Loading...
HomeMy WebLinkAbout20170471.tiffAGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & NATIONAL SPEAKER & SOUND ISLAND GROVE SOUND SYSTEM THIS AGREEMENT is made and entered into this f 7f day of tin , 2012, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street. Greeley, Colorado 80631 hereinafter referred to as "County," and National Speaker & Sound who whose address is 1559 S. Broadway Denver, CO, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No. B 1700040. The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and a re ththe laws of the State of .-1) \-Q N -7-776G c.27/7_ ,o4/7/ _2- I- i7 17 Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated by either party at any time with notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $30,200.00 which is the bid. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Buildings & Grounds, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Standard of Care. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. Weld County and the State must be named as additional insured on the Commercial General Liability policies (leases and construction contracts require additional insured coverage for completed operations on endorsements CG 2010 11/85, CG 2037, or equivalent). Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Should any of the above - described policies by canceled or should any coverage be reduced before the expiration date thereof, the Contract Professional shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent within thirty (30) days upon receipt of such cancellation from carrier or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall indemnify and hold harmless County, its officers, and employees, from and against injury, loss damage, or liability of Contract Professional arising out of the work done in fulfillment of the terms of this Contract, to the extent caused by a negligent act, error, or omission, or on account of any claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized - representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Buildings & Grounds, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contract Professional: National Speaker & Sound Attn.: Daniel J. Martinez Address: 1559 S. Broadway Address: Denver, CO 80210 E-mail: dan@nationalspeaker.com Facsimile: (970) 493-2801 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contract Professional shall comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-1 Ol et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Compliance with Davis -Bacon Wage Rates. Contract Professional understands and agrees that, if required the work shall be in compliance with the Davis- Bacon Wage Rates. 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 32. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. /76/IN WITNESS WHEREOF, the parties hereto have signed this Agreement this Is f day of /4\ , 2017. CONTRACT PROFESSIONAL: National Speaker & Sound WELD COg k t�1 I _;ti ATTEST: �j,��/�/ G_ Kam+ Weld Con • Clerk to the Boar BY Deputy Cler APPR VED AS TO FUNDING: 40420. Controller APPROVED A County Attorney BOARD OF COUNTY COMMISSIONE WELD COUNTY, COLD' • DO Julie A. Cozad, Chair MAR 0 APPROVED AS T SU STANCE: Elected Official or�D KtO Director of General Services o20/%- d S--7/ ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIOD/YWY) 03/01/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Ileu of such endorsement(S). PRODUCER Ronald Swatfigure(072632R) 16 Mountain View Ave Longmont INSURED CO B0501-3420 D.C. Sound Systems Inc., dba National Speaker & Sound, dba National Audio Visual 1559 S BROADWAY DENVER CO 80210 COCONTACT Ronald Swatfigure (MPItCIL oNE cm 303-907_2805 _ E-MAIL ADDRESS: rswatftaurelaDfarmersagent.com INSURE_RtS) AFFORDING COVERAGE INSURER A: Truck Insurance Exchange wsuxert a: Farmers Insurance Exchange INSURER c : Mid Century Insurance Company INSURER 0 [INSURER E: I INSURERF: • FAX Laic. No): 6.68-720-1148 NAIL C 21709_ 21852 21687 COVERAGES CERTIFICATE THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT CERTII-ICAiE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY PERIOD TO WHICH THIS ALL THE TERMS, LBR TYPE OF INSURANCE , INSR Sl't/tt POLICY T POLICY EXP '. L>rR � NSR NNLI POLICY NUMBER (M�DD/ytryY) (ME((00ryyyy) : LIMITS GENERAL LIABILITY X COI MERCIAL GEAERAL LIABILITY _ CLAIMS -MADE . X OCCUR A X Stop Gap Liability - Y Y 605823543 • •._. --.. .. _GEWL AGGREGATE LIMIT APPLIES PER: X POLICY t�E-)-.i LOC EACH OCCURRENCE S 2,000,000 tfAIaAGE TO RENTED _PREMISES (Ea or.waeara) S _ 75,000 NED EXP (Any one person) S 5,000 03/16/2016 03/16/2017 PAD PERSONAL 8 V INJURY 5 2,000,000 GENERAL AGGREGATE 5 4,000,000 PRODUCTS • COMP.•OP AGG s 2,000,000 S AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NCR -OWNED .- _ : HIRED AUTOS , AUTOS I SINGLE LIMIT I accident BODILY INJURY (Per person) BOOILY INJURY Par modem)! ( --- 1, I -PROPER-Y DAMAGE {Pet scuaanl1.-. . S 1• $ $ -- i .-.. S • UMBRELLA LIAR OCCUR • I EXCESS LIAO CLAIMS AYLCE I t . DEO i RETENTIONS EACH OCCURRENCE : AGGREGATE S S ,..S..__-. WORKERS COMPENSATION , WCSTATu• OTMS- AND EMPLOYERS' LIABILITY Y / N I .. ( T.QRY I IMIT5__ . ER !NO PNOPHIEIOR,PARTNERIEXECUTIVE nr . EL EACH ACCIDENT I OFrICER/MEMBER EXCLUDED" .NIA I IMandnory In NN) I• EL DISEASE • EA EMPLOYEE'S I( yes, describe alder ....._- DESCRIPTION OF OPERATIONS below ; E.L. DISEASE - POLICY LIMIT S $ • DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101. Additional Remark* Schedule. HMO!. epee. fa required) Project: AN System. The Certificate holder, Weld County Dept. of Purchasing, 915 Tenth St., Greeley, CO 80631 and Weld County Exhibition Building, 425 North 15th Ave.. Greeley, CO 80631, are also listed as Additional Insured. CERTIFICATE HOLDER CANCELLATION Weld County Dept. of Purchasing 915 Tenth St. Greeley, CO 80631 ACORD 25 (2010/05) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Ronald Swatfigure ® 1988-2010 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD ACC,RO® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDOM'YY) 03/01/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ics) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER The AHBE Group Inc. 7167 S Alton Way Centennial INSURED CO 80112 D.C. Sound Systems Inc., dba National Speaker 8 Sound, dba National Audio Visual 1559 S BROADWAY DENVER CO 80210 CONTACT The AHBE Group Inc. PHONENR-ExtL 303-799-8112 E-MAIL EM � ADDRESS. jlll��� INSURERA: INSURER B INSURER C: INSURER 0: INSURER E INSURER F FAX NoT--_- INSURER(S) AFFORDING COVERAGE NAIC S Progressive COVERAGES CERTIFICATE NUMBER: 023360217-1 REVISION NUMBER: 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED 10 THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT 70 WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUtIfC POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INw yVYD POLICY NUMBER fMMIDDIYYYYI (MMrDDrYYYYI LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Slop Gap Liability GEN'L AGGREGATE LMIT APPLIES PER PRO - I POLICY JEnT LOC • AUTOMOBILE LIABILITY I ANY AUTO ALL OWNED \// SCHEDULED I AUTOS ./}- AUTOS NON -OWNED • HIRFn AUTOS AUTOS Y Y 02590603 EACH OCCURRENCE S DAMAGE TO RENTED PREMISES (Ea occurrence).. . $ MED EXP (Any One person) S PERSONAL 8 ADV INJURY GENERAL AGGREGATE ;$ PRODUCTS - COMP/OP AGG $ Is COMBINED SINGLE LIMIT (Ea accident) BOOILY INJURY (Per person) 07/27/2016 07/27/2017 BODILY INJURY (Per ace den) PROPERTY DAMAGE ,_(Per UGCeM) UMBRELLA LIAB EXCESS LIAR DED RETENTIONS OCCUR CLAIMS -MADE. $ $ s $ IS EACH OCCURRENCE S AGGREGATE - _$ 1,000,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETCFLPARTNER/EXECUTIVE OFFICERAAF.MRER EXCLUDED1 (Mandatory In NH) II yen, describe under DESCRIPTION OF OPERATIONS below YIN NIA WC STATU• OTH. TORY LIMLTS E.� EACH ACCIDENT S E.L. DISEASE - EA EMPLOYEE S E L DISEASE - POLICY LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Addilional Romanis Schedule. if more space is required) Project: AN System. The Certificate holder, Weld County Dept. of Purchasing, 915 Tenth St., Greeley, CO 80631 and Weld County Exhibition Building, 425 North 15th Ave , Greeley, CO 80631, are also listed as Additional Insured. CERTIFICATE HOLDER CANCELLATION Weld County Dept of Purchasing 915 Tenth St. Greeley. CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES DE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Elizabeth Marx ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ocsou-1 CERTIFICATE OF LIABILITY INSURANCE OP ID: DR DATE IMMICONYYYI 0310112017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PROCUCER - - - - - CRS Insurance Brokerage Commercial Risk Solutions DBA 6600 F. Hampden Ave. Denver, CO 80224 David A. Benshoof INSURED DC Sound Systems, Inc. dba National Speaker and Sound 1559 South Broadway Denver, CO 80210-2607 303-996-7801 Acr David A. Benshoof ac° Ho Eli) 303-996-7801 LN,r4RERistAFFORDING COVERAGE :NSURERA Pinnacol Assurance WSURER B • INSI.RER C 9VSLR ER D . INSLRER E _ __ ItS.,RER F . NO COVERAGE WITH CRS FA, 303-757-7719 (AiC. Ni)• NAIL e 4t190 cpygRAGFs _. CERTIFICATE NUMBER: _• • •„ REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN 'SSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE WSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. _EXCLLSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR UBR •�- -- - - ------ �•-" "-'- -- LTR TYPE OF INSURArrCE yV1,fl POLICY NUMBER tt POLICE' EFF POLICY EXP {MF.tNWWYYI , IMM,pDIYYYYi ; LIMITS F CCMMERCIAL GENERAL LIABILIT/ _ . • • _ „ • NO COVERAGE __ i +: • I.. _ NO COVERAGE WITH CRS F AUTOMOBILE LIABILITY r _ _ UMBRELLA LIAR ._ EXCESS LIAR r I t A WORKERS ^OMPENSATION A. D EMPLOYERS' L IABIUT.Y fMartdifery ni``iHl YIN N N. A NO COVERAGE WITH CRS !NO COVERAGE WITH CRS a',.: .. ,. "• . NO COVERAGE 4033194 02(011201 7 1 02/01 /201S < i I ' WorKerS r.,omponsa'%n cov r"age Includes a waiver or suorogation ` maY `' nlau,.a .I mer.•'e." w.eau:..tll All policy terms, conditions and exclusions apply. • CERTIFICATE HOLDER Weld County Dept. of Purchasing 915 Tenth St. Greeley. CO 80631 ACORD 25 (2016103) WELDCO2 CANCEI,I..AT(QN . NO COVERAGE 500,OOC 500,00C 500,00( SHOULD ANY OF THE ABOVE DESCRIBED POLICIES OE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEL VERED IN ACCORDANCE WITH THE POLICY PROVISIONS. A UTI4 )RtZED REPRESENTATIVE (52 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD PINN/ACOL ASSURANCE <-361-; OP NCCI Enems tJ >>•a1 I :?:e� rt Ao_ _ ; un^e- a wn:tt_n ConconLrAct•ere c. u2e eni_r ay _, f: ....e p_ -)r rn, any n nstreJ, C� ,CotTercLal Ptsk SciutiDn, Inc o . S. Hempen Ave Some 20C' air H 61-1 A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JANUARY 13, 2017 BID NUMBER: #B1700040 DESCRIPTION: SOUND SYSTEM - ISLAND GROVE DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: January 25, 2017 BID OPENING DATE: February 9, 2017 @ 10:00 AM 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: Sound System for Island Grove A mandatory pre -bid conference will be held at 11:00 a.m., on January 25, 2017 at the Exhibition Building located at 425 North 15th Avenue, Greeley, CO. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: (February 9,2017(c 10:00am(Weld County Purchasing Time Clock). PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasinq/index.html located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weeIdgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. BID REQUEST #61700040 Page 1 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Director of General Services; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. BID REQUEST #B1700040 Page 2 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq.,the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. BID REQUEST #B1700040 Page 3 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. BID REQUEST #61700040 Page 4 K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. BID REQUEST #61700040 Page 5 P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. BID REQUEST #B1700040 Page 6 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: BID REQUEST #81700040 Page 7 Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #61700040 Page 8 DESCRIPTION This bid is for installation of a new sound speaker system for the Exhibition Building. The Exhibition Building is located at the Island Grove complex at 425 North 15th Avenue, Greeley, CO The Exhibition Building is a 30,000 square foot building that is used for a variety of functions. The sound system is a vital part of portraying a professional event. This bid is for the design and construction of a new sound speaker system that will integrate with the existing sound system and provide a quality sound system in this building. The new sound speaker system is to be a design -build turn -key installation will include the following: 1. The turn -key system shall include equipment, material, cable, and labor for installation, testing, adjustment, equalization of the system, 2. System shall carry a one year service & equipment warranty 3. Instructional training of personnel is required. 4. Speakers and amplifiers of the system shall be designed to adequately fill the space's acoustical needs when fully occupied or partially occupied. 5. Components must be compatible with existing system being tied into and must use Commercial Quality Audio equipment (I.E. Crown JBL, Toa Electivoice, Community, etc.), and associated materials. 6. One year service & equipment warranty requires adjustment/verification of proper system configuration during an event. 7. System shall be capable of using both Bluetooth and existing wireless devices 8. The sound system electro-acoustical response shall be equalized using accepted real-time analysis techniques, averaging for all locations 9. Design shall compensate for reverberations and acoustics of the bare concrete walls 10. Design shall synchronize with other facilities using the current common equipment that is located at another building. This will be viewable during the pre -bid walk-through. 11. There are other sound system locations also connected to this common system. The sound systems at these other locations must remain operational after this improvement. 12. Bid shall include full installation in a professional workmanship manner and shall include all lifts and or support equipment needed to perform the job 13. Bidders must provide a reference list of similar systems that have been installed 14. Bidders must provide experience of the firm performing similar installations 15. Bidders must provide a proposed design and equipment listing for this project 16. Selected vendor must guarantee the installation and successful testing/commissioning of all the parts of this project by June 1, 2017. Successful testing/commissioning will reveal the system fills the space adequately without any feedback or echoing or distortion. This must remain true for an empty, partial or full house. 17. If additional power requirements or infrastructure changes are needed to support the proposed equipment, bidder must identify that in their bid. 18. All training must be provided to owner on pre -arranged date 19. Bidder is expected to coordinate installation during normal business hours but on dates the facility is not in use for special events. PRICING: TOTAL $ START DATE FINISH DATE BID REQUEST #B1700040 Page 9 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700040. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Julie Cozad, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services BID REQUEST #B1700040 Page 10 ADDENDUM#1 BID REQUEST NO. B1700040 SOUND SYSTEM - ISLAND GROVE Buildings & Grounds Dept. PLEASE ADD ITEM 20 ON PAGE 9 AS FOLLOWS: 20. Components of sound new sound system shall include the following equipment guidelines for developing the system. Any equivalent proposed equipment shall remain Crown, JBL, TOA Electivoice, or Community). In addition, bidder shall submit data/cut sheets on proposed equipment: a. 8 each: TOA Electronics HX-5 Variable Directivity Speaker - 600 W- 8 Ohms. These are to be located in the "Main Hall" location b. 8 each: TOA Electronics MT -200 70 volt line matching Transformer c. 8 each: TOA Electronics HY-PF1W Rigging Frame for FB-120 and HX-5 d. 8 each: TOA Electronics F-2852CU Co -axial Ceiling Speaker- 6.5"- Backcan. Four will be located in Lobby area. Four will be located in the Meeting Room #2 location e. 1 each: TOA Electronics M-9000MK2 modular matrix mixer f. 1 each: TOA Electronics D -001T mic/line input module g. 3 each: TOA Electronics T -001T line output module h. 1 each: TOA Electronics RC-001TPS RS -485 control module i. Two each: TOA Electronics DA-500E-HLCU 4 channel amplifier, 500W @70v j. One each: TOA Electronics ZM-9013 8 -button remote control panel k. Two each: TOA Electronics ZM-9012 remote volume control ***Please sign and fax back to Weld County Purchasing (a? 970-336-7226. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY TITLE j<Ns3=T - DESCRIPTION This bid is for installation of a new sound speaker system for the Exhibition Building. The Exhibition Building is located at the Island Grove complex at 425 North 15th Avenue, Greeley, CO The Exhibition Building is a 30,000 square foot building that is used for a variety of functions. The sound system is a vital part of portraying a professional event. This bid is for the design and construction of a new sound speaker system that will integrate with the existing sound system and provide a quality sound system in this building. The new sound speaker system is to be a design -build turn -key installation will include the following: 1. The turn -key system shall include equipment, material, cable, and labor for installation, testing, adjustment, equalization of the system, 2. System shall carry a one year service & equipment warranty 3. Instructional training of personnel is required. 4. Speakers and amplifiers of the system shall be designed to adequately fill the space's acoustical needs when fully occupied or partially occupied. 5. Components must be compatible with existing system being tied into and must use Commercial Quality Audio equipment (I.E. Crown JBL, Toa Electivoice, Community, etc.), and associated materials. 6. One year service & equipment warranty requires adjustment/verification of proper system configuration during an event. 7. System shall be capable of using both Bluetooth and existing wireless devices 8. The sound system electro-acoustical response shall be equalized using accepted real-time analysis techniques, averaging for all locations 9. Design shall compensate for reverberations and acoustics of the bare concrete walls 10. Design shall synchronize with other facilities using the current common equipment that is located at another building. This will be viewable during the pre -bid walk-through. 11. There are other sound system locations also connected to this common system. The sound systems at these other locations must remain operational after this improvement. 12. Bid shall include full installation in a professional workmanship manner and shall include all lifts and or support equipment needed to perform the job 13. Bidders must provide a reference list of similar systems that have been installed 14. Bidders must provide experience of the firm performing similar installations 15. Bidders must provide a proposed design and equipment listing for this project 16. Selected vendor must guarantee the installation and successful testing/commissioning of all the parts of this project by June 1, 2017. Successful testing/commissioning will reveal the system fills the space adequately without any feedback or echoing or distortion. This must remain true for an empty, partial or full house. 17. If additional power requirements or infrastructure changes are needed to support the proposed equipment, bidder must identify that in their bid. 18. All training must be provided to owner on pre -arranged date 19. Bidder is expected to coordinate installation during normal business hours but on dates the facility is not in use for special events. PRICING: TOTAL $ 30ZI9. (/ 1 Sejt START DATE '71/ /17 FINISH DATE c, /r 117 254741.71 ALT RIr) RFOI IFRT #R17nnoan Paae 9 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700040. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE bt'ilb`2iii Co C. �, vz / 0 FAX 3- 777-235 l TAX ID # 7703 47,4.7s /55 r S. ,2 wi lto ./lice k, (i✓I AL11.O 0- TELEPHONE NO 7c...? -7/7-00 0 PRINTED NAME AND TITLE SIGNATURE �L / E-MAIL ��� („ 5r),‘, C,i-. DATE ci7416//7 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY 1S 3551EMPT-0 O0FYOU DO NOTROM COLORADO TO SEND BACK PAGES1 CERTIFICATE OF EXEMPTION NUMBER IS #98 -O3551 -0000.F 98 Q ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD Of WELD COI Julie Cozac APPROVE Elected ff Director of Panes 1n BID REQUEST #81700040 O TIot4 3 National Speaker & Sound 1559 So. Broadway Denver, CO 80210 Phone: 303-777-4970 Fax: 303-777-2351 www.nationalspealcer.com Quote 15749 2/16/2017 1:1IPM PM Expires: 2/16/2017 Station: I Account: 1632 Code:9703564000 By: W: 970 356-4000 Terms: N 30 Dan - Contracting Page 1 Bill To: Walters Weld County Dept Of Purchasing 915 Tenth St Greeley, CO 80631 Ship To: Weld County Exhibition Building 425 North 15th Ave. Greeley, Co. 80631 SKU Description Quantity Price Discount Total T ATLFA42T !ATLFA62T BIATESIRAFORTEAI BIATECIS DENDN300Z AUDATW314ID AUDATWA49 CROCDI 1000 LIB 162CCOM WHT MISCHARDWARE LIFT FREIGHT ,LABOR ' PROGRAMMING TRAVEL ATLPMSCXW SYSTEM 4INCH CELING SPEAKER SPEAKER 12 IN 8 OUT DSP CONTROLER CD/BLUETOOTH/A:M/FM PLAYER HANDHELD UHF WIRELESS SYSTEM UHF LPDA ANT PAIR POWER AMP I6AWG SPEAKER WIRE MISC HARDWARE 2 MAN LIFT RENTAL PER DAY FREIGHT CHARGE (LABOR I PROGRAMMING TRAVEL ', PENDENT SPK WHITE SYSTEM PER CONTRACT 4.00 4.001 1.001 1.001 I.00j 2.00 I.00' 3.00 1500.00 1.00 1.00 1.00 1.00 1.00 1.001 21.00 I.00 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 i 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 30200.00 0.00 30200.00 N SubTotal: no tax: TOTAL: THANK YOU FOR YOUR BUSINESS Policy statement goes here! 30,200.00 0.00 30,200.00 8" 2 -way High Output Pendant Loudspeaker with 60 -Watt 70V Trans... https://www.atlasied.comrpm8cx-wh Home / Products / Loudspeakers & Horns / Surface -Mount / Pendant Mount Loudspeakers / 8" 2 -way High Output Pendant Loudspeaker with 60 -Watt 70V Transformer - White 8" 2 -WAY HIGH OUTPUT PENDANT LOUDSPEAKER WITH 60 -WATT 70V TRANSFORMER - WHITE PM8CX-WH 7011/1001/ CAPABLE S2 4CHM; OOt1M CAPABLE Model PM8CX-WH includes the AtlasIED BCXT60 compression driver coaxial loudspeaker which provides excellent efficiency exceeding 92dB 1W/1m. The 8CXT60 also offers a desirable tighter 90 degree conical coverage pattern in the 2kHz octave band for great coverage performance in ultra high mounting locations up to 30'. I of 4 2/16/2017 1:57 PM 8" 2 -way High Output Pendant Loudspeaker with 60 -Watt 70V Trans... https://www.atlasied.com/pm8cx-wh Descriptior Features Tech Specs Support File: Loudspeaker Placement Too FEATURES 70.7V Taps @ 7.5, 15, 30 & 60 Watts Plus 8 -ohm Direct Input via Concealed Terminal Block 8" 8CXT60 Driver Provides 90 Degree (45 Degree Off -Axis) Coverage in the 2kHz Octave Band 3 Meters of 2mm Cable & Mounting Hardware Included Compatible with Standard 3/4" Ceiling Fan Hardware The Best Solution for High Ceiling Applications TECH SPECS SPEAKER TYPE Compression Coaxial SENSITIVITY 92dB Average FREQUENCY RESPONSE 55Hz - 15kHz IMPEDANCE 7.5, 15, 30, 60 Watts &amp, 82 8O RMS POWER 150 Watts DISPERSION 90° HEIGHT 16 5/8" (42.2148 cm) DIAMETER 12 1 /4" (31.115 cm) SHIPPING WEIGHT 21.00 lbs (9.53 kgs) SUPPORT FILES DATA SHEET PM8CX Data Sheet (3 pages) VIEW I DOWNLOAD INSTALLATION SHEET ATS004369_PM_Series_Install_Sheet (7 pages) VIEW I DOWNLOAD CAD DRAWING PM8 Series Revit Family DOWNLOAD Loudspeaker Placement Tool The AtlasIED Loudspeaker Placement Tool is designed to make it easy to select the proper positioning of loudspeakers in a given room. Choose your AtlasIED loudspeaker and the transformer taps that you plan on using. Then input the room length, width, and ceiling height. Don't forget to choose feet or meters as your unit of measure and the listener level. The results will tell you how many total speakers are required and how they need to be positioned to maximize the sound coverage in the space. 2 of4 2/16/2017 1:57 PM 8" 2 -way High Output Pendant Loudspeaker with 60 -Watt 70V Trans... https://www.atlasied.com/pm8cx-wh Descriptior Features Tech Specs Support File; Loudspeaker Placement Too Transformer Tap 60 Selection (in Watts): Unit of Measure: Feet Room Length: 220 Room Width: 110 Ceiling Height: 22 Listener Level: Standing Average distance from ceiling to ear 17 feet level: # of Rows: 7 Number of Columns: 3 Total Loudspeakers Required: 21 Loudspeaker Spacing: 32.49 feet First Loudspeaker 'x" Placement: 12.53 feet First Loudspeaker "y" Placement: 22.51 feet Selected Tap Max SPL in Direct Field: 96 db Variance to Edge of Coverage: -2 db Amplifier Power Required for Selected 1512 Tap: Watts Max Tap SPL in Direct Field: 96 db 1512 Amplifier Power Required for Max Tap: Watts Wlul uu'WOII ! V V I V11IICI - VVIUIG 22.51 feet 12.53 feet 32.49 feet CLICK HERE TO DOWNLOAD OFFLINE EXCEL VERSION 3 of 4 2/16/2017 1:57 PM 4" Coaxial In -Ceiling Loudspeaker with 16 -Watt 70/100V Transforme... https://www.atlasied.com/fap42t Home / Products / Loudspeakers & Horns / In -Ceiling / Strategy II Series / 4" Coaxial In -Ceiling Loudspeaker with 16 -Watt 70/100V Transformer and Ported Enclosure 4" COAXIAL IN -CEILING LOUDSPEAKER WITH 16 -WATT 70/100V TRANSFORMER AND PORTED ENCLOSURE FAP42T AMATHOPHOO'C TREATMENT OPTIONAL tt I NON-POWEICO 8 OHM OPERATION HYFIOPOPHO8IC TREATMENT OPTIONAL PAINTABLE 70V/ 100V OPERATION Description Features Tech Specs Support Files Loudspeaker Placement Tool FAP42T combines superior coaxial loudspeaker performance with wide dispersion and easy installation. 1 of 4 2/16/2017 1:36 PM 4" Coaxial In -Ceiling Loudspeaker with 16 -Watt 70/100V Transforme... https://www.atlasied.com/fap42t Products Solutions Resources Support Contact About Us install system. The FAP42T is ideal for high -intelligibility voice, music, and signal reproduction in commercial, industrial, and institutional applications. FEATURES 4 Pole Detachable "Phoenix" Style Connector Allows Easy Pre -Wiring and is Convenient for Daisy Chaining Additional Strategy Full Range Speakers or Subwoofers Easy Installation in Drop Tile or Sheetrock Ceilings via C-ringN-rail Tile Bridge and "Dog Leg" Mounting System (Included) Enhanced Quality 70.7V/100V Internal Transformers Minimize Insertion Loss and Maintain Low Frequency Response While Providing increased Output for Higher SPL Applications Extended Low Frequency Response from the 285 Cubic Inch Optimally Tuned and Ported Deep Drawn Galvanized Steel Enclosure Front Mounted Tap Selector Switch for Easy System Tuning Adjustments Includes Transformer Bypass Setting for 8 ohm Direct Coupled Operation Perfect Companion with the FAPSUB Subwoofer System When Sub Bass is Required Press -Fit Grille Blends Perfectly into Contemporary Architecture TECH SPECS SPEAKER TYPE Coaxial SENSITIVITY 88dB Average IMPEDANCE 1, 2, 4, 8, 16 Watts & 80 FREQUENCY RESPONSE 75Hz - 20kHz DISPERSION 130 DIAMETER 10 1/2' (26 67 cm) CERTIFIED TO SAFETY LISTING UL 1480 SUPPORT FILES EASE FILE DOWNLOAD DATA SHEET ATS001159H FAP42T Data Sheet (4 pages) VIEW I DOWNLOAD INSTALLATION SHEET FAP42T Installation Sheet (1 page) VIEW I DOWI 2 of4 I 2/16/2017 1:36 PM 6" Coaxial In -Ceiling Loudspeaker with 32 -Watt 70/I00V Transforme... https://www.atlasied.com/fap62t Home / Products / Loudspeakers & Horns / In -Ceiling / Strategy II Series / 6" Coaxial In -Ceiling Loudspeaker with 32 -Watt 70/100V Transformer and Ported Enclosure 611 COAXIAL IN -CEILING LOUDSPEAKER WITH 32 -WATT 70/100V TRANSFORMER AND PORTED ENCLOSURE FAP62T Hvr!OROPHOOIC TREATMENT OPTIONAL AMATHCPHOBIC TREATMENT OPTIONAL S2 70V,/ 100V OPERATION O OHM OPERATION Description Features Tech Specs Support Files Loudspeaker Placement Tool Model FAP62T coaxial ceiling loudspeaker package will satisfy the needs of owners, architects, contractors, and consultants by delivering true, high fidelity sound reproduction in an attractive and easy -to -install system. These High performance systems are I of4 2/16/2017 1:37 PM 6" Coaxial In -Ceiling Loudspeaker with 32 -Watt 70/IOOV Transforme... https://www.atlasied.com/fap62t Products Solutions Resources Support Contact About Us The loudspeaker's components match the performance of the legendary AtlasIED Strategy Series II FA Series. High quality construction of the 1" voice coil drivers include polypropylene cones with a butyl rubber surround. Thel 9mm coaxially mounted tweeter is constructed of durable PEI. The high sensitivity of the loudspeaker means less power may be required to achieve the desired SPL. The loudspeakers are factory assembled to an optimally tuned & ported deep drawn enclosure and include a specially designed low saturation 70.7V/100V transformer. A convenient front mounted switch allows tap selection without the need to remove the loudspeaker from the ceiling. Uniquely designed "easy access" input panel design allows for "thru" conduit runs using flexible or rigid conduit. A detachable Phoenix style, locking four -pole connector provides for easy daisy chain wiring to other full range loudspeakers or AtlasIED FAPSUB subwoofers. Attractive press -fit grille blends seamlessly into contemporary architecture. Mounting is simplified with Strategy Series II style "dog leg" tabs that allow easy installation into drop tile or drywall ceilings with provided tile bridge assembly. The tile bridge consists of (2) triangular formed mounting rails and a c -ring assembly. The c -ring can be attached to the rails with the screws provided to extend support to the t -bar grid in suspended ceiling applications. Multiple hole locations are provided to allow the c -ring to be positioned all the way to the outer edge the tile if necessary. For existing dry -wall applications the tile bridge c -ring and support rails can be inserted into the hole cut for the enclosure. For easy positioning the "V" shaped support rails match the shape of the C -ring tabs for easy maneuvering and location when working "blindly" above the deck. For new construction drywall ceiling applications the optional model FAP62-TR trim ring is available. This unit provides a marked location for drywall installers to cut around essentially reserving the desired location in the ceiling until final installation of loudspeaker. Mounting holes are provided to accommodate 16" or 24" OC stud/joist mounting. FEATURES 4 Pole Detachable "Phoenix" Style Connector Allows Easy Pre -Wiring and is Convenient for Daisy Chaining Additional Strategy Full Range Speakers or Subwoofers Easy Installation in Drop Tile or Sheetrock Ceilings via C-ringN-rail Tile Bridge and "Dog Leg" Mounting System (Included) Enhanced Quality 70.7V/100V Internal Transformers Minimize Insertion Loss and Maintain Low Frequency Response