R-2016-3257 - 2/25/2016RESOLUTION NO. R-2016-3257
WHEREAS, the City of Round Rock ("City") desires to upgrade its current audio video
systems at Rock `N River and to purchase related goods and services, and
and
WHEREAS, the City is a member of the Texas Department of Information Resources ("DIR"),
WHEREAS, Technology for Education ("TFE") is an approved vendor of the DIR, and
WHEREAS, the City wishes to purchase related goods and services from TFE through DIR,
Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Audio Video System Purchase and Installation at Rock `N River With Technology for
Education, a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 25th day of February, 2016.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
QPX11L,
SARA L. WHITE, City Clerk
0112.1604;00351955
EXHIBIT
CITY OF ROUND ROCK AGREEMENT FOR
AUDIO VIDEO SYSTEM PURCHASE AND INSTALLATION
AT ROCK `N RIVER WITH
TECHNOLOGY FOR EDUCATION
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
KNOW ALL BY THESE PRESENTS:
THAT THIS AGREEMENT for the purchase and installation of an audio video system
for Rock `N River, and for related goods and services (referred to herein as the "Agreement"), is
made and entered into on this the day of the month of February, 2016 by and between the
CITY OF ROUND ROCK, a Texas home -rule municipality, whose offices are located at 221
East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and
TECHNOLOGY FOR EDUCATION ("TFE"), whose offices are located at 4411 South IH -35,
Suite 110, Georgetown, TX 78626 (referred to herein as "Vendor").
RECITALS:
WHEREAS, City desires to upgrade its current audio video systems at Rock 'N River,
and City desires to procure a new system from Vendor; and
WHEREAS, Vendor is an approved vendor of the Texas Department of Information
Resources ("DIR"); and
WHEREAS, City desires to purchase certain goods and services from Vendor through
DIR as set forth herein; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
00351473/ss2
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified goods and Vendor is obligated to sell and install same. The
Agreement includes Vendor's Proposal dated February 5, 2016 (attached as Exhibit "A").
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods mean the specified supplies, materials, commodities, or equipment.
F. Services mean work performed to meet a demand or effort by Vendor to comply
with promised delivery dates, specifications, and technical assistance specified.
2.01 EFFECTIVE DATE, TERM, ALLOWABLE RENEWALS, PRICES FIRM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. This Agreement shall terminate upon the purchase and installation of all goods
and services as described in Exhibit "A."
C. Prices shall be firm for the duration of this Agreement. No separate line item
charges shall be permitted for invoicing purposes, including but not limited to equipment rental,
demurrage, costs associated with obtaining permits, or any other extraneous charges.
D. City reserves the right to review the relationship with Vendor at any time, and
may elect to terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
The goods and services which are the subject matter of this Agreement are described in
Exhibit "A" and, together with this Agreement, comprise the Contract Documents. Any
inconsistencies or conflicts in the contract documents shall be resolved by giving preference to
the terms and conditions set forth in pages one (1) through nine (9) of this Agreement.
4.01 SCOPE OF WORK
Vendor shall satisfactorily provide all goods and complete all services described in
Vendor's Proposal, Exhibit "A," attached hereto and incorporated herein.
This Agreement shall evidence the entire understanding and agreement bemeen the
parties and shall supersede any prior proposals, correspondence or discussions.
Vendor shall satisfactorily provide all deliverables and services described in Exhibit "A"
within the contract term specified. A change in the Scope of Services must be negotiated and
agreed to in all relevant details, and must be embodied in a valid Supplemental Agreement as
described herein.
5.01 CONTRACT AMOUNT
In consideration for the deliverables and services related to the deliverables, the City
agrees to pay Vendor One Hundred Forty Thousand Eight Hundred Ninety and No/100
Dollars ($140,890.00) for the goods and services set forth in Exhibit "A."
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which
the performance of services was complete, or within thirty (30) days of the day on which City
receives a correct invoice for the performance and/or deliverables or services, whichever is later.
Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the
fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on the
purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise
were offered or given by Vendor or its agents or representatives to any City officer, employee or
elected representative with respect to the performance of this Agreement. In addition, Vendor
may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
4
12.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
David Buzzell
Assistant Director, Parks and Recreation
301 West Bagdad Avenue, Suite 250
Round Rock, Texas 78664
(512) 341-3345
13.01 INSURANCE
Vendor shall meet all City of Round Rock Insurance Requirements as set forth at:
htta:HwwNv.roundrocktexas.aov/wn-content/uploads/2014/12/coir insurance 07.20112.ndf.
