St. Charles City County Library District Invitation for bid – Audio Visual system in rooms 240 and 243 at the Spencer Road Library

The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified businesses for the replacement of the Audio Visual system in rooms 240 and 243 at the Spencer Road Library.

BID ISSUED: 8/5/2019

LOCATION: District Administrative Office, 77 Boone Hills Dr., St. Peters, MO 63376.

Completed bids in accordance with this Invitation for Bid, can be emailed, faxed or hand delivered to: Attention: Zach Campbell, Library Technology Coordinator, [email protected], Fax: 636-441-3132.

To protect the integrity of the Bid selection process, any questions concerning this Invitation for Bid, the Bid process or Bid specifications shall be emailed only to [email protected] in accordance with this Invitation for Bid.

A bidder shall complete the Bid as required in this Invitation for Bid.

The Library District reserves the right to reject any and all Bids and to waive formalities in the best interest of the Library District.

We are entertaining proposals to replace the following:

Audio Visual system in rooms 240 and 243 at the Spencer Road Library

● The District reserves the right to waive any irregularities in the bid process. ● The District will take into account reliability, past work experience, references, estimated duration of the project and any other factors deemed in the best interest of the District. ● The District reserves the right to split awards, make multiple awards and to reject any and all Bids. ● The District is tax exempt - a certificate of tax exemption will be provided. ● The winning bidder will be required to provide E-Verification - proof of legal residence in this country for all employees on this job. ● The winning bidder shall be familiar with all codes, regulations, and standards governing the specified work, including but not limited to those for the County of St. Charles, Missouri. Any contradiction between the manufacturer’s requirements and these specifications shall be brought to the attention of the manufacturer, the specifier and the Owner. ● This is a prevailing wage project. If you are not familiar with Missouri Prevailing Wage, please contact the Missouri Department of Labor. See attached applicable Annual Wage Order No. 25.

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Requirements for the St. Charles County Library Audio Visual (AV) systems. The work covered under this section consists of furnishing all labor, material, and services to install a complete audiovisual system based on the owner’s drawings and recommended acceptable equipment list.

1.2 ALTERNATES

A. The library district has made every effort to provide an accurate equipment list. It will be the responsibility of the successful bidder to provide a complete working system based on the design intent. Products included in the suggested list have been designed to integrate with the building design, electrical infrastructure, telecommunication infrastructure and design intent of the owner. Should any equipment series, model or part numbers be superseded or discontinued, it shall be understood that newest equivalent series, model or part shall be furnished. Therefore, equipment manufacturer substitutions should not be allowed without express written consent of the library district.

1.3 QUALIFICATIONS

A. The Audio-Visual Contractor will have the following minimum qualifications:

1. Five years’ experience in the installation, programming and servicing of similar systems, of similar scope. 2. Factory-direct, dealership relationships with the primary equipment manufacturers. 3. Full-time employee(s) with recognized industry certifications, minimum of two employees with InfoComm CTS, CTS-I or CTS-D certification. 4. Certified by control system manufacturer to install/service specified system. 5. On-staff or directly contracted Independent control system programmer. 6. The successful bidder shall include with its bid, a list of credentialed staff that will be actively involved in the project including specific tasks each will perform. 7. The successful bidder shall use shall use sufficient numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section to be able to meet all project timelines. Evidence of specified qualifications may be requested.

1.4 PROJECT CONDITIONS

A. This project represents installation in an existing facility.

B. The successful bidder shall comply with all applicable national and local codes and ordinances and obtain all required permits. The successful bidder shall be held responsible for any violations of the law within the scope of his work.

C. The successful bidder shall schedule and sequence the AV system work to coordinate with the established occupancy schedule of rooms 240/243 as updated from time to time by Owner.

D. Once the successful bidder begins work at the project site, they shall maintain a Project Manager for the duration of the work to provide coordination with the Owner.

E. The Project Manager shall conduct weekly meetings with the owner to report on progress, adherence to schedule, issues, and change orders.

F. The successful bidder shall conform to all site policies regarding safety, job site hours and any additional policy which may affect site conditions.

G. Any and all structural, mounting or rigging details within this package are strictly conceptual. It is the responsibility of the successful bidder to employ the services of a Structural Engineer as necessary. Calculations, shop drawings and details of any structural modifications or additions shall be submitted to the Architect for approval.

H. The successful bidder shall cooperate with the owner and shall coordinate the installation of the AV systems so that all work will proceed in a manner which is in the best interests of the Owner.

I. Labor, transportation and storage of equipment and all work needed for the installation shall be the responsibility of the successful bidder.