While Providing increased Output for Higher SPL Applications Extended Low Frequency Response from the 285 Cubic Inch Optimally Tuned and Ported Deep Drawn Galvanized Steel Enclosure Front Mounted Tap Selector Switch for Easy System Tuning Adjustments Includes Transformer Bypass Setting for 8 ohm Direct Coupled Operation "Press Fit" Grilles Blend Better into Contemporary Architecture Unique "Trap Door" Input Section Allows for Through Conduit Runs with Rigid or Flex Conduit TECH SPECS SPEAKER TYPE Coaxial SENSITIVITY 88dB Average IMPEDANCE 2, 4, 8, 16, 32 Watts & 8(1 2 of 2/16/2017 1:37 PM DATA SHEET TESIRAFORTE Al TESIRAFORTE AVB Al The TesiraFORTE Al is a digital audio server with 12 analog inputs and 8 analog outputs and includes up to 8 channels of configurable USB audio. USB audio allows TesiraFORTE to interface directly with USB audio hosts, as well as to take full advantage of today's most sophisticated conferencing solutions. TesiraFORTE AVB Al adds Audio Video Bridging (AVB) digital audio networking. The AVB model can be used as a standalone device or can be combined with other TesiraFORTE devices and Tesira servers, expanders, and controllers. TesiraFORTE Al also provides extensive audio processing, including but not limited to: signal routing and mixing, equalization, filtering, dynamics, and delay, as well as control, monitoring, and diagnostic tools; all configured through the Tesira configuration software. TesiraFORTE Al is best -suited for small- to medium-sized rooms that require high -quality audio solutions using voice lift and mix -minus, such as conference rooms or council chambers. BENEFITS • Allows integrators to choose which model works best for the installation environment. • Application -specific models make system design, configuration, and installation easier and faster. • Included default configuration file allows for plug -and -play usage. • Highly scalable and cost-effective solution that can grow over time with the needs of the customer. • SpeechSense'. technology enhances speech processing. Integrates directly with soft codecs and other USB audio hosts. FEATURES • 128 x 128 channels of AVB (AVB model only) • 12 mic/line level inputs, 8 mic/line level outputs • Gigabit Ethernet port • Up to 8 channels of configurable USB audio • RS -232 serial port • 4 -pin GPIO 2 -line OLED display with capacitive -touch navigation Rack mountable (1RU) System configuration and control via Ethernet • Internal universal power supply • Fully compatible with Tesira servers, endpoints, expanders, and controllers (AVB model) • Signal processing via intuitive software allows configuration and control for signal routing, mixing, equalization, filtering, delay and much more • CE marked, UL listed, and RoHS compliant • Covered by Biamp Systems' 5 -year warranty biamp. 9300 S.W. Gemini Drive Beaverton, OR 97008 USA +1503.641.7287 www.biamp.com TESIRAFORTE AVB Al & TESIRAFORTE AI: STANDARD MODEL FOR HIGH -QUALITY AUDIO ARCHITECTS & ENGINEERS SPECIFICATION The digital audio network server shall be designed exclusively for use with Tesira systems. The AVB model server shall support Audio Video Bridging (AVB) digital audio networking that shall allow up to 128 x 128 channels. The AVB Networking connection shall be implemented on a RJ-45 connector on the AVB model. The server shall support Ethernet connection for programming and control on a RJ-45 connector. The server shall have internal DSP processing. The server shall include 4 channels of General Purpose Input and Output connection (GPIO) for sending or receiving logic signals. The programming of the GPIO ports shall be software configurable. The server shall include a RS -232 connection for control data transmission into or out of the server and such operation shall be software programmable. The server shall include a Universal Serial Bus (USB) connection on a standard USB-B type connector. The server shall be software configurable to stream up to 8 channels of digital USB Class 1 Audio transmission either into or out of the server or simultaneous input and output. The server shall provide 12 balanced input connections for receiving of microphone or line level analog audio signals on screw -down, removable connectors. The server shall provide 8 balanced output channels for the transmission of microphone or line level analog audio signals on screw -down, removable connectors. Each individual channel shall have its own dedicated connection. The server shall provide front panel OLED identification of server power, status, alarm, and activity as well as system -wide alarm. The server shall be rack mountable (1RU) and feature software -configurable signal processing, including but not limited to: signal routing and m xing, equalization, filtering, dynamics, and delay, as well as control, monitoring, and diagnostic tools. The server shall control and proxy all Tesira expander -class devices (AVB model only) and Tesira control devices. The server shall be CE marked, UL listed and shall be compliant with the ROH5 directive. Warranty shall be five years. The server shall be TesiraFORTE AVB Al (for AVB model) or TesiraFORTE Al (for non-AVB model). SERVER SPECIFICATIONS Frequency Response: 20Hz to 20kHz ,+4dBu output THD+N (22Hz to 22kHz): +O.25dB/-O.5dB Phantom Power: Crosstalk, channel to channel, 1kHz: +48 VDC (7mA/input) OdB gain. +4dBu input < 0.006% OdB gain, +4dBu input < -85dB 54dB gain, -S0dBu input < 0.040% 54dB gain, -50dBu input < -75dB EIN (no weighting, 22Hz to 22kHz): <-125dBu Sampling Rate: 48kHz Dynamic Range (in presence of signal): > 108dB 22Hz to 22kHz, OdB gain A/D - DA Converters: 24 -bit Input Impedance (balanced): 8k0 Power Consumption (1OO-24OVAC 50/60Hz): < 35W Output Impedance (balanced): 2070 USB: Maximum Input: +24dBu Bit Depth: Number of Channels: 16- or 24 -bit up to 8 Maximum Output (selectable): +24d8u, +18dBu, +12dBu, +6dBu , OdBu, -31dBu Sample Rate: 48kHz Compliance: FCC Part 15B (USA) Input Gain Range: (6dB steps): OdB to 66dB Industry Canada CS -03 (canada) CE marked (Europe) Overall Dimensions/Weight: Height: 1.75 inches (44 mm) UL and C -UL listed (USA&Canada) Width:19.0 inches (483 mm) RCM (Australia) Depth: 10.5 inches (267 mm) EAC (Eurasian Customs Union) Weight: B lbs (3.63 kg) RoHS Directive (Europe) TESIRAFORTE AVB Al BACK PANEL CE seaew .anER[ BIAMPVSYSTEY5 O TESIRAFORTE AVB Al Aaa.. TESIRAFORTE AI BACK PANEL oCoMO 'u I l fda1;4O1 0 0 V...J [L'-'1 M 0ffl . m O biamp. BIA1P SYSTEMS O TESIRAFORTE AI I o "11 .aruaT "an n`t 0 9300 S.W. Gemini Drive Beaverton, OR 97008 USA +1503.641.7287 www.biarnp.com TESDS-307-1608-EN-R2 N -R2 TESIRA TEC-is • TESIRA TEC-li CONTROLS El g° c' 3 t`2 1 D; §1 o V >0 o m g M n 12 g gi Ea 1 ;a ma The TEC•1s is surtace-mounted while the TEC-li can be flush -moon Operates an any comoabble web browser TESIRA EX -LOGIC TESIRA HD -1 .8g ▪ Er - §I27, ▪ ts Denon Professional - DN-300Z http://denonpro.com/products/view/dn-300z#.WKYOz K806Y .I, Search Denon Pro MENU Audio Recording and Playback CD/Media Players (http://denonpro.com/products/browse/category/cd-players) DN-300Z CD/Media Player with Bluetooth/USB/SD/Aux and AM/FM Tuner Find an Authorized Reseller (http://denonpro.com/dealers) DN-300Z 1 of 3 2/16/2017 1:43 PM Denon Professional - DN-300Z http://denonpro.com/products/view/dn-300z#.WKYOz_K806Y CD/Media Player with Bluetooth/USB/SD/Aux and AM/FM Tuner Find an Authorized Reseller (http://denonpro.com/dealers) Overview Overview Overview Features Specifications Images Videos Documents Downloads Combining the best of disc, wireless, and solid-state media playback, the Denon Professional DN-300Z is an all -in -one audio player you can count on when the whole room is listening. Ideal for front -of -house, education, music and rehearsal studios, houses of worship, restaurants and more, it has an answer to every request —all consolidated into a compact 1 RU design. Extending Denon Professional's dedication to powerful solutions that are easy -to -use, the DN-300Z plays the media of both today and tomorrow, in formats easily accessible to any user. It really does expect the unexpected. Go ahead, throw anything you want at it: Front -loading media slots (CD w/single-play mode, USB, SD/SDHC) deliver intuitive playback of today's familiar mass -storage mediums. Or, go wireless with long-range Bluetooth audio connectivity (up to 100 feet) and instant recall of up to 8 devices such as smartphones and tablets. With support for CD -DA, MP3, WAV, and AAC file formats, the DN-300Z is the master -of -all -trades player that excels when the unpredictable occurs. The 300Z features both RCA audio outputs and balanced XLR outputs. The balanced outputs are a much -needed feature in the professional/commercial sector, since they enable long connection cable runs without any increase in stray noise pickup. The front panel's backlit LCD screen provides at -a -glance status of playback modes and content, providing clear readouts to even the most novice user. Designed to adapt to any scenario, switching formats on the fly has never been easier. Media categories and their respective controls are grouped together so users will never have to wrestle with deep menus or use the instruction manual to perform basic functions. Direct access to CD tracks, global transport controls (play/pause/search), and a rotary -push encoder translate to fast, hands-on command when you need to get to your content. An IEC-weighted AC power port means space -saving connection to power sources —no bulky transformers or "wall warts" required. When installed int a client's rack, the DN-300Z provides the capability, reliability, and versatility to tackle any playback task, from one-off requests to rehearsed program material, in an intuitive, tidy package. The DN-300Z media player expects the unexpected. But you demand it. Drawing on our trusted 25 -year heritage in industry -leading playback technology, the latest Denon Professional equipment enable contractors and consultants to replace traditional media devices with high -quality media playback products that offer superior reliability and maintenance -free operation under the most challenging conditions. Products New Products fhtto://www denonoro.com/assets/oroduct-guides/DP NPG 2016 REVG LR.odf) CD Players (htto://denonoro.com/oroducts/browse/cateaorv/cd-plavers) Video Players (htto://denonoro.com/oroducts/browse/categorvNideo-media-players1 2 of 3 ')/16/7017 1:43 PM 3000 Series audio technica. Frequency -agile True Diversity UHF Wireless Microphone Systems Features • Automatic frequency scanning • High sensitivity dual IF receiving design for dropout free performance • High -efficiency compander for flawless audio • Three compatible frequency bands with 996 - 1001 selectable UHF frequencies per band • 25 kHz frequency spacing makes it easier to find a clear, open frequency in crowded RF environments • Nine pre -coordinated frequency scan groups simplify selection of usable frequencies in a multi -channel wireless system • Receiver internal function menu with soft -touch controls • Digital Tone Lock' squelch • Adjustable receiver squelch • Transmitter battery life gauge on the front panel • Operator alert indicators • True Diversity receiver with silent, automatic switching • AC or 12-181/ DC operation Rear panel or front panel antenna mount options Antenna power available for powered antennas & other in -line RF devices • Balanced and unbalanced outputs • Output level control on the rear panel • Ground lift switch on balanced output • Receiver mounts in a single rack space (1 or 2 units) • All transmitters offer rugged construction, programmable features, dual RF power output, backlit LCDs, and dual -color power/mute LED Description The 3000 Series frequency -agile True Diversity UHF wireless systems set a new standard for audio and RF performance. Allowing large operating areas and very superb noise specifications brings its performance to a standard that provides the audio quality and reliability necessary for the high quality sound systems of today. High sensitivity dual IF design using True Diversity operation with silent automatic switching provides dropout -free performance. All 3000 Series components feature soft -touch controls for quick easy access to a large range of functions and a backlit LCD information display in each unit provides convenient visual indication of unit setting and operation. The ATW-R3100b receiver features automatic frequency scanning that eliminates the need for searching for clear channels by automatically selecting the most appropriate frequency for the area in which the wireless is operating. 25 kHz frequency spacing enables the system to easily find an open frequency in crowded RF environments, while nine pre -coordinated frequency scan groups simplify selection of usable frequencies in a multi -channel wireless system. The flexibility in program- ming both the receiver and transmitters allows the customizing ability for this wireless system to meet virtually any application. Advanced digital Tone LockTM squelch provides enhanced rejection of interference. In addition, the Tone Lock signal from the transmitter also conveys informa- tion on the transmitter's battery condition and mute status back to the receiver for display. The receiver's front panel display provides continuous indication of RF signal strength along with the audio modulation level of the received signal. Designed to operate from AC or 12-18V DC. the receiver incorporates rear -panel connections for balanced XLR and unbalanced /4 outputs with adjustable gain along with detachable BNC 1/a" wave antennas. Switch - able 12V DC antenna power is available on the BNC-type connectors for powered antenna accessories. The receiver is half -width for a standard 1U 19' rack -mount and includes rack -mount adapters. All transmitters operate using two standard AA batteries and feature high- and low-level RF output settings. The low-level setting allows two additional hours of battery life while retaining a strong RF signal link. Each transmitter's backlit LCD display presents a great deal of setup and operating information clearly and conveniently including battery fuel remaining, mute and operating frequency. A flashing "Lo -Batt" alert visually signals the battery life is almost depleted. A dual -color power/ mute indicator LED provides visual indication of transmitter status. Programmable power/mute locks limit the functioning of the transmitter's power/mute button as desired for particular users and applications. To match the audio input level to the transmitter, audio input gain settings may be selected through the function menu. Each handheld transmitter includes a heavy-duty Quiet-FIexTM stand clamp. The ATW-T310b UniPak® body -pack transmitter features a safety cover to protect the soh -touch controls from being accidently activated and a recessed input connector to increase the life of the microphone cable. Inputs are available on the transmitter for low impedance microphone, and high impedance musical instrument or line input. The transmitter supplies 5V DC bias to power condenser microphones. The locking 4 -pin HRS-type audio input connector is recessed to protect the connection from damage. A dual -color status LED illuminates green when power is on, and red when the transmitter is muted. Constructed of high -impact materials, the body -pack transmitter features a field replaceable whip antenna, a backlit LCD display, and a secure. locking battery compartment door. The ATW-T341b dynamic handheld