Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item #02 Approval of Award of Bid #B13-08 Ison Cernter Audiovisual Improvements and Change Order No. 1
I I wkw � -4. af� 0 C ''0,ida AGENDA ITEM COVER SHEET Meeting Date: July 16, 2013 Item # r r Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of B13 -08 Ison Center Audiovisual Improvements Project and Approval of Change Order No. 1 (District 1: Grogan) Background Summary: The City received a Congressional grant to improve the West Orange Senior Citizens and Veteran Service Center at the Tom C. Ison Center owned and maintained by the City of Ocoee. The final phase of the work is installation of major audiovisual facilities for sound and video. The City of Ocoee, Florida (City) solicited bids from qualified contractors to furnish and install the audiovisual equipment at the Ison Center for Senior Citizens and Veterans, located at 1701 Adair Street in north- central Ocoee. These improvements are specified on the Bid Plans (drawings) prepared for the City by Technology Research and Consulting, Inc. through Rhodes + Brito, Architects. All work is to be done in accordance with the drawings, the Measure and Payment section and other bid documents. The subject project is funded in part by the remainder of a Congressional grant in the amount of $14,267.18 that expires on September 30, 2013. As a condition of the work, the Contractor must satisfactorily complete the work prior to September 10, 2013. Failure to meet this deadline will eliminate the funding allocated to the project and result in significant losses to the City. Should the Contractor fail to adequately complete the work and federal funds are lost as a result, the Contractor shall not be paid for any work for which funding has been lost due to said failure of Contractor to timely perform the work. The bid was publicly advertised on June 16, 2013, and opened on July 9, 2013. There was a total of three (3) bids received ranging from $27,498.00 to $36,782.54. All bids are available in the Finance Department for review. The Support Services and Finance Departments reviewed all bids received and all were considered responsive. Staff recommends awarding the bid to Infinity Corporation of Central Florida dba Infinity AV & Security, as the most responsive and responsible bidder, per the attached recommendation from Al Butler, Support Services Director and Jeff Hayes, Parks and Recreation Director. Infinity's bid is $1,769.18 lower than the remaining grant and City funds of $29,267.18. The table below is a listing of the bids received. Bidder Total Bid 1. Infinity AV & Security 527,498.00 2. Teer Engineering LLC $33,426.69 3. Audio Visual Innovations Inc. $36,782.54 Additionally, staff recommends approval of Change Order No. 1 in the amount of $5,483.00 (see attached proposal) in order to return components to the project scope that had been removed in order to ensure bids were received within the available funding level. The total award would thus be in the amount of $32,981.00, which still results in this company having the lowest bid and our receiving more value for the price. The current project budget shows $29,267.18 in remaining grant and city funds dedicated to the project, leaving $3,713.82 in additional funding required to fund the initial award and the desired change order. Staff recommends that these needed funds be reallocated from the project funding of $15,000 allocated for purchasing Parks & Recreation software (FY 2011 Adopted Budget, p. 8 -2), as many of the functions expected of that software will be supplied by the new CivicPlus website, which has already been procured. To summarize, funding would come from the following sources: $15,000.00 FY 2010 funds for Ison Center Acoustic Improvements and Fencing $14,267.18 Congressional grant funds + $3,713.82 Funds transferred from the FY 2011 allocation for Parks & Recreation Software $32,981.00 Total Award Issue: Should the City Commission award the Ison Center Audiovisual Improvements project to Infinity AV & Security, as recommended by the Support Services Director? Recommendations: Staff recommends that the City Commission 1) Award Bid #1313 -08 Ison Center Audiovisual Improvements project to Infinity Corporation of Central Florida dba Infinity AV & Security in the amount of $27,498.00 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required insurance is received; 2)Approve Change Order No. 1 in the amount of $5,483.00; and 3)Approve the reallocation of funds in the amount of $3,713.82 transferred from the FY 2011 for Parks & Recreation Software Attachments: 1. Bid Tabulation 2. Award Recommendation from Support Services Dept. and Parks Dept. 3. Infinity AV & Security Bid, Clarification Letter, Additional Quote 4. Invitation to Bid #B 13 -08 5. Specifications 6. Drawings 7. Addendum # 1 8. Change Order #1 Financial Impact: The $32,981.00 project funding: $15,000.00 FY 2010 funds for Ison Center Acoustic Improvements and Fencing, $14,267.18 in remaining Congressional grant funds, and $3,713.82 funds transferred from the FY 2011 allocation for Parks & Recreation Software. Type of Item: (please mark with an z') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A O U- z00 O � M Q � J m D m � Q m W L ) r z C W G W O a J Q cn O 0 Q L W r z W U z O U) E Q O N M r ti Kl: L . O "O O N "O U) C O U E O I- 0) N O O z m N � V cn cn J J M � C C � (� C , Z- z J C Q7 � C W O L O � E f- E O U) Co 0 00 CD �L N � N ad ' > Q . w v Lq N U 00 c Cf) (.0 Cl) O O 7 U O Q 4) Q O W � d � O 7 d V ` m y L N E C N N IL a N E a o o z M � W 0 N V y a r + E co y y w O_ U C fn 0 E w Y "a F3 J I wo Q m Kl: L . O "O O N "O U) C O U E O I- 0) N O O z Mayor S. Scott Vandergrift City Manager Robert Frank ._LAY n C'`._ . MEMORANDUM TO: Robert Frank, City Manager FROM: Al Butler, Director of Support Services DATE: July 10, 2013 Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 RE: Award of Bid No. B13 -08 to Infinity AV and Security, Inc. COPIES: Steve Krug, Joyce Tolbert The City received a Congressional grant to improve the West Orange Senior Citizens and Veteran Service Center at the Tom C. Ison Center owned and maintained by the City of Ocoee. The final phase of the work is installation of major audiovisual facilities for sound and video. This work was originally bid as part of a larger project to also install acoustical panels needed to address a serious reverberation problem in the two largest rooms of the facility. However, we discovered through that process that the mixing of the two elements of work provided a poor fit for the companies bidding on the project. As a result, we awarded only that portion of the project dealing with acoustical panel fabrication and installation and construction of an outside storage facility, and then separately bid the audiovisual portion. We received three bids to furnish and install the audiovisual (AV) equipment through this second procurement process: • $27,498.00 — Infinity AV and Security, Inc. • $33,426.69 — Teer Engineering • $36,782.54 — Audio Visual Innovations, Inc. The bidders are all licensed special electrical contractor qualified to install low voltage wiring. A licensed electrical contractor is required to install AC power wiring. As stated in the bid documents, the City is to provide electrical power at the AV rack panel in the storage room. The AV system supplier is to provide power to all devices they install; i.e., television monitors, video projector, and motorized video screen. There was an issue with the low bid in that the price proposal included statements that appeared to conflict with other requirements of the bid and statements made elsewhere in the bid submittal. At my request, the company subsequently provided a letter of clarification (attached) stating the services of a licensed electrical contractor would be secured for those portions of the work at no additional cost to the City. I recommend that the award be made to the low bidder, Infinity AV and Security, Inc., in the amount of $27,498.00. Since this amount is significantly below the other two bids, I additionally recommend that we approve a change order in the amount of $5,483.00 (see attached proposal) in order to return components to the project scope that had been removed in order to ensure bids were The City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3167 • www.ci.ocoee.fl.us received within the available funding level. The total award would thus be in the amount of $32,981.00, which still results in this company having the lowest bid and our receiving more value for the price. The current project budget shows $29,267.18 in remaining grant and city funds dedicated to the project, leaving $3,713.82 in additional funding required to fund the initial award and the desired change order. We recommend that these needed funds be reallocated from the project funding of $15,000 allocated for purchasing Parks & Recreation software (FY 2011 Adopted Budget, p. 8 -2), as many of the functions expected of that software will be supplied by the new CivicPlus website, which has already been procured. To summarize, funding would come from the following sources: $15,000.00 FY 2010 funds for Ison Center Acoustic Improvements and Fencing $14,267.18 Congressional grant funds + $3,713.82 Funds transferred from the FY 2011 allocation for Parks & Recreation Software $32,981.00 Total Award Infinity AV and Security, Inc. has recently completed two projects similar to ours and has done work for much larger projects, including a continuing contract with Lake County. Their employees have completed background checks authorizing them for work in the schools and other places where children are present and are qualified by the manufacturers of the specified equipment to install and configure the products. My conversation with the company's reference client with the most years of experience (City of Eustis) found that they were fully satisfied with the company's work over the four years of their relationship. By my signature below, I concur with this recommendation: Jeff V y6l, r s& , creation Director Date July 10, 2013 Al Butler City of Ocoee Re: Bid # B13 -08 Ison Center Audio Visual Improvements The purpose of this letter is to clarify our original proposal dated July 9, 2013 (Quote # 1351) that was included in our bid. It was not our intent to exclude the electrical work that's required for the audio visual improvements for this project. Our Quote # 1351 dated July 9, 2013 includes a complete turnkey installation and will include running 120V power to the new projector location as well as the projector screen itself This work will be completed by a licensed electrical contractor that will be hired by Infinity AV and Security as a part of our scope of work. All statements pertaining to an electrical contractor providing material and labor for the completion of this installation are to be excluded from our original proposal, including the statement that "being that all of these systems are under Division 16000, Infinity AV assumes that we'll be installing these systems in conjunction with the awarded electrical contractor" and "this proposal is for a turnkey installation to the EC's conduit system." In addition, Infinity AV and Security acknowledges up to addendum # 1. The statement on our proposal stating that we acknowledge no addendums for this project was incorrect and inadvertently left on the proposal as it was written prior to addendum #1 being released. Please see page 21 of the bid documents showing that we do in fact acknowledge up to addendum 1. Also please disregard the statement listed in the Terms and Condition section that states "all electrical requirements such as conduit, pull- boxes, power, grounding, etc. (if required) are to be provided and installed by others." as this is our standard Terms and conditions section of our proposal page and does not apply to this particular proposal. Please accept this clarification letter in an attempt to clarify the issues discussed Sincerely. Rick Rokicki Sales /Senior Estimator 130 Bomar COMA. Shiite '210, Longwood, FL 32750 Phone: 407-339-0238 Fax: 407-339-0245 www.infinityavandsecurity.(',0M July 10, 2013 Al Butler City of Ocoee Ison Center Audio Visual Improvements (Change Order) Quote # 1353 Infinity AV & Security is pleased to provide you with this proposal for the changes to the Video System and TV Distribution System for the Ocoee Senior Center located in Ocoee, FL. Scope of Work Provide and install the changes to the systems stated above per your objectives that were conveyed to us on July 10, 2013. This proposal includes adding two (2) additional 40" monitors to be located at the west end of the main hall /multi - purpose room, two (2) monitor wall mounts, two (2) duplex outlets (one behind each of the monitors), all required cabling and the equipment at the audio video equipment rack required to support the additional monitors that are being added. This proposal is for a turnkey installation and includes all required labor, material, terminations and testing. Equipment to be Provided Video Svstem 2 NEC P402 40" Monitor 2 Chief LTMU Micro Adjustable Mount 2 Extron 26- 650 -150 150' HDMI 2 Extron 60- 872 -02 HDMI 101 HDMI Extender 2 Extron 26- 650 -03 3' HDMI Cable TV Distribution System 500' West Penn 841 RG -6 Cable Warranty Infinity AV and Security provides a one year warranty on all products, equipment and services installed under this proposal. Additionally, this warranty includes our exclusive "Intiow which covers all workmanship associated with this proposal throughout the lifetime of the system. Pricin>' Video System Section 16751 $5,357.00 TV Distribution System Section 16758 $ 126.00 TOTAL: $5,483.00 Qualifications Specific to this Proposal • None Terms and Conditions • All pricing is valid for 30 days of date provided. • Project will be progress billed on a monthly basis for all completed work and delivered/stored materials. • Installation /As -built drawings will be provided (if required) as long as AutoCAD .DWG files are made available to Infinity AV at no additional cost. • All cabling for this project is non- plenum rated, if it is determined that plenum cable is required for this project, it will be provided at additional cost. • Pricine does not include sales tax Sales tax will be added to all invoices at time of billing unless a valid tax exempt certificate is provided. • All invoices will be billed on NET 30 day terms unless noted otherwise in this document; all invoices/balances not paid within these terms are subject to a 2% monthly finance charge. In addition, any unpaid balances owed to Infinity AV and Security are subject to collection. Any reasonable costs incurred by Infinity AV and Security in association with the collection of outstanding debt (including collection and/or attorneys fees) will be fully reimbursable by the debtor or as allowed by Florida law. • Warranty and Extended Warranty Plan Option covers the warranty repair of all new equipment provided by Infinity AV under this proposal. It does not cover repairs to previously installed equipment, equipment installed by others or equipment damaged due to misuse, abuse, neglect or acts of God. Thank you for this opportunity & we look forward to providing you with unparalleled service. If you have any questions please feel free to contact me anytime at 407 - 339 -0238. Rick Rokicki Infinity AV & Security Authorized Signature Date 130 Bat-nar Court. Suite 110. Longwood, FL 32750 Phone: 407 - 339 -0238 Fax 407- 330 -024r www.in #inityavandsecatrity_com BID #1313 -08 BID FORM AND COMPANY INFORMATION /SIGNATURE SHEET LUMP SUM BID PRICE: L / � � a G' C (5 t: c t!+ e c� e `- 6�� IP t 3S FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANI' INTO A LEGAL CONTRACT. �;►I Imo+ COMPANY NAME AUTHORIZED S (manual) NAME /TITLE (PLEASE PRINT) Ll STREET ADDRESS � L City STA E ZIP FEDERAL ID 4 - — f / 7 ,- 76 C'fu 33 "t c La TELEPHONE (INCLUDE AREA CODE) C y 7) 3 _� % _ >Z� S FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Cf !Jti L icti.�, Individual "� Corporation Partnership __Other (Specify) Sworn to and subscribed before me this C1 t, day of �� 20 3, i Personal]} Known_ or Produced Identification (Type of Identification) K PATPJCIA L. PAGLIARULO MY COMI4SSION 0 DD916230 EXPIRES: September 20, 2013 OF Y Fl. Notmy Di%o t Aua. Co. Notary Public - State of _ c)i ir) County of U 0 t6 ry i Printed, typed, or stamped Commissioned name of Notary Public B 13 -08. Ison Center Audiovisual Improvements ?? 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON/PHONE': (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fully- equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City's approval before any work shall commence by the additional subcontractor on this project. 21. LIST OF EQUIPMENT: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. •;�cc ) T cyc iri _ CCc tea C IN (Attach additional sheets if necessary) 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature. and size of this project within past three years. If Bidder is not able to do so, then a 5% bid bond must be provided. For each listed project, provide: (a) client's name: (b) contract date. (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact, address, telephone number, and e -mail address). B 1' -08, Ison Center Audiovisual Improvements 20 Do you have any similar work in progress at this time? Yes t/ No Length of time in business (Note: Minimum of three years or bid bond is required.) Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Z ) 1'1 IL ( . 1) Dated No. Dated No. Dated B 13 -08, Ison Center Audiovisual Improvements 21 ATTACHMENT D REFERENCE DATA SHEET FOR VENDOR: Provide company name, address, contact person, telephone number, and appropriate information on the service(s) used for three (3)) or more businesses, preferably School Boards, with requirements similar to those included in this solicitation document. Company Name: Osceola Board of County Commissioners Dates of Service: Present Address: Courthouse Square Kissimmee FI 34741 Telephone . - 407-742-0106 Contact Person: Carson Product(s) and /or Service(s) Used A/V syst in chambers Dollar Value of contract $ 20,000 l ?- ��,, , 4 , o /—T Company Name: Florida Municipal Power Agency Dates of Service: 2012 - Present Address: Commodity Cir. Orlando FI 32819 Telephone: -355 -7767 Contact Person: Larson Product(s) and /or Service(s) Used: Turnkev AN system in boardroom Dollar Value of contract $ 120.000 1 ?-,- C� , f; y c �z., -> Company Name: Eustis City Commission Dates of Service: 2009- Present Address: N Grove St Eustis Fl 32727 Telephone: 352-483-5430 Contact Person: Montez Product(s) and /or Service(s) Used: Turnkey A/V system in chambers Dollar Value of contract $ 65.000 Company Name: Osceola County Conference Center Dates of Service: 2012 Address: 1500 Masters Blvd. Champions Gate Fl 33896 Telephone: 407- 273 -6000 Contact Person: Trobough Product(s) and /or Service(s) Used:Turnke A/V system in convention center Dollar Value of contract $ 195.000 Company Name: Central Florida Educators Federal Credit Union Dates of Service: 2010 - Present Address: Primera Blvd Lake Mary FI 32746 Telephone: -516 -9136 Contact Person: Maloy Product(s) and /or Service(s) Used : Turnkey A/V systems in several rooms ATTACHMENT D REFERENCE DATA SHEET FOR VENDOR: Provide company name, address, contact person, telephone number, and appropriate information on the service(s) used for three (3)) or more businesses, preferably School Boards, with requirements similar to those included in this solicitation document. Company Name: Harland Financial Solutions Dates of Service: Present Address: Crescent Executive Ct Suite 600 Lake Mary F1 32746 Telephone: 804 -6650 Contact Person: Mov Product(s) and /or Service(s) Used:Turnkey AN system in boardroom & trainin Dollar Value of contract $ 45.000 Company Name: Winter Park Recreation Center Dates of Service: 2011 Address: West New England Ave Winter Park Fl 32789 Telephone: -448 -3533 Contact Person: Castellano Product(s) and /or Service(s) Used: Turnkev A/V system in training rooms Dollar Value of contract $ 71,000 Company Name: Kidtropolis Dates of Service: 2009 Address: W State Rd 46 Suite #1090 Sanford Fl 32771 Telephone: 386-956-6587 Contact Person: Manley Product(s) and /or Service(s) Used:Turnke N A system in f c*1 tv ny Dollar Value of contract $ 14,000 C" ; --f C-ra- e 7se Company Name: Royal Crest Ballroom Dates of Service: 2009 Address: Michigan Ave St Cloud F1 34772 Telephone: 892 -2009 Contact Person: Filson Product(s) and /or Service(s) Used: T urnkev A/V system in ballroom Dollar Value of contract $ 22.000 6 P'-, Company Name: Lake County School Board Dates of Service: 2012 - Present Address: W Burieigh Blvd Tavares Fl 32778 Telephone: 352-253-6678 Contact Person: Young Product(s) and /or Service(s) Used - District wide CCTV Maintenance & Repair Elow ON L7LT::7L]L7 LIL7 o D ��, - [ July 9.2013 Quote 4 1351 Electrical Contractor AT1NI: Estimator Infinity AV &. Securit} is pleased to provide you with this proposal for the Sound Reinforcement System. Video Ss and TV Distribution System for the Ocoee Senior Center located in Ocoee. FL. Being that all of these systems are under Division 16000, lntinity AV assumes that we'll be installing these systems in coniunction with the awarded electrical contractor. ,411 equipment in this proposal is per plans and specifications with no alternates or substitutions Scope of Work Provide and install the systems stated above per the plans and specs. dated 6/14/13. This proposal is for a turnkey installation to the EC's conduit sNstem and includes all required labor, material, terminations. testing, programming and training. Warran lntinity AV and Securitx provides a one 'Ncar warranty on all products. equipment and sen ices installed under this proposal. Additionally, this %%arrant-, includes our which " hich covers all %workmanship associated kith this proposal throughout the liteume ofthe system P Sound Reinforcement System Section 16741 S 6,841.00 Video System Section 16751 $20,160.00 TV Distribution System Section 16758 5 497.00 TOTAL: $27,498.00 Qualifications Specific to this Proposal • Infinity AV & Security ackno%sledges no addendums for this project.. • This proposal assumes that the tx cable provider w%iII provide sufficient signal strength at the demark point. \ %hich is located on the outside oft he %women's restroom. lntinity' AV did not include amplification to boost the signal strength for the hvo (2) t\ outlets in the main hall. Ifadditional amplification is required. it will be provided at an additional cost Terms and Conditions • All pricing is valid for 30 days of date provided • Project %k ill be progress billed on a monthly basis for all completed work and delivered/stored materials. • Installation /As -built drawings will he provided (if required) as long as AutoCAD .Dw'G tiles are made available to lnfinity AV at no additional cost. • All electrical requirements such as conduit pull -boxes power, eroundina etc. (if required) are to bg prm•ided and installed by others • All cabling for this project is non - plenum rated, if it is determined that plenum cable is required for this project. it a ill be provided at additional cost • Pricing does not include sales tax Sales tax sill be added to all invoices at time of billing unless a valid tax exempt certificate is provided. • All invoices will be billed on NET 30 daw terms unless noted otherwise in this document, all invoicesibalatices not paid within these terms are subject to a 2" , o monthly finance charge. In addition, an% unpaid balances ottied to Infinity AV and Securitv are subject to collection. Am reasonable costs incurred by Infinity AV and Security in association with the collection of outstanding debt (including collection and,'or attomews fees) will be fully reimbursable by the debtor or as allowed b Florida law • \Varnty and Extended Warranty Plan Option covers the warranty repair of all new equipment prodded by Infinit AV under this proposal. It does not cover repairs to previously installed equipment, equipment installed he others or equipment damaged due to misuse, abuse. neglect or acts of God Thank you for this opportunity & we look forward to providing you with unparalleled service. If you have any questions please feel free to contact me anytime at 407- 339 -0238. Rick Rokicki Infinity AV & Security Authorized Signature Date AW 00" 11 LIF1717 LD L7 D7 zwQ Infinity AV and Security has just recently commissioned (2) turnkey installations that are very comparable or larger to this RFP, one of which is nearly identical to your boardroom, and the other quite a bit larger with added video & audio teleconferencing functions. We have provided more than the requested list of references of these and many other projects we have completed recently. We have done work for government agencies, schools (including a current contract with Lake County), courtrooms, executive suites, residential, and corporate environments. All of our employees have undergone criminal background checks as well as drug testing. Additionally, all Infinity AV field employees have their Jessica Lundsford badges for compliance in Central Florida area schools. We do not employ subcontractors for our scope of work and we do all of our programming in- house. This is advantageous not only for cost savings, but allows any necessary revisions to be made quickly and without reliance on any other parties. Our employees are qualified to install these components listed in this design and are not only certified by the proposed manufacturers, but well - practiced as well. We hold multiple industry certificates, but more importantly display a work ethic unmatched by any other in the field. Infinity AV does not, nor have they ever had any litigation, claim, suit, contest, or cancellations brought against by or between any parties. Mayor S. Scott Vandergrift Commissioners John Grogan District 1 Rosemary Wilsen District 2 Rusty Johnson District 3 Joel F. Keller District 4 City Manager CITY OF O C O E E Robert D. Frank ISON CENTER AUDIOVISUAL IMPROVEMENTS TABLE OF CONTENTS FOR BID #B13 -08 ISON CENTER AUDIOVISUAL IMPROVEMENTS BID DOCUMENTS Section Page Legal Advertisement 3 Invitation to Bid 4 -7 General Terms & Conditions 8-22 List of Subcontractors *, p. 20 List of Equipmenl *, p. 20 References /Experience of Respondent with Similar Work *, p. 20 -21 Summary of Litigation *, p. 21 Acknowledgement of Addenda *, p. 21 Bid Form and Company Information /Signature Sheet *, p. 22 SCOPE OF WORK, MEASUREMENT & PAYMENT, AND BID FORM Section Page Exhibit A — Scope of Work 23 -28 Exhibit B — Change Order Form 29 -31 Exhibit C — Payment Application Form 32 -33 Exhibit D — Example Contract for Construction 34 -39 Exhibit E — Plans, provided as a separate pdf file on Demandstar 40 Plansheets: CS, T001, T201, T901 (4 pages) Exhibit F — Project Manual, provided as a separate pdf file on Demandstar 41 16701, 16741, 1675 1, 1675 8 (79 pages) *Submit document with Bid End Table of Contents B13 -08, Ison Center Audiovisual Improvements 2 Invitation to Bid, Legal Advertisement The City of Ocoee, Florida, (the "City ") is soliciting sealed bids for the following project: Bid #1313 -08, Ison Center Audiovisual Improvements. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance Department /Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on July 9, 2013. Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. No Pre -bid conference is scheduled at this time. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia /Demandstar by accessing the City's website at http: / /www.ococe.or(- under Finance /Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia /Demandstar, prospective bidders will be provided with all addendums and changes to the project requirements. Membership with Onvia /Demandstar is not required to submit a bid; fees may apply for non - members. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. Beth Eikenberry, City Clerk, June 16, 2013. B13 -08, Ison Center Audiovisual Improvements 3 CITY OF OCOEE INVITATION TO BID #1313 -08 ISON CENTER AUDIOVISUAL IMPROVEMENTS INTENT: Sealed bids for Bid #B13 -08 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder ". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the construction of audiovisual improvements at the Ison Center for Senior Citizens and Veterans in the City of Ocoee, as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writin to the Finance Department /Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905 -3100, extension 1516, fax (407)905 -3194, or email preferred jtolbert/j�ci.ocoee.fl.us , and must be received not later than 2:00 P.M. on July 2, 2013. Any clarifications /changes will be made by way of written addenda only, issued by the Finance Department /Purchasing. Bidders should not contact other City staff, City Commission, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies, of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on July 9, 2013. Bids received by the Finance Department after the time and date specified will not be considered and will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e -mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee, Finance Department /Purchasing Attention: Joyce Tolbert, CPPB, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761 -2258 B13 -08, Ison Center Audiovisual Improvements 4 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Hearing Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761 at 2:01 P.M., or as soon thereafter as possible, on the above - appointed date. Bidders or their authorized agents are invited to be present. The actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) List of References /Experience; b) List of Subcontractors /Temporary Worker Agencies; c) Equipment Listing; d) Summary of Litigation; e) Bid Form; f) Evidence of having been in business for a minimum of three (3) years or, in the alternative, providing a 5% bid security; and g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items quoted shall be in compliance with the bid documents /scope of work. G. No Pre -bid Conference has been scheduled for this project. H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Onvia /Demandstar issued not later than twenty -four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: B13 -08, Ison Center Audiovisual Improvements 5 a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Failing to provide evidence of the bidding firm having been in business for a minimum of three (3) years at the time of bidding or, in the alternative, providing a 5% bid bond; e) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or f) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.I K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and /or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities, or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. B13 -08, Ison Center Audiovisual hnprovements The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally.) B13 -08, Ison Center Audiovisual Improvements 7 GENERAL TERMS & CONDITIONS: PERFORMANCE AND PAYMENT BONDS - Not Required for this project. 2. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and /or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and /or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 3. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. B13 -08, Ison Center Audiovisual Improvements 8 4. PRICING: Pricing should be provided as a single lump sum value. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of any bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error, or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non- responsive Bid forms that are incomplete or contain information that is not required. In submitting a bid, the Bidder represents: a) The article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices that have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under any contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies /services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies /services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 5. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not B13 -08, Ison Center Audiovisual Improvements 9 be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at the destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 6. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 7. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: a) Compliance with scope of work, specifications, terms, and conditions b) Bid price c) Warranty offered d) Experience with similar work (includes duration of business activities or 5% bid security) e) Successful reference check f) Licensure of prime contractor and any subcontractors 8. LITERATURE: If required by the scope of work, or the specifications, descriptive literature /brochures shall be included with this bid in order to properly evaluate make /model offered. Bids submitted without same may be considered non - responsive and disqualified. 9. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: a) A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and /or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. B13 -08, Ison Center Audiovisual Improvements 10 c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 10. PAYMENT TERMS: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. The Owner shall deduct ten percent (10 %) retainage until the job is fifty percent (50 %) complete. Subsequent to the fifty percent (50 %) completion milestone, Owner shall reduce retainage withheld on each payment application to five percent (5 %). All retainage amounts shall be paid when the work is complete, unless otherwise stated in the contract. Payment for all applications for payment for work properly completed shall be made not later than the twenty -fifth (25 business day after the date on which the properly submitted Application for Payment is initially received by the Owner. All applications for payment must be submitted using the form provided by the City of Ocoee and will require the notarized signature of the Contractor. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods, or services have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C-0. Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and local sales taxes. 11. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City; the proposed contract is attached as Exhibit D. Final Completion prior to September 10, 2013. b) The project for which bids are being solicited is funded by a federal Congressional grant with significant requirements as to the manner of bidding, the terms of the contract, the time for construction, and other elements of the work. These requirements are listed in the next section. B13 -08, Ison Center Audiovisual Improvements c) The City may, in its sole discretion, award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 12 FEDERAL REQUIREMENTS: The subject project is funded by a Congressional grant that expires on September 30, 2013. As a condition of the work, the Contractor must satisfactorily completed prior to September 10, 2013. Failure to meet this deadline will eliminate the funding allocated to the project and result in significant losses to the City. Should the Contractor fail to adequately complete the work and federal funds are lost as a result, the Contractor shall not be paid for any work for which funding has been lost due to said failure of Contractor to timely perform the work. The Contractor shall supply a construction schedule at a preconstruction conference to be held following award of the work. The City shall, at that time, present a notice to proceed with the scheduled project milestone dates. Acceptance of the notice to proceed by the Contractor shall constitute confirmation that the work schedule is intended to meet the September 10, 2013 grant completion deadline. In addition to meeting the time of construction requirements and the specific requirement to complete the work prior to September 10, 2013, the City and, therefore, the Contractor, must comply with the following grant requirements: a) The requirements of Title VI of the Civil Rights Act of 1964 (42 USC 2000d, Nondiscrimination in Federally Assisted Programs) and implementing regulations issued at 24 CFR Part 1. b) The prohibitions against discrimination on the basis of age under the Age Discrimination Act of 1975 (42 USC 6101 -07) and implementing regulations at 24 CFR Part 146, and the prohibitions against discrimination against handicapped individuals under section 504 of the Rehabilitation Act of 1973 (29 USC 794) and implementing regulations at 24 CFR Part 8. c) The requirements of 24 CFR 5.105(a) regarding equal opportunity, as well as the requirements of Executive Order 11246 (Equal Employment Opportunity) and the implementing regulations issued at 41 CFR Chapter 60. d) The requirements of Executive Orders 1125 and 12432 (concerning Minority Business Enterprise) and 12138 (concerning Women's Business Enterprise). Consistent with the responsibilities of the U.S. Department of Housing and Urban Development (HUD) under these Orders, the City of Ocoee, as Grantee, must make efforts to encourage the use of minority and women's business enterprises in connection with grant- funded activities. See 24 CFR Part 85.36(e), which describes B13 -08, Ison Center Audiovisual Improvements 12 actions to be taken by the City to ensure that minority business enterprises and women business enterprises are used when possible in the procurement of property and services. In conformance with these requirements, the City will accept a five percent (5 %) bid security in lieu of a statement that the bidding firm has been in business for at least three (3) years prior to submitting the bid. e) The work is subject to a federal environmental assessment process, which the City hereby affirms has been completed and a waiver granted by HUD. The City and its design consultant have applied for a construction permit from the St. Johns River Water Management District (WMD), which must be received prior to the award of any contract for the work described herein. 13. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the mandates of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, as described in CFR Part 1926, and CFR 1910, General Industry Standards, which are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, that telephone numbers of physicians, hospital, and ambulance services are posted (copy to Personnel Director, City of Ocoee), and that a first aid kit is available on the job site at all times. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g. hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring, and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. B 13 -08, Ison Center Audiovisual Improvements 13 i) Powder- actuated stud guns or low velocity and /or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back -up alarms, (b) boom angle indicator, (c) load chart, (d) reeving, (e) fire extinguisher, and (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. l) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building and for all external power outlets. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Waste Depot, LLC, d.b.a. Waste Works. 14. DRUG -FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug -Free Work Place or evidence of an implemented drug -free workplace program. 15. CERTIFICATION OF NON - SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non - discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal B13 -08, Ison Center Audiovisual Improvements 14 Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti -trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. B13 -08, Ison Center Audiovisual hnprovements 15 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(l 1), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All Bidders who submit a Bid to the City of Ocoee are guaranteeing that they have read the previous statement and, by signing the bid documents, are qualified to submit a bid under Section 287.133(2)(a), Florida Statutes. 18. PERMITS /LICENSES /FEES: a) Any permits, licenses, or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any required City of Ocoee permits. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905 -3100 extension 1000, directly for information concerning this requirement. The minimal fee of $5.00 for registration cannot be waived by the City. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the Contractor. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self - insurer by F.S. 440.57, Florida Statutes. B13 -08, Ison Center Audiovisual Improvements 16 a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and /or subcontractor providing such insurance. b) Workers' Compensation Insurance The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000 /$500,000 /$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. Include Waiver of Subrogation in favor of the City of Ocoee. c) Contractor's Public Liability and Property Damage Insurance The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: I) Automobile Bodily Injury Liability & Property Damage Liability ■ $1,000,000 Combined single limit per occurrence (each person, each accident) ■ All covered automobile will be covered via symbol 1 ■ Liability coverage will include hired & non -owned automobile liability ■ Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non - contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE ■ $1,000,000 PER OCCURRENCE ■ $1,000,000 PERSONAL & ADVERTISING INJURY ■ Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability Automobile Liability and Worker's Compensation Insurance The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance n/a for this project. 5) Contractual Liability If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: B13 -08, Ison Center Audiovisual Improvements 17 PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE City SHALL BE NAMED AS ADDITIONAL INSURED. ■ $1,000,000 PER OCCURRENCE ■ $2,000,000 AGGREGATE 6) Commercial Umbrella: ■ $1,000,000 PER OCCURRENCE ■ $2,000,000 Aggregate ■ Including Employer's Liability and Contractual Liability 7) Builders Risk: n/a for this project 8) Certificates of Insurance Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment of premium. (remainder of page left blank intentionally) B13 -08, Ison Center Audiovisual Improvements 18 r -1 E YMtDDA'YYY � co RD. CERTIFICATE OF t. IABILITY TIINJUIFIF RANCE EOASAMATT X 1 I 'ROOUCEA ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED RY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE 1 NAIC s cp ntractor Name wSURERC Address - — '— wsuRER D N:,9LRifA E'. COVERAGES THE PO; C*j OF N&LRAHCE LISTED BELOW HAVE BEEN tS&i U TO THE IRStXiEO NAIAED ABOVE FOR THE POLICY PER100 IN BE IS O NDINO My NEWIR_ NT, TENAI ON COHO ON OF ANY COMPACT OR OTHER OOCVMENT WITH RESPECT TO WHICH TML& CERTIFIGTE "Y BE ISSUED OR MAY PEATAtN, THE PASUHANCE AFFORDED BY 1NE POLICIES OESCRIB60 HEREIN IS SUBJECT TO ALL THE TERM.& EACLQ OHS RICO CONE'" OF SUCH POLIERS AGGREnATE LIMITS St#YFN MAY HAVE BEEN RECNA:ED BY PAID - - -- -'—' '— "' LRNTS 1RSN" FpWCY ND AmER PATE (1MM'OtWY! OATQ (MM'IXWY LrRNSpn — TYPEOiiN�URANC EACH OCCURRENCE s1, P' eNEaw. waam _ .._ ._. 1 (`Tysut:E-1v�+rEO 000 D I( _X IGOARAEHCTA: GEHEHU IWiJTYi Am= " j CUIMS WOE X OCCUN -- �._. ._. vERSaNALaAw IALIURV s1, Otl0,000 .— - ....__. ( GENERAL AGG _ _ s Z 000, 00D _. . ��....._ —' IPR s4, O 00,000 ,......... _..____.. GEHL AOGFtECA1E iWt APPLIES PFlI: I p L POLICY X �IFF,t AUTDAq&LE LMaum I i COMBiNEDBHGLE L 41 1, 000 , 000 i � iEa Ac�dhtl X�ANYAUTO .—r ALL O%W U AUTOS 'i.. BOOILY iKJURY ! iPAP HP—) .SCHEDLYEDAUTOS � f ]( TO5 HwED w11 � Pui.RY s 1 .owMl J( NOHOK nt:l Alf165 -- - — --- - -- ..• PROPERTY OAIAA.GE S . (Ptr s:odY�a) _ _ i e AUTO ONLY EA ACCIDENT S DARAOQtJAeI�IiY •— ..._... —_.. EA KC S OTHER THAN �. ANY AUTO ALPO ONLY AGG S� _ -- EACH O x 1, 000 , 0 - 0 1 UCES343MRA111A LP&Lm GGA AeGATE s 000 000 x Y OCCUR CUBA& MADE —..... _._._.. -- cEOaGi =BLS woaAERS COUrtN&AnoN +wo (E.L C. ACaceNr $ 500, 000 tAAPI.OYfXV LIA&R.— ANYPAEPMETOR'PAFTHER'EAEGVTNY � � , E.L DISEASE EA EMPLOYEE 7 50 DSO 0 WAAEAAR6 pFFIDE EXDLUOEDT tMyPF InsrnW ROVwrap, EL OISEASE•POLX'.Yt -T 1 500, 000 SPECrLt PISIONS DF � . . OTHER .. � Any 1 LOG 100,000 �Builders Risk An 1 Occ 1 ,000,000 DESCAIFTXIN OF OPERAT IONS I LOCATIONS I VERICLES l EXCLUSIONS ADDED EY ENDORSEMENT 1 SPECtN. PROV'SION1 The insurance evidenced by this certificate shall name the certificate holders as an additional insured on the G Liab Os n° Liability. Workers' Compensation, ?gyp Y e shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate bolder is added as a FHmd 1I6T2.L'd fix Pull& 5 Ril*4 :ATE HOLDER - -� OCO88tl 1 S'�D ANY � THE ABOVE OBSCNBED POLXSG EE CANCELLED EQPORt THE EJ{PRLATIDN DATA TN[AFOF, Tl1E eBUYNO wSUAERYALL ENDEAYCR TO iJJL lO DAYS WRITTEN NAM ROME TO THE CtArWICATE HOLDER ED TO THE LtfT. BUT PARURt TO 00 SO SHALL WP ci ty Of Ocoee OSE NO OBLIGAT64 OR L)ABB.tTY OF ANY XJND UPON THEINSURER. ITS AGENTS OR 150 N. Lakeshore Drive REPRESQNTATrVEt -- -- Ocoee PL 34761 - 3458 AUTll uo REPRESEMATNE ID ACORD CORPORATION TBBI 25 (40D „OBI S� R t t' B13 -08, Ison Center Audiovisual Improvements 19 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fully- equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City's approval before any work shall commence by the additional subcontractor on this project. 21. LIST OF EQUIPMENT: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. (Attach additional sheets if necessary) 22. REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. If Bidder is not able to do so, then a 5% bid bond must be provided. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact, address, telephone number, and e -mail address). B13 -08, Ison Center Audiovisual Improvements 20 Do you have any similar work in progress at this time? Yes_ No 23 24 Length of time in business bond is required.) Bank or other financial references: (Note: Minimum of three years or bid (Attach additional sheets if necessary) SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. (Attach additional sheets if necessary) ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated BI 3-08, Ison Center Audiovisual Improvements 21 BID #1313 -08 BID FORM AND COMPANY INFORMATION /SIGNATURE SHEET LUMP SUM BID PRICE: FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK /BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) AUTHORIZED SIGNATURE (manual) NAME /TITLE (PLEASE PRINT) STREET ADDRESS City STATE ZIP FEDERAL_ ID # Individual _ Corporation Sworn to and subscribed before me this Personally Known or Produced Identification (Type of Identification) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Partnership _ day of Other (Specify)_ .20 Notary Public - State of County of Signature of Notary Public Printed, typed, or stamped Commissioned name of Notary Public B 13 -08, Ison Center Audiovisual Improvements 22 EXHIBIT A CITY OF OCOEE BID #1313 -08 ISON CENTER AUDIOVISUAL IMPROVEMENTS SCOPE OF WORK, MEASUREMENT & PAYMENT SCOPE OF WORK The City of Ocoee, Florida (City) is soliciting bids from qualified contractors to furnish and install audiovisual equipment at the Ison Center for Senior Citizens and Veterans, located at 1701 Adair Street in north- central Ocoee. These improvements are specified herein, on a set of Bid Plans (drawings) prepared for the City by Technology Research and Consulting, Inc. through Rhodes + Brito, Architects, all of which are made a part of these Bid Documents. All work is to be done in accordance with the drawings, the Measure and Payment section, below, and other bid docu vents. I. PRICES AND BID AWARD: The total base bid price must include all costs required to complete the work, whether or not the materials and labor are explicitly listed. Quantities shown in the Bid Form are summarized from the plans. Such quantities are provided as an aid to preparing bids and as a means of calculating bid prices, and are not binding on City as minimum quantities. Payment will be based on installed and accepted quantities. The City reserves the right to omit one or more bid items, as may be required to stay within the available project budget, when the work is awarded. If this occurs, the City or Contractor may seek to negotiate price changes for lump sum bid items that relate to the overall quantity of work, such as mobilization or maintenance of traffic. Should the City instead award one or more of any add - alternate bid items, no increases in lump sum unit prices will be permitted, as the add - alternate item bids should be inclusive of all additional effort and costs related to that work. 2. WORK REQUIREMENTS: Work is to be performed during normal business hours of Monday through Friday between 8 am and 5 pm. Any work performed outside of these standard work hours must be authorized by the City of Ocoee's Director of Support Services. The work site is used on a daily basis for a number of functions. The general schedule of activities at the Ison Center is: Monday: 8 am — 4 pm, Bingo, Large and Small Rooms Tuesday: 8 am — 4 pm, Cards, Small Room 10 am — 12 noon, Line Dancing, Large Room 1 pm — 3 pin, Belly Dancing, Large Room B13 -08, Ison Center Audiovisual Improvements 23 Wednesday: 8 am — 4 pm, Cards, Small Room 9 am — 12 noon, Dominos, Small Room Thursday: 8 am — 4 pm, Cards, Small Room I pm — 2 pm, Crafts, Large and Small Rooms Friday: 8 am — 9 am, Chair Exercise, Large Room 10 am — 12 noon, Choir, Small Room If a special event is scheduled for the facility during construction hours, the Contractor shall make reasonable accommodations in order to reduce the impact of construction on the event. 