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if any,
and that it will not be considered in the re -advertisement of the service and that it may not be
considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to fully, timely and faithfully perform any of its material obligations
Colder this Agreement;
B. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
16.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of tennination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
18.01. COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and national
boards, bureaus and agencies.
B. Services Provider acknowledges and understands that City has adopted a Storm
Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139
through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from
its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the
requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination System (TPDES). The Services Provider agrees to perform all
operations on City -owned facilities in compliance with the City's Illicit Discharge Ordinance to
minimize the release of pollutants into the MS4. The Services Provider agrees to comply with of
the City's stormwater control measures, good housekeeping practices and any facility specific
stormwater management operating procedures specific to a certain City facility. In addition, the
Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load
(TMDL) Requirements and/or I -Plan requirements.
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States snail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
TFE
4411 South IH -35, Suite 110
Georgetown, Texas 78626
Notice to City:
City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
7
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
23.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
8
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in perforniance must
be timely given and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas
By:
Printed Name:
Title:
Date Signed:
Attest:
By:
Sara L. White, City Clerk
For City, Approved as to Form:
By:
Stephan L. Sheets, City Attorney
G1
TFE
Printe ame?
Title:
Date Sigt
(6HUB
SWewlda HRabIFY UtgRYflytd WM�►�YpYr
City of Round Rock
Rock `N River Expansion Project
Audio Video Systems
(Quote #54668)
DIR Contract No. DIR-TSO-3360
February 5, 2016
AV Design by: Raymond J Timpe, CTS -D
ROUND ROCK, TEXAS
PURPOSE, PASSION. PROSPERITY.
EXHIBIT "A"
Certified
librntn`s $vends �aurrprixc
Project Narrative
The City of Round Rock is seeking to expand their existing Rock 'N River Water Park. The new expansion will
nearly triple the size of the facility and add several audio / video features to include speakers and LCD displays
distributed throughout the park. Speakers should be capable of being zoned to specified areas of the park and
LCD displays should be able to show local cable TV system content.
TFE is proposing a matrix style media backbone system. The matrix style system allows any content to be routed
to any and all speakers and displays providing unlimited customization of content delivery. The main system will
be controlled and configured by rack mounted touch panel or any device (PC, Tablet, Phone, etc.) with a
browser and Local Area Network (LAN) connectivity. Additional touch panels can be added in as desired. The
main system will be comprised of three (3) sub -systems; Audio System, Video System and Control System. All
systems have head -end equipment components that are physically interconnected and located within two (2)
equipment racks.
Audio SvStern
The Audio System is composed of twenty (20) 8" two-way outdoor speaker cabinets; eight (8) to be pole
mounted in specified locations (Pole provided by others.), as well as four (4) mounted
to structure in swim -up refreshment area, and three (3) mounted to other structure
in the main park area. Power amplification is provided by a 6 -channel multi -zone
amplifier located in the head -end equipment rack. Sources located within the
equipment rack will include: four (3) MOOD: media players (requires monthly
subscription with MOOD: Media), as well as one (1) local input to interface with other
systems or sources and one (1) push -to -talk microphone to be located anywhere with
LAN connectivity. In addition, the video content audio can be routed to any or all
�s
speaker zones. Maximum of two 2 ties Matrix routing and level control to zones is
accomplished within the Digital Signal Processor (DSP) which is controlled via
rack mounted touch panel or other device / PC as mentioned above.
white or Black
binp6 Mutic 1
>.ioao: ainsw i
MOOD. Muni .i
iltlufd �
1
Video System Tie 1
Video System Tic 2 ---- --^- ^^Y'
Locale InpLn
aTT Miumphone
l
8x8 MOW Signal
Procossw (OSP)
Dante*
Multi -Channel
Ampiitlei•
k
111 .s
—tf Zono2
ZonO
i
�....- Y Znne4
.... , Zones
* Dante (Digital Audio Network Through Ethernet) is a network protocol that delivers uncompressed, multi-
channel, low -latency digital audio over a standard Ethernet network using Layer 3 IP packets. Utilizing a DSP with
Dante onboard affords easy expansion capabilities for future additions of sources and/or speaker zones without
the need to re-pull cable in the park by leveraging the existing network as a transport method.
