XL-M-W1IM-050
B-12-0-XL-M-W1IM-025
B-12-0-XL-M-W1IM-050
R&R-UWEC-YA-M748-CUSTOM
2. Video Systems and Control
Video System
MFG
PART
QTY DESCRIPTION
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Pro
DM-MD16X16
DMC-HD
DMC-DVI
DMC-VID-BNC
DMC-C
DMC-SDI
DMCO-5330
DM-TX-201-C
DM-RMC-200-C
CBL-HD-DVI-6
CBL-AUDIO-6
CBL-VGA-6
CBL-DVI-6
8785
1
3
1
1
5
1
1
2
1
1
5
4
4
2
16x16 DigitalMedia™ Switcher
HDMI® Input Card for DM Switchers
DVI/RGB Input Card for DM Switchers
BNC Analog Video Input Card for DM Switchers
DigitalMedia 8G™ STP Input Card for DM™ Switchers
SDI Input Card for DM Switchers
2 DM 8G w/1 HDMI & 4 HDMI w/Audio
DigitalMedia 8G™ STP Transmitter 201
DigitalMedia 8G™ STP Receiver & Room Controller 200
HDMI™ to DVI Interface Cable, 6 ft
Mini-TRS Stereo Audio Interface Cable, 6 ft
Computer VGA Interface Cable, 6 ft
DVI Interface Cable, 6 ft
HDMI cable 15'
MFG
PART
QTY DESCRIPTION
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
Crestron
HP
Crestron
Crestron
Crestron
Crestron
Crestron
Black Magic
Liberty
Crestron
Crestron
Crestron
Crestron
Samsung
CBL-HD-6
DM-CBL-8G-NP-SP500
DM-8G-CONN-100
CEN-IDOCV-B-S
ABAR-1 KIT
ABVR-1
CEN-SW-POE-5
CNRJ11
ST-IO
ST-RMK
JE006A
TPMC-9-B-T
TPS-6x-B-T
CEN-HPRFGW
TPS-6X-DSW
PW-2420RU
CONVMBHS
LIBER-CQ77562-16
CP2E
ST-COM
CNPWS-75
CNXRMAK
BX2350
PVPHD
MB570Z/A
Apple
Apple
Aurora
VTUNE PRO HD
Marantz
DBP-2012UDCIP
Middle Atlantic EB1 5
Middle Atlantic BR1
Middle Atlantic VDS
Mid-Atlantic U3
Middle Atlantic ERK-44-25
Middle Atlantic PDC-915R-6
SurgeX
SEQ
4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3
1
1
1
1
2
1
1
1
1
1
1
1
HDMI™ Interface Cable, 6 ft
DigitalMedia 8G™ Cable, non-plenum, 500 ft spool
DigitalMedia 8G™ Cable Connector, 100 Pack
Interface for Apple iPod
Adagio® Balanced Audio Receiver
Adagio® Balanced Video Receiver
5 port poe switch
Cresnet Interface
Relay Expansion box
Rack Mount Kit
V1910-24G switch 10/100/1000
9" Table Top Touchpanel
6" wireless touch panel with table stand
High Power Gateway
Wall Mount kit for TPS-6X
Power Supply
HDMI to SDI Converter
Rack Mount plate for TPS-6X wall kit
Compact Control System with Ethernet
Com port expansion module
75 Watt Cresnet Power Supply
Rack Mount Kit for C2N-HBLOCK and CNPWS-75
23" LCD Monitor
ProVideoPlayer (HD)
Mini DisplayPort to DVI Adapter to be purchased by owner
Apple Computer, to be purcahsed by owner direct from Apple
Cable TV HD Tuner
Blu-Ray player with RS-232 and PAL/NTSC
space blank panel
Brush Grommet Panel 1sp
Heavy Duty rackshelf (for MAC)
Rack Mount Shelf 3sp
44 Space Rack 26" deep
Rack Mount Remote Trigger Power strip
Rack Mount Surge Eliminator, 2sp
Video Wall
Sharp
Sharp
Chief
TrippLite
TrippLite
PN-E521
PN-ZB01
LSMVU
P560-006
P566-066
25
25
25
24
1
52" Class Full Color Professional LCD Display Monitor
Optional Input/Output Expansion Board
FUSION Pull-Out Wall Mount (37-63" Displays)
DVI Dual Link Cable, 6'
HDMI to DVI Cable, 6'
Renewed Vision
Video Patch Plates
Liberty
LIBER-CQ77562-3 to LIBER-CQ77562-13
11
Liberty
LIBER-CQ77562-2
1
Liberty
Kramer
Extron
Kramer
LIBER-CQ77562-22
104R
60-440-01
VM-1120
1
2
4
1
1
1
Video patch panel with 2 SDI, 2 F, Intercom, LAN *Check
Engraving*
Video patch panel with 2 SDI, 2 F, Intercom, LAN *Check
Engraving*
Rack mount patch panel for SDI and CATV
1x4 RF distribution amplifier
Audio Distribution Amps 1x3
1x20 or 2x10 distribution amplifier for video plates
RG6 Coax 1000'
BNC and F connectors (50 ea)
Labor
MFG
PART
QTY DESCRIPTION
CONTRACTOR /PINSTALL
CONTRACTOR /LAVP
CONTRACTOR /BLOCK
CONTRACTOR /VCABLE
CONTRACTOR /INSTALLMAT
1
1
1
1
1
Installation
Programming for Crestron
Support Block for future Crestron programming
Misc install materials
Misc Rack Panels and Hardware
Video Wall Add
Alternate
Sharp
PN-E601
Sharp
PN-ZB02
Chief
LSMVU
TrippLite
P560-006
TrippLite
P566-066
16
16
16
15
1
60" Class Full Color Professional LCD Display Monitor
Optional Input/Output Expansion Board
FUSION Pull-Out Wall Mount (37-63" Displays)
DVI Dual Link Cable, 6'
HDMI to DVI Cable, 6'
2.2 Wire and Cable
A. Microphone, Line Level, Control (RS-232) shall be West Penn 291 (25291 Plenum) or
equivalent.