3. CONTRACTOR QUALIFICATIONS: The prime contractor submitting a bid must hold a Florida contractor license appropriate for the work. The party responsible for all work related to improvements that must conform to the requirements of the Florida Building Code, which may be performed a subcontractor, will be required to hold a State of Florida contractor's license and a City of Ocoee building permit will be required for any such improvement. The Contractor will be required to secure the building permit, the cost of which will be waived by the City, and to schedule and pass related inspections performed by City staff. A state - licensed electrician will be required to secure a building permit for the electrical power elements of the work, if any. 4. SHOP DRAWINGS: Where required, the Contractor shall furnish shop drawings to the City in sufficient time to allow a thorough review by City staff while not delaying progress of the Work. Shop drawings shall be provided as three complete sets of drawings and specifications. Two sets will be returned to the Contactor; the City will retain one set. All sets returned to the Contactor will be stamped by the City indicating its decision as to the acceptability of the proposed material and manner of incorporation into the Work. Any item not provided or installed in accordance with the approved shop drawings and /or the plans and specifications will be rejected by the City and must be replaced with acceptable material and /or workmanship prior to payment. 5. CONSTRUCTION TIME The construction period is constrained by the grant deadline date. The entire project must be completed and accepted by the City prior to September 10, 2013. Failure to meet this deadline will eliminate funding allocated to the project and result in significant losses to the City. Should the Contractor fail to adequately complete the Work and federal funds are lost as a result, the Contractor shall not be paid for any item for which funding has been lost due to said failure to timely perform the Work. B13 -08, Ison Center Audiovisual Improvements 24 The Contractor will be required to furnish a confirmed start date and construction phasing schedule to the City at the preconstruction conference so the period of construction can be determined for each part of the work. In particular, the construction schedule must show the progress of the work with sufficient speed to rneet the federal funding deadline. The City can delay the start date shown on the Notice to Proceed to allow a reasonable time for approval of shop drawings, mobilization, and similar start -up actions; however time is of the essence. The City may levy liquidated damages in the amount of $250 for each day beyond the final completion date shown on the Notice to Proceed, in addition to foregoing payment for those items not completed in time for the City to receive federal grant funds. Unfavorable weather days are applicable to this work, which involves only work on the interior of the building. No time extensions will be granted for ordinary weather occurrences. 6. WARRANTY The Contractor is to provide a minimum one -year warranty beginning on the date of substantial completion, as recorded on a certificate of substantial completion issued by the City to the Contractor. The City will perform periodic inspections of the work and note any items that require correction. Unless posing a danger to the public, potentially leading to further damage to the affected improvement if not corrected, the City will normally wait to compile a list of all required corrective actions and transmit it to the Contractor near the end of the warranty period. The period allowed for correction of all noted warranty repair issues is generally 30 days, but may be extended in consideration of the need to fabricate or receive necessary materials, arrange for the work to be performed by a subcontractor, and other reasonable causes. The notice of required corrective action will include the period allowed for correction. The City may levy liquidated damages in the amount of $250 for each day beyond the final completion date shown on the notice. Any corrective work provided may be subject to a warranty extension determined by the City, but in no case longer than one year in duration from the date of correction. MEASUREMENT AND PAYMENT This section defines the method that will be used to determine the quantities of work performed or materials supplied and establishes the basis upon which payment will be made. 1. ESTIMATED QUANTITIES Where quantities are shown on the bid form and /or drawings, they are approximate and are given only as a basis of calculation upon which the award of the Contract is to be made. The City does not make any claim that the final quantities will exactly match the B 13 -08, Ison Center Audiovisual Improvements 25 bid quantities, nor shall Contractor claim misunderstanding because of error in the estimate of quantities. Final payment will be made only for the satisfactorily completed quantity of each item. A change order is a written order to the Contractor signed by the City to authorize additions, deletions, or revision in the Work, to make an adjustment in the unit price for one or more pay items, to add pay items, or to modify the Contract Time. A representative Change Order Form is attached below. The example form shows the requirements for a modification to the Work that is authorized by the City Manager. For an amount in excess of $25,000 or when the total budget of the project must be increased, it will be necessary for the Ocoee City Commission to approve the change order and the form will be modified accordingly. The Contractor is advised not to rely upon a change order until it has been fully executed by the City. A change order may be required to reconcile bid and installed quantities before final payment is made. Any information provided by the City that does not result in a change order is a clarification and not a change to the work. 2. MEASUREMENT STANDARDS All work completed under the Contract shall be measured according to United States Standard Methods. a) Measurement of Length. Unless otherwise specified for the particular items involved, all measurements of distance for items to be paid on the basis of length shall be taken along the construction alignment, including any dips or rises, in order to best reflect the amount of work performed in the opinion of the City's Project Representative. b) Measurement of Area. In the measurement of items paid for on the basis of area of finished work, the lengths and /or widths to be used in the calculations shall be the actual dimensions measured along the surface of the completed work. c) Lump Sum Items. Where payment for items is shown to be paid for on a lump sum basis, no separate payment will be made for any item of work required to complete the lump sum item within the limits of work shown or specified. Progress payments may be made for lump -sum pay items when an identifiable portion of the final deliverable has been installed and accepted by the City. d) Unit Price Items. Where payment for items is shown to be paid on a unit price basis (square yards, linear feet, each, etc.), separate payment will be made for the items of work described herein and listed on the Bid Form. Any related parts or labor not specifically listed, but required for satisfactory completion of the Work, shall be considered to be included in the scope of the appropriate listed bid items. B 13 -08, Ison Center Audiovisual Improvements 26 3. COSTS INCLUDED IN PAYMENT ITEMS a) No separate payment will be made for the following items and the cost of such work shall be included in the applicable bid items. • Disposal of excess material • Trench excavation, including necessary pavement and vegetative surface removal • Dewatering and disposal of surplus water • Structural fill, backfill, and grading, except as hereinafter specified • Manual excavation or soft digs • Replacement of unpaved roadways, grass, and shrubbery plots • Restoration and cleanup (see note, below) • Foundation and borrow materials, except as hereinafter specified • Testing and placing system in operation • Any material and equipment required to be installed and utilized for tests • Pipe, structures, pavement replacement, restoration, and /or appurtenances included within the limits of lump sum work, unless otherwise shown • Maintaining or detouring of on -site and off -site traffic • Appurtenant work as required for a complete and operable system • Surface restoration, including removal and replacement of trees (under 4 -inch diameter), shrubs, and sod disturbed by construction activities. • Relocation and /or replacement of irrigation systems disturbed by construction • Relocation and /or replacement of mail boxes disturbed by construction • Furnishing adequate sanitary facilities for workers • Adjustment of valve boxes • Erosion control mechanisms • Verification of existing survey • Maintaining driveway and building access (see note, below) b) Restoration and cleanup are considered to be intrinsic aspects of the work of construction. No payment will be made until restoration and cleanup for a particular pay item are essentially complete. When applicable, partial payment may be made for installed and accepted pay items for which full restoration may not reasonably be provided at the time. Any such partial payment may include a deduction, determined by the City, to reflect the value of remaining restoration and cleanup. c) The construction site is open to the public and serves a population with physical limitations, including limitations on the ability to traverse uneven surfaces. Smooth hard surfaces must be maintained along the existing access paths to the Ison Center. Any modification to these paths must similarly provide suitable walking surfaces in adherence to the requirements of the Americans with Disabilities Act. Access pathways may not be used for material storage, equipment parking, or equipment maneuvering. At the end of each week of construction, the Contractor shall perform cleaning of the work site, to the satisfaction of the Owner, before proceeding to the next week's scheduled work. B13 -08, Ison Center Audiovisual Improvements 27 4. APPLICATIONS FOR PAYMENT The City shall appoint an Owner's Representative, who shall have the right to interpret and apply the Bid Documents, subject to approval of the City Director of Support Services, and one or more Director of Support Services Inspectors, who shall be responsible for insuring compliance with the drawings and specifications and for confirming the acceptable installed quantities for approval of pay applications. The Contractor will be notified of these appointments at the preconstruction conference. Applications for payment shall be prepared by the Contractor and submitted to the Owner's Representative on a monthly or other basis agreed to by the parties. Applications for payment shall be submitted using the form established by the City, as shown below. The form shall be completed and executed by an authorized representative of the Contractor. Three original pay applications must be submitted; one will be returned to the Contractor when it has been approved in order to document the tolling of time and to be made aware of any changes or notations made by the City. Supporting data, such as a list of installed units by bid item and a schedule of stored materials shall be attached to each original copy of the pay application. After a pay application has been reviewed by the Director of Support Services Inspector and the quantities of installed and accepted items are confirmed, approval of the Owner's Representative and City Director of Support Services shall be required for payment to be authorized. At the Contractor's option, any deficiencies in the pay application may be corrected by the Owner's Representative prior to payment approval or the pay application may be returned to the Contractor for correction. Payment terms are net 30 days with a 10% retainage up to 50% completion and 5% retainage thereafter, with the requirement that the final payment must be equal to at least 10% of the total contract amount. B13 -08, Ison Center Audiovisual Improvements 28 EXHIBIT B 1 fIo rid a CITY OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 B13 -08 ISON CENTER AUDIOVISUAL IMPROVEMENTS CHANGE ORDER FORM DATE: The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS Net Increase (Decrease) Resulting from this CHANGE ORDER The current CONTRACT PRICE including this CHANGE ORDER Original CONTRACT COMPLETION DATE: Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS Net Increase Resulting from this CHANGE ORDER Current CONTRACT COMPLETION DATE including this CHANGE ORDER B13 -08, Ison Center Audiovisual Improvements 29 CHANGES ORDERED: REQUIRED CHANGES: II. JUSTIFICATION: III. NARRATIVE OF NEGOTIATIONS: IV. PAYMENT: Change order negotiated per contract unit cost, including mobilization. Change Order amount $ . [A separate table may be provided to explain the various changes made to each pay item.] V. APPROVAL AND CHANGE AUTHORIZATION It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. Contractor acknowledges, by its execution and acceptance of this Change Order, that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the Contractor as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The Contractor hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. RECOMMENDED BY: CITY OF OCOEE. FLORIDA M. Signature Date: Title: C Date: Title: ACCEPTED BY: Contractor Signature B 13 -08, Ison Center Audiovisual Improvements 30 APPROVED BY: CITY OF OCOEE, FLORIDA Al Butler, Director of Support Services By: C Date: Date: Wanda Horton, Director of Finance Robert D. Frank, City Manager Date: By: Date: S. Scott Vandergrift, Mayor Attest: Beth Eikenberry, City Clerk FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE City OF OCOEE CITY OF OCOEE, APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON AND LEGALITY THIS DAY OF 1 20 UNDER 1 20 AGENDA ITEM NO An City Attorney B13 -08, Ison Center Audiovisual Improvements 31 EXHIBIT C APPLICATION AND CERTIFICATION FOR PAYMENT FORM Application No. Progress Payment Final Payment P.O. No.: Contractor: Contract Date: Application Date: For Period Ending City Project Nos.: Project Name: Construction Start Date: End Date: Date Accepted by Contractor Construction Days — Total: Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date (from Table) $ 3. Current Contract Amount (Sum of Lines l and 2) $ 4. Total of Prior Pay Applications (including retainage) $ 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Total of Payments Made by City to Date $ 8. Retainage Held from Prior Pay Applications $ 9. Retainage to Be Held in this Pay Application $ 10. Total Retainage Held to Date (Sum of Lines 8 and 9) $ 11. Total Earned to Date less Retainage (Line 6 minus Line 10) $ 12. Total Earned less Retainage for this Pay Application (Line 5 minus Line 9) $ 13. Total Amount to Be Paid by City for this Application (Line l 1 minus Line 7) $ Approved Change Orders Change Order No. Date Approved by City Date Accepted by Contractor Total Change in Contract Price Total (Write in Line 2, above) B13 -08, Non Center Audiovisual Improvements 32 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive (not applicable for first application.); and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated 20 (Contractor) IN (Name) COUNTY OF STATE OF (Title) Before me on this day of , 20, personally appeared known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 13 is recommended by City's Resident Project Representative and authorized by the Owner: i Representative's Authorized Signature Owner's Authorized Signature Title Date: Date: B13 -08, Ison Center Audiovisual Improvements 33 EXHIBIT D PROPOSED CONTRACT FOR CONSTRUCTION NOTICE: Owner reserves the right to alter any contract provisions shown in this example. THIS AGREEMENT is dated as of the day of in the year by and between the City of Ocoee, a municipal corporation, hereinafter called Owner, and , hereinafter called Contractor. Owner and Contractor, in consideration or the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK Contractor shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: CITY OF OCOEE B13 -09 ISON CENTER AUDIOVISUAL IMPROVEMENTS Scope of Work ARTICLE 2. Architect and Director of Support Services The Project has been designed by Rhodes & Brito Architects; however, the City's Director of Support Services or his designee is to act as Owner's representative, assume all duties and responsibilities of the project engineer, and have the rights and authority assigned to Director of Support Services in the Contract Documents in connection with completion of the work. ARTICLE 3. CONTRACT TIME 3.1 The entire work shall be complete and ready for its intended use, including final dressing and cleanup, before September 10, 2013. 3.2 Contractor recognizes that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General and Supplementary Conditions. Contractor acknowledges that proving the actual loss and damages suffered by Owner if the work is not completed on time is impracticable and not susceptible to exact calculation. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Two Hundred Dollars Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.1 above for final completion (readiness for final payment). B13 -08, Ison Center Audiovisual Improvements 34 3.3 In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with Contractor's failure to timely complete the work. 3.4 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective actions undertaken by Owner to resolve construction defects. Such corrective actions include, but are not limited to, restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one -year warranty period. ARTICLE 4. CONTRACT PRICE 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form, DOLLARS AND CENTS, (NUMBERS) which is incorporated herein and made a part hereof by this reference. 4.2 The Contractor agrees that the Contract Price is a stipulated sum except with regard to those items in the bid which are subject to unit prices and agrees to perform all of the work as described in the Contract Documents, subject to additions and deductions by Change Order, and comply with the terms therein for the Bid stated in the attached Bid Form. 4.3 The subject project is funded by a Congressional grant that expires on September 30, 2013. As a condition of the work, the Contractor must satisfactorily complete the work for this project prior to September 10, 2013. Failure to meet this deadline will eliminate the majority of funding allocated to the project and result in significant losses to the City. Should the Contractor fail to adequately complete the work and federal funds are lost as a result, the Contractor shall not be paid for any work for which funding has been lost due to said failure of Contractor to timely perform the work. ARTICLE 5. PAYMENT PROCEDURES 5.1 Progress Payments. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's properly submitted and approved Applications for Payment, as recommended by Director of Support Services, not later than the Twenty - fifth (25` business day after the date on which the properly submitted Application For Payment is initially received by the Owner. All such progress payments will be on the basis of the progress of the work measured by the Schedule of Values (and in the case of' B13 -08, Ison Center Audiovisual Improvements 35 Unit Price, work based on the number of units completed) and included in Contractor's qualifications submittals. 5.1.1 Progress payments will be made in an amount equal to the percentage indicated in Paragraph 5.1.2, below, but, in each case, less the aggregate of payments previously made and less such amounts as the Director of Support Services shall determine, or Owner may withhold. 5.1.2 Progress payments shall be equal to ninety percent (90 %) of the value of work completed, and ninety percent (90 %) of the value of materials and equipment not incorporated into the work but delivered and suitably stored and accompanied by documentation satisfactory to Owner, with the balance of the value of the work being retainage. However, when the work has reached the point of being fifty percent (50 %) complete, the retainage may not exceed five percent (5 %) of the value of the work completed. 5.2 Final Payment - Upon final completion and acceptance of the work, Owner shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. However, not less than two percent (2% ) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications, and shop drawings, including all manufacturers instructional and parts manuals, are delivered to and accepted by the City. ARTICLE 6. INTEREST All monies not paid when due, shall bear interest at the rate of 6% simple interest per annum. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishings of the work. 7.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost, progress, performance, and furnishing of the work. 7.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except B 13 -08, Ison Center Audiovisual Improvements 36 Underground Facilities) that are identified in Section 00200 "Information Available to Bidders ". 7.5 Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect costs, progress, performance or furnishing of the work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.6 Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the work as indicated in the Contract Documents. 7.7 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.8 Contractor has given Director of Support Services written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Director of Support Services is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 7.9 Contractor shall perform work with a value of not less than fifty percent (50 %) of the Contract Price with his own forces. ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between Owner and Contractor concerning the work, are attached to this Agreement, made a part hereof, and consist of the following: 8.1 This Scope of Work Agreement. 8.2 Exhibits to this Scope of Work Agreement (if any). 8.3 Notice of Award and Notice to Proceed. 8.4 Project Manual. 8.5 Drawings and plans. B13 -08, Ison Center Audiovisual Improvements 37 8.6 Addenda numbers to , inclusive (if any). 8.7 Contractor's Bid. 8.8 Documentation submitted by Contractor prior to Notice of Award. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified, or supplemented. ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement that are defined in Article 1 (Definitions) of the General Conditions shall have the meanings indicated in the General Conditions, as may be modified in the Supplementary Conditions. 9.2 No assignment by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. 9.3 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.4 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement. 9.5 Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contract and Owner that each of the parties do hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Agreement. The parties further agree that the sole and exclusive venue for any action to enforce this agreement shall be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. 9.6 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. B13 -08, Ison Center Audiovisual Improvements 38 IN WITNESS WHEREOF, the parties hereto have signed this Agreement. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Director of Support Services on his behalf. CONTRACTOR BY: PRINT NAME: TITLE: WITNESSES: NAME: NAME: TITLE: OWNER: CITY OF OCOEE, FLORIDA ATTEST: RM Beth Eikenberry, City Clerk (SEAL) FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA APPROVED AS TO FORM AND LEGALITY this _ day of SHUFFIELD, LOWMAN & WILSON, P.A. BY: Scott A. Cookson, City Attorney TITLE: APPROVED: am S. Scott Vandergrift, Mayor APPROVED BY CITY OF OCOEE COMMISSION AT A MEETING HELD on , under Agenda Item END OF EXHIBIT B 13 -08, Ison Center Audiovisual Improvements 39 EXHIBIT E Plansheets CS, T001, T201, T901, also available as a .pdf attachment on Demandstar. (4 pages) B 13 -08, Ison Center Audiovisual Improvements 40 EXHIBIT F Project Manual, also available as a pdf attachment on Demandstar. (79 pages) 1313 -08, Ison Center Audiovisual Improvements 41 OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 SECTION 16701 — COMMON WORK RESULTS FOR COMMUNICATIONS PART 1 - GENERAL 1.1 GENERAL A. The work described herein and on the drawings consists of labor, materials, equipment, programming, testing, and other services necessary to provide and install the systems called for within Division 167XX (where "XX" represents the remaining two digits of the specification section number). Any labor, material, programming, testing, etc. not specifically mentioned within these specifications or not shown on the drawings but required for proper performance of the system and completion of the work of this project shall be provided and installed by the Contractor. B. It is understood that the Contractor may employ Installers to accomplish the actual installation of the systems outlined herein. Use of the term "Installer" shall not relieve the Contractor from responsibility to complete the work in accordance with the intent of the contract documents. C. Where conflicts exist the most stringent requirement shall apply. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.3 RELATED SECTIONS A. Comply with applicable requirements of the following divisions and sections, including additional information outlined within this section and other Division 167XX sections: 1. Division 01 section "Project Management and Coordination" 2. Division 01 section "Submittal Procedures" 3. Division 01 section "Product Requirements" 4. Division 01 section "Closeout Procedures" 5. Division 01 section "Warranties" 6. Division 07 Section "Firestopping" 7. Division 08 Section "Access Doors and Frames." 8. Division 09 Section "Interior Painting" 9. Division 16 10. Section 16741 — Sound Reinforcement System 11. Section 16751 — Video Systems 12. Section 16758 — TV Distribution 16701 -1 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 B. The requirements outlined within this section shall apply to all other Division 167XX sections. Refer to individual Division 167XX sections for requirements in addition to those outlined herein. 1.4 DEFINITIONS A. NEC: National Electric Code, NFPA 70 1.5 SUMMARY A. Section Includes: 1. General a. Standards, Codes, References and Regulatory Requirements b. Quality Assurance C. Submittals d. Requests for Substitution e. Requests for Information f. Project Conditions g. Delivery, Storage and Handling h. Coordination i. Closeout Documents j. Warranty k. Maintenance Service I. Spare Capacity M. Extra Materials n. Testing o. Owner's Training 2. Products a. General b. General Pathway Requirements C. Service Entrance Pathways d. Terminal Cabinets e. Sleeves for Pathways and Cables f. Grout g. Conduit Bushings h. Pull Strings i. Surge Suppression Equipment j. Labels k. Magnetic Tape 3. Execution a. General b. Sleeve Installation For Communications Penetrations C. Pathways d. Grounding e. Terminal Boxes, Junction Boxes, and Cabinets 16701 -2 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 f. Cables/Wires g. Surge Suppression h. Outlets i. Raceway Identification j. Labels k. Protection And Cleaning I. Testing M. Demonstration 1.6 STANDARDS, CODES, REFERENCES AND REGULATORY REQUIREMENTS A. The requirements for the Division 167XX systems outlined in the drawings and these specifications comply, to the best of the Designer's knowledge, with applicable codes at the time of design. However, it is the Contractor's responsibility to coordinate and verify the requirements of the Authority Having Jurisdiction over this project. The Contractor shall submit in writing any discrepancies to the Designer immediately upon discovery. B. The Contractor shall comply with applicable Standards, Codes, References, and Regulatory Requirements outlined below as well as those additional requirements outlined in individual Division 167XX sections. C. The equipment and installation shall comply with the current and applicable provisions of the following standards, codes, references, and regulatory requirements including all ratified addenda: 1. American Society for Testing and Materials (ASTM) 2. FCC: Federal Communication Commission Part 68 as modified by Wiring Docket 88 -57. 3. NEC - National Electrical Code (NFPA -70). 4. NFPA 262 -1985 - National Fire Prevention Association, 1470 Atlantic Avenue, Boston, MA 02210. 5. UL Listed - Underwriters Laboratories Listed. 6. UL 444 — Communications Cables 7. UL 497 — Protectors for Paired Conductor Communications Circuits 8. UL 497A — Secondary Protectors for Communications Circuits 9. UL 497B — Protectors for Data Communication and Fire Alarm Cables 10. UL 1449— Standard for Safety, Transient Voltage Surge Suppressors. D. The equipment and installation shall comply with the latest adopted provisions of the following codes and laws: 1. Americans with Disabilities Act (ADA): Where applicable, the system shall comply with ADA, Public Law 101 -336, 1990 and with the ADA Accessibility Guidelines (ADAAG). 2. Local and State Building Codes. Florida Building Code: 2010 edition including references and any adopted revisions. 16701 -3 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 b. Authority Having Jurisdiction: The systems shall comply with applicable Codes, Ordinances and Standards as interpreted and enforced by the local authority having jurisdiction. E. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by Underwriters Laboratory, and marked for intended location and application. 1.7 QUALITY ASSURANCE A. All quality assurance requirements shall be as of the date the project bid. Failure of the Manufacturer or Installer to meet the quality assurance requirements on or before the date of the project bid shall render the Manufacturer or Installer unacceptable for this project. B. Manufacturer: Company specializing in manufacturing the products specified with a minimum 5 years documented experience. C. Installer - General: 1. Company or person installing system must specialize in and have been actively engaged in the business of selling, installing, and servicing the system with minimum five (5) years documented experience going back from the date the project bid. 2. The Installer shall maintain an office within fifty (50) miles of the project with capability to provide emergency service 7- days -a -week, 24 hours a day. 3. The Installer shall be a direct sales division of, or the authorized and designated distributor for, the equipment manufacturer whose product he intends to install. 4. The Installer shall own and maintain tools and equipment necessary for successful installation and testing of the system and have personnel who are adequately trained in the use of such tools and equipment. 5. The Installer shall be currently licensed by the Electrical Contractors' Licensing Board as a Statewide Low Voltage System Specialty Contractor (ES -069) unless specifically noted otherwise within an individual Division 167XX section. 6. The Installer's technical staff shall be certified by the equipment manufacturer as qualified to install, program, test, adjust, and service the equipment to be installed. D. Cabling Surface- Burning Characteristics: As determined by testing identical products according to ASTM E 84 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. a. Flame- Spread Index: 25 or less for all cables 16701 -4 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 b. Smoke - Developed Index: 50 or less for Category 6 cables; 450 or less for other cables. E F Contractor Responsibilities: In addition to other requirements outlined within the contract documents, the Contractor shall be responsible for the following: 1. Where the Contractor has questions or there are inconsistencies between Divisions or Sections or where information appears to be incomplete or incorrect, it shall be the Contractor's responsibility to confirm the requirements in writing prior to submission of a bid. 2. Unspecified Equipment and Materials: Any item of equipment or material not specifically addressed within the contract documents and required to provide a complete and functional system shall be provided by the Contractor at a level of quality consistent with other specified items. 3. The Contractor shall be responsible for any damage to any surfaces or work disrupted as a result of his work. Repair of surfaces, including patching and painting, shall be included as necessary. The systems shall be of modular design to facilitate both expansion and service and shall use only solid state circuitry. 1.8 SUBMITTALS A. General 1. Submit in accordance with Division 01 section "Submittals" and specific requirements outlined in individual Division 167XX sections. The Contractor shall provide submittals as outlined herein to the Designer for review. Failure of the Contractor to provide submittals for review in timely manner shall result in the Contractor being solely responsible for any remedial work necessary to meet the intent or requirements of the contract documents. 2. The Contractor shall assemble submittal requirements for each individual section as a single package. This package shall include all Qualifications data, Product data, and Shop Drawings as outlined below. Partial submittals shall not be reviewed and shall be returned to the Contractor for completion. Individual section submittal packages shall not be combined with submittals for other specification sections. Individual section submittal packages shall be tailored to the specific requirements of the individual section. 3. The Contractor shall provide submittals in electronic format for review. Submittals shall be in PDF format. The use of other electronic formats shall not be acceptable. a. Where the Authority Having Jurisdiction requires approved Shop Drawings to be provided with the permit application in a format other than PDF (e.g. DWF), the Contractor, upon receipt of approved Shop Drawings (i.e. those that are stamped as "Reviewed" by the Designer with no outstanding comments), 16701 -5 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 shall provide the Designer with a copy in the AHJ's preferred format for the Designer to stamp. 4. Electronic submittals shall comply with the following: a. Two files shall be provided. One file shall contain Qualifications data and Product data (e.g. all cutsheets and documentation that are typically 8 -1/2 x 11" in size). One file shall include Shop Drawings of the same size as the contract drawings. b. The Qualifications and Product data file shall be in full color and shall include fully legible literature as provided by the equipment manufacturers. C. The Shop Drawings file shall be in black and white. The use of colors (e.g. layer colors resulting from AutoCAD) shall not be acceptable. Including multiple systems in a single Shop Drawing file shall not be acceptable. 5. The Contractor shall provide submittals based on the requirements of the contract documents. Requests for Information (RFI), suggestions for design changes, or other issues pertaining to equipment or installation of the system shall not delay the Contractor's timely submission of submittal data. Issues identified by the Contractor, Installer, or Designer shall be addressed separate from the submittals and the submittal process. 6. The Contractor shall submit Shop Drawings prepared by the Installer to demonstrate the Installer understands the scope of work and project requirements. Submission of the contract drawings in an attempt to meet the requirement for submittal shop drawings shall not be acceptable. 7. Basic electrical materials shall be as specified in Division 16. Submittals for 167XX systems are not required to include information on materials specified in Division 16. However, any basic electrical materials required for Division 167XX systems and not specifically called out in Division 16 or where specifically called out in Division 167XX sections shall be included with the submittals for the individual Division 167XX system. 8. The Contractor shall refer to the individual Division 167XX sections for additional submittal requirements. B. Qualifications Submit a notarized letter signed by an officer of the installing company that includes the following statements (do not change wording except to insert information noted in brackets): As of the time of bid and currently: 1) [Company Name] did and does specialize in and has been actively engaged in the business of selling, installing, and servicing [System Name] systems with a 16701 -6 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 minimum of five (5) years documented experience going back from the date the project bid. 2) [Company Name] did and does maintain an office within fifty (50) miles of the project with capability to provide emergency service 7- days -a -week, 24 hour days. [Company Name]'s office is located at [Company Office Address]. 3) [Company Name] was and is the authorized distributor for the equipment submitted. 4) [Company Name] did and does own all necessary test equipment required to test the system at the completion of the installation. 2. Submit a letter from the major equipment manufacturers confirming the Installer is currently an authorized distributor in good standing with the ability to provide sales and service. 3. Submit a list of all test equipment owned including the manufacturer, model number, serial number, and last calibration date that will be used to test the system. 4. Submit a copy of the Installer's current Florida Statewide Low Voltage System Specialty Contractor (ES -069) license or other license specifically called for within individual Division 167XX sections. 5. Submit a technical resume of experience for the Installer's Field Supervisor who will be assigned to this project. Resume shall be clearly marked as "Field Supervisor" 6. Submit a list of at least three (3) system projects completed within the last two (2) years of similar type and size with contact names and telephone numbers of the Owner's Project Manager for each. 7. Submit one (1) copy of each manufacturer's certification of successful completion of factory training for each member of the Installer's staff who will install, program, test, or adjust the system to be installed. C. Product Data 1. Submit a narrative for each system outlining the sequence of operation. 2. Submit original cutsheets, as provided by the manufacturer, for each piece of equipment, material, cable, etc. to be provided and installed as part of the system. a. Cutsheets shall provide full technical specifications for each piece of equipment being submitted on. b. Scanned documents that are faded, skewed or illegible shall not be acceptable. C. Copies of non - technical information, cutsheets from distributor's catalogs, or screen prints from web site pages, etc. shall not be acceptable. d. Each cutsheet shall clearly identify, either through highlighting or a stamped arrow, the exact model number of each piece of equipment or material to be provided and installed. 16701 -7 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 3. In addition to the above, the Contractor shall, prior to submitting, verify the following are included: a. Flush grade pull boxes. b. Specialty terminal cabinets. C. Each type of wire and cable to be installed as part of the system. Cable cutsheets shall be labeled with the same identifier used in the Matrix to be included in the Shop Drawings to ensure clarity in regard to which cable(s) is required for each device. d. Connectors and required tooling. e. Terminations system components for each cable type. f. Cable suspension J- hooks, cable fasteners, etc. g. Grounding and surge suppression system components for the system portion of the project. h. Installation manuals for each active (i.e. powered) piece of equipment or software application to be installed as part of the system. i. Operations manuals for each active piece of equipment or software application to be installed as part of the system. D. Shop Drawings Submit complete shop drawings showing how the Contractor intends to install the system. Shop drawings shall, as a minimum, include the following: a. Symbol Legend showing: 1) Unique symbols for all system racks, cabinets, panels, equipment, and devices to be installed. b. Cable matrix showing: 1) All system cables to be installed as part of the system. 2) A unique identifier for each cable 3) Each cable's type, manufacturer, and model number. C. Site Plans showing: 1) Backbone conduits with quantity and sizes shown for each run. 2) Pull boxes (i.e. Flush Grade, Rack Mounted, Wall Mounted, etc.) with dimensions 3) Backbone cables (either in conduit or direct buried) with cable type and quantities. d. Phasing Plan showing: 1) The order in which work will be accomplished. Identify phases as planned for construction. 16701 -8 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 2) Temporary infrastructure (conduit and cabling sizes and quantities) for each system affected. Clearly note how the Contractor plans on maintaining existing systems in a functional condition in areas that the Owner will continue to occupy during construction. e. Floor Plans showing: 1) System equipment racks, cabinets, panels, terminal cabinets, and major pull boxes. 2) System devices 3) Conduit or J -Hook runs connecting devices to termination equipment. Contractor shall accomplish preliminary coordination with other trades and shall show conduit and J -hook runs as he intends on installing them, including cables by identifier and quantity. 4) Conduit sleeves including quantities and sizes. 5) Required interconnections to other systems. 6) Major Termination Equipment (i.e. equipment racks, equipment cabinets, equipment panels, terminal cabinets, etc. as shown on the floor plans): Prior to submitting Shop Drawings, the Contractor shall coordinate the termination equipment for each system such that there are no conflicts between building systems. Whether in Communications Rooms or other building spaces the Contractor's Shop Drawings shall show each piece of equipment as he intends to install it. Any conflicts with other building systems shall be identified and resolved prior to the starting the submittal process. Elevations showing: 1) All four walls of each Communication Room showing the coordination of all wall and floor mounted equipment for all systems in the space. Submittals for each system shall show all equipment regardless of system with the equipment for the system being submitted on printing in black and all other systems equipment printing 50% screened. g. Details showing: 1) System Block Diagram: The Contractor shall include in his Shop Drawings a Block Diagram that includes all equipment, devices, cabling, and interconnections to other systems or equipment as necessary to show a logical diagram of how the system's parts and pieces are interconnected. The Block Diagram shall identify all 16701 -9 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 system cables identified by quantity and type outlined in the Cable Matrix noted above. 2) Terminal Cabinet Layouts 3) Front Elevations: of system equipment racks and cabinets showing all equipment, shelves, wire management, etc. as the Installer intends on assembling the cabinets. 4) Rear Elevations: of system equipment rack and cabinets showing any system equipment not shown on the front elevations. 5) Details of any special or field fabricated assemblies to be installed as part of the system. 6) Submit calculations in table format for sizing of UPS's including: a) A matrix showing a line item for each piece of equipment to be powered by the UPS. This shall include manufacturer, model number, quantity and description in separate columns. b) The primary side voltage for each piece of equipment C) The current requirements for each piece of equipment d) The extended total current requirements for each line item e) The total current requirements for all equipment. f) The total power capacity of each UPS showing a minimum of twenty (20) minutes of full load run time for the total calculated wattage plus fifty percent spare capacity. 1.9 REQUESTS FOR SUBSTITUTION A. Submit requests for substitution in accordance with Division 01 section "Product Requirements ". B. Where only a single manufacturer is listed for an individual product substitution shall not be allowed without written approval from the Designer. If the Contractor wishes to submit a Request for Substitution for any of these items he shall submit a written explanation in detail giving the reasons why and how the proposed items will meet the specifications and will not be considered an exception, and submit adequate information to support this claim. The Designer reserves the right to be the sole judge of what is equal or equivalent. These changes, if approved by the Designer, must be issued in a written addendum not later than seven (7) days prior to bid - opening date. C. Where the Contractor proposes to substitute the specified cable (either copper or fiber optic) he shall provide to the Designer a complete copy of the U.L. Test report for that product. Proposed cable substitutions that are not accompanied by the appropriate U.L. test report shall be rejected. 16701 - 10 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 D. The Contractor, if requested to do so by the Designer, shall be prepared to show by "proof -of- performance" test that the equipment being furnished on the job is equal to or better than the equipment specifications listed herein. This proof shall be shown by actual tests and not by printed sales literature. To this end, the Contractor shall provide qualified technicians and such test equipment as required to perform this function. 1.10 REQUESTS FOR INFORMATION A. Due to the complexity of the system it is understood that the Contractor may need to submit Requests for Information (RFI) to the Designer in order to obtain clarifications of project requirements, advise the Designer of potential problems, or suggest methods to improve the installed system. In any instance where the Contractor feels it is necessary to submit an RFI he shall do so in a manner that allows the Designer to review and comment on the issue identified within the RFI in a timely manner. The Contractor shall include in his RFI the following information: 1. A reference to the specific drawing number and note number or specification section and paragraph number, and 2. A narrative that clearly identifies the potential issue, and 3. The Contractor's proposed solution, and 4. Costs, if any, associated with implementing the Contractor's proposed solution. If an indication of cost is not included it will be assumed no cost is associated with the Contractor's proposed solution. B. It shall be incumbent upon the Contractor when submitting an RFI to provide any additional information (equipment cutsheets, sketches, etc.) as necessary to ensure that the Designer fully understands the issue and the proposed solution. C. Submitted RFI's that do not include the information outlined above shall not be reviewed and shall be returned to the Contractor for correction. D. The Contractor shall submit RFI's in a timely manner, after discovery of the issue, which allows the Designer adequate time to review and comment on the issue identified. 1.11 PROJECT CONDITIONS A. Environmental Limitations: 1. Do not deliver or install cables and connecting materials until wet work in spaces is complete and dry, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. 2. Do not deliver or install equipment, frames, cabinets, etc. until spaces are enclosed and weathertight, wet work in spaces is complete and dry, and work above ceilings is complete. 