Page 2 of 8
vidoa Systerrr
The Video System consists of seventeen (13) LCD displays; in the swim -up refreshment area, there will be four
(4) 60" displays and two (2) 49" displays (intended for menus provided by digital signage located in the head -end
equipment rack.). In the patio space just outside the swim -up refreshment area will be an additional for (2) 60"
displays. Five (5) cabana's will also each receive the 60" LCD Display. Displays are mounted using quality Chief
mounts providing stability and ease of installation or re -installation / removal. High Definition Video content
with **4K capability is delivered via fiber optic cable to be installed in conduit pathways (Provided by others).
The use of fiber optic transport medium promises bandwidth capabilities for future Ultra High Definition content
and display integration as well as safeguards against distance limitations. Video sources include; two (2) digital
signage players (Signage content provided by others) and eleven (9) local cable boxes (cable set top boxes and
service installation provided by others, set top boxes installed by TFE). All sources are rack mounted and
connected to matrix video switcher located in the video rack with control capabilities to route signals and
change channels and volume levels on the cable box provided by rack mounted touch panel or other device / PC
as mentioned above.
nua
HD Video
Matrix
Swttcher
C�r�nwn X+w
<nri,�rXty W nc4
�,twrsiW fntcn NM
carrwefN to KM1{I!
LM -0$41,,yard
fifriN'{!I
CQ4 Bats I r.—r-7
i.
E
rnr;i s.
r;n�.n i�:rsX Sean n„ S.:1 x-u�z
9riw :-Jii �r.tnui: ;'rc'.r�.t�D SnPt1'vA
,`iety 3 S- .t Ml ,z 1 Ur. 2
Rw Y.4Wf Wi Cdtun I Carom. Ca tow.. e:eturga Co[ ray
**4K refers to a display device or content having horizontal resolution on the order of 4,000 pixels. Both 4K and
Ultra High Definition (UHD) are quickly becoming the video standard. Implementing a backbone capable of 4K
ensures compatibility with future modifications and additions.
Page 3 of 8
Cornu/ _5,Ystelrl
The Control System is the end user interface to manipulate all AV systems. All routing,
channel and level controls are carried out by the control system. Access to this system
is by way of the rack mounted touch panel or any device with a browser and access to WA
the Local Area Network (LAN). Included in this proposal is five (5) inexpensive tablets of
different colors to be used for control of the Cabana rental areas TV's. (Each Cabana will
have its own color tablet to be used for remote control of TV channel selection and volume
control. Additional touch panels can be added as needed. Access to certain pages within
the touch panel menu system can be restricted by passcode if need. In addition, this
system is expandable to control additional systems. Lighting systems, HVAC systems for
the buildings and any system that requires a "trigger" can be added to the control system.
-rr;ri yz�r�y ��i�rrs anu i'r.;c;,'ru
Although not discussed during our initial meeting, this system will provide a means to make an announcement
via push -to -talk microphone. This can be used for regular announcements as well if needed for evacuation or to
close the park. In addition a manual button located near the push -to -talk microphone location (as well as a
virtual button on the touch panel) will be provided to trigger a visual emergency alert to all the displays such as
"Please Exit the Park". (Note: The content for the emergency alert shall be provided by others leveraging one of
the signage players to store and play the content. A trigger and automatic routing will be provided by the
included Control System. it is possible an additional signage player may be needed pending Scala signage
compatibility)
iriicli I ttc, sura_
Display enclosures are included with all displays and are utilized to provide protection against the elements and
vandalism.
V S
0 ClriLi ,%f.'i
Upon project commencement a project kick-off meeting shall be scheduled to finalize any details,
identify project key -stakeholders, establish project scheduling and identify dependency task time -lines.