J. It is the responsibility of the successful bidder to coordinate the AV device mounting heights and locations prior to installation to ensure the design intent is met. This coordination includes but is not limited to referencing any and all existing architectural drawings and documents. Device placement must meet the design intent based on “best practices” of the Audio Visual industry and/or directions given specifically by the Owner.

1.7 SUBMITTALS

B. Materials List: The successful bidder shall submit a complete list by room of all proposed materials and equipment to be furnished and/or installed under the work of this specification. Give an item description; list quantity of units; and give the manufacturer’s name and catalog number for each separate component proposed.

C. Product Data: With the material list, submit manufacturer’s data sheets for all proposed materials and equipment to be furnished under this specification. Exact model of proposed components shall be indicated on data sheets in the event of multiple listings.

D. Shop Drawings:

1. Sufficiently prior to installation, submit complete shop drawings addressing themselves to the categories described below:

a. Equipment location b. Cable routing and/or conduit requirements c. Equipment rack/console elevations d. Speaker placement and transformer tap settings e. System interconnect block drawings f. Point to point wiring of all system components g. Cable identification and labeling scheme h. Specification cut sheets on all equipment i. Control touch panel proposed page layouts

2. Drawings shall be of professional quality and shall be submitted in complete form. No partial submittals will be acceptable. Drawing files in electronic format shall be submitted.

E. Post-Installation Submittal Requirements

1. Upon final system acceptance, submit:

a. Complete manufacturers’ operation and maintenance manuals for all system components. b. Complete as-built drawings for all systems. c. System certificates of warranty. d. Completed system test reports. e. All uncompiled code, touch panel files and modules along with the compiled code. This code becomes the property of the Owner. f. All remote controls are to be turned over to the Owner for the installed equipment.

1.8 WARRANTY

B. Warranty of workmanship and equipment is for a period of one (1) year from the date of first use of system or substantial completion, whichever is first. The successful bidder is to provide warranty repair or replacement for all products provided by the successful bidder. All workmanship is to be covered for a period of one (1) year at no additional cost to the Owner except in the case of obvious abuse, neglect or acts of God. Consumable items such as lamps, filters, batteries, etc. are not covered.

C. During the warranty period the successful bidder shall:

1. Provide telephone support within 4 hours of a call 2. Provide on-site support within 24 hours of a call requesting service. 3. Repair or replace faulty items within 72 hours of on-site service or within manufacturer’s specified repair program time-lines.

D. The successful bidder shall not involve the Owner with removing or reinstalling equipment or shipping or freight charges associated with any item under warranty.

E. The warranty period will commence no sooner than the date of the first beneficial use by the Owner and no later than the date of contract close out.

PART 2 - PRODUCTS

2.1 GENERAL

A. Acceptable products are listed on the attached drawings and establish the basis for design for the AV Systems.

B. All products shall be new and under warranty at the time of the installation. B-Stock, previously installed, refurbished or otherwise used equipment shall not be provided on this project.

C. There shall be no product substitutions after the issuance of the contract award.

D. Due to the advanced bidder qualifications, it is assumed that the successful bidder is solely responsible for the completeness and accuracy of the takeoffs, system design intent and equipment list. No additional charges will be allowed after the bid award for the areas in the AV drawings unless a change in functionality is requested and approved by the owner.

E. Determination of the final quantities to meet the function of the design shall be the sole responsibility of the successful bidder.

2.2 BASE SYSTEM DESCRIPTION

A. These specifications and the associated AV drawings describe the architecturally integrated Audio Video equipment to be installed at the St. Charles County Library Spencer Road Branch 427 Spencer Road, St. Peters, Missouri 63376

B. Meeting Rooms 240 and 243

These spaces shall have independent AV systems with a shared head-end located in the closet of room 243. Each room shall operate independently but also be able to be combined and share both video and audio content between them. When they are combined, room 243’s touch screen is to be considered the master control panel. A remote rack shall be located in the closet of room 240 to support local devices for that space.

Each space shall provide wireless laptop connectivity via a Barco Clickshare along with a wired wall plate for HDMI and VGA connectivity. There will also be a Blu-Ray player available in each room.

Wireless microphones (3 per room) will be available for voice lift. 2 lovelliere and 1 hand-held.

New laser projectors will be installed using existing screens. The existing ceiling mounted flat panel display is to remain and be used in room 240 for added video support. The system is designed so that any input can be sent to any output.

PART 3 - EXECUTION

3.1 INSPECTION

A. Verify site conditions before beginning work.

B. Beginning of installation means acceptance of existing conditions.

3.2 INSTALLATION

A. Install according to standards of good engineering practice and the specified requirements of this Section.

B. All permanently mounted equipment shall be safely secured in place. Calculate a safety factor of three minimum in selecting fasteners and supports for equipment mounting.