16701 -11 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 1.12 DELIVERY, STORAGE, AND HANDLING A. Test cables upon receipt at Project site. B. Test optical fiber cable to determine the continuity of the strand end to end. Use optical fiber flashlight. C. Test optical fiber cable while on reels. Use an optical time domain reflectometer to verify the cable length and locate cable defects, splices, and connector, including the loss value of each. Retain test data and include the record in maintenance data. D. Test each pair of UTP, STP, or multi- conductor cable for open and short circuits. E. Document in spreadsheet format the date, time, name of Installer personnel accomplishing test, tests accomplished, and initials of Installer's Supervisor confirming testing was completed. Maintain electronic and hard copy of documentation on site. 1.13 COORDINATION A. Comply with the requirements of Division 01 section "Project Management and Coordination ". B. Coordinate arrangement, mounting, and support of communications materials and equipment: 1. To allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated. 2. To provide code required clearances and working room in front of and around equipment, cabinets, and racks. Exceed code requirements where noted within contract documents. 3. To provide for ease of disconnecting the equipment with minimum interference to other installations. 4. To allow right of way for piping and conduit installed at required slope. 5. So connecting pathways, cables, wireways, cable trays, and busways will be clear of obstructions and of the working and access space of other equipment. C. Coordinate layout and installation of equipment, pathways, and cabling. Coordinate service entrance arrangement with local utilities. 1. Adjust arrangements and locations of equipment with equipment and materials of other communications, electronic safety and security, and related systems that share space. 2. Modify as -built drawings to reflect adjustments. 3. Coordinate location of power raceways, circuits and receptacles with locations of equipment requiring electrical power to operate. 16701 -12 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 D. Coordinate installation of required supporting devices and set sleeves in cast - in -place concrete, masonry walls, and other structural components as they are constructed. E. Coordinate location of access panels and doors for equipment that are behind finished surfaces or otherwise concealed. Access doors and panels are specified in Division 08 Section "Access Doors and Frames." F. Coordinate work with other trades as necessary G. Coordinate work associated with Owner provided equipment as necessary. 1.14 CLOSE -OUT DOCUMENTS A. Submit close -out documents in accordance with Division 01 section "Closeout Procedures" and specific requirements outlined in individual Division 167XX sections. B. In addition to requirements outlined in Division 01 section "Closeout Procedures" comply with the following: 1. Submit cable routings for backbone, tie, and riser cable terminations. 2. Submit an original copy, on CD, as provided by the original manufacturer, of each software program provided as part of the system. 3. Submit a hard copy and an electronic copy of the final system programming as accomplished by the Installer. The hard copy shall be a printout of the software programming code accomplished by the Installer. 4. Submit a documented list of all system passwords. The Contractor shall provide the Owner with all system passwords. The use of master or backdoor passwords known only to the Contractor or Installer shall not be acceptable. 5. Submit a "Sequence of Operation" for each system. 6. For those systems with active controls or equipment with functions and features that can be adjusted as part of the normal operation, submit detailed, written documentation of all system settings and adjustments at the time of project completion including but not limited to: a. Level settings for all potentiometers, switches, and other settings on all system equipment. b. Photographs of all equipment knob, button, rheostat, slider control, switch, and other settings necessary to document the original system configuration and settings at the completion of construction. Photographs shall clearly indicate the equipment and settings. The Contractor may utilize digital photography for documentation purposes. In the event that digital photography is used, the Contractor shall provide one (1) electronic copy and one (1) color hard copy of all photographs. C. Other applicable equipment settings as may be required by the Owner. 16701 - 13 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 d. The documentation shall be formatted and presented in a manner that will allow the Owner to return the system to its original settings without assistance. ii E 1 01 kyl-Al A. Submit warranties in accordance with Division 01 section "Warranties" and specific requirements outlined in individual Division 167XX sections. B. Where a manufacturer's stated warranty exceeds that called for in these specifications, the Contractor shall honor the manufacturer's warranty as if it had been specified herein. 1.16 MAINTENANCE SERVICE A. Comply with the requirements of individual Division 167XX sections 1.17 SPARE CAPACITY A. Comply with requirements of individual Division 167XX sections 1.18 EXTRA MATERIALS A. Comply with requirements of individual Division 167XX sections. B. Keys: Provide a minimum of three (3) sets of keys, identified by system and lock, for each different type of lock installed for each system. Keys sets shall be on individual key rings with permanent plastic or metal tag identifying the system, lock location, and key number. 1.19 TESTING A. Accomplishing system testing as called for herein. Comply with additional requirements where called for in an individual Division 167XX section. 1.20 OWNER'S TRAINING A. The Contractor shall, after Substantial Completion but prior to Final Completion, provide the Owner with training on the systems within in Division 167XX. Individual training sessions shall be provided for each system. Combining training systems into a single training session shall not be acceptable. B. Training shall be comprised of: 1. A walk- through of the facility to identify all system equipment and equipment locations. 2. A review of: a. The system's Close -Out documents b. The system's final documented test results C. The system's Manufacturer's warranties 16701 -14 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA d e PART 2 - PRODUCTS 2.1 GENERAL COMMON WORK RESULTS FOR COMMUNICATIONS SECTION 16701 The system's software, programming, and passwords The system's equipment settings and adjustments A. The Contractor shall provide and install all equipment and materials necessary for complete, operational systems whether or not specifically shown on the drawings or specified herein. B. The Contractor shall provide all labor, programming, and testing necessary to complete the work related to the Division 167XX systems and provide the Owner, at the completion of the project, with fully functional and properly operating systems in accordance with the manufacturer's recommendations, the requirements of the contract documents, and applicable industry standards. C. The Contractor shall install, program, and test Owner furnished equipment where required by the contract documents. D. Equipment and components shall be new, and the manufacturer's current model. All equipment and materials shall be suitable for use intended, and meet all stated performance requirements for the system configurations specified herein. E. Equipment and components shall be installed in strict compliance with manufacturers' recommendations. Consult the manufacturer's installation manuals for all wiring diagrams, schematics, physical equipment sizes, etc., before beginning system installation. F. Unless specifically noted otherwise, equipment shall be attached to walls and ceiling /floor assemblies and shall be held firmly in place. Fasteners and supports shall be adequate to support the required load. 2.2 GENERAL PATHWAY REQUIREMENTS A. General: 1. Pathways (conduit, raceways, wireways, pullboxes, outlet boxes, etc.) shall comply with applicable requirements of Division 16. 1. EMT fittings shall be steel, compression type connectors, with insulated bushings and separate lock nuts on conduits entering panel cabinets. 2. Size: a. Minimum size shall be as shown on the drawings. 16701 - 15 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 b. The Contractor shall size raceways in accordance with the NEC for the quantity of cables to be installed unless noted otherwise. C. Boxes: 1. Boxes shall be sized as required by NEC for cables, conduit and device installed unless noted otherwise. 2.3 TERMINAL CABINETS A. Comply with applicable requirements of Division 16 unless noted otherwise. B. Provide and install terminal cabinets where shown on the drawings. Provide terminal cabinets for all surge suppression equipment and associated terminations including 120VAC power surge suppressor as required in Division 16. Terminal cabinets in exterior applications or in non - conditioned spaces shall be weatherproof. C. Manufacturers 1. Interior a. Basis of Design 1) Square "D ". b. Acceptable Substitutions 1) Hoffman 2) Bud 2. Exterior a. Basis of Design 1) Hoffman b. Acceptable Substitution 1) Bud 2) Carlon 2.4 SLEEVES FOR PATHWAYS AND CABLES A. Provide and install sleeves for penetrations through exterior walls above and below grade. B. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. C. Sleeves for Rectangular Openings: Galvanized sheet steel. 16701 -16 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 1. Minimum Metal Thickness: a. For sleeve cross - section rectangle perimeter less than 50 inches (1270 mm) and no side more than 16 inches (400 mm), thickness shall be 0.052 inch (1.3 mm). b. For sleeve cross - section rectangle perimeter equal to, or more than, 50 inches (1270 mm) and 1 or more sides equal to, or more than, 16 inches (400 mm), thickness shall be 0.138 inch (3.5 mm). 2.5 GROUT A. Nonmetallic, Shrinkage- Resistant Grout: ASTM C 1107, factory - packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30- minute working time. 2.6 CONDUIT BUSHINGS A. Grounding Bushings: All metallic conduits shall have bonding bushings and be bonded to the Systems Ground Bus Bar with an insulated #6 AWG wire. B. Insulation Bushings: Provide insulated bushings on ends of all raceway. C. Manufacturers 1. Basis of Design a. Arlington EMT Series Insulating Bushings or acceptable substitution 2.7 CABLE SUPPORT SYSTEM A. UL listed and labeled for support of Category 6 cabling, designed to prevent degradation of cable performance and pinch points that could damage cable. B. Horizontal cables shall be suspended by pre- manufactured CAT 6 rated cable hangers in closets where J- hooks, ladder tray or rack management is not available. All supports shall be permanently attached to the structure using all - thread suspension, beam clamps, or wall mount to the structural metal or wooden members. The J -hooks shall feature a wide base loop with smooth curves to eliminate snag potential and cable deformation. C. J -hooks are to be in accordance with the NEC, EIA /TIA requirements for structured cabling systems. D. Manufacturers 1. Basis of Design a. Erico Caddy CAT12, CAT21, CAT32 2. Acceptable Substitution 16701 - 17 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 a. B -Line Series BCH 64, BCH 32, BCH 21 2.8 PULL STRINGS A. Install pull cords in all raceway runs that are installed without cable. B. Manufacturers 1. Basis of Design a. Jet Line #232 or acceptable substitution 2.9 SURGE SUPPRESSION EQUIPMENT A. For Power Circuits (120 volt): 1. UL 1449 listed. 2. 15 amp, 120V rated. 3. Suppressors shall be tested per IEEE, C62.41 -1991 for Categories A and B. 4. Normal mode (L -N), and common mode (L +N -G) protection. 5. Internal fusing. 6. Hybrid design. 7. Indicators for normal operation and failure indication. 8. Enclosure: a. Fire retardant high impact, phenolic or plastic housing or metal enclosure. 9. Clamping voltage UL 1449, Line to Neutral, Category B Impulse At (3KA, 8 x 20 µs): 385V @ 120V. 10. Maximum Surge Capacity: 20,000 amps. 11. Maximum Continuous Operating Voltage: 115% of line voltage. 12. Provide hardwire connection or add 15 amp receptacle device to hardwired devices to match equipment being protected and maintain UL listing. 13. Provide additional 15 amp in -line fusing as required to comply with UL and the NEC when connected to a 20 amp, 120V circuit. 14. Manufacturers a. Basis of Design 1) Leviton #51020 -WM (hardwired). b. Acceptable Substitution 1) EDCO #HSP -121 BL2. 2.10 LABELS 16701 - 18 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 A. Comply with TIA /EIA -606 -A and UL 969 for a system of labeling materials, including label stocks, laminating adhesives, and inks used by label printers. B. Comply with requirements in Division 16 Section "Identification for Electrical Systems." C. Manufacturers Basis of Design a. Brady Corporation 2. Acceptable Substitution a. HellermannTyton. b. Kroy LLC. PART 3 - EXECUTION 3.1 GENERAL A. Comply with NECA 1. B. The Contractor is advised that circuit routing for this system is not necessarily shown on the project drawings. The Contractor shall provide and install raceways, wiring and cabling required for complete and fully functional systems as intended by these specifications. C. The Contractor shall provide and install a properly sized, flush mounted outlet box for every floor, wall, and ceiling mounted device. D. In locations where pathways are not accessible after completion of the project, raceway shall be extended from device to device or fire rated access panels shall be installed to provide access to pull boxes. Routing of raceway from device to device shall only be acceptable where the wiring scheme of the system, as recommended by the manufacturer, requires cable to pass from device to device. E. Contractor shall properly terminate each device according to the manufacturer's recommendations. Unless specifically noted otherwise, the Contractor shall provide and install cabling to connect all circuitry associated with a device. F. Equipment shall be installed in accordance with manufacturer's instructions. G. Install electrical basic materials per applicable sections of these specifications. H. Equipment, other than portable equipment, shall be held firmly in place. The exception shall be when the Contractor is required to use resilient shock mounting to decouple equipment from the structure it is being mounted to. 16701 - 19 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 Support raceways, backboards, and cabinets per applicable sections of these specifications, as shown on the drawings, and as recommended by the manufacturer. Fastenings and supports shall be adequate to support their loads with a safety factor of five (5). J. Switches, connectors, outlets, etc., shall be clearly, logically, and permanently marked during installation. Where the equipment manufacturer does not provide markings or for fabricated and installed equipment the Contractor shall provide and install permanent, engraved labels for proper identification. K. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall- mounting items. L. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent with these requirements. M. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both communications equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. N. Right of Way: Give to piping systems installed at a required slope. 3.2 FIRESTOPPING A. Contractor shall provide and install firestopping on all penetrations through rated walls and floors to match the rating of the wall or floor assembly. Refer to Division 7 for additional information. 3.3 SLEEVE INSTALLATION FOR COMMUNICATIONS PENETRATIONS A. B. C. D. E. F. R +B 11015.001 Penetrations occur when pathways, cables, wireways, or cable trays penetrate concrete slabs, concrete or masonry walls, or fire -rated floor and wall assemblies. Concrete Slabs and Walls: Install sleeves for penetrations unless core - drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. Cut sleeves to length for mounting flush with both surfaces of walls. Extend sleeves installed in floors a minimum of 2 inches above finished floor level. Size pipe sleeves to provide 1/4 -inch annular clear space between sleeve and pathway or cable, unless indicated otherwise. 16701 -20 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 G. Seal space outside of sleeves with grout for penetrations of concrete and masonry Promptly pack grout solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect grout while curing. H. Interior Penetrations of Non - Fire -Rated Walls and Floors: Seal annular space between sleeve and pathway or cable, using joint sealant appropriate for size, depth, and location of joint. Comply with requirements in Division 07 Section "Joint Sealants." Roof - Penetration Sleeves: Seal penetration of individual pathways and cables with flexible boot -type flashing units applied in coordination with roofing work. Aboveground, Exterior -Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1 -inch (25 -mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals. K. Underground, Exterior -Wall Penetrations: Install cast -iron pipe sleeves. Size sleeves to allow for 1 -inch annular clear space between pathway or cable and sleeve for installing mechanical sleeve seals. 3.4 CONDUIT A. Conduit systems for individual systems shall not be shared by power or any other electrical wiring that is not part of the system. B. Backbone cables shall be in a complete conduit system. Refer to the drawings for additional information. C. Conduits run underground shall be installed a minimum of 24" below grade. Provide and install magnetic tape above underground runs to allow the Owner to easily locate in the future. D. Conduit fill shall not exceed 40 percent of interior cross sectional area where three or more cables are contained within a single conduit. E. Bend conduits with minimum inside radius of 6 times the internal diameter. Increase bend radius to 10 times for conduit larger than 2 inch size. Provide proper bend for all changes of direction. Pull and splice boxes shall not be used in lieu of a bend. F. Install conduits so no more than two 90o bends are in any conduit section without a pullbox. Install additional pullboxes as required to maintain maximum of two 90o bends between pullboxes and /or termination points. G. Install interior conduits so no more than one hundred (100) feet of conduit are in any conduit section without a pullbox. Install additional pullboxes as required to maintain a maximum of one hundred (100) feet between pullboxes and termination points. 16701 -21 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 H. Install Outside Plant (OSP) conduits and ductbanks so that no more than three hundred (300) feet of conduit are in any conduit section without a pullbox. Install additional pullboxes as required to maintain a maximum of three hundred (300) feet between pullboxes and termination points. In installations where the electrical contractor does not provide a counterpoise system in conjunction with the underground conduit system, the Contractor shall provide a coupling conductor within the underground conduit system to run alongside copper conductors. Coupling conductors shall be sized according to applicable codes and standards. 3.5 J. Label conduits at both ends to indicate destination and source. Also indicate length of conduit. This labeling /identification shall be fully documented in as- built (record) drawings. K. Install pull string in each empty conduit over 10 feet in length or containing a bend. L. Properly support cables /wire not installed in conduits. M. Special Conduit Systems: Special conduit systems may be specified for some portions of the system. Refer to the drawings and other sections of these specifications to determine where or if such systems are used. N. Use of ceiling tiles, grid or hanger wires for the support cables shall be prohibited. O. Comply with requirements in Division 16 Section "Conduit and Boxes for Electrical Systems" for installation of conduits and wireways. C _ I : 9 "119 Ed n-A 9 1101 A. All conduit system junction boxes (except those subject to view in public areas) for Division 167XX systems shall be color coded as listed below utilizing the Krylon colors noted: 1. Fire Alarm - Safety Orange 2410 2. Fiber Optics - Safety Purple 1929 3. Sound System - Safety Yellow 1813 4. Intercom - True Blue K1910 5. Computer /Data - Bright Gold K1701 6. TV - Glossy White K1501 7. Security /CCTV - John Deer Green K1817 8. Telephone - Safety Green 2012 B. Color coding shall be applied to each 4x4 junction box cover and to conduit runs installed above drop ceilings or in areas open to structure. Spacing of color coding on conduits shall be no greater than every ten (10) feet. 3.6 GROUNDING 16701 -22 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 A. Provide and install complete grounding system as required to comply with the drawings, other Division 167XX sections, Division 16, and applicable codes. B. Communications bonding and grounding shall be in accordance with the National Electrical Code (NEC), NFPA and EIA /TIA grounding and bonding standards. C. A #6 AWG stranded copper wire cable shall be extended between new ground bars located at each communications room (or other location shown on drawings' bus) and the building main electrical service ground point or secondary transformer ground point. Building steel, equipment racks and cabinets, cable tray, and surge suppressor devices shall be bonded to the ground bar via a #6 AWG stranded copper cable and UL approved connecting hardware. D. Install grounding according to BICSI TDMM, "Grounding, Bonding, and Electrical Protection" Chapter. E. Comply with ANSI -J- STD - 607 -A. F. Locate ground bus bar to minimize the length of bonding conductors. Fasten to wall allowing at least 2 -inch (50 -mm) clearance behind the grounding bus bar. Connect grounding bus bar with a minimum No.4 AWG grounding electrode conductor from grounding bus bar to suitable electrical building ground. G. Connect cable shields to ground bus bar in an industry approved manner. Connections shall be soldered or crimped. H. The Contractor shall take such precautions as are necessary to guard against electromagnetic and electrostatic hum, and to install all equipment so as to provide maximum safety to the person who operates it. 3.7 SURGE SUPPRESSION A. Provide and install surge suppression devices on: 1. Each copper cable (unshielded twisted pair, shielded twisted pair, coaxial, etc.) entering or leaving a building. Install surge suppression devices at system terminal board or in a cabinet. 2. In other locations where required by the manufacturer or required to properly protect the equipment and the system. B. Install surge suppression device on all 120 volt power sources to equipment. Surge suppression on 120 VAC circuits shall be provided and installed by the electrical sub - contractor. Coordinate with Division 16 to ensure that surge suppression for 120 VAC power circuit and surge suppression required by this section for each system are installed in same terminal cabinet and bonded together. 16701 -23 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 C. Bond surge and suppression device to building ground system as called for in Division 16. D. Contractor shall take extreme care to ensure a properly surge protected system. E. Surge protection equipment must be selected by contractor to match the equipment being protected including wire sizes, operating volts, amps, and circuit impedance. F. Installation of surge protection equipment and its grounding shall be per manufacturer's recommendations to assure short and proper ground paths. G. Terminal Cabinets 1. Surge suppression devices shall be installed in terminal cabinets whether or not shown on the drawings. Where required, install surge suppression terminal cabinet in termination area of individual system being protected. 2. Size terminal cabinets as required to facilitate installation of terminations and surge suppression in a neat and workmanlike manner. 3. Coordinate location of terminal cabinets with adjacent equipment and materials. H. Equipment Installation 1. Install surge suppression equipment per manufacturer's recommendation 2. Install surge suppression equipment terminal cabinets, etc. as required to facilitate installation of surge protection equipment and terminal points. Size terminal cabinets as required to facilitate installation of surge suppression equipment and terminal blocks. Ground Installation Ground Bus Connections a. Provide "local" ground bus in each terminal cabinet housing surge protection equipment (with lugs, etc. as required). b. Bond "local" ground bus to terminal cabinet with minimum #6 copper wire. C. Connect terminal cabinet "local" ground bus to "systems" ground bus installed per with minimum #6 copper insulated wire (unless otherwise noted) in conduit. d. Note that "systems" ground bar is also to be used for power transformation ground (480V to 208V) where applicable. 