Once the project has been kicked off; within fifteen (15) days shop drawings, electrical requirements
and network requirements will be provided by TFE. An additional meeting shall be held to determine
User Interface programming. During this meeting the definition of the main system functionally and
operation will be determined. Once installation is complete TFE will fully test all systems and provide
As -Built drawings. A last commissioning meeting will take place to demonstrate the system and train
Page 4 of 8
8
8
8
8
15
1
1
5
1
2
1
1
1
2
1
1
1
1
4
4
3
1
1
1
2
1
personnel on system(s) operation. The expected time -line for project is to start rough -in near mid-
March with project completion targeted for early/mid-May. Note: Wire -paths, conduits, electrical and
network infrastructure are dependency tasks that will have an effect on Audio Video and Control
system time -lines for implementation.
System Components
PM-24-6DOWN-G
Allen Products POLEMOUNT,24"X6UP,GLVNZ
$
267.00
$
2,136.00
PM -SAFETY-
Allen Products POLE SAFETY ANCHOR, GALV
$
64.00
$
512.00
6DOWN
PM -BAND -20S
Allen Products 20" PM BAND KIT 2"-6" POLES
$
29.00
$
232.00
SC -188 -30 -SS
Allen Products SAFETY CBLE,SS,3/16X30",470#
$
27.00
$
216.00
SM82T-B
Atlas 8 inch 2 -Way Weather Resistant Speaker
$
236.00
$
3,540.00
System with 70.7V
BB-88DT
Atlas 8 Input, 8 Output Digital Signal Processor w/
$
2,432.00
$
2,432.00
Dante TM
F61VIF
Atlas Multi -Impedance Modular Amplifier
$
720.00
$
720.00
FM250-70
Atlas 70V Amplifier Card Module for Use In F6 -MF
$
167.00
$
835.00
544-25-MPRD
Atlas Stand Alone or Gangable Rack 25" Deep, 44RU
$
677.00
$
677.00
,Perforated Rear Door
SPS44-25
Atlas 500, 700 Series Side Panels - 44 RU
$
309.00
$
618.00
RR44
Atlas Rack Rails for 200, 500, & 700 Series - 44 RU
$
110.00
$
110.00
RCK25
Atlas Caster Kit for 25" Deep 200 & 500 Series Racks
$
126.00
$
126.00
MPFD44
Atlas 1" Deep Micro Perf Door for 44RU FMA, 100,
$
312.00
$
312.00
200, 500, and 700
Series Racks
ECM-20SH
Atlas 20A AC Power Conditioner and Spike
$
83.00
$
166.00
Suppressor Module
ECM-RACEWY3
Atlas Electrical Housing for up to 3 Atlas Power ECM
$
72.00
$
72.00
Modules
ECM-3BP
Atlas Blank Panel Covers for ECM-RACEWY Models,
$
16.00
$
16.00
Quantity 3
ECM-ACIN
Atlas 12-3 Blk, Grn, Wht Wire (12')
$
36.00
$
36.00
AP -7230-205
Atlas 20A - 72 inch, 30 Outlet Vertical Power Strip
$
191.00
$
191.00
SH2-15
Atlas 2 RU 15 inch Deep Rack Shelf
$
37.00
$
148.00
SHCK
Atlas Clamping Kit For SH Series Rack Shelves
$
30.00
$
120.00
Media Player
MOOD: Media Player
$
334.00
$
1,002.00
MXV-193
Atlas 19 inch Monitor Panel 2RU 3 inch Speaker
$
335.00
$
335.00
Header
Liberty Panel
$
39.00
$
39.00
CUST
Liberty Custom Panel
$
167.00
$
167.00
Annuncicom 100
Barix IP Audio Encoder
$
358.00
$
716.00
MX412D/C
Shure PTT Microphone
$
231.00
$
231.00
Page 5 of 8
1
1
1
12
7
4
13
1
1
1
2
9
9
1
1
1
1