transmitter features the Artist Elite AE4100 cardioid capsule created for live sound venues. The element includes internal shock mounts for low handling noise. An integral two -stage pop filter within the rugged steel headcase protects against "p" pops and other breath plosives. Transmitter setup functions are menu -driven via soft -touch controls. To prevent accidental changes, the controls are covered by the transmitter's handle case when not being used. A dual -color status LED illuminates green when power is on, and red when the transmitter is muted. The transmitter housing is made of metal with an integral antenna and a backlit LCD display. The ATW-T371 b condenser handheld transmitter features the Artist Series ATM710 cardioid condenser capsule created for vocal applications. The element includes internal shock mounts for low handling noise. An integral two -stage pop filter within the rugged steel headcase protects against "p" pops and other breath plosives. All transmitter setup functions are menu -driven via soft -touch controls. To prevent accidental changes, the controls are covered by the transmitter's handle case when not being used. A dual -color status LED illuminates green when power is on, and red when the transmitter is muted. The transmitter housing is made of metal with an integral antenna and a backlit LCD display. The ATW-T1802b plug -on transmitter is designed to convert a dynamic or condenser microphone to wireless operation. The transmitter features a 3 -pin XLF-type connector with locking ring for secure attachment. Integral 3000 Series 12V DC phantom power will allow the transmitter to power condenser microphones. All transmitter setup functions are menu -driven via soft -touch controls. To prevent accidental changes, the controls are covered by a sliding door when not being used. A dual -color status LED illuminates green when power is on, and red when the transmitter is muted. The transmitter housing is made of metal with an integral antenna and a backlit LCD display. Architect's and Engineer's Specifications The frequency -agile FM wireless microphone system shall consist of a receiver and the appropriate transmitter. Operating in the UHF bands of 482.000-507.000 MHz, 541.500-566.375 MHz . or 655.500-680.375 MHz, the system shall be capable of operating on any of 996 —1001 PLL-synthesized frequencies per band. The frequency -agile FM wireless receiver shall be all -metal and shall provide an automatic scanning function to select appropriate local usable channels for proper wireless system operation. All configuration functions of the receiver shall be controlled by soft -touch controls on the receiver front panel. It shall be a True Diversity receiver with two independent internal receiver sections, automatically selecting the highest quality signal for the receiver's output. The system will be equipped with an advanced Tone LockTM digital identification system to ensure that only the desired wireless microphone transmitter allows the receiver to be un-muted. The receiver shall have shall have an alert LED on the front panel that indicates transmitter low battery warning, signal loss and input overload. The receiver shall continuously monitor and display the battery life indicator of the wireless transmitter, the RF signal strength and the diversity selection of internal dual tuner sections (A&B). The receiver shall have a rear panel selector to lift the ground connection from pin 1 of the XLR-type output connector to prevent ground loops. The receiver shall be able to be powered by 120V AC 60 Hz or 12-18V DC at 500 mA. Antennas shall be located on the rear of the receiver and shall incorporate standard BNC-type connectors to allow them to be detached from the receiver to facilitate the receiver being used with external antennas or antenna distribution devices. Switchable 12V DC power shall be provided on the BNC-type connectors. An accessory bracket should allow for the antennas to be located at the front of the receiver. The receiver can be rack -mounted singly or in pairs in a single rack space. The receiver's design shall provide totally silent audio output mute when the wireless transmitter is turned off or signal is lost. The wireless receiver and the supplied metal rack -mounting brackets shall be industrial black. The frequency -agile FM wireless body -pack transmitter shall have microphone and line level inputs. It shall provide DC voltage to power microphones requiring DC bias. The body -pack transmitter shall be a part of a wireless microphone system operating in the bands of 482.000- 507.000 MHz, 541.500-566.375 MHz , or 655.500-680.375 MHz. The body -pack transmitter shall have a reversible clip allowing for up or down cable entry. The transmitter shall have a recessed 4 -pin locking input connector and a viewable fuel gauge to indicate the remaining battery life. 996-1001 frequencies shall be available and be selected with the soft -touch controls under the safety panel. The device shall have a dual - color LED to indicate power/mute status. There shall be an adjustment to allow input gain changes with a range of 18 d6. The transmitter shall include Tone LockTM to identify the wireless transmitter to the wireless receiver. This transmitter shall utilize two RF output power levels and shall operate on two AA batteries. The transmitter battery compartment shall be locking. All adjustments shall be via soft -touch controls and shall remain as set even if the transmitter loses power or the batteries are removed. A backlit LCD display shall be provided to show transmitter setup parameters or frequency. The transmitter shall have a removable and field replaceable antenna. The frequency -agile FM wireless handheld transmitter utilizing a dynamic cardioid element shall be a part of a wireless microphone system operating in the bands of 482.000-507.000 MHz, 541.500-566.375 MHz, or 655.500-680.375 MHz. The capsule shall incorporate internal shock mounting and have a two -stage integral pop filter. It shall be capable of transmitting on any of 996-1001 frequencies per band. It shall have a metal housing with a plastic antenna end cap. The transmitter shall transmit a digital Tone LockTM signal that allows the receiver to un-mute. A dual -color LED indicator shall illuminate green when the transmitter is turned on and shall illuminate red when the transmitter is muted. A backlit LCD display shall be provided to show transmitter setup parameters or frequency. The microphone shall have an audio input level adjustment range of 18 dB. All adjustments shall be via soft -touch controls and shall remain as set even if the transmitter loses power or the batteries are removed. The transmitter shall operate on two AA batteries and contain a Hi/Lo RF power selector. A battery fuel gauge shall be incorporated to indicate the status of the internal batteries. The transmitter shall be supplied with a heavy-duty stand clamp. The frequency -agile FM wireless handheld transmitter utilizing a high quality condenser cardioid element shall be a part of a wireless microphone system operating in the bands of 482.000-507.000 MHz, 541.500-566.375 MHz , or 655.500-680.375 MHz. The capsule shall incorporate internal shock mounting and have a two -stage integral pop filter. It shall be capable of transmitting on any of 996-1001 frequencies per band. It shall have a metal housing with a plastic antenna end cap. The transmitter shall transmit a digital Tone LockTM signal that allows the receiver to un-mute. A dual -color LED indicator shall illuminate green when the transmitter is turned on and shall illuminate red when the transmitter is muted. A backlit LCD display shall be provided to show transmitter setup parameters or frequency. The microphone shall have an audio input level adjustment range of 18 dB. All adjustments shall be via soft -touch controls and shall remain as set even if the transmitter loses power or the batteries are removed. The transmitter shall operate on two AA batteries and contain a Hi/Lo RF power selector. A battery fuel gauge shall be incorporated to indicate the status of the internal batteries. The transmitter shall be supplied with a heavy-duty stand clamp. The frequency -agile FM wireless plug -on transmitter with locking 3 -pin XLR-type connector shall be a part of a wireless microphone system operating in the bands of 541.500-566.375 MHz or 655.500-680.375 MHz. It shall be designed to convert a dynamic or condenser microphone to wireless operation. It shall be capable of transmitting on any of 996 frequencies (adjustable in 25 kHz steps) per band and shall be compatible with Audio-Technica 3000 Series and 1800 Series receivers. The transmitter shall transmit a digital Tone LockTM signal that allows the receiver to un-mute. A dual -color LED indicator shall illuminate green when the transmitter is turned on and red when the transmitter is muted. The transmitter shall have an audio input level adjustment range of 24 dB. All adjustments shall be via soft -touch controls and shall remain as set even if the transmitter loses power or the batteries are removed. A sliding door shall cover the setup controls when not in use. The transmitter shall operate on two AA batteries and contain a Hi/Lo RF power selector. The transmitter shall be equipped with a backlit LCD screen used to show operating frequency and programming status. A battery fuel gauge shall be incorporated into the display to indicate the status of the internal batteries. The transmitter shall provide 12V DC to power condenser microphones. The transmitter housing shall be metal with integral antenna and captive battery door. The wireless system shall be an Audio-Technica (note to specifier: choose one): ATW-3110b — Basic Body -pack System ATW-3131 b — Body -pack System with Lavalier Microphone ATW3141b— Dynamic Handheld System ATW-3171b — Condenser Handheld System ATW-3192b — Body -pack System with Miniature Headworn Condenser Microphone (black) ATW-3192b-TH — Body -pack System with Miniature Headworn Condenser Microphone (beige) 58 3000 Series Specifications UHF operating frequencies Minimum frequency step Modulation mode Maximum deviation Dynamic range Total harmonic distortion Operating range Operating temperature range Frequency response Receiving system Image rejection RF sensitivity Maximum output level Output connectors) Antenna input Power requirements Dimensions Net weight Accessories included Overall system Band C: 541.500-566.375 MHz (996 frequencies. 25 kHz increments) Band 0: 655.500-680.375 MHz 1996 frequencies, 25 kHz increments) Band I: 482.000-507.000 MHz (1001 frequencies, 25 kHz increments) 25 kHz FM +35 kHz >110 dB (A -weighted), typical <1% (at 1 kHz, *17.5 kHz deviation) 100 m (300') typical (open range environment with no interfering signals) -5° C (23° F) to +45° C (113° Fl (battery and LCD performance may be reduced at very low temperatures) 70 Hz to 15 kHz (+1 dB, -3 dB) ATW-R3100b receiver True Diversity 60 dB nominal, 55 dB minimum 24 dBuV at 60 dB S/N ratio (50 ohms termination) Balanced: +9 dB)/: Unbalanced: +7 dBV Unbalanced: 6.3 mm ('/;) Balanced: XLR-type BNC-type, 50 ohms Bias voltage 12V DC, 60 mA, each 12-18V DC, 500 mA 210.0mm(8.271Wx164.4mm(5.47')Dx 44.0 mm (1.73') H (not including BNC connectors or feet) 1.1 kg (38.8 oz) Two flexible UHF antennas (country depen- dent); AC adapter; rack -mount adapters RF power output Spurious emissions Input connection Batteries Battery life Dimensions Net weight RF power output Spurious emissions Microphone element Batteries Battery life Dimensions Net weight Accessory included RF power output Spurious emissions Dynamic range Input connections Microphone power Batteries Current consumption Battery life Dimensions Net weight In Ire interest of slandaids development. A I.U.S ores lull details m es lest methods to mho frdusiry yeleasionals on request. Speclhcanons are Wheel le change vent.), nonce. ATW-T310b UniPak'transmitter High: 30 mW; Low: 10 mW (switchable) Following federal and national regulations Four -pin locking connector Pin 1: GND, Pin 2: INST INPUT. Pin 3: MIC INPUT. Pin 4: DC BIAS +5V Two 1.5V AA, not included High: 6 hours (alkaline), Low: 8 hours (alkaline). (depending on battery type and use pattern) 66.0 mm 12.60"1 W x 24.0 mm (0.94") D x 87.0 mm (3.43') H 81 g (2.9 oz), without batteries ATW-T341 b, ATW-T371 b handheld transmitters tkgtt 30mW, Low 10n1W (switchable), at 50ohms Following federal and national regulations ATW-T341b: Dynamic cardioid ATW-1371b: Condenser cardioid Two 1.5V AA, not included High: 6 hours (alkaline), Low:8 hours (alkaline). (depending on battery type and use pattern) ATW-T341 b: 237.0 mm (9.33'1 long, 48.0 mm (1.89") diameter ATW-T37lb 240.0 mm (9.45') long. 50.0 mm (1.971 diameter ATW-T34 t b: 284 g (10.0 oz) ATW-T371 b: 277 g (9.8 oil (without batteries) AT8456a Quiet -Flex" stand clamp ATW-71802 plug -on transmitter High: 30 mW: Low 10 mW. nominal Under federal regulations >105 dB. A -weighted 3 -pin locking XLRF-type Provides power to condenser microphones rated to operate on 12V phantom power or less Two 1.5V AA alkaline (not included) High: 180 mA: Low: 160 mA. typical Approximately 6 hours (High); 8 hours (Cowl. depending on battery type and use pattern 40.0mm(1.57')x 111.0mm(4.37')x 40.0 mm (1.57') 199 g (7.0 oz) (without batteries) Qaudio technica. Audio-Technca U.S., Inc., 1221 Commerce Drive, Stow, Ohio 44224 Audio-Technica Limited, Old Lane. Leeds LS11 SAG England O2010 Audio-Technica U.S., Inc. audio•technica.com 0001-0024-01 ATW-A49 audiotechnica UHF Wideband LPDA Antennas, 440-990 MHz CAUTION! • For personal safety and reliable system operation, make certain that (1) the antennas are mounted clear of any physical contact with individuals, (2) any supporting structures used are stable, even if moved or bumped, and (3) the antennas are securely attached to the supporting structures. • In addition, to reduce the risk of electric shock, do not allow the antennas or their supporting structures to come in contact with any exposed wiring or other sources of electricity. Description Audio-Technica ATW-A49 UHF wideband LPDA (Log Periodic Dipole Array) antennas provide enhanced signal pickup for UHF wireless systems operating over 440-990 MHz, a remarkable 2 -to -1 frequency range. This bandwidth includes all UHF TV channels globally (149, 470-806 MHz). Supplied in pairs, these directional antennas are ideal for extending the operating range and reliability of diversity UHF wireless systems. They also eliminate the need for multiple frequency -specific antennas. The ATW-A49 is designed for applications requiring increased distance between the transmitter and the receiver —as in stadiums, concert tour venues, theater and large performance areas, or any area where line -of - sight may be obstructed. This ruggedly constructed paddle -style antenna is equally suited for installed and portable applications. The antennas are compatible with virtually all UHF wireless receivers and provide a directional coverage pattern with a typical beamwidth of 90 degrees. They offer approximately 6 dB of RF gain improvement over standard receiver whip antennas. Antenna impedance iS 50 ohms. The antennas are constructed of industrial -grade copper -clad epoxy fiber -glass. This heavy-duty, durable construction is engineered to resist the effects of corrosion, UV degradation and vibration, providing long life and stable performance under difficult operating conditions. High -quality, low -loss BNC connectors are positioned to minimize RF cable strain. The antennas are supplied completely assembled. Installation and Operation Location • For best performance, the antennas should be mounted: • Above head -height, • In direct line -of -sight to the likely transmitter location(s), • At least 3' (1 ml away from each other, and • At least 3' (1 ml away from any large metal objects or sources of interference. In addition, the length of RF cable run to the receiver should be minimized. Some experimentation with antenna positioning may be required to determine the best locations under typical conditions. Important: While the antennas themselves are weather resistant, outdoor use should be temporary only and under dry conditions. Any moisture or corrosion in BNC cable connectors or associated cables can greatly affect RF performance at these frequencies. Mounting The ATW-A49 mounts to a 6/e-27 threaded fitting. The antenna mount is designed to allow for vertical tilt adjustment through a 90°range. Horizontal adjustment is accomplished by rotating the antenna in the mounting fitting. For portable applications, the antenna may be installed on a standard 5/a -27 thread microphone stand. Connections After the antennas have been installed, connect them to the antenna inputs of either a wireless receiver or an antenna distribution system. Use RG58-type cable for cable lengths of up to 25' (8 m). For cable lengths greater than 25', RG8-type low -loss RF cable is recommended. RG8-type cable lengths over 100' (30 m) may cause significant signal loss. Because cable requirements vary considerably from one installation to another, RF cables are not included. High -quality, pre -terminated RF cables available from Audio-Technica will be found listed on the back page under "Optional Accessories" Optional Accessories AC12 RG58-type antenna cable, 12' (3.65 m) long, terminated with BNC connectors. AC25 RGB-type low -loss antenna cable, 25' (7.62 m) long, terminated with BNC connectors. AC50 RG8-type low -loss antenna cable, 50' (15.24 ml long, terminated with BNC connectors. AC100 RG8-type low -loss antenna cable. 