2. Surge suppression equipment grounding 16701 -24 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 a. Connect each surge suppressor to local ground bus in terminal cabined with wire sized as recommended by manufacturer. b. Coordinate with Division 16 to ensure that 120 VAC power source /supply surge suppressor is also grounded to same local ground bus as surge suppressors provided in these criteria. 3. Conductors a. Bends in excess of 90 degrees in any grounding conductor shall not be permitted. b. Do not bundle unprotected conductors with protected conductors. C. Conductors shall be kept as short as possible. d. Conductors shall be secured at 12" intervals with an accepted copper clamp e. Grounding conductors shall be properly connected to the building service ground by accepted clamps. 4. Grounding Connectors a. Connectors, splicers, and other fittings used to interconnect grounding conductors, bond to equipment or grounding bars, shall be UL Listed for the purpose. b. All connectors and fittings are to be of the Nicopress crimp or compression set screw type. C. Special treatment to fittings lugs, or other connectors of dissimilar materials are to be applied to prevent electro- galvanic action. J. Isolation of cable shields 1. Cable shields shall be suitably protected at each termination point to avoid incidental contact with grounded elements of the building structure. Shield continuity shall be maintained throughout the entire cabling system. Ground reference of the building ground system shall be matched at the Communications Rooms Ground Bus Bar. 2. Isolation of the shields shall be individually verified by resistance measurements as connections are made. 3.8 TERMINAL BOXES, JUNCTION BOXES AND CABINETS A. Boxes and cabinets shall be UL listed for their use and purpose. B. Install boxes and cabinets plumb and square with wall. Where flush mounted boxes and cabinets shall be flush with wall surface. 3.9 CABLES /WIRES A. The Contractor shall provide and install all copper and fiber optic cable required to complete the scope of work of this project. Refer to individual Division 167XX sections for specific cabling requirements. 16701 -25 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 B. Terminate all conductors; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, cross - connects, and patch panels. C. Cables shall not be spliced. Secure and support cables at intervals not exceeding 30 inches (760 mm) and not more than 6 inches (150 mm) from cabinets, boxes, fittings, outlets, racks, frames, and terminals. D. Do not install bruised, kinked, scored, deformed, or abraded cable. Remove and discard cable if damaged during installation and replace it with new cable. E. Cold- Weather Installation: Bring cable to room temperature before dereeling. Heat lamps shall not be used for heating. F. In the communications equipment room, install a 10 -foot- (3 -m -) long service loop on each end of cable. G. Pulling Cable: Comply with BICSI ITSIM, Ch. 4, "Pulling Cable." Monitor cable pull tensions. H. All cable and wire shall be new. Install cables /wires in accordance with manufacturer's instructions. J. Cables shall be installed as illustrated on the drawings except where necessary to avoid EMI sources or other obstacles. Major deviations from the illustrated path must be accepted in advance by the Designer. Where illustrated path is not show on the drawings, Contractor shall include intended, general routing path within his submittals. K. Conceal conductors and cables in accessible ceilings, walls, and floors where possible. L. Install cables in raceways (refer to drawings) and cable trays except within consoles, cabinets, desks, and counters. Conceal raceway and cables except in unfinished spaces. 1. Install plenum cable in environmental air spaces, including plenum ceilings. 2. Comply with requirements for raceways and boxes specified in Division 16 Section "Raceway and Boxes for Electrical Systems." M. Comply with BICSI ITSIM, Ch. 6, "Cable Termination Practices." N. Do not untwist UTP cables more than 1/2 inch (12 mm) from the point of termination to maintain cable geometry. O. All cable terminations and testing of cable installed under this project shall be accomplished by the Contractor unless specifically noted otherwise. 16701 -26 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 P. Cable runs shall include a service slack prior to the termination point. Provide for a 12 -inch service slack in the ceiling above each outlet. Service slack in Communications Rooms shall consist of a 10 -foot slack section for all station cables located and placed neatly in the cable tray above the equipment rack or cabinet. Q. Cables placed under ground, below slab on grade, in slab on grade, or in other wet locations, whether in conduit or direct buried, shall be gel- filled or water blocking type. R. Interior backbone cables shall be Riser rated unless otherwise stated or required by code. S. Bundle, lace, and train conductors and cables to terminal points without exceeding manufacturer's limitations on bending radii. Install lacing bars and distribution spools. T. Wiring within Enclosures: Bundle, lace, and train cables within enclosures. Connect to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. Provide and use lacing bars and distribution spools. U. Install system wiring and /or raceways away from any surface that may become hot, including and not limited to, hot water piping and heating ducts. V. Maintain proper separation between system cables and all power and /or unshielded cables, as required to prevent noise, crosstalk, etc. 1. Wiring crossing power circuits shall be at right angles. For metal enclosed electric light or power or Class 1 circuits, separation may be reduced as described in the National Electric Code (NEC). Increase separation if so required to comply with referenced standards. 2. Cable must be separated from any open conductors of power, or Class 1 circuits, and shall not be placed in any conduit, junction box or raceway containing these conductors. 3. Separation between open communications cables or cables in nonmetallic raceways and unshielded power conductors and electrical equipment shall be as follows: a. Electrical Equipment Rating Less Than 2 kVA: A minimum of 5 inches (127 mm). b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 12 inches (300 mm). C. Electrical Equipment Rating More Than 5 kVA: A minimum of 24 inches (610 mm). 4. Separation between communications cables in grounded metallic raceways and unshielded power lines or electrical equipment shall be as follows: 16701 -27 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 a. Electrical Equipment Rating Less Than 2 kVA: A minimum of 2 -1/2 inches (64 mm). b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 6 inches (150 mm). C. Electrical Equipment Rating More Than 5 kVA: A minimum of 12 inches (300 mm). 5. Separation between communications cables in grounded metallic raceways and power lines and electrical equipment located in grounded metallic conduits or enclosures shall be as follows: a. Electrical Equipment Rating Less Than 2 kVA: No requirement. b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 3 inches (76 mm). C. Electrical Equipment Rating More Than 5 kVA: A minimum of 6 inches (150 mm). Separation between Communications Cables and Electrical Motors and Transformers, 5 kVA or HP and Larger: A minimum of 48 inches (1200 mm). Separation between Communications Cables and Fluorescent Fixtures: A minimum of 5 inches (127 mm). W. The majority of the system wiring will be installed above ceilings. Cabling used throughout this project shall comply with the requirements outlined in the National Electric Code (NEC) Article 760. Cabling shall bear CMP and /or appropriate markings for the environment in which they are installed. X. Provide a minimum of two cable support hangers at corners and 90 degree turns. Attachment shall be to the building structure and framework at a maximum of five (5) foot intervals. Where cable is routed above the ceiling in areas where there are no walls, all- thread shall be used (minimum 1 /4"; sized to support the intended weight) with the appropriate hanger for cross -room support. Support rods shall be level and plumb after cable installation. Requirements for bending radius and pulling tension of cables shall be adhered to. Y. Above suspended ceilings and below raised floor areas where duct, cable trays, or conduits are not available, cables shall be bundled in groups of 40 or less. Secure loosely with cable ties. Cables shall be loose enough to be rotated easily by hand. Cable ties used in plenum areas shall be plenum rated. Z. Provide protection for exposed cables. 3.10 OUTLETS A. The Contractor shall provide and install an outlet plate with appropriate connectors for each device whether or not shown on the drawings. 16701 -28 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 B. Install devices /inserts in outlets so that same orientation is used throughout project. C. Install wall plates with all inserts required to properly connect all equipment circuits and complete the installation in a professional manner. 3.11 LABELS A. The Contractor shall provide and install permanent, engraved labels on all equipment where the original manufacturer has not already provided labels. B. Custom, fabricated, or field assembled assemblies and equipment shall be provided with permanent engraved or non - removable silk- screened labels. The Contractor shall provide samples of labels to Designer for review and approval prior to fabrication or final installation. The Contractor shall modify labeling as required by the Designer. C. The Contractor shall provide and install a permanent, machine printed, protected label on both ends of each system cable. The label at each end of the cable shall provide the following information: 1. System identifier 2. Room number where other end of cable is terminated a. Where system cables are routed between buildings the Contractor shall preface the Room Number with a Building Number b. Room numbers shall coincide with numbering scheme included in contract documents. 3. Device identifier where other end of cable is terminated a. Device identifier shall provide a clear indication of device connected to. 4. Label each cable within 4 inches (100 mm) of each termination and tap, where it is accessible in a cabinet or junction or outlet box, and elsewhere as indicated. 5. Each wire connected to building- mounted devices is not required to be numbered at device if color of wire is consistent with associated wire connected and numbered within panel or cabinet. 6. Exposed Cables and Cables in Cable Trays and Wire Troughs: Label each cable at intervals not exceeding 15 feet (4.5 m). 7. Label each terminal strip and screw terminal in each cabinet, rack, or panel. a. Individually number wiring conductors connected to terminal strips, and identify each cable or wiring group being extended from a panel or cabinet to a building- mounted device shall be identified with name and number of particular device as shown. b. Label each unit and field within distribution racks and frames. 16701 -29 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 8. Identification within Connector Fields in Equipment Rooms and Wiring Closets: Label each connector and each discrete unit of cable - terminating and connecting hardware. Where similar jacks and plugs are used for both voice and data communication cabling, use a different color for jacks and plugs of each service. D. Equipment, control, and system cabling shall be provided with permanent descriptive labels. E. Labels shall be preprinted or computer - printed type with printing area and font color that contrasts with cable jacket color but still complies with requirements in TIA /EIA- 606 -A. Cables shall use flexible vinyl or polyester that flexes as cables are bent. 3.12 PROTECTION AND CLEANING A. The Contractor shall ensure that all system equipment is fully protected from damage, work of other trades, construction material, dirt, and dust to the point that upon occupancy by the Owner the equipment shall appear new and as if it had just been removed from the manufacturer's original packing. B. The Contractor shall be responsible for ensuring that all system enclosures and equipment is clean and in like new condition prior to requesting Substantial Completion. As a minimum, this shall include: 1. The interior of equipment cabinets, terminal cabinets, and all other system enclosures shall be free of installation remnants, construction materials, dust, dirt, and other evidence of construction. 2. The exterior of equipment cabinets, terminal cabinets, and all other system enclosures shall be free of scrapes, nicks, dents, discoloration, abrasions, excess construction materials, or other evidence of damage. 3. System equipment backboxes, outlet boxes shall be free of damage and excess construction materials that hinder the installation of equipment or reduce the interior volume of the box. 4. Equipment exteriors shall be clean and free of fingerprints, dust, stains, scratches, abrasions, marks, excess construction materials, or other contaminants. 5. All system devices shall be clean and free of damage or visible markings. C. Field touch -up painting of racks, cabinets, and system enclosures to hide the evidence of damage shall not be acceptable. The Contractor shall replace racks, cabinets, or system enclosures that have visible exterior damage. D. In the event that the Designer determines that the equipment has not been protected properly, evidence of damage is visible, or the degree of installation remnants, construction material intrusion, dust, dirt, or other evidence of construction appears excessive, the Contractor shall clean the equipment and 16701 -30 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER COMMON WORK RESULTS FOR COMMUNICATIONS OCOEE, FLORIDA SECTION 16701 enclosures to the satisfaction of the Designer or shall, at the direction of the Designer, replace the equipment with new. 3.13 TESTING A. Perform testing as necessary or specified to verify fully functional systems with no visual, audible, or operational degradation. Replace and /or repair and retest components that fail performance standards. Test cables, outlets, devices, and equipment in accordance with industry acceptable practices for each individual system. B. Provide factory trained personnel to perform the tests and adjust the system. C. Test Equipment 1. Provide all required test equipment and associated apparatus necessary to successfully complete the system testing. 2. Kits, home - built, and other nonprofessional test equipment shall not be acceptable. 3. Test instruments shall meet or exceed applicable requirements in TIA /EIA- 568 -B.2. Perform tests with a tester that complies with performance requirements in "Test Instruments (Normative)" Annex, complying with measurement accuracy specified in "Measurement Accuracy (Informative)" Annex. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration. D. Cable General a. Visually inspect jacket materials for NRTL certification markings. Inspect cabling terminations for compliance with color- coding for pin assignments, and inspect cabling connections for compliance with TIA /EIA- 568 -B.1. b. Visually inspect cable placement, cable termination, equipment and patch cords, and labeling of all components. C. Visually confirm cables and outlets have been properly labeled. d. Visually inspect grounding and bonding for completeness and termination tightness. e. Test operation of shorting bars in connection blocks. UTP and Multi- Conductor Cable a. Test each cable. Perform the following tests: b. DC loop resistance C. Shorts d. Opens e. Intermittent faults f. Polarity between conductors. 16701 -31 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA E. Corrective Action COMMON WORK RESULTS FOR COMMUNICATIONS SECTION 16701 1. The Contractor shall submit to the Designer, within five (5) business days of accomplishing the initial testing, a list identifying cables that do not meet the testing requirements. The Designer shall review the documentation and determine corrective action to be taken. This may include replacement of defective materials at no additional expense to the Owner. 2. The Contractor shall be responsible for repairing or replacement of defective equipment, materials, and cable as necessary to provide 100% satisfactory testing. 3. Remove and replace cabling where test results indicate that they do not comply with specified requirements. End -to -end cabling will be considered defective if it does not pass tests and inspections. F. Documentation of Tests, Measurements, and Adjustments Performed: Provide system verification and acceptance documentation signed and dated by the Contractor at the completion of testing. Document the following: a. List of personnel in attendance during testing including the name of the Technician who performed each individual test. b. List of certified test equipment used with serial numbers C. List date of last calibration for each piece of test equipment d. Date of each test e. List reference settings of test equipment used for tests f. Submit testing results in hard copy and native electronic format. 2. System verification and acceptance documentation shall be provided with the Contractor's request for Substantial Completion. c�i[1DIN u[67,[.111:01111111190 A. Demonstrate system to designated Owner personnel as required by applicable sections of these specifications. Accomplish Owner's training as described in Part 1. B. Complete operation of the system shall be demonstrated. Hands -on demonstrations of the operation of all system components and the entire system including program changes and functions shall be provided. C. The Contractor shall provide a typewritten "Sequence of Operation" for each system. END OF SECTION 16701 16701 -32 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA SOUND REINFORCEMENT SYSTEM SECTION 16741 SECTION 16741 — SOUND REINFORCEMENT SYSTEM PART 1 - GENERAL 1.1 RELATED SECTIONS 0 0 1 Comply with the requirements of Section 16701 "Common Work Results for Communications ". In addition to the requirements of Section 16701 comply with the following requirements: 1. Standards, Codes, References, And Regulatory Requirements a. The equipment and installation shall comply with the current or applicable provisions of the following standards, codes, references, and regulatory requirements: b. Sound System Engineering by Don & Carolyn Davis (2nd Edition, Published by Howard W. Sams & Co., Inc.) 1) UL 813 - Commercial Audio Equipment 2) UL 1419 - Professional Video and Audio Equipment 3) UL 1492 - Audio -Video Products and Accessories 4) UL 1971 - Signaling Devices for the Hearing Impaired 2. Submittals a. Shop Drawings: The Contractor shall provide complete shop drawings showing how he intends to install the Sound Reinforcement System (hereinafter referred to as the "system "). Shop drawings shall, as a minimum, include the following: 1) A point -to -point wiring diagram showing: a) All system equipment, cabling, interconnections to other systems, etc. b) Identifiers for the various types of cable to be used. This shall include a matrix that identifies the manufacturer, model number and descriptive identifier for each cable C) Quantity of cables in each conduit d) Signal type: Provide signal type designation on all cables. Signal type shall be identified in a fashion similar to that on the contract drawings (e.g. mic, line, 70V, etc.). 16741 -1 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER SOUND REINFORCEMENT SYSTEM OCOEE, FLORIDA SECTION 16741 2) A block diagram for the system showing all equipment and the intended installation location for each as outlined below. 3) A plan showing how the Contractor intends on installing system conduits to provide an organized layout coordinated with the Video System, for separation of conduits by signal type and signal level. 4) A front elevation view of the Equipment Cabinets showing all rack mounted and shelf mounted equipment. A rear elevation view of the Equipment Cabinets showing all non -rack mounted and shelf mounted equipment. The Contractor shall show full coordination of the system equipment with equipment and materials provided as part of another section (e.g. Section 16751 — Video System, etc.) 5) Plan view drawings for the Equipment Cabinets showing cable entrance areas for the various signal types and levels (i.e. microphone level, line level, speaker level, etc.). If necessary, the Contractor shall show both bottom and top plan views in order to clearly show how cables enter cabinets and maintain proper separation. 6) Completed forms prepared by the Contractor and ready to be sent to the manufacturer for engraving requirements for all system outlet plate (wall and floor box) modular connector inserts. 3. Spare Capacity a. The Contractor shall provide and install the system equipment and materials in quantities that will provide the Owner with twenty percent (20 %) spare capacity (e.g. termination points, jacks, ports, etc.) after connection of all circuits as required by the contract documents. 4. Extra Materials a. Provide two (2) extra of each type of system patch cord. 1.2 DESCRIPTION OF SYSTEM: a Provide and install a complete system, as described herein and shown on the drawings, providing the following: The pickup, amplification, distribution, and reproduction of voice and /or other audio program material from various audio and video sources. [c? System to include but not be limited to: Equipment Cabinets Audio R +B 11015.001 16741 -2 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER SOUND REINFORCEMENT SYSTEM OCOEE, FLORIDA SECTION 16741 a. Wireless Microphones b. Handheld Microphones C. Microphone Floor Stands d. Microphone Desk Stands e. Mic and Line Level Input Plates f. Line Level Mixer g. CD Player h. Audio Mixers i. Digital Signal Processors (DSP) j. Assisted Listening System k. Power Amplifiers I. Speakers M. Cables 1.3 FUNCTIONS AND OBJECTIVES A. Provide audio distribution to various locations both local and remote. B. Provide audio distribution to remote locations as indicated in the drawings and outlined within these specifications. C. Provide audio reinforcement on the room floor. 