9
13
4
1
1
1
13
1
1
1
1
5
13
2
UPS -2200R
Middle Atlantic UPSRackmount Power, 8 Outlet,
$
965.00
$
965.00
2150VA/1650W
CUST
TFE Single Gang with Push Button for Emegency
$
56.00
$
56.00
Alerts
DM -MD 16X16
Crestron 16x16 DigitalMedia TM Switcher
$
4,778.00
$
4,778.00
DMC -4K -HD -DSP-
Crestron 4K HDMI° Input Card w/Downmixing for
$
667.00
$
8,004.00
HDCP2
DMO Switchers
DMC -SO -HD
Crestron 2 -Channel DigitalMedia 8G T' Fiber Output
$
1,000.00
$
7,000.00
Card for DM®
CRESFIBER-CONN-
Crestron Connectors for CresFiber® 8G Multimode
$
317.00
$
1,268.00
C50UM-12
Fiber Optic Cable, SC 50µm, 12 -Pack
DM -RMC -100-5
Crestron DigitalMedia 8G` Fiber Receiver & Room
$
667.00
$
8,671.00
Controller 100
DMC-HDO
Crestron 2 -Channel HDMI° Output Card
$
389.00
$
389.00
ASUMRM9
Atlas Universal Monitor Rack Mount Kit
$
67.00
$
67.00
VZ-19RTV
ViewZ Value 9" LCD Monitor - 5:4 - 5 ms - 1280 x
$
395.00
$
395.00
1024 - 16.7 Million Colors - 250
HDN
Seneca Digital Signage Media Player Seneca HDN
$
889.00
$
1,778.00
Media Player
SI -12-15
Atlas 2 RU 15 inch Deep Rack Shelf
$
37.00
$
333.00
SHCK
Atlas Clamping Kit For SH Series Rack Shelves
$
30.00
$
270.00
544-25-MPRD
Atlas Stand Alone or Gangable Rack 25" Deep, 44RU
$
677.00
$
677.00
,Perforated Rear Door
RR44
Atlas Rack Rails for 200, 500, & 700 Series - 44 RU
$
110.00
$
110.00
RCK25
Atlas Caster Kit for 25" Deep 200 & 500 Series Racks
$
126.00
$
126.00
AP -7230-205
Atlas 20A - 72 inch, 30 Outlet Vertical Power Strip
$
191.00
$
191.00
10765
Monoprice 6' HDMI Cables
$
19.00
$
171.00
10764
Monoprice 3' HDMI Cables
$
15.00
$
195.00
Fiber Connectivity
TFE Breakout boxes, patch cables and raceway
$
278.00
$
1,112.00
AV3
Crestron 3 -Series Control System
$
2,445.00
$
2,445.00
CAGE3
Crestron Control Card Expansion Cage for AV3
$
278.00
$
278.00
C31R-8
Crestron 3-SeriesT"' Control Card -8 IR Ports
$
389.00
$
389.00
IRP2
Crestron IR Emitter Probe w/Terminal Block
$
28.00
$
364.00
Connector
TSW-750-B-S
Crestron 7" Touch Screen
$
778.00
$
778.00
TSW-UMB
Crestron Universal Mounting Bracket for Touch
$
23.00
$
23.00
Screens & Wall Dock
FROG
TFE Custom Control Programming
$
1,667.00
$
1,667.00
SPR3
Atlas 19" Blank 3 RU Recessed Rack Panel
$
15.00
$
15.00
7DRK
Zeepad 7" Tablet (Multiple Colors)
$
40.00
$
200.00
60LX540S
LG LED -LCD TV - 60" LCD - 1920 x 1080 - Edge LED -
$
1,223.00
$
15,899.00
350 Nit - 1080p -
49LX540S
LG LED -LCD TV - 49" LCD - 1920 x 1080 - LED - 300
$
677.00
$
1,354.00
Nit - 1080p -
Page 6 of 8
15
15
15
2
13
1
1
1
2
h rs.
1 TFE-MGMNT Project Management $ 698.00 $ 698.00
1 TFE-CABLE Wire, Cable and Cable Management Materials $ 9,819.00 $ 9,819.00
1 TFE-LABOR Labor, Installation and Testing $ 28,509.00 $ 28,509.00
I Total $ 140,890.00
Caveats
• THIS SYSTEM REQUIRES CONTENT SUBSCRIPTION FROM SEVERAL SERVICE PROVIDERS AND DOES NOT INCLUDE
ANY OF THE MONTHLY COSTS THAT ARE ASSCOCIATED.