C. Group cables and neatly bundle as to type and route from source to termination in a uniform manner, through raceways, cabinets, and equipment housings without breaking the insulation or deforming the cables.

D. All cables shall be clearly labeled at both ends with printed, indelible labels and indicate their terminations on as- built drawings.

E. Exposed cables should be dressed in black wrap where applicable.

F. Do not install power distribution wiring adjacent to signal and control cables. Power distribution cabling shall be kept separate from signal and control wiring in equipment enclosures.

G. Successful bidder to provide all interconnect cables to meet the intent of the system to provide a completely functional system.

3.3 TESTING

A. Upon completion of inspection of the construction and installation, if no remedial action is deemed necessary to place the system in proper operation, final acceptance tests shall be made in accordance with the requirements of this Section.

B. One week prior to commencement of final testing, submit to Owner a detailed test plan outlining all proposed testing procedures, test equipment to be utilized, and testing schedule.

C. Test all system components as standalone units and as parts of the integrated systems as a whole. Fully test all appropriate functions of every system device and document the results accordingly.

D. Within one week of completion of final acceptance testing, submit to Owner a complete written test report documenting all tests performed and their results.

E. Warranty period will commence after approval and final acceptance by the Owner.

3.4 TRAINING

A. Upon successful completion of acceptance testing, training will be provided to Owner personnel in the operation and maintenance of the installed systems.

B. All final documentation, including as-built drawings and operation/maintenance manuals will be completed before training will take place.

END OF SECTION

See appendices for equipment detail.

Invitation for Bid - Timeline

Invitation for Bid Issued Monday, August 5, 2019 Deadline for questions and meeting requests related to Friday, August 9, 2019 the Invitation for Bid Responses to questions answered and posted as an Friday, August 16, 2019 addendum to the website Bids due By Friday, August 30, at 9:45 a.m. Public bid opening at the District Administrative Offices Friday, August 30, at 10:00 a.m.

GENERAL INSTRUCTIONS TO BIDDERS

1.1 INSTRUCTIONS AS A PART OF THE ADVERTISEMENT FOR BIDS

A. These Instructions to Bidders are a part of the advertisement for bids for the following technology project for the St. Charles City County Library District:

Audio Visual system in rooms 240 and 243 at the Spencer Road Library

B. To be considered, all bids must be submitted in accordance with these Instructions to Bidders.

D. The Owner reserves the right to reject any and all bids, and to waive any informalities, irregularities or omissions in any bid.

E. Time for Bids to Remain Open:

1. Pricing to be guaranteed through to completion of installation.

2. No bids may be withdrawn without the written consent of the Owner.

1.2 BIDS REQUESTED

A. The Owner requests the following base bid: 1. Complete construction bids only, on a lump sum basis for all classes of work required by the contract documents for the project.

B. Each bidder must also file:

1. Unit Prices as may be listed in the documents or as required by subsequent addenda.

2. Alternate bids as may be listed in the documents or as required by subsequent addenda.

1.3 BID INCLUDES ALL COSTS

A. The amount of each bid shall be deemed to include the entire cost and expense of every item of labor and material necessary to complete the work bid upon, in full detail ready for use and occupancy; and the risk of all such costs and expenses shall be deemed assumed by the successful bidder. Bidders will not be given extra payment for conditions that could have been determined by examining the site and contract documents and reviewing published addendums on website.

1.4 INTERPRETATION OF DOCUMENTS

A. Bidders contemplating submitting a bid for the proposed project who are in doubt to the true meaning of any part of the bidding documents shall submit to the Owner at least 1 week prior to the date for opening bids a written request for an interpretation. The bidder submitting the request shall be responsible for its prompt delivery. B. Requests for interpretation of the contract documents and any modifications of the contract documents will be made only by an Addendum issued by the Owner. A copy of such addendum will be emailed or delivered to each entity receiving a set of the bidding documents.

1.5 SITE CONDITIONS

A. Bidders shall inform themselves of all conditions under which the work is to be performed, including the site of the proposed work, any obstacles that may be encountered thereon, and all other relevant matters concerning the proposed work

B. All bidders must visit the site and examine the location of the work required to become fully aware of the nature and extent of the work required. Library Technology Coordinator must be contacted at 636-441-2300 to schedule a meeting to review.

C. Each bid shall be deemed to include all costs and expenses in connection with all such conditions, obstacles and matters.

1.6 SUBMISSION OF BID AND RELATED DOCUMENTS

A. Each bid shall be submitted on the form included with the documents required. All information required on the bid form shall be filled in including the base bid amount. Alternative proposals, if required, unit prices, alternate prices, addenda bidder has incorporated, and any other data required on the form.