1. Provide even distribution of the reinforced audio throughout the seating area, typically plus or minus 3 dB front to back and side to side for the one octave band centered at 4000 Hz. Total variation from the worst to best seats shall not exceed plus or minus 4 dB. 2. Provide uniform frequency response throughout the audience area. Typically, plus or minus 3 dB as measured with 1/3- octave bands of pink noise at positions across the main seating area. 3. Provide adequate dynamic range at an acoustic distortion level sufficiently low to ensure minimum listening fatigue. The system shall be capable of delivering 75 dB average program level with additional 10 dB peaking margin to any seat in the audience area at an acoustic distortion level below 5% THD. D. The Contractor shall adjust the equipment of the audio system such that there shall be no discernible difference in audio levels when switching from one audio source to another. E. The system as shown on the drawings and described herein may interconnect to a variety of systems either outlined in other specification sections or provided and installed by the owner. The Installer shall be responsible for providing all equipment, cabling, patch cords and other materials necessary to transfer signals from those other systems to this system, and visa versa, at the other system's primary equipment location unless specifically noted otherwise. The Installer shall coordinate the work of this section for the location where required signals of other systems are to be obtained or sent and provide all equipment and materials necessary to do so. The documents describe as fully as possible the signal types and locations for these other systems. However, the Installer is 16741 -3 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA SOUND REINFORCEMENT SYSTEM SECTION 16741 ultimately responsible for providing the interconnection and processing of signals as necessary for the proper operation of the system. F. Accomplish complete coordination of system equipment with Video System equipment where installed in the same equipment cabinets. PART 2 - PRODUCTS 2.1 GENERAL EQUIPMENT AND MATERIALS A. Floor Mount Equipment Cabinets Shall be provided under Section 16751 — Video System 2.2 AUDIO SYSTEM A. Wireless Microphone System Functions and Features a. 42 MHz bandwidth: 1680 tunable UHF frequencies. b. Enhanced frequency bank system with up to 24 compatible frequencies C. Ethernet port for connecting to the Wireless Systems Manager (WSM) software for control via computer. d. High - quality true diversity reception. e. Pilot tone squelch for eliminating RF interference when transmitter is turned off f. Automatic frequency scan feature. g. Enhanced AF frequency range. h. Increased range for audio sensitivity. i. Wireless synchronization of transmitter parameter from receiver. j. Illuminated graphic display. k. Auto -Lock function I. HDX Compander M. Programmable Mute function n. Integrated Equalizer and Soundcheck mode o. Contacts for recharging BA 2015 accupack directly in the transmitter 2. Technical a. RF frequency range: 516 - 865 MHz b. Transmission /receiving frequencies: 1680 C. Presets: 24 d. Switching bandwidth: 42 MHz e. Peak deviation: ±48 kHz f. Compander: HDX g. Frequency response (microphone): 80 - 18,000 Hz 16741 -4 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA SOUND REINFORCEMENT SYSTEM SECTION 16741 h. Signal -to- noise - ratio: > 115 dB(A) i. Total harmonic distortion (THD): <0.9% j. In compliance with: ETS 300422 , ETS 300445 , CE , FCC k. Antenna connector: 2 BNC, 500 I. XLR connector: 6.3 mm M. Audio output level (balanced): XLR: +18 dBu max n. Audio output level (unbalanced): Jack: +12 dBu max o. RF output power: 10/30 mW P. Operating time (transmitter): > 8 hours q. Input voltage range: 1.8 V, line / 2.4 V, line r. Transducer / microphone type: electrets S. AF sensitivity: 40 mV /Pa t. Sound pressure level (SPL): 120 dB(SPL) max. U. Pick -up pattern: cardioid 3. Each Wireless Microphone system shall be provided with rack mount. 4. The Contractor shall provide and install the Wireless Microphone System with all accessories required for the complete and fully functional system within this specific facility. The Contractor shall provide a block diagram as part of his Submittals that identifies all equipment and materials, as well as the specific installed location for each, to confirm the system configuration to be installed as part of this project. The Contractor shall coordinate with the Manufacturer prior to providing Submittals for review. 5. The Contractor shall determine the initial frequencies to be used by each Wireless Microphone system and shall provide that information as part of his submittals. Upon completion of the installation, but prior to requesting the Substantial Completion review, the Contractor shall accomplish final verification of the permanent frequencies for each system necessary for proper system operation without interference and shall annotate his final as -built documents. 6. Each Wireless Microphone system shall be provided with one (1) lavalier microphone and one (1) handheld microphone. 7. Manufacturers Basis of Design 1) Sennheiser EW 322 G3 Wireless Microphone System b. Acceptable Substitutions 1) Telex 2) Shure B. Handheld Microphones The microphone shall be a unidirectional (cardioid) dynamic vocal microphone designed for professional vocal use in sound reinforcement and studio recording applications. The microphone shall include a built - in spherical filter to minimize wind and breath "pop" noise. The 16741 -5 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA SOUND REINFORCEMENT SYSTEM SECTION 16741 microphone shall be of rugged construction with a proven shock mount system, and a steel mesh grille to ensure consistent performance. The microphone shall be provided with a windscreen and 25 foot cable. The microphone shall include the following minimum features: Frequency response tailored for vocals with brightened midrange and bass rolloff Uniform cardioid pickup pattern that isolates the main sound source and minimizes background noise. Pneumatic shock -mount system to reduce handling noise Effective, built -in spherical wind and pop filter Included break - resistant stand adapter which rotates 180 degrees Technical a. Frequency Response: 50 to 15,000 Hz b. Polar Pattern: Unidirectional (cardioid), rotationally symmetrical about the microphone axis, uniform with frequency. C. Sensitivity (at 1,000 Hz, open circuit voltage): -54.5 dBV /Pa (1.85 MV) d. Rated Impedance: 150 Ohms actual (300 Ohms actual) 10. Provide quantity of two (2) 11. Manufacturers a. Basis of Design 1) Shure SM58 Series Handheld Microphones or acceptable substitution C. Microphone Floor Stands: 1. The microphone floor stand shall be a professional full- height microphone stand designed for commercial audio applications. It shall feature a low profile base, be of rugged construction, and include a wearproof clutch with positive locing control for microphone height placement. 2. The stand shall be constructed of heavy -duty welded cold rolled steel tubing with a cast iron base that includes anti -tip stabilizers. 3. The microphone stand base and tubing shall be ebony in color. 4. Provide quantity of two (2). 5. Manufacturers a. Basis of Design 1) Atlas Soundolier MS -12CE b. Acceptable Substitutions 1) Konig & Meyer 2) Hercules 16741 -6 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA SOUND REINFORCEMENT SYSTEM SECTION 16741 D. Microphone Desk Stands: 1. The microphone desk stand shall be a fixed height standwith a circular cast iron base and steel tubing for application with any standard microphone. 2. The microphone stand base and tubing shall be ebony in color. 3. Provide quantity of two (2). 4. Manufacturers a. Basis of Design 1) Atlas Soundolier DS -5 b. Acceptable Substitutions 1) Konig & Meyer 2) AKG E. Microphone Input Plates 1. Stainless steel single -gang faceplates with quantity and type of XLR connectors as shown on the drawings. 2. Provide one (1) 25 foot microphone cable for each jack. 3. Manufacturers a. Basis of Design 1) Atlas Soundolier b. Acceptable Substitutions 1) Pro Co Sound 2) Whirlwind F. CD Player 1. The CD Player shall include the following functions and features: a. Play finalized CD -R /RW discs containing MP3 or WMA audio files. b. Utilize a multi -level noise shaping DAC. C. Have 8 -times oversampling digital filter d. Include synchronized recording functions e. Include full random, program random, and disk sequential random playback modes. f. Utilize intelligent disk scan g. Have a 20- selection music calendar display h. Include both coaxial and optical digital outputs. i. Include a headphone jack. 16741 -7 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA Technical SOUND REINFORCEMENT SYSTEM SECTION 16741 a. Frequency Response: 2 Hz- 20 kHz b. Dynamic Range: 98 dB C. Signal -to -Noise Ratio: 108 dB d. Total Harmonic Distortion: 0.003% e. Channel Separation: 98 dB f. Line Out Level: Fixed 2.0 V (10 kohms) 3. Shall include a rack mount kit. 4. Shall include an IR remote control 5. Manufacturers Basis of Design 1) Denon Professional DCM -290P Acceptable Substitutions 1) Tascam 2) Gemini G Audio Mixers The mixer shall have four studio -grade mono mic /line inputs each with XLR input jack, 15 V phantom power, line pad, A / A +B / B mix assign switch, level control and signal /overload indicator. A single switch shall make phantom power available to all four microphone inputs. Phantom power shall be removed automatically from an mic /line input set for line input. For ease of use, mic /line preamplifiers shall use a single control for input gain trim and mix level. The mixer shall feature four stereo line inputs each with '/4" TRS input jack, level control and pre -level control mono switch. The inputs shall provide four dual mono operation with four mono signals available for the A mix and four mono inputs available for the B mix. A and B mix outputs shall feature overload indicators, independent A/B level controls, internally selected 40 dB pad for microphone level output and XL$ output jacks. Security features shall include placement of the phantom power and line switches on the rear panel, recessed assign switches, internally located pad switch for selecting line or microphone output level and recessed stereo line input mono switches with position indicators. In addition, each of the front panel level control knobs may be removed and replaced with a security plug. Four security plugs shall be provided for this purpose. The unit shall be capable of operation by means of its own building -in universal power supply operating at 100 -240 VAC and meet CD requirements. The unit shall be UL listed. Technical 16741 -8 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER SOUND REINFORCEMENT SYSTEM OCOEE, FLORIDA SECTION 16741 Mic Inputs: Type Active balanced 1) Connectors (Mic /Line) XLR 2) Input Imped. (Mic /Line) 1 k /96k ±1 % 3) Gain Range (Mic): off to +60 ±1.5 dB 4) Gain Range (Line): off to +20 ± 1.5 dB 5) Frequency Response 30 Hz -35 kHz, -3 dB 6) Equivalent Input Noise -128 max dBu 7) THD +N 0.02 typ 8) Maximum Input: 11.9 dBu; 38.6 dBu at Mic Level b. Balanced Outputs: Type Active balanced ' / 4 " TRS and XLR connectors 1) Output Imped. (Mic /Line) 200/100 2) Gain Range: off to +6 3) Drive Level: +24 dBu C. Phantom Power: +15 VDC d. Crosstalk: -75 @ 1 kHz e. Unit: Agency Listing UL /cUL /CE Manufacturers a. Basis of Design 1) Rane MLM 82S Mic /Line Mixer or acceptable substitution H. Compressor /Limiter /Gate The compressor /limiter /gate shall have two identical channels, each with an audio frequency response of 20Hz to 20kHz, +0/- 0.5dB, an electronically floating balanced input impedance of not less than 40kf), balanced and 201<0 unbalanced, and a maximum input level of not less than +22dBu and 1/4" TRS and XLR connectors. The output shall have an impedance of no more than 1202 balanced or 602 unbalanced with a maximum output level of not less than +20dBm, into a minimum load impedance of 60012 and 1/4" TRS and XLR type connectors. The unit shall also have a sidechain detector with an input impedance of not less than 10k12 unbalanced, a maximum input level of not less than +24dBu and a maximum output level of not less than +21 dBu balanced or unbalanced and an output impedance of not more than 21<12 balanced and 1k12 unbalanced. Sidechain input jack shall be a 1/4" TS jack; sidechain output shall be a 1/4" TRS jack. Total Harmonic Distortion plus Noise shall be less than 0.1% with any amount of compression (up to 40dB) at 1 kHz and Intermodulation Distortion shall be less than 0.1% SMPTE. The unit shall have an Equivalent Input Noise level of not more than -96dBu unweighted, and a dynamic range of not less than 118dB. Output gain adjustment shall be variable from -20 to +20dB. The compression threshold range shall be 16741 -9 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA SOUND REINFORCEMENT SYSTEM SECTION 16741 variable from -40 to +20dBu and compression ratio shall be variable from 1:1 to -:1. The peak limiter threshold range shall be variable from +4 to +24dBu. The compressor attack and release times shall be selectable for either program dependent or manually adjustable, scalable, program dependent operation. The compression ratio characteristic shall be selectable for either the hard or soft knee curve type with a maximum compression of no less than 60dB. The expander /gate shall have a threshold of -- to no less than +15 dBu, an attack time of no more than 100psec, a program dependent release time and a downward expansion ratio variable from 1:1 to 8:1. All input, output and control signals shall be via the rear panel. The stereo link shall be of the true RMS summing type with Channel 1 as the master when linked. The unit shall have the following front panel switches for each channel, with each switch incorporating an integral LED to signal selection of that switch: Sidechain Monitor, Sidechain Bypass, OverEasy, Contour, Auto, 1/0 Meter, and Bypass. There shall also be one Stereo Link switch. Each channel shall have the following identical controls: expander /gate Threshold, expander /gate Ratio, compression Threshold, compression Ratio, compression Attack time, compression Release time, Output Gain, limiter Threshold; and the following identical metering and indicator LEDs for each channel: Below /Above gate threshold, Below /At /Above compression threshold, Gain Reduction (12 LEDs), Input or Output Level (8 LEDs), peak limiter active. There shall be a rear panel switch for each channel to select nominal input and output operating levels at -10dBV or +4 dBu. The unit shall be capable of accepting one compatible audio transformer installed for each channel. The power requirements shall be 100- 120VAC 50 /60Hz or 200- 240VAC, 50 /60Hz, 20W, via a detachable IEC type AC cable. 3. Features a. Selectable auto or manual (variable attack and release) compression b. Contour switch to remove unwanted low frequency information from detector circuit C. Selectable compression modes. d. Limiting for setting maximum allowable level with minimal distortion. e. Ext and Mon for setting up and monitoring external devices for gating function. f. True RMS level detection. g. Precision metering of input level, output level, and gain reduction h. True stereo or dual mono operation i. Switchable +4dBu or -10dBv operation per channel 4. Technical a. Frequency Response: +0/ -0.35 dB b. THD +N (20 Hz — 20 kHz @ +4 dBu): <0.008% C. Dynamic Range (20 Hz — 20 kHz, 0 dB): >118 dB d. Input Impdeance: 25k Ohms e. Maximum Input +24 dBu 16741 -10 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER SOUND REINFORCEMENT SYSTEM OCOEE, FLORIDA SECTION 16741 f. Output Impedance (balanced): 2K ohms g. Maximum Output (balanced): +21 dBu 5. Manufacturers a. Basis of Design 1) dbx Professional Products Model 1066 Compressor /Limiter /Gate or acceptable substitutions Assisted Listening System Transmitter a. The FM Transmitter shall be designed to provide auditory assistance in both personal and group situations. It operates on the 17 narrow -band channels in the 72 -76 MHz band. The base FM transmitter is rack mountable and accepts balanced and unbalanced audio inputs. It runs from a wall plug 12 VAC transformer and includes a detachable telescoping '/ wave antenna. b. System Components 1) The FM Transmitter shall transmit 17 FCC - approved narrow band frequencies (in the 72 -76 MHz radio band) available for the transmitter. The transmitter must identify numerically with a back lit LCD indicator the designated radio channel being transmitted. 2) The FM Transmitter shall accept unbalanced line level, balanced microphone level and 70 Volt distributed audio sources. 3) The transmitter shall have Enhanced Dynamic Range (E.D.R.) feature to improve Signal to Noise and audio quality when used with the SR -400 in E.D.R. mode. 4) The FM Transmitter shall have Normal and High RF transmitter settings. 5) The FM Transmitter shall have an on /off power switch. 6) The FM Transmitter LCD shall be backlit to indicate "on" status. 7) The FM Transmitter shall be mountable in a 19 inch equipment rack. 8) The FM Transmitter shall have a three year parts and labor warranty. C. Technical 1) Audio Input Characteristics: XLR -3F Balanced, Y4 inch unbalanced. 2) Antenna: detachable Y4 wave telescoping 3) Modulation: FM, +/- 25 KHz deviation R +B 11015.001 16741 -11 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA 4) 5) 6) 7) 8) 9) 2. Receiver SOUND REINFORCEMENT SYSTEM SECTION 16741 Frequency Response (System): 100 Hz to 10,000 Hz Automatic Gain Control Range: 30 dB System Signal to Noise: 58 dB, > 77 dB with E.D.R. Preemphasis: 100 micro seconds Maximum Power: 80K micro Volt/m @ 3 m (25K micro V/m in Normal) Power Requirements: 13 -20 Vdc or 12 Vac; 115Vac 60 Hz @ 300 mA plug -in wallpack power supply a. The FM Receiver shall be a single channel device that is fully compatible with the system transmitter and designed for use in auditory assistance and personal communication applications. The Personal FM Receiver provides amplification for mild to severe hearing losses. Persons with normal hearing, when used with an appropriate listening accessory may also use the Personal FM receiver. b. Technical 1) RF Frequency Range: Matched to transmitter in a frequency that does not exhibit interference. 2) Sensitivity: 0.5p V typical / 1.0p V maximum 3) Adjacent Channel Rejection: More than 35 dB down 4) Image and Spurious Rejection: More than 50 dB down 5) Signal -to -Noise Ratio @ 1 mV input: More than 60 dB 6) Distortion: Less than 2% 7) Audio Frequency Response (100 Hz — 10 kHz): Less than 3 dB variation The system shall be provided with a. An antenna connector kit that the Installer can use to field assemble the antenna cable using coaxial cable as specified by the equipment manufacturer. b. An antenna. C. All required cables. d. One (1) minimum twelve (12) receiver charging unit 4. The Contractor shall provide and install the Assisted Listening System with all accessories required for the complete and fully functional system within this specific facility. 5. Provide and install one (1) transmitter. 6. Provide and install three (3) receivers. 7. Manufacturers a. Basis of Design R +B 11015.001 16741 -12 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA SOUND REINFORCEMENT SYSTEM SECTION 16741 1) Telex Soundmate Personal Listening System with ST- 300 Transmitter and SR -50 Receivers or acceptable substitution Acceptable Substitutions 1) Williams Sound 2) Phonic Ear J. Power Audio Amplifiers: 1. The power amplifier shall be a solid- state, 70V, single - channel model. 2. Features a. Power Switch: Pushbutton on -off switch. b. Power Indicator: Blue LED for power on. C. Output Signal Presence Indicator: Green LED; Illuminates when output signal level exceeds 100 mV. d. Clip Indicators: Red LED; Illuminates at threshold of audible distortion. e. Master Volume Control f. Tone Controls: Bass and Treble g. Reset Switch 3. Technical a. Frequency Response: 70 Hz to 19 kHz +/- 1 dB b. Power Bandwidth: 50 Hz to 20 kHz with <0.5% THD C. Signal to Noise Ratio: 85 dB d. DC Output Offset: < +/- 5 mV e. THD: Less then 0,5% at rated power at 1 kHz f. Input Sensitivity: 800 mV g. Input Impedance: 100 KOhms h. Minimum Load Impedance: 80 Ohms @ 70V output. i. Crosstalk: -70 dB at 1 kHz j. Line Output Level: 1 V into 10 KOhms 4. Manufacturers a. Basis of Design 1) Crown 1160A Single Channel Power Audio Amplifier or acceptable substitution K. Speakers 1. The speaker shall be a compact ceiling 70V assembly providing premium performance in background, foreground music sound systems. 2. Features R +B 11015.001 16741 -13 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER SOUND REINFORCEMENT SYSTEM OCOEE, FLORIDA SECTION 16741 a. Coaxially mounted 6.5 in. woofer with butyl rubber surround and titanium coated diffraction - loaded tweeter. b. How power, wide frequency response and low distortion for high sound level capability. C. Packaged with grille, backcan, and tile rail. 3. Technical a. Frequency Range: 75 Hz to 20 kHz b. Power Capacity: 150 Watts Continuous Program Power C. Nominal Sensitivity: 89 dB SPL, 1 W @ 1 m (3.3 ft.) d. Rated maximum SPL: 107 dB @ 1 m (3.3 ft.) e. Nominal Impedance: 16 Ohms f. Transformer Taps (70V): 60W, 30W, 15W & 7.5W 4. Shall be provided with built -in 70V transformer 5. Manufacturers a. Basis of Design 1) 2.3 CABLE U Microphone Cable: JBL Control 26CT or acceptable substitution 1. Two (2) conductor, 20 (7 x 28) AWG, tinned copper, 10.5 ohm per 1000 feet, PVC jacket with nominal O.D. of .245 inch, Tinned copper braid (95 %) shield (8.5 ohm per 1000 feet). 2. Manufacturers a. Basis of Design 1) West Penn #535 b. Acceptable Substitutions 1) Belden 2) CommScope M . R +B 11015.001 Line Level Cable: 1. The line level cable shall be a power - limited type suitable for sound and audio applications. 2. Two (2) conductor, 22 AWG Solid, tinned copper, 17.5 ohm per 1000 feet, overall 75 degree PVC jacket with a nominal O.D. of .118 inch, 22 AWG solid drain wire. UL Listed NEC Type CM; constructed in accordance with UL Standard 444; complies with UL 1581 Vertical Tray Flame Test; meets 300 volt requirements as specified in Section 800 -51 of the NEC. 16741 -14 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA 3. Manufacturers a. Basis of Design 1) West Penn #450 b. Acceptable Substitutions 1) Belden 2) CommScope SOUND REINFORCEMENT SYSTEM SECTION 16741 C. Speaker Cable: 1. The speaker cable shall be a power - limited type suitable for sound and audio applications. 2. Two (2) conductor minimum 16 AWG, UL Listed NEC type CL2, complying with UL 1581 Vertical Tray Flame Test, bare copper, nominal DCR of 4.2 Ohms per 1000 feet, with PVC insulation with nylon, and short overall twist lengths. 3. The Contractor shall increase the size of speaker cables as necessary for the connected speaker load. 4. Manufacturers a. Basis of Design 1) West Penn #C205 b. Acceptable Substitutions 1) Belden 2) CommScope PART 3 - EXECUTION 3.1 Comply with the requirements of Section 16701. 3.2 Labels A. General 1. All equipment, control and system cabling shall be provided with permanent descriptive labels. 2. The Contractor shall provide samples of labeling with his submittals for review by the Designer. 3. Equipment and cable labels shall be noted on the Contractor's as -built drawings exactly as they are installed on the equipment or cables. B. Equipment R +B 11015.001 16741 -15 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER SOUND REINFORCEMENT SYSTEM OCOEE, FLORIDA SECTION 16741 1. The Contractor shall provide and install permanent, engraved labels on all equipment where the original manufacturer has not already provided labels. 2. All custom, fabricated, or field assembled assemblies and equipment shall be provided with permanent engraved or non - removable silk - screened labels. The Contractor shall provide samples of labels to Designer for review and approval prior to fabrication or final installation. The Contractor shall modify labeling as required by the Designer. C. Outlet Plates 1. Shall be installed level and flush with the mounting surface. D. Cables 1. The Contractor shall provide and install a permanent, machine printed, protected label on both ends of each system cable. The label at each end of the cable shall provide the following information: a. Signal type shall be either plain English or represented by the following designators 1) M = microphone level audio 2) L = line level audio 3) S = speaker level audio 4) +C = Control b. Room number where other end of cable is terminated C. Where system cables are routed between buildings the Contractor shall preface the Room Number with a Building Number d. Room numbers shall coincide with numbering scheme included in contract documents. e. Device identifier where other end of cable is terminated f. Device identifier shall provide a clear indication of device connected to (i.e. VCR 1, slide -to- video, projector 1, speaker zone A, microphone outlet 5, etc.) 3.3 TESTING 0 A Comply with Section 16701 "Common Work Results for Communications" Audio Equalization a. The purpose of the equalization is to adjust the acoustic amplitude response of the Audio system to a specified uniformity measured throughout the entire audience area. This adjustment is made to realize maximum acoustic gain and optimum tonal R +B 11015.001 16741 -16 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER SOUND REINFORCEMENT SYSTEM OCOEE, FLORIDA SECTION 16741 balance from the Audio system throughout the audience area and stage monitoring area. Instrumentation: Provide the following minimal standard laboratory test quipment. Any substitutions or additions to the following list must be accepted by the Designer. 1) Impedance Bridge. 2) Audio Oscillator. 3) Random -noise generator. 4) Precision sound level meter. 5) Octave real -time audio frequency analyzer. 6) Oscilloscope. 7) Sound level calibrator. 8) Master equalizer set with broad band (i.e. full octave) and narrow band (i.e. 1/3 octave), high -pass, and low -pass filters, plus comparator switch and attenuator. 9) Digital camera. C. Inspection of Audio System Prior to Equalization: 1) Prior to undertaking equalization of the Audio System, perform the following inspections on the Audio System, and submit to the Designer the written results of each inspection for inclusion on the permanent records of the Audio System. 