• THE FOLLOWING SUBSCRIPTIONS WILL BE NEEDED:
0 TIME WARNER (OR LOCAL CABLE)
0 MOOD: MEDA (REQUIRES INTERNET CONNECTIVITY)
• THIS SYSTEM IS DESIGNED WITH THE INTENTION THAT IT WILL FUNCTION UTILIZING THE EXISTING NETWORK
FOR CONNECTIVITY TO THE CONTROL SYSTEM AND PUSH -TO -TALK MICROPHONE AUDIO. VIDEO AND AUDIO
CONTENT ON THE BACKBONE SUB -SYSTEMS ARE DELIVERED ON A SEPARATE INFRASTRUCTURE INCLUDED IN
THIS PROPOSAL.
• THIS SYSTEM INCLUDES FOUR (4) FIBER BREAKOUT BOXES INSTALLED IN FOUR (4) CENTRALIZED LOCATIONS TO
BE INSTALLED BY OTHERS AND PROVIDED BY TFE. BREAKOUT BOXES WILL PROVIDE TERMINATION POINTS FOR
WIRE PATHWAYS (CONDUITS) AS PROVIDED BY OTHERS.
• THE FOLLOWING ARE EXCLUDED FROM THIS PROPOSAL:
0 WIRE PATHWAYS (CONDUITS)
0 PAINTING
0 POWER (POWER REQUIREMENTS SHALL BE PROVIDED UPON PROJECT COMMENCMENT)
0 STRUCTURAL SUPPORT OR BRACING
0 NETWORK INSTALLATION OR CONFIGURATION (NETWORK REQUIREMENTS SHALL BE PROVIDED UPON
PROJECT COM MENCMENT)
• INSTALLATION TIMES ARE PRIMARILY MONDAY THROUGH FRIDAY, 8AM TO SPM. AFTER-HOURS CUTOVERS WILL
BE COORDINATED WITH CUSTOMER REPRESENTATIVE IF PART OF SCOPE OF WORK.
• RETURN OF EQUIPMENT MAY RESULT IN A RESTOCKING FEE BASED ON DISTRIBUTOR'S OR MANUFACTURER'S
RETURN POLICY. OPEN BOXES CANNOT BE RETURNED.
• CUSTOMER IS RESPONSIBLE FOR PROVIDING SAFE WORKING CONDITIONS FOR TFE INCLUDING BUT NOT LIMITED
TO ELECTRICAL, ASBESTOS, AND OTHERS.
• CUSTOMER AGREES TO NOT SOLICIT ANY TFE EMPLOYEES FOR CUSTOMER EMPLOYMENT.
• TFE IS NOT RESPONSIBLE FOR ANY DAMAGES, MONETARILY OR OTHERWISE, AS A RESULT OF UNINTENTIONAL
DOWN-TIME. PLANNED DOWN-TIME WILL BE COORDINATED WITH CUSTOMER AND TFE WILL DO EVERYTHING IN
ITS POWER TO MINIMIZE ANY INCONVENIENCE TO CUSTOMER.
MTM1U
Chief Medium Fusion Micro -Adjustable Tilt Wall
$
122.00
$
1,830.00
Display Mount
FCA1S
Chief Fusion Single Stud Adaptor
$
36.00
$
540.00
FHB3034
Chief FUSION and Thinstall Hardware Kits
$
7.00
$
105.00
TVS4050AG
Protective Enclosure Company The TV Shield 40-50"
$
596.00
$
1,192.00
Anti Glare Outdoor TV Enclosure
TVS5060AG
Protective Enclosure Company The TV Shield 50-60"
$
889.00
$
11,557.00
Anti Glare Outdoor TV Enclosure
TFE-RENTAL
Lift, Scaffold and/or Container Rental
$
2,800.00
$
2,800.00
TFE-FREIGHT
Freight, Shipping
$
4,323.00
$
4,323.00
TFE-MISC
Miscellaneous Installation Costs
$
3,604.00
$
3,604.00
TFE-TRAINING
Training
$
120.00
$
240.00
Page 7 of 8
• CHANGES TO SYSTEM DURING OR AFTER INSTALLATION WILL REQUIRE ADVANCED WRITTEN NOTIFICATION AND
MAY BE SUBJECT TO CUSTOMIZATION CHARGES AT STANDARD HOURLY RATES.
Raymond J Timpe, CTS -D
Audio Video Design Engineer Name
512-819-6919 Direct
ray.tim-De@tfeconnect.com
Title
7W4 J. T
42329261
Expirm
Signature
Date
TFE Project Manager Signature
Page 8 of 8