B. Hand delivered bid documents shall be enclosed in sealed envelopes and clearly labeled as to their contents, the name of the project (Invitation for Bid –Audio Visual system in rooms 240 and 243 at the Spencer Road Library), the name of the bidder, and the time of the opening to guard against the premature opening of any bid document.

Bids shall be delivered to:

Zach Campbell, Library Technology Coordinator St. Charles City-County Library District 77 Boone Hills Drive St. Peters, MO 63376-2410

C. Bid Signatures

1. Bids that are not signed by individuals making them shall have attached thereto a power-of-attorney evidencing authority to sign the bid in the name of the person for whom it is signed.

2. Bids that are signed for a partnership shall be signed by all partners or by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power-of-attorney evidencing authority to sign the bid, executed by the partners.

3. Bids that are signed by a corporation shall have correct corporate name thereof and the signature of the president or other authorized officer of the corporation manually written below the corporate name following the word “By .”

D. Modification or Withdrawal of Bid:

1. Any bidder may withdraw his bid at any time prior to the scheduled time for the receipt of bids. 2. Bids may be modified any time prior to the scheduled time for receipt of bids.

1.7 UNIT PRICES

A. Bidders shall quote unit prices as outlined in the project documents, which will apply in the event addition to, or deduction from, the work to be performed under this contract are required. The unit prices shall include all incidental items, such as use of tools, scaffolding, equipment, contractor overhead and profit, taxes, insurance, etc. All quantities will be determined by measurements in place.

B. The right is reserved to reject any and all unit prices that are considered excessive or unreasonable.

1.8 APPLICATION FOR PAYMENT

A. Invoices shall reflect percentage complete as verified by the Owner. The amount of invoices shall not exceed ninety (90%) percent of the labor and materials values of the work accomplished. The Owner will not pay for materials shipped to the job site. Approval of any progress payments will be at the discretion of the Owner. The Owner reserves the right to determine any additional amounts of retainage.

1.9 MISSOURI SALES AND USE TAX

A. The Missouri Sales and Use Tax will not apply to the purchase of materials under this Contract by the Owner from the Contractor to that effect. A tax exempt letter will be provided to the contractor (Form 5060 Missouri Department of Revenue Project Exemption Certificate).

1.10 WAGE RATES

A. The required prevailing wage rate for St. Charles County shall be adhered to in accordance with Section 290.210 to 290.340 V.A.M.S, The Division of Labor Standards in performing work of this contract. The law provides that not less than the prevailing hourly wages determined by the Division shall be paid by a Contractor and or Subcontractor.

1. Before work can begin on the project, the Library District will send a PW-2 “prevailing wage project notification contractor information notification” which lists the successful bidder (contractor and any subcontractor). The successful bidder will be notified by the Library District when the notification requirement has been fulfilled.

2. The successful bidder shall post a copy of the applicable wage order on each Library District Location where it is to remain until the project’s completion.

3. The successful bidder (contractor and subcontractors) must provide records of wages paid to all workers employed on the project for verification.

4. Before final payment is made the successful bidder (general contractor and subcontractors) must file a PW-4 “Affidavit of Compliance.” The affidavit must state the party has fully complied with Missouri Prevailing Wage Law. NO final payment will be made until the compliance has been verified.

END OF INSTRUCTIONS FOR BIDDERS

BID PROPOSAL FORM

Invitation for bid – Multifunction Printer Replacement at our Administration Offices

(If bid is not submitted on the following bid forms, it will be rejected)

Bidder shall utilize the following form. Please fill in all items.

Bidder Name: _ The undersigned declares that he has carefully examined the instructions and specifications and will furnish the items as specified for the price set forth in this bid. The undersigned has checked carefully the bid figures and understands that he shall be responsible for any errors or omissions in this bid offer and is in receipt of all addenda as issued.

Addendum through . It is understood and agreed that all items bid, will be delivered F.O.B. Pricing to be guaranteed through to completion of project. It is further understood and agreed that the St. Charles City County Library District (Owner), reserves the right to accept or reject any part of the completed bid and to waive any informality in the bid process. It is also understood that the St. Charles City County Library District requires that the work under said contract be completed in a timely manner without interruption and that by submission of a bid, the undersigned agrees to all terms and provisions set forth in the Specifications.

Submit bid as follows: 1. Base bid for copier, installation and proposed service pricing. 2. Bid must include all costs for all, machinery, lifts, electrical, disposal and labor. 3. Bidder must submit a projected installation date

By signing and submitting this bid, the bidder certifies that said guarantee from manufacturer will be furnished. In the event that the required manufacturer’s warranty/guarantee cannot be provided, the contractor’s bid will be rejected.