100' (30.48 m) long, terminated with BNC connectors. ATW-A49 Specifications To reduce the environmental impact of a multi -language printed document. product information is available online at www.audio-technice.com in a selection of languages. Atin de reduce ('impact sur I'environnement de ('impression de plusieurs langues. les informations concernenl les produtta sont disponibles sur le site www.audio-technica.com dans une large selection de langue. Para reduce el impacts al medioambiente, y reducir la production de documentos en varios leguaies. information de nuestros productos estdn disponibles en nuestra pagina del Internet: www.audio-technica.com. Para reduzrr 0 impacto ecolOgico de urn documento impresso de vines linguas, a Audio -Technics provdencia as informet Des dos seus produtos em diversas linguas na www.audio-technica.corn. Per evrtare rrmpano ambientale ChB la stamps di guesto documento determinerebbe, le mlormazioni nut prodotti sono disponibili online in diverse lingua sul sito www.audio-tedrnica.com. Der Umwelt zuliabe frnden Ste die Produklinformationen in deutsche, Sprache and weileren Sprachen auf unserer Homapage: www.audio-tedrnice.com. Om de gevolgen van een gedrukte meenalige handleiding op het milieu to verkleinen, is productrntormatie in versthdlende [akin "on-line" beschikbaar op: www.audto-technica.com. 4::: tIrr.`X:14PRii₹e7rsti • WI,11-rSaf; Z4friEPO4 • tiifal rwr„IlD-'1i± www.audio-technice.com A7PTliddt"d-F.3tt!!Gt'tWi� S katitt - 4.*s;d4 I'd4t'tr.ki wtAatl5iifi. 17f%I: If ;; ti i7C1 fd1 FP S9• 'lf �ci'mf�,..o7 {f www.audo-technica.comell'Av fill diIAItitiIiitf. Al1dI ;14 ' c: 4 - 11%i ti; °!::1 81-1 J?.t2u.let. 1?F%t0 wvwr.audio-[echnica.com °7W 2x11, cVE.T.Eyfy.sl ; ale. -14. - Antenna type Operating bandwidth Gain Impedance VSWR Polar Pattern Polarization Number of Elements Maximum Power Input Termination Type Weight Dimensions Material Finish Mounting `Within strutted aandwrdth In the interest of standards development A.LU.5. utters lull details on its test methods to other t ndeslry professionals en request. 1 Pascal -10 dynes/cmt - In microhars .94 de SPt ' Typical. A -weighted. using Audro Provision System One. Specifications are suhiern 'o chvrpe wnhnut name. radiation pattern Log Periodic Dipole Array (LPDA) 440 — 990 MHz 6 dO typical' 50 ohms typical" 5 1.7:1' . Elliptical. 90` acceptance, typical Vertical (when mounted vertically( 9 Not specified (intended as receive antenna only) Fixed right-angle BNC female Connector is positioned to minimize cable strain 11.5 oz (326 g) each 10.55' (268 mm) L x 11 22' (285 mm) H x 0.98' (25 mm) D Copper -clad epoxy fiberglass Black matte %%27 thread; adapter can swivel 90° 180' Qaudio-technica. Audto•Techntca Corporation audio-technica.com *2016 Audio-Ted,nica 90' 120' LEGEND 554m — -- — 668m 734m P52606 CDi 10001 Crown Audio - Professional Power Amplifiers http://www.crownaudio.com/en/products/cdi-1000 back to products (/en/product families) :: cdi series (/en/product families/cdi-series) V crot.Ura CD '1000 http://adn.harmanpro.com/product attachments/product attachments/1996 1423686449 /CDi 1000 front no top shadow full width.png) MI(http://adn.harmanpro.com/product attachments/product attachments/2165 1425573872 /CDi backpanel no top shadow full width.png) Larger Images CDI 1000 Two -channel, 500W @ 4O, 70V/140V Power Amplifier Overview Video Features Specifications News Documentation CAD files (http://rdn.harmanpro.com /product documents/documents /3688 1444417376 /CDi CAD Files original.zip) [4.45 MB] ® Cut Sheet (htto://rdn.harmanoro.com tproduct documents/documents /3642 1442410422 /CDi DataSheet 091415 Web original.pdf) [555 KB[ Owner's Manual fhttp://rdn.harmanpro.com /product documents/documents /1889 1407163399 /139676-5 08-13 cDi multilingual operation [2.11 MB] Owner's Manual -Chinese (http://rdn.harmanpro.com /product documents/documents /1914 1407354729 /5021542 SPEC MNL CDI OPERATION ZH 1 of 3 2/16/2017 1:50 PM CDi 1000 I Crown Audio - Professional Power Amplifiers http://www.crownaudio.com/en/products/cdi- 1000 [2 86 MB] 3k.r..::: J.p.4firl%13rprofessional tools designed and built for installed sound applications. ® CDi Declaration of Conformity The series includes four models which are identical except for output power: CDi 1000, CDi 2000, (http://adn.harmanpro.com/site_elements /resources/ 709 1424708861 CDi 4000, and CDi 6000. All are rugged and lightweight, and offer unmatched value in their class. /Amplifiers %28CDi1000 CDi2000 CDi4000 ® STB XTi-CDi-DSi Restoring Default #0003 (http://adn.harmanpro.com Power Matrix Dual (perch.) Bridge /site elements/resources /797 1424963391/STB XTi- Model Channels 2C 4O 8C 70Vrms 4Sl 8i2 140Vrms CDi-DSi Restoring Default 0003 original.pc STB XTi-CDi-DSi Common term 1000 2 700W 500W 275W 500W 1400W V.' 1000W 1000 ® definitions #0005 2000 2 1000W' 800W 475W 800W 2000W- 1600W 1600W (http://adn.harmanpro.com/site elements 4000 2 1600WW 1200W 650W 1000W 3200W 2000W 2000W /MS01O088/798 1424963495/STB XTi- 6000 2 3000W 2100W 1200W 2500W 6000W 4200W 5000W CDi-DSi Common term definitions 0005 ori. "'"° ® STB XTi-CDi-DSi Fan Confla #0001 fhttp://adn.harmanpro.com/site elements /resources/799 1424963717/STB XTi- CDi-DSi Fan Confiq 0001 original.pdf) Recommended forinstalled Sound (len/market segments/installed-sound). ® STB XTi-CDi-DSi Front Pane] Lockout #0004 (http://adn.harmanpro.com /site elements/resources /800 1424963803/STB XTi- CDi-DSi Front Panel Lockout 0004 originE ® STB XTi-CDi-DSi USB Communication #0002 (http://adn.harmanpro.com /site elemen s/resources /801 1424963859/STB XTi- CDi-DSi USB Communication 0002 oriaini CDI Power Draw & Thermal (http://adn.harmanpro.com/site elements /resources/821 1424965365 /CDi Power Draw Thermal orginal.xlsx) Downloads Support/FAQs Tweet EXPLORE MORE HARMAN ENTE1PRISE ANC E\TER-AINV NT SD:.JT'1,N (http://pro.harman.com /?webSynclD=aa00abe7-10ca- de8e-1883-70195b4b0ee4& sessionGU l D=d c0b289e-e876-b325- b269-3947377e60141 2 of 3 2/16/2017 1:50 PM DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 23, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Sound System — Island Grove; Bid #B1700040 As advertised, this bid is to provide for a significantly improved sound system in the Exhibition Building located at Island Grove. The sound system was bid as a design -build project where the vendor is required to provide a quality system with installation complete prior to June 1, 2017. In addition, the vendor is required to ensure successful testing/commissioning of designed system to ensure the system fills the space adequately without any feedback, echoing or distortion for any event that may be empty, partially occupied or a full house. National Speaker is the low bidder. National Speaker provided three separate design -build options with varying quality and equipment configurations. Based on the review of components and interview process, Buildings and Grounds is recommending using their 3rd designed system (attached) for award. The total of that system is $30,200.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ,247 '6/7- U4/7/ 3600iq National Speaker & Sound Quote 15749 1559 So. Broadway Denver, CO 80210 Phone: 303-777-4970 Fax: 303-777-2351 www. nationalspeaker. corn Bill To: Walters Weld County Dept Of Purchasing 915 Tenth St Greeley, CO 80631 Ship To: 2/16/2017 1:11PM PM Expires: 2/1612017 Station: 1 Account: 1632 Code:9703564000 By: W: 970 356-4000 Page 1 Terms: N 30 Dan - Contracting Weld County Exhibition Building 425 North 15th Ave. Greeley, Co. 80631 SKU Description Quantity Price Discount Total T ATLFA42T ATLFA62T BIATESIRAFORTEAI BIATEC I S DENDN300Z AUDATW3141D AUDATWA49 CROCDI 1000 LIB 162CCOMWHT MISCHARDWARE LIFT FREIGHT LABOR PROGRAMMING TRAVEL ATLPM8CXW SYSTEM 41NCH CELING SPEAKER SPEAKER 12 IN 8 OUT DSP CONTROLER CD/BLUETOOTH/AM/FM PLAYER HANDHELD UHF WIRELESS SYSTEM UHF LPDA ANT PAIR POWER AMP 16AWG SPEAKER WIRE MISC HARDWARE 2 MAN LIFT RENTAL PER DAY FREIGHT CHARGE LABOR PROGRAMMING TRAVEL PENDENT SPK WHITE SYSTEM PER CONTRACT THANK YOU FOR YOUR BUSINESS Policy statement goes here! 4.001 4.00 1.001 1.001 1.001 2.001 1.00 3.001 1500.00 1.001 I.00 1 1.00 1.001 1.00 I 1.001 21.001 1.00 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 0.00 0.00 0.00 N 30200.00 0.00 30200.00 N SubTotal: no tax: TOTAL: 30,200.00 0.00 30,200.00 8" 2 -way High Output Pendant Loudspeaker with 60 -Watt 70V Trans... hops://www.atlasied.com/pm8cx-wh Home / Products / Loudspeakers & Horns / Surface -Mount / Pendant Mount Loudspeakers / 8" 2 -way High Output Pendant Loudspeaker with 60 -Watt 70V Transformer - White alb 8" 2 -WAY HIGH OUTPUT PENDANT LOUDSPEAKER WITH 60 -WATT 70V TRANSFORMER - WHITE PMBCX-WH 4L HM/ 8OHM CAPABLE Model PM8CX-WH includes the AtlasIED 8CXT60 compression driver coaxial loudspeaker which provides excellent efficiency exceeding 92dB 1W/1 M. The 8CXT60 also offers a desirable tighter 90 degree conical coverage pattern in the 2kHz octave band for great coverage performance in ultra high mounting locations up to 30'. I of 4 2/16/2017 1:57 PM 8" 2 -way High Output Pendant Loudspeaker with 60 -Watt 70V Trans... https://www.atlasied.com/pm8cx-wh Descriptior Features Tech Specs Support File; Loudspeaker Placement Toe FEATURES 70.7V Taps @ 7.5, 15, 30 & 60 Watts Plus 8 -ohm Direct Input via Concealed Terminal Block 8" 8CXT60 Driver Provides 90 Degree (45 Degree Off -Axis) Coverage in the 2kHz Octave Band 3 Meters of 2mm Cable & Mounting Hardware Included Compatible with Standard 3/4" Ceiling Fan Hardware The Best Solution for High Ceiling Applications TECH SPECS SPEAKER TYPE Compression Coaxial SENSITIVITY 92dB Average FREQUENCY RESPONSE 55Hz - 15kHz IMPEDANCE 7 5, 15, 30, 60 Watts &amp, 8O 8O RMS POWER 150 Watts DISPERSION 90° HEIGHT 16 5/8" (42.2148 cm) DIAMETER 12 1/4" (31.115 cm) SHIPPING WEIGHT 21.00 lbs (9.53 kgs) SUPPORT FILES DATA SHEET PM8CX Data Sheet (3 pages) VIEW I DOWNLOAD INSTALLATION SHEET ATS004369_PM_Series_Install_Sheet (7 pages) VIEW I DOWNLOAD CAD DRAWING PM8 Series Revit Family DOWNLOAD Loudspeaker Placement Tool The AtIasIED Loudspeaker Placement Tool is designed to make it easy to select the proper positioning of loudspeakers in a given room. Choose your AtlasIED loudspeaker and the transformer taps that you plan on using. Then input the room length, width, and ceiling height. Don't forget to choose feet or meters as your unit of measure and the listener level. The results will tell you how many total speakers are required and how they need to be positioned to maximize the sound coverage in the space. 2 of 4 2/16/2017 1:57 PM 8" 2 -way High Output Pendant Loudspeaker with 60 -Watt 70V Trans... https://www.atlasied.com/pm8cx-wh Descriptior Features Tech Specs Support File: Loudspeaker Placement Too Wllll VV-YYoll !VV IIOtIJI VIIIICI YYIIIIC Transformer Tap 60 Selection (in Watts): Unit of Measure: Feet Room Length: 220 Room Width: 110 Ceiling Height: 22 Listener Level: Standing Average distance from ceiling to ear 17 feet level: # of Rows: 7 Number of Columns: 3 Total Loudspeakers Required: 21 Loudspeaker Spacing: 32.49 feet First Loudspeaker "x" Placement: 12.53 feet First Loudspeaker "y" Placement: 22.51 feet Selected Tap Max SPL in Direct Field: 96 db Variance to Edge of Coverage: -2 db Amplifier Power Required for Selected 1512 Tap: Watts Max Tap SPL in Direct Field: 96 db Amplifier Power Required for Max Tap: 1512 Watts CLICK HERE TO DOWNLOAD OFFLINE EXCEL VERSION 3 of 2/16/2017 1:57 PM 4" Coaxial In -Ceiling Loudspeaker with 16 -Watt 70/100V Transforme... https://www.atlasied.com/fap42t Home / Products / Loudspeakers & Horns / In -Ceiling / Strategy II Series / 4" Coaxial In -Ceiling Loudspeaker with 16 -Watt 70/100V Transformer and Ported Enclosure 4" COAXIAL IN -CEILING LOUDSPEAKER WITH 16 -WATT 70/100V TRANSFORMER AND PORTED ENCLOSURE FAP42T Description Features Tech Specs Support Files Loudspeaker Placement Tool FAP42T combines superior coaxial loudspeaker performance with wide dispersion and easy installation. 