B. Speaker wire shall be West Penn 227 (25227 plenum)
C. 70.7 Volt distributed speaker system wire shall be West Penn 225 (25225 plenum)
D. Control cabling (1 pair with shield + 1 pair) shall be Crestron Cresnet cable
E. VGA HD15-HD15 and 5 conductor mini coax shall be Extron brand cable (MHR-5)
F. Wireless microphone antenna cable shall be RG8U belden 9913, Shure RGX/U, or
equivalent
G. Digital Media Twisted Pair Cable shall be Crestron DM-CBL-8G-NP (DM-CBL-8G-P)
H. Video Cabling (HD-SDI, CATV) shall be RG6 West Penn 815 (25815 plenum)
Part 3 Execution:
3.1 General
A. Loudspeaker systems shall be equalized using a pink noise source and SIA Smaart or
EASE RA. Other equipment or systems may be used with approval by UW-Eau Claire
B. Sharp TVs will be calibrated for uniform color, brightness, and contrast. A document
showing settings of each TV will be presented to the Owner upon completion of the
project for reference of initial color matching settings.
C. Loudspeaker, projector, and TV rigging or mounts shall have a 5 to 1 safety factor and
be installed per manufacturer’s directions.
D. Mic/line, speaker, control or AC electrical wiring shall not share the same conduit.
E. All cables shall be marked with permanent cable label, machine printed, with a number
scheme that matches “As Built” drawings.
F. All cable routing within racks shall follow industry best practices for neatness,
bundling, service loops, and routing.
G. All cabling shall be home run with no splices.
H. Exposed cable bundles shall be encased in woven nylon sheath.
I. Exposed shield wires shall be covered with heat shrink tubing. This includes rear side
of plate terminations and within field terminated connectors.
J. All shields shall be terminated.
K. Crestron Touch Panel/Button Panel designs shall be submitted for approval to the UWEau
Claire for review to establish ease of use by the Owner.
L. The AV Contractor shall notify UW-Eau Claire two weeks prior to final review that
system is complete and operational.
M. The AV Consultant has the authority to represent the Owner in determining that best
practice procedures for installation of systems outlined herein have been followed.
Resolution of issues that bear expense shall be the responsibility of the AV Contractor.
Box
1
1
1
1
2
2
2
2
2
2
2
3
4
5
6
7
7
7
8
9
10
11
11
11
12
12
12
13
13
13
14
14
14
15
15
15
16
16
16
17
18
18
18
19
19
19
20
20
20
21
21
21
22
22
22
23
23
23
24
24
24
26
26
26
26
26
26
26
26
26
26
27
27
27
25
UW-EC Schofiled Hall Conduit Capacity Chart
# Size
Function
4G
FSR Floor Box
4G
FSR Floor Box
4G
FSR Floor Box
4G
FSR Floor Box
SWR-12-12
SR Wall Box
SWR-12-12
SR Wall Box
SWR-12-12
SR Wall Box
SWR-12-12
SR Wall Box
SWR-12-12
SR Wall Box
SWR-12-12
SR Wall Box
SWR-12-12
SR Wall Box
1G
Video Wall
1G
SR Clear Com
1G
Aux Sub Left
1G
Aux Sub Right
4G
Stage Face
4G
Stage Face
4G
Stage Face
1G
Back Stage Hall
2G
Main Array
2G
Main Array
4G
HR video patch
4G
HR video patch
4G
HR video patch
4G
HL Video Patch
4G
HL Video Patch
4G
HL Video Patch
4G
BOHR Video Patch
4G
BOHR Video Patch
4G
BOHR Video Patch
4G
BOHC Video Patch
4G
OHC Video Patch
4G
BOHC Video Patch
4G
BOHL Video Patch
4G
BOHL Video Patch
4G
BOHL Video Patch
3G
BOH Audio Patch
3G
BOH Audio Patch
3G
BOH Audio Patch
2G
Green Room Clear Co
4G
Balc C Video Patch
4G
Balc C Video Patch
4G
Balc C Video Patch
4G
Balc Rear R Video PatC
4G
Balc Rear R Video Pat
4G
Balc Rear R Video Pat
4G
Booth R Video Patch
4G
Booth R Video Patch
4G
Booth R Video Patch
4G
Booth C Video Patch
4G
Booth C Video Patch
4G
Booth C Video Patch