By signing and submitting this bid, the bidding contractor will identify the number of workdays anticipated for full completion and final sign-off for this project. Weather delay days will be exempt.

Pricing:

● Estimated Date of Install: ______● Pricing: ______

COMPANY: ______ADDRESS: ______PHONE #: ______FAX #: ______EMERGENCY PHONE #: ______E-MAIL: SIGNATURE & TITLE: DATE:

END OF BID FORM

ROOM 243

MIDDLE ATLANTIC PTRK-21 ROOM 240 PORTABLE EQUIPMENT CABINET INCLUDE: PDT-615C-NS PWR STRIP, OFE RACK 8 RU QTFP-2 FAN PANEL, & FC-4-1CA THERM. CONTROLLER PORTABLE EQUIPMENT CABINET

MIDDLE ATLANTIC PD-915R SHURE ANTENNA COMBINER UA845 MIDDLE ATLANTIC PD-915R 1" CONDUIT STUB TO SHURE SLX RCVR SHURE ANTENNA COMBINER UA845 ACCESSIBLE CEILIING SHURE SLX RCVR OFE RCVR OFE RCVR SHURE SLX RCVR OFE RCVR EB1 1RU BLANK PANEL U1V SHELF OFE BLU-RAY PLAYER U1V SHELF OFE BLU-RAY PLAYER U1V SHELF CRESTRON TX & LIBERTY RX EB1 1RU BLANK PANEL

2RU RACK DRAWER CRESTRON DMPS3-4K-350-C PRESENTATION SWITCHER

EB1 1RU BLANK PANEL

2RU RACK DRAWER

U1V SHELF NETGEAR GSS108EPP-100NAS U1V SHELF LIBERTY TX/RX'S U1V SHELF CRESTRON RX & DMPS PoDm EB1 1RU BLANK PANEL QSC CORE 110

9'-6" CRESTRON AMP1200-70 MIC AUDIO PIN-OUT AUDIO CONNECTION DETAILS EB1 1RU BLANK PANEL

GND 1 1 GND BALANCED OUTPUT 1 2 2 1 + (RED) 2 2 (RED) + 1 2 3 - (BLK) 3 3 (BLK) - C/L XLR (M) 3 3 XLR (F) XLR (M)

2 1 BALANCED INPUT RJ45 CONNECTOR - TYPE 568B 3 XLR (F) 1 2 3 4 5 6 7 8 1 ORG/WHT 2 ORG 3 GRN/WHT T R S UNBALANCED STEREO TO TWO BALANCED INPUTS 6' R 4 BLUE T 5 BLUE/WHT S 6 GRN 7 BRN/WHT RJ45 8 BRN REAR VIEW

T R S R BALANCED INPUT T 4' S

T S T UNBALANCED INPUT S FIELD CABLING LEGEND CONNECTOR LEGEND

LABEL CABLE TYPE DESCRIPTION DB9 9-PIN DSUB CONNECTOR E RGBHV (5 COAX) VGA DVI DVI-I VIDEO MALE CONNECTOR UNBALANCED INPUT 3.5M T F RGBHV (5 COAX) + CV (1-COAX) + (2)22/2S VGA + CV + CONTROL + AUDIO DP DISPLAY PORT CONNECTOR S G (3-COAX) COMPONENT VIDEO (Y, PB, PR) MDP MINI DISPLAY PORT CONNECTOR H (1-COAX) COMPOSITE VIDEO HD15 15-PIN HI-DENSITY DSUB MALE CONNECTOR HDMI HDMI DIGITAL VIDEO/AUDIO MALE CONNECTOR J RG6 (1-COAX) ANTENNA, VIDEO S RCA SINGLE RCA MALE CONNECTOR T UNBALANCED INPUT K RG59 (1-COAX) VIDEO T 2RCA DUAL RCA MALE CONNECTOR S L CAT 5e - UNSHIELDED VIDEO/DATA/CONTROL DIN PRE-MADE DIN CONNECTOR RCA M CAT 6 - UNSHIELDED VIDEO/DATA/CONTROL RJ45 RJ45 DATA MALE CONNECTOR RCA N CAT 5e - SHIELDED VIDEO/DATA/CONTROL S SCR SCREW TERMINAL CONNECTION T T P CAT 6 - SHIELDED VIDEO/DATA/CONTROL S L SLDR SOLDERED CONNECTION NC DATA/CONTROL Q USB XLRF 3-PIN XLR FEMALE CONNECTOR PRE-MADE CABLE LEGEND R 22/4 STRANDED, TWISTED PAIRS CONTROL XLRM 3-PIN XLR MALE CONNECTOR UNBALANCED OUTPUT S T T X = LENGTH IN FEET S 22/2 SHIELDED, STRANDED, TWISTED PAIR AUDIO 3.5M 3.5MM STEREO AUDIO CONNECTOR S R HDMI-X HDMI - HDMI CABLE T 22/2 SHIELDED + 18/2 STRANDED, TP CONTROL + AUDIO NL4 NEUTRIK SPEAKON CONNECTOR RCA VGA-X HD15 - HD15 CABLE U 18/2 STRANDED, TWISTED PAIR SPEAKER LEVEL AUDIO BNC MALE BNC CONNECTOR TYPICAL KEYPAD/TOUCH PANEL VGAA-X HD15 & 3.5MM TO HD15 & 3.5MM CABLE V 16/2 STRANDED, TWISTED PAIR SPEAKER LEVEL AUDIO 5BNC 5 MALE BNC CONNECTORS 3.5M RCA S UNBALANCED S HD/DVI-X HDMI - DVI CABLE W 14/2 STRANDED, TWISTED PAIR SPEAKER LEVEL AUDIO USB-A STYLE A, MALE USB CONNECTOR T T T T S S DVI-X DVI - DVI CABLE X 12/2 STRANDED, TWISTED PAIR SPEAKER LEVEL AUDIO USB-B STYLE B, MALE USB CONNECTOR NET- X RJ45 - RJ45 NETWORK CABLE Y 50 MICRON MULTI-MODE FIBER CONTROL TRS 1/4" MALE PHONO PLUG ELEVATION USB-X USB CABLE Z 62.5 MICRON MULTI-MODE FIBER CONTROL BARREL MFG PRE-TERMINATED POWER CONNECTOR ROOM 240