1 of4 2/16/2017 1:36 PM 4" Coaxial In -Ceiling Loudspeaker with 16 -Watt 70/100V Transforrne... https://www.atlasied.com/fap42t Products Solutions Resources Support Contact About Us install system. The FAP42T is ideal for high -intelligibility voice, music, and signal reproduction in commercial, industrial, and institutional applications. FEATURES 4 Pole Detachable "Phoenix" Style Connector Allows Easy Pre -Wiring and is Convenient for Daisy Chaining Additional Strategy Full Range Speakers or Subwoofers Easy Installation in Drop Tile or Sheetrock Ceilings via C-ring/V-rail Tile Bridge and "Dog Leg" Mounting System (Included) Enhanced Quality 70.7V/100V Internal Transformers Minimize Insertion Loss and Maintain Low Frequency Response While Providing increased Output for Higher SPL Applications Extended Low Frequency Response from the 285 Cubic Inch Optimally Tuned and Ported Deep Drawn Galvanized Steel Enclosure Front Mounted Tap Selector Switch for Easy System Tuning Adjustments Includes Transformer Bypass Setting for 8 ohm Direct Coupled Operation Perfect Companion with the FAPSUB Subwoofer System When Sub Bass is Required Press -Fit Grille Blends Perfectly into Contemporary Architecture TECH SPECS SPEAKER TYPE Coaxial SENSITIVITY 88dB Average IMPEDANCE 1, 2, 4, 8, 16 Watts & 80 FREQUENCY RESPONSE 75Hz - 20kHz DISPERSION 130 DIAMETER 10 1/2" (26.67 cm) CERTIFIED TO SAFETY LISTING UL 1480 SUPPORT FILES EASE FILE DOWNLOAD DATA SHEET ATS001159H FAP42T Data Sheet (4 pages) VIEW I DOWNLOAD INSTALLATION SHEET FAP42T Installation Sheet (1 page) VIEW I DOWI 2of4 2/16/2017 1:36 PM 6" Coaxial In -Ceiling Loudspeaker with 32 -Watt 70/IOOV Transforrne... https://www.atlasied.com/fap62t Home / Products / Loudspeakers & Horns / In -Ceiling / Strategy II Series / 6" Coaxial In -Ceiling Loudspeaker with 32 -Watt 70/100V Transformer and Ported Enclosure 6" COAXIAL IN -CEILING LOUDSPEAKER WITH 32 -WATT 70/100V TRANSFORMER AND PORTED ENCLOSURE FAP62T HYFIOROPHOE3;C TREATMENT OPTIONAL Description Features Tech Specs Support Files Loudspeaker Placement Tool Model FAP62T coaxial ceiling loudspeaker package will satisfy the needs of owners, architects, contractors, and consultants by delivering true, high fidelity sound reproduction in an attractive and easy -to -install system. These High performance systems are I of 4 2/16/2017 1:37 PM 6" Coaxial In -Ceiling Loudspeaker with 32 -Watt 70/100V Transforme... https://www.atlasied.com/fap62t Products Solutions Resources Support Contact About Us The loudspeaker's components match the performance of the legendary AtlasIED Strategy Series II FA Series. High quality construction of the 1" voice coil drivers include polypropylene cones with a butyl rubber surround. The19mm coaxially mounted tweeter is constructed of durable PEI. The high sensitivity of the loudspeaker means less power may be required to achieve the desired SPL. The loudspeakers are factory assembled to an optimally tuned & ported deep drawn enclosure and include a specially designed low saturation 70.7V/100V transformer. A convenient front mounted switch allows tap selection without the need to remove the loudspeaker from the ceiling. Uniquely designed "easy access" input panel design allows for "thru" conduit runs using flexible or rigid conduit. A detachable Phoenix style, locking four -pole connector provides for easy daisy chain wiring to other full range loudspeakers or AtlasIED FAPSUB subwoofers. Attractive press -fit grille blends seamlessly into contemporary architecture. Mounting is simplified with Strategy Series II style "dog leg" tabs that allow easy installation into drop tile or drywall ceilings with provided tile bridge assembly. The tile bridge consists of (2) triangular formed mounting rails and a c -ring assembly. The c -ring can be attached to the rails with the screws provided to extend support to the t -bar grid in suspended ceiling applications. Multiple hole locations are provided to allow the c -ring to be positioned all the way to the outer edge the tile if necessary. For existing dry -wall applications the tile bridge c -ring and support rails can be inserted into the hole cut for the enclosure. For easy positioning the "V" shaped support rails match the shape of the C -ring tabs for easy maneuvering and location when working "blindly" above the deck. For new construction drywall ceiling applications the optional model FAP62-TR trim ring is available. This unit provides a marked location for drywall installers to cut around essentially reserving the desired location in the ceiling until final installation of loudspeaker. Mounting holes are provided to accommodate 16" or 24" OC stud/joist mounting. FEATURES 4 Pole Detachable "Phoenix" Style Connector Allows Easy Pre -Wiring and is Convenient for Daisy Chaining Additional Strategy Full Range Speakers or Subwoofers Easy Installation in Drop Tile or Sheetrock Ceilings via C-ring/V-rail Tile Bridge and "Dog Leg" Mounting System (Included) Enhanced Quality 70.7V/100V Internal Transformers Minimize Insertion Loss and Maintain Low Frequency Response While Providing increased Output for Higher SPL Applications Extended Low Frequency Response from the 285 Cubic Inch Optimally Tuned and Ported Deep Drawn Galvanized Steel Enclosure Front Mounted Tap Selector Switch for Easy System Tuning Adjustments Includes Transformer Bypass Setting for 8 ohm Direct Coupled Operation "Press Fit" Grilles Blend Better into Contemporary Architecture Unique 'Trap Door" Input Section Allows for Through Conduit Runs with Rigid or Flex Conduit TECH SPECS SPEAKER TYPE Coaxial SENSITIVITY 88dB Average IMPEDANCE 2, 4, 8, 16, 32 Watts & 8C 2 of 2/16/2017 1:37 PM DATA SHEET TESIRAFORTE Al TESIRAFORTE AVB Al ti...' 4:,.. '..4PTEI F ' ' _ -n '::7'ff.'VF F!C '„ r mins- Tt SIR" ran awr • U IA -440 NM• - The TesiraFORTE Al is a digital audio server with 12 analog inputs and 8 analog outputs and includes up to 8 channels of configurable USB audio. USB audio allows TesiraFORTE to interface directly with USB audio hosts, as well as to take full advantage of today's most sophisticated conferencing solutions. TesiraFORTE AVB Al adds Audio Video Bridging (AVB) digital audio networking. The AVB model can be used as a standalone device or can be combined with other TesiraFORTE devices and Tesira servers, expanders, and controllers. TesiraFORTE Al also provides extensive audio processing, including but not limited to: signal routing and mixing, equalization, filtering, dynamics, and delay, as well as control, monitoring, and diagnostic tools; all configured through the Tesira configuration software. TesiraFORTE Al is best -suited for small- to medium-sized rooms that require high -quality audio solutions using voice lift and mix -minus, such as conference rooms or council chambers. BENEFITS • Allows integrators to choose which model works best for the installation environment. • Application -specific models make system design, configuration, and installation easier and faster. • Included default configuration file allows for plug -and -play usage. • Highly scalable and cost-effective solution that can grow over time with the needs of the customer. • SpeechSense' technology enhances speech processing. • Integrates directly with soft codecs and other USB audio hosts. FEATURES • 128 x 128 channels of AVB (AVB model only) • 12 mic/line level inputs, 8 mic/line level outputs • Gigabit Ethernet port • Up to 8 channels of configurable USB audio • RS -232 serial port • 4 -pin GPIO • 2 -line OLED display with capacitive -touch navigation • Rack mountable (1RU) biamp. • System configuration and control via Ethernet • Internal universal power supply • Fully compatible with Tesira servers, endpoints, expanders, and controllers (AVB model) • Signal processing via intuitive software allows configuration and control for signal routing, mixing, equalization, filtering, delay and much more • CE marked, UL listed, and RoHS compliant • Covered by Biamp Systems' 5 -year warranty 9300 S.W. Gemini Drive Beaverton, OR 97008 USA +1503.641.7287 www.biamp.com TESIRAFORTE AVB Al & TESIRAFORTE AI: STANDARD MODEL FOR HIGH -QUALITY AUDIO ARCHITECTS & ENGINEERS SPECIFICATION The digital audio network server shall be designed exclusively for use with Tesira systems. The AVB model server shall support Audio Video Bridging (AVB) digital audio networking that shall allow up to 128 x 128 channels. The AVB Networking connection shall be implemented on a RJ-45 connector on the AVB model. The server shall support Ethernet connection for programming and control on a R,1-45 connector. The server shall have internal DSP processing. The server shall include 4 channels of General Purpose Input and Output connection (GPIO) for sending or receiving logic signals. The programming of the GPIO ports shall be software configurable. The server shall include a RS -232 connection for control data transmission into or out of the server and such operation shall be software programmable. The server shall include a Universal Serial Bus (USB) connection on a standard USB-B type connector. The server shall be software configurable to stream up to 8 channels of digital USB Class 1 Audio transmission either into or out of the server or simultaneous input and output. The server shall provide 12 balanced input connections for receiving of microphone or line level analog audio signals on screw -down, removable connectors. The server shall provide 8 balanced output channels for the transmission of microphone or line level analog audio signals on screw -down, removable connectors. Each individual channel shall have its own dedicated connection. The server shall provide front panel OLED identification of server power, status, alarm, and activity as well as system -wide alarm. The server shall be rack mountable (1RU) and feature software -configurable signal processing, including but not limited to: signal routing and mixing, equalization, filtering, dynamics, and delay, as well as control, monitoring, and diagnostic tools. The server shall control and proxy all Tesira expander -class devices (AVB model only) and Tesira control devices. The server shall be CE marked, UL listed and shall be compliant with the RoHS directive. Warranty shall be five years. The server shall be TesiraFORTE AVB Al (for AVB model) or TesiraFORTE Al (for non-AVB model). SERVER SPECIFICATIONS Frequency Response: 20Hz to 20kHz ,+4dBu output THD+N (22Hz to 22kHz): +0.25dB/-0.5d6 Phantom Power: Crosstalk, channel to channel, 1kHz• +48 VDC (7mA/input) OdB gain, +4dBu input < 0.006% Od6 gain, +4dBu input < -85dB 54dB gain, -50dBu input < 0.040% 54dB gain, -50dBu input < -75dB EIN (no weighting, 22Hz to 22kHz): <-125dBu Sampling Rate: 48kHz Dynamic Range (in presence of signal): > 108dB 22Hz to 22kHz, 0dB gain A/D - D/A Converters: 24 -bit Input Impedance (balanced): 8k0 Power Consumption (100-240VAC 50/60Hz): < 35W Output Impedance (balanced): 2070 USB: Maximum Input: +24dBu Bit Depth: Number of Channels: 16- or 24 -bit up to 8 Maximum Output (selectable): +24dBu, +18dBu, +12dBu, +6dBu , OdBu, -31dBu Sample Rate: 48kHz Compliance: FCC Part 158 (usA) Input Gain Range: (6dB steps): 0dB to 66dB Industry Canada CS -03 (canada) CE marked (Europe) Overall Dimensions/Weight: Height: 1.75 inches (44 mm) UL and C -UL listed (USA aGonads) Width: 19.0 inches (483 mm) RCM (Australia) Depth: 10.5 inches (267 mm) EAC (Eurasian Customs Union) Weight: 8 lbs (3.63 kg) RoHS Directive (Europe) TESIRAFORTE AVB Al BACK PANEL 0 ICE 0 lm. NW - S610104, S - 0210. f8l SWAP SYSTEMS O WY a ,MA S sin Senn. SS. NI., TESIR OFA RTE AVB Al Caveat mill O.* L A O 12 11 10 a 000 -m harm 4. - in + Ih II +-In Logic 1O -N. 7 a 'rh a 7 imps s Ooo + • - m • - n, 000 4 3 2 1 040 ♦ - ne • - n, 040 000 000 000 O O TESIRAFORTE Al BACK PANEL biamp. 9300 S.W. Gemini Drive Beaverton, OR 97008 USA +1503.641.7287 www.hiamp.com TESDS-307-1608-EN-R2 O Z W O TESIRA TEC-1i RA TEC-is • W I- CONTROLS p c ID IV ii' ; q?, C c a o C v. c c 4, c v Q c E a o a O O, Si a `a 0 '- 0 9c N t a CO 2. c lot ra n w O Ea O co 3 2 V o Cl N a n c a Cl a'+ o c N 0 I- C R O Y a a115 cu 3 c L, N N 0 la Val Q1 3 0 5 E c. 0 e, o E "' t 1.2 a c O a o n E .Ca, > o O Ca O N v E a. o v N? a q ✓_% 5 L. E d v E S d c cc c 5 u N d a d q O V 10 O 0 O N > C C o tru s 6N Conference Room 3G (Spruce) Optional user actess control Operates on any compatible w Tesira preset recall Cl E Oreno system event logging w 1 ' t ). ey r.k 9 a c N a C c i O a — g -- N00 0 N T' O y 4 L U a ',�' ' q y a t:IC _ a O7 nth C C C. v i a a_ q in .N U E C 3 L O O v 5 E a a - q C g - CU C 2.. C G 'pO u - L. O lJ C. V V W 4 S a C a t ' O d E 3 a c .e ? N 3 c e._ ea a ,a„ a• u O a g c'i. a o ` Oa E C`.c9 �.bgo =L 0 a N h 9 a G O} } q 0-4 '01 R. d •O C j O c .J J D O V W G .&- ...al J C u'+ Q' .r 2 C C 'c .3 o E i d -C 7~ c ii a oet T_ g a r o a N C D Cr" le i m o c % c 2 = c o Q 5 y g Be, g E '� E — E a .e o_ - .` m LI o z • .., $ .. ra N v., c Lit - LJ O ,-,r, J c W N v o i— N C o ev a 6- a y b N O C . Q D a (yj v •= y Q! •l _F N a �, W tj L N N d .D, C a C a d v`` N e c _ .O O a L C a N r X p j j L a a V N .O C p C' Kr p. C �Ey .Y mM. C0 t e c yg e' 2 S a _o o qP t u c a Q V =lc O G - beaV VI a a O J O E C C c W _ in r • O in c .d. =_$ T o c v C w c E 1-3570 ^ q s q -. ` C a 4t `' G E. VV.. ? O �'�, P C a V t o m— L, q c c a v 1-14 aUJ N .- ^C d G N ... q 5 H A c Q !' N F.c Q N> r.Q N M V .- S T 1. • Connects wen standard R1.4S or IDE connector Covered ny Blames Systems' five-year warranty v _ ace - C c e C V N - J y V 3 C E G E } Q C G� V TESIRA EX -LOG a �+ � a'+a�tin ,,; a ,oaE`��.,�4LuOOO O C y1y\'n4, y o Eil wU, c >a r ri,N .C n N Q 0 J O auC.L1LL1 V .o o oqoyyNdC/��GO JQ`9;' of w C-0015 in aNcO cLaqE c c v'nvs co O ONti T?c 5�ea HCNOcoCaC G- ct L q C. 2.O N L T_.O 4 La v C} No�Sna'-7oN Y n 3 vao .o c v_� o' .� c v ro 0J �'+ a� rn n� S E :::: c� �` $r=d70 0 g Li o c Evv crcgvx C a CO 'e Ca O.Yay %e ° o cv."5:114.2O4; vc O , �+ d .. En a al o i.,d, ?_a'�' ooC^". a,JCaO= C v 0 HVHOC c qvt+6i CJrN.aO.,.�.OV cC OA$ 'f1 J J DnaV _�' _ 0 O a _A '�'-/c g 3 co " -yy q V r a=J O L O C3 C d 4. tN a 0 0 _c caLS:'- , .4 5 c V v 0� q O G et a Q bQ C 76 0 V' O �O a O� het, a V` 4 q E N ( J. CD. 10 J^ a B— W C r V D N C P E . v .L- o co E j ao a o C.a n P rn n o n a v E Q a 3' ' a ` o a J 'K � _ a O' u 4 G J o v�v a m o �n o 7r. 9 c c ►a- W - •N' .O 7 r`J a c ti ti., v N •^ a y Q 7 a o `3 S c$ 5 S$ o0 0? TESIRA HD -1 D Cl ra— .. N N O • C o a a N .C v • N >. r at N C O CO N v N a C• Q v N H a L CC — O U. re N O .e 'ea' CC N W . W W CY 12 Q Ti fC on W te a c- w • O N 7-2 N Q' m a O 'y L vi O 3 '^ a X a I S. .v n '. It v N 412 a a > m .c O 4 navigation buttons • Telephony control over Ethernet Power over Ethernet (POE) Covered by Brarro Systems' five-year warranty c O s o N 100 programmable speed dial numbers N N Denon Professional - DN-3007 http:Pdenonpro.corn/products/view/dn-300z#.WKYOz K806Y Search Denon Pro MENU Audio Recording and Playback CD/Media Players (http://denonpro.com/products/browse/category/cd-players) DN-300Z CD/Media Player with Bluetooth/USB/SD/Aux and AM/FM Tuner Find an Authorized Reseller (http://denonpro.com/dealers) s ENN .tee n ... 'w. DN-300Z • • l of 2/16/2017 1:43 PM Denon Professional - DN-300Z http://denonpro.com/products/view/dn-300z#.WKYOz_K806Y CD/Media Player with Bluetooth/USB/SD/Aux and AM/FM Tuner Find an Authorized Reseller (http://denonpro.com/dealers) r..✓•••- •w. •.a ".••T •IC9. 8Yt1-1:••r:Z. 11-77L9^k . fl *4-t,.ti!roe otY•`_• .