4G
Booth L Video Patch
4G
Booth L Video Patch
4G
Booth L Video Patch
4G
Balc Rear L Video PatCch
4G
Balc Rear L Video PatCch
4G
Balc Rear L Video PatVchi
3G
Booth FOH audio patch
3G
Booth FOH audio pat
3G
Booth FOH audio pat
Stage Rack
Stage Rack
Stage Rack
Stage Rack
Stage Rack
Stage Rack
To Head End
To Head End
To Head End
To Head End
Ceiling/Catwalk
Ceiling/Catwalk
Ceiling/Catwalk
70V feed
25
30
1G
Wire Type
8G Vid
CAT6
Mic
Speaker
8G Vid
CAT6
Clear Com
Video
Line
Mic
Speaker
8G Vid
Clear Com
Speaker
Speaker
8G Vid
CAT6
Mic
Clear Com
Speaker
Speaker
CAT6
Clear Com
Video
CAT6
Clear Com
Video
CAT6
Clear Com
Video
CAT6
Clear Com
Video
CAT6
Clear Com
Video
CAT6
Clear Com
Line
Cmlear Com
CAT6
Clear Com
Video
cAhT6
Cclhear Com
Vcihdeo
CAT6
Clear Com
Video
CAT6
Clear Com
Video
CAT6
Clear Com
Video
CAT6
Clear Com
Video
CAT6
Clear Com
Line
CAT6
AV
AV
AV
AV
AV
CAT6
Video
CAT6
Video
Audio
Network
Video
Speaker
Part #
8G
4246
291
227 0.26
8G
4246
291
841
291
291
227
8G
291
227
227
8G
4246
291
291
227
227
4246
291
841
4246
291
841
4246
291
841
4246
291
841
4246
291
841
4246
291
291
291
4246
291
841
4246
291
841
4246
291
841
4246
291
841
4246
291
841
4246
291
841
4246
291
291
4246
291
291
4246
8G
841
4246
841
4246
841
OD
0.244
0.225
0.127
0.127
0.245
0.127
0.127
0.26
0.244
0.127
0.26
0.26
0.244
0.225
0.127
0.127
0.26
0.26
0.225
0.127
0.245
0.225
0.127
0.245
0.225
0.127
0.245
0.225
0.127
0.245
0.225
0.127
0.245
0.225
0.127
0.127
0.127
0.225
0.127
0.245
0.225
0.127
0.245
0.225
0.127
0.245
0.225
0.127
0.245
0.225
0.127
0.245
0.225
0.127
0.245
0.225
0.127
0.127
0.225
0.127
0.127
0.225
0.244
0.245
0.225
0.245
0.225
0.245
# Conductors
1
1
2
8
1
0.225
2
4
8
24
8
1
2
2
2
1
1
2
2
10
10
2
2
4
2
2
4
1
2
4
1
2
4
1
2
4
3
2
12
2
1
2
4
1
2
4
1
2
4
1
2
4
1
2
4
1
2
4
3
2
12
2
8
2
2
5
8
8
8
Spare
Spare
226
0.23
70V feed
Speaker
226
Lobby 2nd Floor
Clear Com
291
0.244
Conduit Size
Destination
0.75
1.25
26
26
2
1
26
1.25
1.25
0.75
0.75
0.75
0.75
26
26
26
26
26
26
0.75
0.75
2
2
26
26
26
26
1
26
1
26
1
27
1
27
1
27
1
0.75
27
25
1
27
1
27
1
25
1
25
1
25
1
27
1
25
2
25
1
2
2
2
2
2
2
2
2
2
0.75
0.23
1
0.75
0.127
2
0.75
25
25
Head End
Head End
Head End
Head End
26
26
26
2nd floor lobby ceiling
space
1st floor lobby ceiling
space
25
UW-Eau Claire
February 28, 2011
Audio and Video System Installed at Schofield Auditorium
Itemized Bid Form
Request for Bid SS-1114
QTY
1 Lot
DESCRIPTION
Main Audio System Equipment
Total
Price
$ ____________
1 Lot
Clear Com Equipment
$ ____________
1 Lot
Add Alternates
$ ____________
1 Lot
Video Systems and Control
$ ____________
1 Lot
Video Wall Equipment
$ ____________
1 Lot
Video Patch Plates
$ ____________
1 Lot
Video Wall Add Alternate
$ ____________
1 Lot
Installation Audio and Video Equipment
$ ____________
Standard Manufacturer’s Warranty is being offered by the Vendor: Yes No
The requested delivery schedule of the week of May 23, 2011can be met: Yes
No
Bidder Information:
Company Name: _______________________________________________
Address: ______________________________________________________
______________________________________________________
Phone: _________________________________
Fax: __________________________________
Date: ____________________________________________
Authorized Signature: ______________________________________________
_________________________________________
Print Name
Customer Service Contact: __________________________________________
Phone: ___________________________
Fax: __________________________
E-mail: __________________________________
Download