LIBERTY DL-HDE100 RECEIVER

HDMI HDMI OFE HDMI OUT HDMI-6' HDMI 1 DISPLAY RJ45 HDBT IN N 3.5M ON POLE MOUNT ROOM 240 INSIDE OFE 8RU RACK IR OUT ROOM 243 INSIDE MIDDLE ATLANTIC PTRK-21 RACK 3.5M IR IN RS232 SCR DB9 RS232 CRESTRON LAN RJ45 MOUNT IN ROOM 240 @ DMPS3-4K-350-C PROJECTOR ON POLE TRAY PRESENTATION SWITCHER CRESTRON BARCO CRESTRON HD-MD-400-C-E HD-MD-400-C-E BARCO CLICKSHARE LIBERTY INPUTS OUTPUTS LIBERTY MULTIFORMAT SWITCH MULTIFORMAT SWITCH AND CLICKSHARE BUTTONS CSE-200 DL-HDE100 LIBERTY DL-HDE100 AND TRANSMITTER RECEIVER CHIEF QTY 2 RECEIVER ROOM 240 TRANSMITTER DL-HDE100 CMA440 120VAC USB-A USB HDMI HDMI TRANSMITTER HDMI OUT HDMI-6' HDMI HDMI HDMI IN 2 INPUT 1 OUTPUT 1 CEILING MOUNT HDMI IN HDMI OUT HDMI-6' HDMI HDMI HDMI HDMI USB-A USB HDMI IN 1 HDMI OUT HDMI HDMI-6' HDMI HDMI HDMI-6' RJ45 RJ45 HDMI IN SPDIF 3.5M HDBT OUT N HDBT IN USB-A USB DIGITAL AUDIO OUT IR IN IR OUT 3.5M RJ45 EXTRON PMK 155 AUDIO OUT L SCR 3.5M HDBT OUT HDMI IR IN CHIEF CMS012 SCR 3.5M 3.5M SCR HDMI IN 3 TO RX RJ45 RJ45 FROM TX AUDIO OUT R SCR STORAGE POLE MOUNT TRAY ROOM 240 3.5M RS232 IR OUT IR IN RS232 L 12" EXTENSION COLUMN RJ45 ANALOG AUDIO OUT SCR 3.5M 70-739-12 LAN IR SCR RS232 IR OUT RJ45 LAN LAN RJ45 INPUT 2 OUTPUT 2 OFE MANUAL SCREEN HD15 HDMI HDMI RJ45 VGA IN RS-232 SCR HDMI-6' HDMI LAN 120VAC 18VDC HDMI 116" X 64" 3.5M CRESTRON CHIEF RPA324 AUDIO IN RJ45 18VDC IMAGE SIZE 102" X 64" (102" DIA) LAN NET-7' DM-RMC-4K-SCALER-C MOUNT ADAPTER 24VDC SWITCH PORT 5 HDMI OUT HDMI HDMIHDMI 1 LIBERTY INPUT 3 OUTPUT 3 HDMI-6' PANASONIC THROW DISTANCE HDMI RJ45 RJ45 DM IN SCR 12' 5" - 25' 0" DL-HDE100 HDMI-6' DM-8G+ N L PT-RZ570WU IR OFE PANASONIC HDMI AUDIO OUT R SCR PROJECTOR OPTIMUM 16' 8" CONTROLLER IR 1 R DMP-BDT210 HDMI HDMI-6' RECEIVER DB9 RS232 BLU-RAY PLAYER HDMI RELAY 1 SCR HDMI OUT 120VAC RJ45 120VAC RJ45 HDBT IN LAN RELAY 2 SCR N IR OUT 3.5M COM SCR R 3.5M SCR INPUT 4 OUTPUT 4 IR IN RS232 HDMI RJ45 