^ Overview Overview Overview Features Specifications Images Videos Documents Downloads Combining the best of disc, wireless, and solid-state media playback, the Denon Professional DN-300Z is an all -in -one audio player you can count on when the whole room is listening. Ideal for front -of -house, education, music and rehearsal studios, houses of worship, restaurants and more, it has an answer to every request —all consolidated into a compact 1 RU design. Extending Denon Professional's dedication to powerful solutions that are easy -to -use, the DN-300Z plays the media of both today and tomorrow, in formats easily accessible to any user. It really does expect the unexpected. Go ahead, throw anything you want at it: Front -loading media slots (CD w/single-play mode, USB, SD/SDHC) deliver intuitive playback of today's familiar mass -storage mediums. Or, go wireless with long-range Bluetooth audio connectivity (up to 100 feet) and instant recall of up to 8 devices such as smartphones and tablets. With support for CD -DA, MP3, WAV, and AAC file formats, the DN-300Z is the master -of -all -trades player that excels when the unpredictable occurs. The 300Z features both RCA audio outputs and balanced XLR outputs. The balanced outputs are a much -needed feature in the professionaUcommercial sector, since they enable long connection cable runs without any increas' in stray noise pickup. The front panel's backlit LCD screen provides at -a -glance status of playback modes and content, providing clear readouts to even the most novice user. Designed to adapt to any scenario, switching formats on the fly has never been easier. Media categories and their respective controls are grouped together so users will never have to wrestle with deep menus or use the instruction manual to perform basic functions. Direct access to CD tracks, global transport controls (play/pause/search), and a rotary -push encoder translate to fast, hands-on command when you need to get to your content. An IEC-weighted AC power port means space -saving connection to power sources —no bulky transformers or "wall warts" required. When installed int a client's rack, the DN-300Z provides the capability, reliability, and versatility to tackle any playback task, from one-off requests to rehearsed program material, in an intuitive, tidy package. The DN-300Z media player expects the unexpected. But you demand it. Drawing on our trusted 25 -year heritage in industry -leading playback technology, the latest Denon Professional equipment enable contractors and consultants to replace traditional media devices with high -quality media playback products that offer superior reliability and maintenance -free operation under the most challenging conditions Products New Products (http://www.denonoro.com/assetstprostuct-guides/DP NPG 2016 REVG LR.odf) CD Players (http://denonpro.com/products/browse/category/cd-players) Video Players (http://denonpro.com/p_roducts/browse/category/video-media-players) %of 3 7/I6/70I 7 1.41 PM a. 3000 Series j audio technica Frequency -agile True Diversity UHF Wireless Microphone Systems Features • Automatic frequency scanning • High sensitivity dual IF receiving design for dropout free performance • High -efficiency compander for flawless audio • Three compatible frequency bands with 996 - 1001 selectable UHF frequencies per band • 25 kHz frequency spacing makes it easier to find a dear, open frequency in crowded RF environments • Nine pre -coordinated frequency scan groups simplify selection of usable frequencies in a multi -channel wireless system • Receiver internal function menu with soft -touch controls • DigitalTone Lock' squelch • Adjustable receiver squelch • Transmitter battery life gauge on the front panel • Operator alert indicators • True Diversity receiver with silent, automatic switching • AC or 12-18V DC operation • Rear panel or front panel antenna mount options • Antenna power available for powered antennas & other in -line RF devices • Balanced and unbalanced outputs • Output level control on the rear panel • Ground lift switch on balanced output • Receiver mounts in a single rack space (1 or 2 units) • All transmitters offer rugged construction, programmable features, dual RF power output, backlit LCDs, and dual -color power/mute LED Description The 3000 Series frequency -agile True Diversity UHF wireless systems set a new standard for audio and RF performance. Allowing large operating areas and very superb noise specifications brings its performance to a standard that provides the audio quality and reliability necessary for the high quality sound systems of today. High sensitivity dual IF design using True Diversity operation with silent automatic switching provides dropout -free performance. All 3000 Series components feature soft -touch controls for quick easy access to a large range of functions and a backlit LCD information display in each unit provides convenient visual indication of unit setting and operation. The ATW-R3100b receiver features automatic frequency scanning that eliminates the need for searching for clear channels by automatically selecting the most appropriate frequency for the area in which the wireless is operating. 25 kHz frequency spacing enables the system to easily find an open frequency in crowded RF environments, while nine pre -coordinated frequency scan groups simplify selection of usable frequencies in a multi -channel wireless system. The flexibility in program- ming both the receiver and transmitters allows the customizing ability for this wireless system to meet virtually any application. Advanced digital Tone LockTM squelch provides enhanced rejection of interference. In addition, the Tone Lock signal from the transmitter also conveys informa- tion on the transmitter's battery condition and mute status back to the receiver for display. The receiver's front panel display provides continuous indication of RF signal strength along with the audio modulation level of the received signal. Designed to operate from AC or 12-18V DC, the receiver incorporates rear -panel connections for balanced XLR and unbalanced outputs with adjustable gain along with detachable BNC '/a' wave antennas. Switch - able 12V DC antenna power is available on the BNC-type connectors for powered antenna accessories. The receiver is half -width for a standard 1U 19' rack -mount and includes rack -mount adapters. All transmitters operate using two standard AA batteries and feature high- and low-level RF output settings. The low-level setting allows two additional hours of battery life while retaining a strong RF signal link. Each transmitter's backlit LCD display presents a great deal of setup and operating information clearly and conveniently including battery fuel remaining, mute and operating frequency. A flashing "Lo -Batt" alert visually signals the battery life is almost depleted. A dual -color power/ mute indicator LED provides visual indication of transmitter status. Programmable power/mute locks limit the functioning of the transmitter's power/mute button as desired for particular users and applications. To match the audio input level to the transmitter, audio input gain settings may be selected through the function menu. Each handheld transmitter includes a heavy-duty Quiet-FlexTM stand clamp. The ATW-T310b UniPake body -pack transmitter features a safety cover to protect the soft -touch controls from being accidently activated and a recessed input connector to increase the life of the microphone cable. Inputs are available on the transmitter for low impedance microphone, and high impedance musical instrument or line input. The transmitter supplies 5V DC bias to power condenser microphones. The locking 4 -pin HRS-type audio input connector is recessed to protect the connection from damage. A dual -color status LED illuminates green when power is on, and red when the transmitter is muted. Constructed of high -impact materials, the body -pack transmitter features a field replaceable whip antenna, a backlit LCD display, and a secure, locking battery compartment door. The ATW-T341b dynamic handheld transmitter features the Artist Elite AE4100 cardioid capsule created for live sound venues. The element includes internal shock mounts for low handling noise. An integral two -stage pop titer within the rugged steel headcase protects against "p" pops and other breath plosives. Transmitter setup functions are menu -driven via soft -touch controls. To prevent accidental changes. the controls are covered by the transmitter's handle case when not being used. A dual -color status LED illuminates green when power is on, and red when the transmitter is muted. The transmitter housing is made of metal with an integral antenna and a backlit LCD display. The ATW-T371 b condenser handheld transmitter features the Artist Series ATM710 cardioid condenser capsule created for vocal applications. The element includes internal shock mounts for low handling noise- An integral two -stage pop filter within the rugged steel headcase protects against "p" pops and other breath plosives. All transmitter setup functions are menu -driven via soft -touch controls. To prevent accidental changes, the controls are covered by the transmitter's handle case when not being used. A dual -color status LED illuminates green when power is on, and red when the transmitter is muted. The transmitter housing is made of metal with an integral antenna and a backlit LCD display. The ATIN-T1802b plug -on transmitter is designed to convert a dynamic or condenser microphone to wireless operation. The transmitter features a 3 -pin XLF-type connector with locking ring for secure attachment Integral 57 �.1i Ili Fin, 3000 Series 12V DC phantom power will allow the transmitter to power condenser microphones. All transmitter setup functions are menu -driven via soft -touch controls. To prevent accidental changes, the controls are covered by a sliding door when not being used. A dual -color status LED illuminates green when power is on, and red when the transmitter is muted. The transmitter housing is made of metal with an integral antenna and a backlit LCD display. Architect's and Engineer's Specifications The frequency -agile FM wireless microphone system shall consist of a receiver and the appropriate transmitter. Operating in the UHF bands of 482.000-507000 MHz, 541.500-566.375 MHz , or 655.500-680.375 MHz, the system shall be capable of operating on any of 996 —1001 PLL-synthesized frequencies per band. The frequency -agile FM wireless receiver shall be all -metal and shall provide an automatic scanning function to select appropriate local usable channels for proper wireless system operation. All configuration functions of the receiver shall be controlled by soft -touch controls on the receiver front panel. It shall be a True Diversity receiver with two independent internal receiver sections, automatically selecting the highest quality signal for the receiver's output. The system will be ecuipped with an advanced Tone LockTM digital identification system to ensure that only the desired wireless microphone transmitter allows the receiver to be un-muted. The receiver shall have shall have an alert LED on the front panel that indicates transmitter low battery warning, signal loss and input overload. The receiver shall continuously monitor and display the battery life indicator of the wireless transmitter, the RF signal strength and the diversity selection of internal dual tuner sections (A&B). The receiver shall have a rear panel selector to lift the ground connection from pin 1 of the XLR-type output connector to prevent ground loops. The receiver shall be able to be powered by 120V AC 60 Hz or 12-18V DC at 500 mA. Antennas shall be located on the rear of the receiver and shall incorporate standard BNC-type connectors to allow them to be detached from the receiver to facilitate the receiver being used with external antennas or antenna distribution devices. Switchable 12V DC power shall be provided on the BNC-type connectors. An accessory bracket should allow for the antennas to be located at the front of the receiver. The receiver can be rack -mounted singly or in pairs in a single rack space. The receiver's design shall provide totally silent audio output mute when the wireless transmitter is turned off or signal is lost. The wireless receiver and the supplied metal rack -mounting brackets shall be industrial black. The frequency -agile FM wireless body -pack transmitter shall have microphone and line level inputs. It shall provide DC voltage to power microphones requiring DC bias. The body -pack transmitter shall be a part of a wireless microphone system operating in the bands of 482.000- 507.000 MHz, 541.500-566.375 MHz , or 655.500-680.375 MHz. The body -pack transmitter shall have a reversible clip allowing for up or down cable entry. The transmitter shall have a recessed 4 -pin locking input connector and a viewable fuel gauge to indicate the remaining battery life. 996-1001 frequencies shall be available and be selected with the soft -touch controls under the safety panel. The device shall have a dual - color LED to indicate power/mute status. There shall be an adjustment to allow input gain changes with a range of 18 dB. The transmitter shall include Tone LockTM to identify the wireless transmitter to the wireless receiver. This transmitter shall utilize two RF output power levels and shall operate on two AA batteries. The transmitter battery compartment shall be locking. All adjustments shall be via soft -touch controls and shall remain as set even if the transmitter loses power or the batteries are removed. A backlit LCD display shall be provided to show transmitter setup parameters or frequency. The transmitter shall have a removable and field replaceable antenna. The frequency -agile FM wireless handheld transmitter utilizing a dynamic cardioid element shall be a part of a wireless microphone system operating in the bands of 482.000-507000 MHz, 541.500-566.375 MHz, or 655.500-680.375 MHz. The capsule shall incorporate internal shock mounting and have a two -stage integral pop filter. It shall be capable of transmitting on any of 996-1001 frequencies per band. It shall have a metal housing with a plastic antenna end cap. The transmitter shall transmit a digital Tone Lockw signal that allows the receiver to un-mute. A dual -color LED indicator shall illuminate green when the transmitter is turned on and shall illuminate red when the transmitter is muted. A backlit LCD display shall be provided to show transmitter setup parameters or frequency. The microphone shall have an audio input level adjustment range of 18 dB. All adjustments shall be via soft -touch controls and shall remain as set even if the transmitter loses power or the batteries are removed. The transmitter shall operate on two AA batteries and contain a Hi/Lo RF power selector. A battery fuel gauge shall be incorporated to indicate the status of the internal batteries. The transmitter shall be supplied with a heavy-duty stand clamp. The frequency -agile FM wireless handheld transmitter utilizing a high quality condenser cardioid element shall be a part of a wireless microphone system operating in the bands of 482.000-507.000 MHz, 541.500-566.375 MHz , or 655.500-680.375 MHz. The capsule shall incorporate internal shock mounting and have a two -stage integral pop filter. It shall be capable of transmitting on any of 996-1001 frequencies per band. It shall have a metal housing with a plastic antenna end cap. The transmitter shall transmit a digital Tone LockT"" signal that allows the receiver to un-mute. A dual -color LED indicator shall illuminate green when the transmitter is turned on and shall illuminate red when the transmitter is muted. A backlit LCD display shall be provided to show transmitter setup parameters or frequency. The microphone shall have an audio input level adjustment range of 18 dB. All adjustments shall be via soft -touch controls and shall remain as set even if the transmitter loses power or the batteries are removed. The transmitter shall operate on two AA batteries and contain a Hi/Lo RF power selector. A battery fuel gauge shall be incorporated to indicate the status of the internal batteries. The transmitter shall be supplied with a heavy-duty stand clamp. The frequency -agile FM wireless plug -on transmitter with locking 3 -pin XLR-type connector shall be a part of a wireless microphone system operating in the bands of 541.500-566.375 MHz or 655.500-680.375 MHz. It shall be designed to convert a dynamic or condenser microphone to wireless operation. It shall be capable of transmitting on any of 996 frequencies (adjustable in 25 kHz steps) per band and shall be compatible with Audio-Technica 3000 Series and 1800 Series receivers The transmitter shall transmit a digital Tone Lock "^ signal that allows the receiver to un-mute. A dual -color LED indicator shall illuminate green when the transmitter is turned on and red when the transmitter is muted. The transmitter shall have an audio input level adjustment range of 24 dB. All adjustments shall be via soft -touch controls and shall remain as set even if the transmitter loses power or the batteries are removed. A sliding door shall cover the setup controls when not in use. The transmitter shall operate on two AA batteries and contain a Hi/Lo RF power selector. The transmitter shall be equipped with a backlit LCD screen used to show operating frequency and programming status. A battery fuel gauge shall be incorporated into the display to indicate the status of the internal batteries. The transmitter shall provide 12V DC to power condenser microphones. The transmitter housing shall be metal with integral antenna and captive battery door. The wireless system shall be an Audio-Technica (note to specifier: choose one): ATW-3110b — Basic Body -pack System ATW-3131b b — Body -pack System with Lavalier Microphone ATW-3141b — Dynamic Handheld System ATW-3171b - Condenser Handheld System ATW-3192b — Body -pack System with Miniature Headworn Condenser Microphone (black) ATW-3192b-TH — Body -pack System with Miniature Headworn Condenser Microphone (beige) 58 3000 Series Specifications UHF operating frequencies Minimum frequency step Modulation mode Maximum deviation Dynamic range Total harmonic distortion Operating range Operating temperature range Frequency response Receiving system Image rejection RF sensitivity Maximum output level Output connector(s) Antenna input Power requirements Dimensions Net weight Accessories included Overall system Band C: 541.500-566.375 MHz (996 frequencies, 25 kHz increments) Band D: 655.500-680.375 MHz (996 frequencies. 