HDMI DM-8G+ N IR 1 SCR LAN RJ45 MOUNT IN ROOM 243 @ 18VDC IR 2 SCR PROJECTOR ON POLE TRAY COM A DB9 BARCO COM B DB9 BARCO CLICKSHARE LIBERTY INPUT 5 CLICKSHARE BUTTONS CSE-200 IR OFE PANASONIC HDMI SCR DL-HDE100 HDMI HDMI IR OUT 1 DENON DN-500BD BLU-RAY PLAYER RM 1 QTY 2 CONTROLLER IR 2 R DMP-BDT210 TRANSMITTER SCR USB-A HDMI HDMI BLU-RAY PLAYER IR OUT 2 DENON DN-500BD BLU-RAY PLAYER RM 2 CHIEF USB HDMI OUT HDMI-6' HDMI IN ROOM 243 USB-A 120VAC SCR CMA440 USB RJ45 IR OUT 3 SPDIF 3.5M HDBT OUT CEILING MOUNT USB-A DIGITAL AUDIO OUT IR IN USB IR OUT 4 SCR SCR 3.5M 3.5M RS232 IR OUT INPUT 6 SCR EXTRON PMK 155 RJ45 ANALOG AUDIO OUT HDMI IR IN LAN HDMI STORAGE POLE MOUNT TRAY CHIEF CMS012 ROOM 243 RJ45 LAN 12" EXTENSION COLUMN SCR 70-739-12 120VAC RELAY 1 OFE MANUAL SCREEN 138" X 77" RELAY 2 SCR CRESTRON CHIEF RPA324 IMAGE SIZE 123" X 77" (145" DIA) DM-RMC-4K-SCALER-C MOUNT ADAPTER RELAY 3 SCR HDMI OUT HDMI HDMIHDMI 1 SCR HDMI-6' PANASONIC THROW DISTANCE RELAY 4 RJ45 DM IN L SCR PT-RZ570WU 15' 0" - 30' 1" WALL MOUNTED AUDIO OUT SCR R SCR OPTIMUM 20' 0" I/O 1 R DB9 RS232 PROJECTOR HDMI-15' CRESTRON INPUT 7 DM-TX-200-C-2G-B-T RJ45 RJ45 SCR RELAY 1 SCR N DM-8G+ I/O 2 R 120VAC RJ45 ROOM 240 VGAA-15' BLACK WALL PLATE LAN SCR I/O 3 SCR RELAY 2 SCR COM SCR R WALL MOUNTED I/O 4 IR 1 SCR HDMI-15' CRESTRON INPUT 8 4/8 OHM OUT L SCR DM-TX-200-C-2G-B-T RJ45 RJ45 SCR N DM-8G+ SCR IR 2 ROOM 240 ROOM 243 VGAA-15' BLACK WALL PLATE 4/8 OHM OUT R 70V OUT SCR BOSCH DS936 SCR AUDIO IN 1 SCR CEILING MOUNTED PROGRAM OUT OCCUPANCY SENSOR SCR AUDIO IN 2 SCR SCR AUX OUT 1 S AUDIO IN 3 SCR AUX OUT 2 SCR S R SCR AUDIO IN 4 SPDIF RCA U SCR SCR AUDIO IN 5 SCR SCR CRESNET 1 CEILING MOUNTED MIC/LINE IN 1 CRESNET 2 SCR SCR MIC/LINE IN 2 SCR SCR CRESNET 3 MIC/LINE IN 3 CRESNET 4 SCR SCR MIC/LINE IN 4 ROOM 243 SCR MIC/LINE IN 5 PODM DIN SCR BOSCH DS936 MIC/LINE IN 6 RJ45 LAN NET-7' CEILING MOUNTED OCCUPANCY SENSOR 120VAC SWITCH PORT 6