25 kHz increments) Band I: 482.000-507.000 MHz (1001 frequencies, 25 kHz increments) 25 kHz FM ±35 kHz >110 dB (A -weighted), typical <1% (at 1 kHz, ±17.5 kHz deviation) 100 m (300') typical (open range environment with no interfering signals) —5° C (23° F) to +45° C (113° F) (battery and LCD performance may be reduced at very low temperatures) 70 Hz to 15 kHz (+1 dB, -3 d8) ATW-R3100b receiver True Diversity 60 dB nominal, 55 dB minimum 24 dBuV at 60 dB S/N ratio (50 ohms termination) Balanced: +9 dBV: Unbalanced: +7 dBV Unbalanced: 6.3 mm ('/; ) Balanced: XLR-type BNC-type. 50 ohms Bias voltage 12V DC, 60 mA, each 12-18V DC, 500 mA 210.0 mm (8.27")Wx164.4mm(6.47')Dx 44.0 mm (1.13') H (not including BNC connectors or feet) 1.1 kg (38.8 oz) Two flexible UHF antennas (country depen- dent): AC adapter: rack -mount adapters RF power output Spurious emissions Input connection Batteries Battery life Dimensions Net weight RF power output Spurious emissions Microphone element Batteries Battery life Dimensions Net weight Accessory included RF power output Spurious emissions Dynamic range Input connections Microphone power Batteries Current consumption Battery life Dimensions Net weight In the mites! of standards development. A T.US oft&s lull details on its test methods to otter inanity ctotess onals On sequeSL Specifications are tutgect to drange witkut notice. ATW-T310b UniPaks transmitter High: 30 mW; Low: 10 mW (switchable) Following federal and national regulations Four -pin locking connector Pin 1: GND, Pin 2: INST INPUT, Pin 3: MIC INPUT, Pin 4: DC BIAS +5V Two 1.5V AA. not included High: 6 hours (alkaline). Low: 8 hours (alkaline). (depending on battery type and use pattern) 66.0 mm (2.60') Wx24.0mm(0.94'►0x 87.0 mm (3.43') H 81 g (2.9 on, without batteries ATW-T341b, ATW T371 b handheld transmitters High 30 mW; Low: 10 mW (switchable), at 50 ohms Following federal and national regulations ATW-T341b: Dynamic cardioid ATW-T371 b: Condenser cardioid Two 1.5V AA, not included High: 6 hours (alkaline), Low. 8 hours (alkaline), (depending on battery type and use pattern) ATW-T341b: 237.0 mm (9.331 long. 48.0 mm (1.89') diameter ATW-T371b. 240.0 mm (9.45'1 long. 50.0 mm (1.97') diameter ATW-T341b: 284 g (10.0 oz) ATW 1371 b: 277 g (9.8 oz) (without batteries) AT8456a Quiet -Flex" stand clamp ATW-T1802 plug -on transmitter High: 30 mW: Low: 10 mW. nominal Under federal regulations >105 dB, A -weighted 3 -pin locking XLRF-type Provides power to condenser microphones rated to operate on 12V phantom power or less Two 1.5V AA alkaline (not included) High: 180 mA; Low: 160 mA, typical Approximately 6 hours (High): 8 hours (Cowl. depending on battery type and use pattern 40.0mm(1.57')x 111.0 mm (4.37") x 40.0 mm (1.57') 199 g (7.0 oz) (without batteries) ®audio-technica. Audto•Technica U.S.. Inc.. 1221 Commerce Dr ve. Stow. Ohio 44224 Audio•Technica Limited, Old mane. Leeds LS11 8AG England O2010 Audio Technica U.S.. Inc. audio-tecttntca.com 0001-0024-01 ATW-A49 aaudia-technica. UHF Wideband LPDA Antennas, 440-990 MHz CAUTION! • For personal safety and reliable system operation, make certain that (1) the antennas are mounted clear of any physical contact with individuals, (2) any supporting structures used are stable, even if moved or bumped, and (3) the antennas are securely attached to the supporting structures. • In addition, to reduce the risk of electric shock, do not allow the antennas or their supporting structures to come in contact with any exposed wiring or other sources of electricity. Description Audio-Technica ATW-A49 UHF wideband LPDA (Log Periodic Dipole Array) antennas provide enhanced signal pickup for UHF wireless systems operating over 440-990 MHz, a remarkable 2 -to -1 frequency range. This bandwidth includes all UHF TV channels globally (14-69, 470-806 MHz). Supplied in pairs, these directional antennas are ideal for extending the operating range and reliability of diversity UHF wireless systems. They also eliminate the need for multiple frequency -specific antennas. The ATW-A49 is designed for applications requiring increased distance between the transmitter and the receiver —as in stadiums, concert tour venues, theater and large performance areas, or any area where line -of - sight may be obstructed. This ruggedly constructed paddle -style antenna is equally suited for installed and portable applications. The antennas are compatible with virtually all UHF wireless receivers and provide a directional coverage pattern with a typical beamwidth of 90 degrees. They offer approximately 6 dB of RF gain improvement over standard receiver whip antennas. Antenna impedance is 50 ohms. The antennas are constructed of industrial -grade copper -clad epoxy fiber -glass. This heavy-duty, durable construction is engineered to resist the effects of corrosion, UV degradation and vibration, providing long life and stable performance under difficult operating conditions. High -quality, low -loss BNC connectors are positioned to minimize RF cable strain. The antennas are supplied completely assembled. Installation and Operation Location • For best performance, the antennas should be mounted: • Above head -height, • In direct line -of -sight to the likely transmitter location(s), • At least 3' (1 m) away from each other, and • At least 3' (1 m) away from any large metal objects or sources of interference. In addition, the length of RF cable run to the receiver should be minimized. Some experimentation with antenna positioning may be required to determine the best locations under typical conditions. Important: While the antennas themselves are weather resistant, outdoor use should be temporary only and under dry conditions. Any moisture or corrosion in BNC cable connectors or associated cables can greatly affect RF performance at these frequencies. Mounting The ATVV-A49 mounts to a 5/x'-27 threaded fitting. The antenna mount is designed to allow for vertical tilt adjustment through a 90°range. Horizontal adjustment is accomplished by rotating the antenna in the mounting fitting. For portable applications, the antenna may be installed on a standard 5/x'-27 thread microphone stand. Connections After the antennas have been installed, connect them to the antenna inputs of either a wireless receiver or an antenna distribution system. Use RG58-type cable for cable lengths of up to 25' (8 m). For cable lengths greater than 25', RG8-type low -loss RF cable is recommended. RG8-type cable lengths over 100' (30 m) may cause significant signal loss. Because cable requirements vary considerably from one installation to another, RF cables are not included. High -quality, pre -terminated RF cables available from Audio Technica will be found listed on the back page under "Optional Accessories:' Optional Accessories AC12 RG58-type antenna cable. 12' (3.65 m) long, terminated with BNC connectors. AC25 RG8-type low -loss antenna cable, 25' (762 m) long, terminated with BNC connectors. AC50 RG8-type low -loss antenna cable. 50' (15.24 m) long, terminated with BNC connectors. AC100 RG8-type low -loss antenna cable. 100' (30.48 m) long, terminated with BNC connectors. ATW-A49 Specifications To reduce the environmental impact of a multi -language printed document, product information is available online at wwv.audio-technica.com in a selection of languages Alin de reouire ('impact Sur l'environnement de l' mpression de plusreurs langues. les informations centernant !es proourts sont disponibles sur le site wvwv.audio-technica.com clans une large selection de angue. Para reducir el impacto al medroambiente. y reducrr la production de documentos en varios 'eguajes. inlorrnacion de nuestros productos esten disoonibles en nuestra pagina del Internet www.audio-tedmica.com Para reduzrr o impacto ecologrco de urn documento impresso de vanes linguas, a Audio-Technica provtdencia as inforrnacOes dos seus produtos em diversas linguas na wwwaudto-techntca.com. Per evitare I'rmpatto ambientale the la stampa di questo documento determinerebbe. le rnlormazioni sur prodotti sono disponrbdr online in diverse lingue sul sro www.audio-techn,ca.com. Der Umvvelt zuhebe linden Sic die Produktintormationen in deutsche' Sprache and weiteren Sprachen aul unserer Homecage www_audio-technica.com Om de gevolgen van een gedrukte meertalrge handle,drng op het milieu to verkleinen, is produchnformatie in verschillende talen "on-line" beschikbaar op: www.audio-technica.com. =+1arr`S4_i%3-1-'gigtfi9OAS • 44+11: Nertizf4-9tHlkil; • fili'oaerhztt,e.5JLt www.audio-technica.com A'JA-ht f? f-!#*tjrl*tjr:h ti &fl • irl:ls-1 #4'bkigiAIKlV41- 444;f 41 ; -.Z4 UM • yfX,rmf.-;{!.bill www.audro-tedtnica.cornfrr; lift of fib #Etfcbii5 ill allir • xl j „Q , 'et s& f qi it 7 A % W.l1:-. ei11 °�'��"; Llc1 :1%Sot 4!r www.audio-technica.com "I °l tS} J It- W of 4i'* .ff:oa c}*. E n} o jl 9,1. ti ui. Antenna type Operating bandwidth Gain Impedance VSWR Polar Pattern Polarization Number of Elements Maximum Power Input Termination Type Weight Dimensions Material Finish Mounting 'Within soe&ied bandwidth In the interest of standards devetopmect. A.I.U,S. offers full details on its rest methods to other :ndrstry professionals en request. Pascal - 10 dynes/cm = 10 :members =94 dB SPI. lypacal, A -weighted. using Auden Precision System One. Specifications are sullen •o change withnut mirce radiation pattern Log Periodic Dipole Array (LPDA) 440 — 990 MHz 6 dB typical' 50 ohms typica.• ≤ 1.7:1' Elliptical, 90° acceptance, typical Vertical (when mounted vertically) 9 Not specified (intended as receive antenna only) Fixed right-angle BNC female Connector is positioned to minimize cable strain 11.5 oz (326 g) each 10.55' (268 mm) L x 11.22" (285 mm) H x0.98" (25 mm) D Copper -clad epoxy fiberglass Black matte /e'-27 thread; adapter can swivel 90° 180' LEGEND 554m 668m 734m Gaudio technica. Audio-Technica Corporation audio-technrcacom 02016 Audio-Technrca CDi 1000 l Crown Audio - Professional Power Amplifiers http://www.crownaudio.com/en/products/cdi-1000 back to products (/en/product families) :: cdi series (/en/product families/cdi-series) i Cl O11,17 031 1000 opspeimanni (http://adn.harmanpro.com/product attachments/product attachments/1996 1423686449 /CDi 1000 front no top shadow full width.png) Fs(http://adn.harmanpro.com/product attachments/product attachments/2165 1425573872 /CDi backpanel no top shadow full width.png) Larger Images CDi 1000 Two -channel, 500W @ 4O, 70V/140V Power Amplifier Overview Video Features Specifications News Documentation CAD files (http://rdn.harmanpro.com /product documents/documents /3688 1444417376 /CDi CAD Files original.zip) [4.45 MB] In Cut Sheet (http://rdn.harmanpro.corrt /product documents/documents /3642 1442410422 ICDi DataSheet 091415 Web original.pdf) [555 KB] ® Owners Manual (http://rdn.harmanpro.com /product documents/documents /1889 1407163399 /139676-5 08-13 CDi_multilingual operation 1 [2.11 MB] $ Owner's Manual -Chinese (hhttp://rdn.harmanoro.com /product documents/documents /1914 1407354729 /5021542 SPEC MNL CDI OPERATION ZH 1 of 3 2/16/2017 1:50 PM CDi 1000 I Crown Audio - Professional Power Amplifiers http://www.crownaudio.com/en/products/cd1-1000 nr :.?i Sc,r a,r.p.ifi %i b professional tools designed and built for installed sound applications. The series includes four models which are identical except for output power: CDi 1000, CDi 2000, CDi 4000, and CDi 6000. All are rugged and lightweight, and offer unmatched value in their class. Power Matrix Dual (per ch.) Bridge Model Channels 2O 4O 3O 70Vrms 4O 8O 140Vrms 1000 2 700W' scow 275W 500W 1400W' 1 COOW 1000W 2000 2 1000W' 800W 475W 800W 2000W' 1600W 1600W 4000 2 1600W' 1200W 650W 1000W 3200vr 2000W 2000W 6000 2 3000W 2100W 1200W 2500W 6000W 42001 5000W Recommended for Installed Sound (/en/market segments/installed-sound). [2.86 MBJ ® CDi Declaration of Conformity (http://adn.harmanpro.com/site elements /resources/709 1424708861 /Amplifiers %28CD11000 CDi2000 CDi4000 STB XTi-CDi-OSi R?storing Default #0003 (http://adn.harmanpro.com /site elements/resources /797 1424963391/STB XTi- CDi-DSi Restoring Default 0003 original ps STB XTi-CDi-DSi Common term definitions #0005 (http://adn.harmanpro.com/site elements /resources/798 1424963495/STB XTi- CDi-DSi Common term definitions 9005 on ® STB XTi-CDi-DSi Fan Config #0001 (http://adn.harmnnpro.com/site elements /resources/799 1424963717/STB XTi- CDi-DSi Fan Config 0001 original.pdfi ® STB XTi-CDi-DSi Front Panel Lockout #0004 (http://adn.harmanpro.com /site elements/resources /800 1424963803/STB XTi- CDi-DSi Front Panel Lockout 0004 origins ® STB XTi-CDi-DSi USB Communication #0002 (http://adn.h_armanp o_Egm /site eitm_e s/resources. /801 1424963859/STB XTi- CDi-DSi USB Communication 0002 origine CDi Power Draw & Thermal (http://adn.harmanpro.com/site elements /resources/821 142496535_5 /CDi Power Draw Thermal original.xlsx) Downloads Support/FAQs Twee( EXPLORE MORE HARMAN ENTERPRISE ANC ENTERTAINMENT S0_JT'0NS (http://pro.harman.com /?webSyncl D=aa00abe7-10ca- de8e-1883-70195b4b0ee4& sessionGUl D=dc0b289e-e876-b325- b269-3947377e6014) 2 of 2/16/2017 1:50 PM WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters(c≥co.weld.co.us E-mail: reverettaOco.weld.co.us Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 9, 2017 REQUEST FOR: SOUND SYSTEM/ISLAND GROVE DEPARTMENT: BUILDINGS & GROUNDS DEPT BID NO: #61700040 PRESENT DATE: FEBRUARY 13, 2017 APPROVAL DATE: FEBRUARY 27, 2017 VENDOR TOTAL PRICE NATIONAL SPEAKER & SOUND/ NATIONAL AUDIO -VIDEO 1559 S BROADWAY DENVER CO 80210 NATIONAL SPEAKER & SOUND/ NATIONAL AUDIO -VIDEO 1559 S BROADWAY DENVER CO 80210 $25,984.81 $30,214.81 BEACON COMMUNICATIONS $40,423.00 3211 S ZUNI ST ENGLEWOOD CO 80110 FORD AUDIO VIDEO 4230 CARSON ST DENVER CO 80239 *BUILDINGS & GROUNDS WILL REVIEW THE BIDS. $69,584.00 2017-0471 43 3Cooi9 Hello