R SCR MOUNT ANTENNA VISONIC ROOM 240 MB-ST121A U SCR SHURE UA8 OFE CRESTRON 12VDC PS IN ROOM 243 SHURE UA845 UWB CEILING MOUNTED SPEAKERS PW-5430DUS 120VAC TAP NO HIGHER THAN 12W SHURE SLX124/85/SM58-G5 ANTENNA DISTRIBUTION 120W WIRELESS LAV/HANDHELD SYSTEM BNC CABLES INCLUDED WITH MICROPHONE SYSTEM 120VAC SHURE UA834WB DISTRIBUTION SYSTEM CASCADE BNC

BNC QSC Q-SYS S S S S BNC SHURE UA850 BNC ANTENNA A CORE 110F CRESTRON BNC OUT FLEX CHANNEL DSP AMP-2210T BNC 2-CH AMPLIFIER RF OUT A BNC SHURE SLX4 XLR BNC WIRELESS RCVR SHURE SLX124/85/SM58-G5 SCR WIRELESS LAV/HANDHELD BNC IN S MIC/LINE INPUT 1 LINE OUTPUT 1 SCR SCR INPUT 1 OUTPUT 1 70V SCR MICROPHONE SYSTEM S U S S S S OUT SET SWITCH 70V BNC BNC SCR SCR SET TO 0 DB LEVEL 1 SHURE SLX4 S MIC/LINE INPUT 2 LINE OUTPUT 2 S BNC XLR SCR SCR BNC WIRELESS RCVR INPUT 2 OUTPUT 2 70V U SCR SHURE UA8 IN LINE OUTPUT 3 SET TO 0 DB SET SWITCH 70V RF OUT B SCR MIC/LINE INPUT 3 LEVEL 2 BNC S OUT LINE OUTPUT 4 SCR BNC BNC SHURE SLX124/85/SM58-G5 BNC SHURE SLX4 XLR 120VAC S SCR MIC/LINE INPUT 4 WIRELESS LAV/HANDHELD WIRELESS RCVR SCR ROOM 243 SHURE UA834WB LINE OUTPUT 5 MICROPHONE SYSTEM IN OFE SCR S MIC/LINE INPUT 5 LINE OUTPUT 6 SCR SPEAKERS BNC SHURE UA850 BNC ANTENNA B TAP NO HIGHER THAN 15W LINE OUTPUT 7 SCR S SCR MIC/LINE INPUT 6

SCR POWER OUT LINE OUTPUT 8 S SCR MIC/LINE INPUT 7 120VDC S S S S FLEX CHANNEL 5 SCR S SCR MIC/LINE INPUT 8 FLEX CHANNEL 6 SCR SCR FLEX CHANNEL 1 FLEX CHANNEL 7 SCR S S SCR FLEX CHANNEL 2 FLEX CHANNEL 8 SCR

SCR FLEX CHANNEL 3 GPIO OUTPUT 1 SCR

ROOM 240 INSIDE OFE 8RU RACK SCR FLEX CHANNEL 4

MOUNT ANTENNA GPIO OUTPUT 16 SCR SHURE UA8 SCR IN ROOM 240 SHURE UA845 UWB GPIO INPUT 1 RJ11 ANTENNA DISTRIBUTION TELEPHONE LINE ROOM 240 SYSTEM BNC CABLES INCLUDED WITH SCR CRESTRON SHURE UA834WB DISTRIBUTION SYSTEM SCR GPIO INPUT 16 RS-232 CASCADE BNC TSW-760-B-S RJ45 WALL MOUNTED SWITCH PORT 7 NET-7' LAN A HDMI SHURE UA850 BNC RJ45 HDMI (VERIFY LOCATION BNC BNC ANTENNA A LAN B WITH OWNER) BNC OUT USB B USB B USB A BNC USB A RF OUT A BNC OFE XLR USB A BNC USB A WIRELESS RCVR USB A USB A 120VDC USB A USB A BNC NETGEAR GSS108EPP-100NAS BNC BNC 120VAC BNC OFE XLR BNC WIRELESS RCVR RJ45 L SWITCH PORT 1 POE LAN SHURE UA8 120VDC RJ45 RJ45 RF OUT B CRESTRON TP ROOM 1 1 5 HD-MD-400-C-E RECEIVER BNC

BNC RJ45 BNC RJ45 BNC OFE XLR CRESTRON TP ROOM 2 2 6 CRESTRON DMPS3-300-C WIRELESS RCVR POE SHURE UA834WB 120VDC RJ45 RJ45 3 7 QSC CORE 110F SHURE UA850 ROOM 243 BNC BNC ANTENNA B RJ45 RJ45 4 8 CRESTRON TSW-760-B-S POWER OUT WALL MOUNTED 120VAC (VERIFY LOCATION 120VDC WITH OWNER)

RJ45 L SWITCH PORT 2 POE LAN