2) Measure and record the impedance of each loudspeaker line before connecting it to the output of its respective amplifier. The load impedance shall be equal to or greater than the rated impedance. Record the total impedance. 3) Measure and record the output impedance of each active device operating as a source to any passive device or series of passive devices. Record the do resistance of any buildout resistor used. 4) Measure and record the input impedance of any active device used to terminate passive devices, and record the total impedance of all such devices. Record the do resistance of any terminating resistor used. 5) Measure and record the acoustic distribution of the loudspeakers in the Audio System throughout the entire seating area. Record the location of all positions in the seating area where any 1/3 octave band, from 250 to 5000 Hz. deviates more than #3 dB from the desired house curve. 6) Measure and record the polarity of all microphones to be used in the system. 7) Measure and record, with an oscilloscope, the output of each power amplifier. The input source to each amplifier being measured shall be a sinewave oscillator with less than 0.5% THD adjusted to 10 dB less than full power R +B 11015.001 16741 -17 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER SOUND REINFORCEMENT SYSTEM OCOEE, FLORIDA SECTION 16741 output of the amplifier. Inspect the output sinewave appearing on the oscilloscope of complete freedom from hem, noise, parasitic oscillation and RF interference. 8) Measure and record the frequency response of each mixer preamplifier and power amplifier in the system. d. House -Curve Equalization: Temporarily install the master equalizer set in the appropriate link circuit in the Audio System. Use pink noise as a source signal, and place a calibrated measuring microphone in the seriation area at twice the critical distance (2dc). (Critical distance is defined as that distance from the sound source at which the direct sound from the source and the reverberation sound are in a ratio of one to one.) The acoustic amplitude response that appears on the screen to the real -time spectrum analyzer shall be recorded. Point -to -point measurements, averaging estimates, and other non -re -time dynamic measurements shall be unacceptable under this specification. After the unequalized acoustic amplitude response is recorded, the master equalizer set shall be used to bring the observed acousti amplitude with +3 dB uniformity(or better, if possible) and to conform to the predetermined high frequency roll -off detected by the combination effect of humidity, air absorption, and the random incidence of the measuring microphone. The equalized house curve shall be recorded. 1) Control of Microphone Characteristics and Preferred Feedback Frequencies: Install the required filters in the link circuit ahead of the power amplifier input; then reconnect the master equalizer set in the link circuit following the microphone mixer amplifier. The Audio System gain shall be adjusted until it reaches regeneration (feedback). Determine the frequency of regeneration by observing the response of the real -time audio spectrum analyzer, and adjust the appropriate filter until the observed regeneration ceases. 2) Microphone Proximity Instability: Suppress the tendency of the Audio system microphone to become unstable when approached by a talker. Identify the 1/3 octave band affected by the approach of a person, and provide enough attenuation to ensure stability. Records shall be made of additional attenuation provided. e. Documentation of Tests, Measurements, and Adjustments Performed: 1) List of personnel and certified test equipment used. 2) Impedance of all loudspeaker lines. 3) Output impedance of all active sources connected to passive devices and the value of any buildout resistor used. R +13 11015.001 16741 -18 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER SOUND REINFORCEMENT SYSTEM OCOEE, FLORIDA SECTION 16741 4) The input impedance of all active devices used to terminate passive devices and the value of any termination resistor used. 5) The variation of acoustic distribution throughout the seating area above and below a reference level at each 1/3 octave center frequency from 20 to 5000 Hz. 6) The recorded polarity of the loudspeakers. 7) The documented information for all settings in the audio mixer / processor. 8) The list of microphones tested. 9) The recorded inspection results observed for hum, noise, parasitic oscillation, and RF interference from the output of each power amplifier. 10) The unequalized house curve made with the measuring microphone. 11) The electrical response of the house -curve filters without the microphone filters. 12) The electrical response of the house -curve filters with the microphone filters. 13) The unequalized house curve made with the Audio System microphone. 14) The proximity frequencies and attenuations 15) All filter settings. 16) The factors Dc, %ALcons, D1, Ds, D2, DO, NAG, PAG, EAD and EPR for the Audio System and the room: 17) Dc = Critical distance 18) %ALcons = 656D22RT602/VQ 19) DO = Distance from the talker to the farthest listener 20) D1 = Distance from the microphone to the nearest loudspeaker 21) Ds = Distance from the microphone to the talker 22) D2 = Distance from the loudspeaker to the farthest listener 23) NAG = Needed acoustic gain 24) PAG = Potential acoustic gain 25) EAD = Equivalent acoustic distance 26) EPR = Electrical power required 27) Q = Directivity of the loudspeaker 28) RT60 = Reverberation time 29) V = Volume of room in cubic feet Equalization Filters 1) No filters shall be accepted that are not constant -K, 600 ohm filters. Any filter whose impedance changes at its resonant frequency will not be accepted. 2) Active circuit equalizers of the minimum phase band rejection type may be substituted for the constant K passive type. R +13 11015.001 16741 -19 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA C. Control SOUND REINFORCEMENT SYSTEM SECTION 16741 Upon completion of all equalization adjustments the Contractor shall permanently, in a highly professional manner, mark the equalizer with the final settings. This marking shall be permanent, highly visible and shall not damage the surface of the equalizer. Accomplish full operational test of the system to verify all system programming is correct and functions as intended. END OF SECTION 16741 16741 -20 R+13 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA SECTION 16751 - VIDEO SYSTEM PART 1 - GENERAL 1.1 RELATED SECTIONS VIDEO SYSTEM SECTION 16751 A. Comply with the requirements of Section 16701 "Common Work Results for Communications ". B. In addition to the requirements of Section 16701 comply with the following requirements: 1. Standards, Codes, References, And Regulatory Requirements a. The equipment and installation shall comply with the current or applicable provisions of the following standards, codes, references, and regulatory requirements: b. Sound System Engineering by Don & Carolyn Davis (2nd Edition, Published by Howard W. Sams & Co., Inc.) 1) UL 813 - Commercial Audio Equipment 2) UL 1410 - Television Receivers and High - Voltage Video Products 3) UL 1419 - Professional Video and Audio Equipment 4) UL 1492 - Audio -Video Products and Accessories 2. Submittals a. Shop Drawings: The Contractor shall provide complete shop drawings showing how he intends to install the Video System (hereinafter referred to as the "system "). Shop drawings shall, as a minimum, include the following: 1) A point -to -point wiring diagram showing: a) All system equipment, cabling, interconnections to other systems, etc. b) Identifiers for the various types of cable to be used. This shall include a matrix that identifies the manufacturer, model number and descriptive identifier for each cable C) Quantity of cables in each conduit d) Signal type: Provide signal type designation on all cables. Signal type shall be identified in a fashion similar to that on the contract drawings (e.g. RGBHV, S- Video, Composite, etc. for video, and data, RS -232, etc. for control). R +13 11015.001 16751 -1 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER VIDEO SYSTEM OCOEE, FLORIDA SECTION 16751 2) A block diagram for the system showing all equipment and the intended installation location for each as outlined below. 3) A plan showing how the Contractor intends on installing system conduits to provide an organized layout for separation of conduits by signal type and signal level. 4) A front elevation view of the Equipment Cabinets showing all rack mounted and shelf mounted equipment. A rear elevation view of the Equipment Cabinets showing all non -rack mounted and shelf mounted equipment. The Contractor shall show full coordination of the system equipment with equipment and materials provided as part of another section (e.g. Section 16741 — Sound Reinforcement System, etc.) 5) Plan view drawings for the Equipment Cabinets showing cable entrance areas for the various signal types and levels (i.e. video, control, etc.). If necessary, the Contractor shall show both bottom and top plan views in order to clearly show how cables enter cabinets and maintain proper separation. 6) Draft of the custom graphic control panel for the Room Combining System. Draft shall be provided with both hard -copy and PDF electronic copy. 7) Completed forms prepared by the Contractor and ready to be sent to the manufacturer for engraving requirements for all system outlet plate (wall and floor box) modular connector inserts. Spare Capacity a. The Contractor shall provide and install system equipment and materials in quantities that will provide the Owner with twenty percent (20 %) spare capacity (e.g. termination points, jacks, ports, etc.) after connection of all circuits as required by the contract documents. 4. Extra Materials Provide two (2) extra of each type of system patch cord. 1.2 DESCRIPTION OF SYSTEM: FA R +B 11015.001 Provide and install a complete Video System, as described herein and shown on the drawings, providing the following: 1. The pickup, routing, and distribution of audio program material from various audio and video sources. 2. The pickup, processing, distribution, and reproduction of video program material from various video sources. 16751 -2 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA B. System to include but not be limited to: 1. Equipment Cabinets 2. Video a. DVD Player b. Twisted Pair Video Outlets C. Twisted Pair Receiver (Rack Mounted) d. TV Tuner e. HDMI Scaler f. HDMI Matrix Switcher g. HDMI Equalizer h. Video Projector i. Motorized Projection Screen j. Video Monitor k. Video Monitor Mounting Bracket I. Video Cable M. Twisted Pair Transmitter /Receiver Cable n. Audio Cable 1.3 FUNCTIONS AND OBJECTIVES VIDEO SYSTEM SECTION 16751 A. The design and configuration of the system as installed shall allow all source signals to be routed to all target devices. The contractor shall program the system in a manner that allows all control points in the system to view any source in the system. Video a. Provide video capture from source devices b. Provide video distribution to target devices C. Provide routing and switching as necessary to send video signals through system to and from various points to meet the design intent. d. Provide video distribution to remote locations as indicated in the drawings and outlined within these specifications. e. Provide routing and switching of audio signals as required for interfacing the Video System with the Audio System. 2. Audio a. Provide audio routing and distribution to various locations both local and remote. B. The system as shown on the drawings and described herein interconnects to a variety of systems either outlined in other specification sections or provided and installed by the owner. The Installer shall be responsible for providing all equipment, cabling, patch cords and other materials necessary to transfer signals from those other systems to this system at the other system's primary equipment location unless specifically noted otherwise. The Installer shall 16751 -3 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER VIDEO SYSTEM OCOEE, FLORIDA SECTION 16751 coordinate the work of this section for the location where required signals of other systems are to be obtained and provide all equipment and materials necessary to do so. The documents describe as fully as possible the signal types and locations for these other systems. However, the Installer is ultimately responsible for providing the interconnection and processing of signals as necessary for the proper operation of the system. PART 2 - PRODUCTS 2.1 GENERAL EQUIPMENT AND MATERIALS A. Floor Mount Equipment Cabinet 1. Base shall be constructed of double formed front and rear sections; MIG welded and reinforced with 11 gauge CRS corner caster gussets. Vertical columns shall interlock with frame top and base. 2. Base shall include four (4) 3/8 -16 threaded sockets for installation of levelers. Base shall also have provisions to be permanently secured to the floor. 3. Mounting rail channel support members shall be multi- formed and MIG welded for interlocking support. 4. Panel mounting rails shall be fully adjustable front to rear. Rails shall be formed from 14 gauge CRS, zinc plated and punched on EIA pattern with .281 diameter holes on 5/8" - 5/8" - 1/2" continuous centers (2 pair supplied). 5. Manufactured to EIA standards. 6. 22.31" Width by 25" Depth by 83.125" Height with 61.25" panel mounting space. 7. Front and rear access to equipment. 8. Shall include side panels. 9. Shall include metal louvered rear door. 10. Shall include surface mount plexi -glass front door. 11. Door shall include cylinder lock, lift -pull handle, and quick release hinges. 12. Color shall be black. 13. Provide all panels as required to mount equipment, including panel for power strip and filler panels. Filler panels shall be installed to allow future addition of equipment without the need for the Owner to maintain a stock of filler panels in a separate location. Filler panels larger than three (3) racks spaces shall not be acceptable. 14. Top and bottom rack units shall be vent panels. Other spaces shall be provided with blank or vent panels as shown on the drawings. 15. Provide, in each equipment cabinet, one (1) fan tray assembly with two (2) 115 CFM fans. 16. Provide ground bus full height minus six (6) inches. Mount to back of equipment cabinet. Connect to Systems ground bus bar. 17. Provide all brackets to mount non -rack mountable equipment. 18. Provide all hardware, supports, etc. as required to mount/house all equipment called for and /or shown at each location. R +B 11015.001 16751 -4 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER VIDEO SYSTEM OCOEE, FLORIDA SECTION 16751 19. Provide additional shelves as required for each piece of equipment mounted in cabinet that requires a shelf. 20. Cabinet to include two (2) multi - outlet power strips. a. Comply with UL 1363. b. Rack mounting. C. Six, 20 -A, 120 -V ac, NEMA WD 6, Configuration 5 -20R receptacles. d. LED indicator lights for power and protection status. e. LED indicator lights for reverse polarity and open outlet ground. f. Circuit Breaker and Thermal Fusing: When protection is lost, circuit opens and cannot be reset. g. Cord connected with 15 -foot (4.5 -m) line cord. h. Rocker -type on -off switch, illuminated when in on position. i. Peak Single- Impulse Surge Current Rating: 33 kA per phase. j. Protection modes shall be line to neutral, line to ground, and neutral to ground. UL 1449 clamping voltage for all 3 modes shall be not more than 330 V. 21. Provide casters to allow equipment cabinets to be moved out of installation space far enough to gain access to rear of cabinets with adequate working space. Contractor shall provide cabling to cabinets with enough slack to allow cabinets to be properly moved. 22. Equipment Cabinets shall have 44 Rack Units (RU) of usable space. 23. Manufacturers a. Basis of Design 1) Atlas Soundolier #544 -25 equipment cabinet with top panel, side panels, plexiglass front door, rear doors, SVP19 Series Vent Panels, S19 Series Filler Panels, CFT -0 Fan Tray and CFM -2 -120 Fan Assembly; Leviton #5500 -192 Power Strips b. Acceptable Substitutions 1) Newton 2) Chatsworth 3) Middle Atlantic 2.2 VIDEO SYSTEM A. Blu -Ray Player Shall be a BD -Live Ready Blu -ray Disc Player featuring HD Audio Bit - Stream Output, HDMI 1080/24p Playback, and x.v.Color(TM) /Deep Color Features 16751 -5 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER VIDEO SYSTEM OCOEE, FLORIDA SECTION 16751 a. Blu -ray 1080/24p Playback b. Playable Media: BD -R /RE, DVD- Video /- R / -RW, R/ RW, CD, USB C. AVCHD /MP3/WMA /JPEG Playback d. BD Profile 2.0 e. HDMI with x.v.Color (TM) /Deep Color f. Included Accessories: Video cable (1), Audio cable (1), Remote control (1), Batteries (2) 3. Technical a. Video D/A Converter: 12- bit /148MHz b. Noise Reduction: Yes C. VBI WSS /CGMS -A /Closed Caption: Yes d. Deep Color: Yes e. 1080p Upscaling: Yes f. Audio D/A Converter: 192 Khz /24 -bit g. Dynamic Range Control: Yes h. HDMI Out (Audio/Video): Yes i. Component Out: Yes j. Composite Out: Yes k. Audio Out: Yes I. On- Screen Display: Yes M. GUI: Yes n. Screen Saver: Yes o. Remote Control: Yes 4. Manufacturers a. Basis of Design 1) JVC XV -BP1 b. Acceptable Substitutions 1) Sony 2) Toshiba B. Twisted Pair Video Outlets 1. Shall be a three - input/output device for transmission of HDMI, Audio, and Control signals over a single Category UTP /STP cable up to 230 feet. 2. Features a. Transmits a single link HDMI -D signal over one Category 5e, 6, 6a or 7 cable. b. Supports DDC and HDCP transmission C. Control communications is pass- through only d. Audio Routing of unbalanced stereo audio e. Supports CEC signal transmission f. Can be remotely powered. 16751 - 6 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA VIDEO SYSTEM SECTION 16751 3. Technical a. Video 1) Maximum Data Rate: 6.75 Gbps 2) Maximum Pixel Clock: 225 MHz 3) Resolution Range: 1920x0 or 1080p @ 60 Hz 8/10/12 bit color depth 4) Formats: RGB and YCbCr digital video 5) Standards: DVI 1.0, HDMI 1.3, HDCP b. Audio 1) Gain: Unbalanced output; 0 dB 2) Frequency Response: 20 Hz to 20 kHz, +/- 1 dB 3) THD + Noise: 0.03% @ 1 kHz at nominal level, 0.3% @ 20 kHz at nominal level 4) S /N: > 90 dB at maximum output (unweighted) 4. Contractor shall provide and install transmitter or receiver as required for proper system operation. 5. Equipment shall be installed using Shielded Twisted Pair (STP) cable to meet FCC Part A and CE compliance. 6. Manufacturers a. Basis of Design 1) Extron DTP HDMI 230 D Tx /Rx Twisted Pair Transmitter /Receiver or acceptable substitution C. Twisted Pair Receiver (Rack Mounted) 1. Shall be an extender that sends or receives HDMI, analog audio, and bidirectional control signals up to 230 feet of a single Category cable. The device shall be HDCP - compliant and deliver superior image quality by maintaining the digital signal path of HDTB and high resolution computer -video throughout the system. 2. Features a. Extend 1080p/60 Deep Color and 1920x1200 signals up to 230 feet. b. Compatible with Category 5e, 6, and 7 twisted pair cable. C. Bi- directional RS -232 and IR control pass- through d. Accepts additional analog stereo audio signals e. Supported HDMI specification features; HDCP compliant f. Supports EDID and HDCP transmission g. Fully compatible with twisted pair outlet plates; Remote powering of twisted pair outlet plates 3. Technical 16751 -7 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA VIDEO SYSTEM SECTION 16751 a. Video 1) Maximum Data Rate: 6.75 Gbps 2) Maximum Pixel Clock: 165 MHz 3) Resolution Range: 1920x0 or 1080p @ 60 Hz 8/10/12 bit color depth 4) Formats: RGB and YCbCr digital video 5) Standards: DVI 1.0, HDMI, HDCP 1.1 b. Audio 1) Gain: Unbalanced output; 0 dB; Balanced output +6 dB 2) Frequency Response: 20 Hz to 20 kHz, +/- 1 dB 3) THD + Noise: 0.03% @ 1 kHz at nominal level, 0.3% @ 20 kHz at nominal level 4) S /N: > 90 dB at maximum output (unweighted) 5) 4. Contractor shall provide and install transmitter or receiver as required for proper system operation. 5. Equipment shall be installed using Shielded Twisted Pair (STP) cable to meet FCC Part A and CE compliance. 6. Manufacturers a. Basis of Design 1) Extron DTP HDMI 230 Tx /RX Twisted Pair Extender or acceptable substitution D. TV Tuner 1. Shall be a compact, high performance analog cable and closed circuit TV tuner designed to provide maximum performance and control in professional AV environments. 2. Features a. Front panel, RS -232, and modulated IR control b. Save and recall configuration files via RS -232 C. Preset channel memories d. Includes remote control e. Rack - mountable f. Includes energy- efficient external universal power supply. 3. Manufactures a. Basis of Design 1) Extron AVT 100 E. HDMI Scaler 16751 -8 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA VIDEO SYSTEM SECTION 16751 1. Shall be a high - quality format converter for component video, computer graphics video, HDMI video and unbalanced stereo audio signals. It shall scale the selected video input signal to a computer graphics or HDTV output resolution, embed the audio, and output an HDMI signal. 2. Features a. HDTV Compatible. b. HDCP Compliant. C. Output Resolutions (Front Panel) - 480p, 576p, 720p, 10801, and 1080p. d. Output Resolutions (On- Screen Menu) - 480i, 480p, 5761, 576p, 720p, 10801, 1080p, VGA, SVGA, XGA, WXGA, SXGA, WSXGA, UXGA, WUXGA, NATIVE. e. Controls - Brightness, contrast, hue, saturation & sharpness. f. HDMI Input - Embedded audio or 3.5mm connector for stereo audio. g. HDTV Compatible Component Input. h. Computer Graphics Video Input - 15 -pin HD connector and 3.5mm connector for stereo audio. i. Multiple Aspect Ratio Selections - Full, overscan, underscan, letterbox & panscan. j. Control - Front panel and contact closure switching. Front panel and IR remote (included) for on- screen menu. k. Desktop Size - Compact size. 2 units can be rack mounted side -by -side in a 1 U rack space with the optional rack kit. 3. Technical a. Inputs: 1 HDMI connector; 1 UXGA on a 15 -pin HD (F) connector; 1 component video on 3 RCA connectors; 1 unbalanced stereo audio on a 3.5mm mini jack connector (for the HDMI input); 1 unbalanced stereo audio on a 3.5mm mini jack connector (for the UXGA input); 1 unbalanced stereo audio (left and right) on RCA connectors, 4dBu nominal. b. Output: 1 HDMI connector. C. Output Resolutions: 1080i, 1080p, 576i, 576p, 720p, 10801, 1080p, WXGA, WSXGA, WUXGA, 1280x800, WXGA +, SXGA +, NATIVE, VGA, SVGA, XGA, SXGA, UXGA, 4801, 480p, 1600x900. d. Output Refresh Rate: 60Hz for computer graphics resolutions, 50 /60Hz for HDTV resolutions. e. Processing Delay: 30ms approx. f. Controls: Front panel buttons, contact closure and infrared remote for menu driven OSD control, Contrast, brightness, hue, saturation and sharpness; red, green and blue; resolution, image size. g. Included Accessories: Power supply, IR remote control, 19" rack adapter. 16751 -9 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA VIDEO SYSTEM SECTION 16751 4. In addition to equipment required for the rack mounted equipment, the Contractor shall provide one (1) HDMI Scaler to the Owner as portable equipment. HDMI Scaler shall include patch cords for various signal types. 5. Manufacturers a. Basis of Design 1) Kramer VP -435 Digital Scaler or acceptable substitution F. HDMI Matrix Switcher 1. Shall be a high - performance matrix switcher for HDMI signals. It shall reclock and equalize the signal and route any input to any or all outputs simultaneously. 2. Features a. Max. Data Rate - 6.75Gbps (2.25Gbps per graphic channel). b. HDCP Compatible. C. HDTV Compatible. d. HDMI Support - 3D, Deep Color, x.v.ColorTM. 3D Pass - Through. e. Equalization & Re- Clocking to rebuild the digital signal to travel longer distances. f. Intelligent EDID Processing - Intelligent EDID handling & processing algorithm ensures Plug and Play operation for HDMI systems. g. Output Disconnect - For each output. h. Front Panel Control Lockout. i. Memory Locations - Stores multiple switches as presets to be recalled and executed when needed. j. Flexible Control Options - Front panel, IR remote, RS -232 (Windows® -based software is included), Ethernet (Windows® -based Ethernet Configuration Manager & Virtual Serial Port Manager is included). k. Worldwide Power Supply - 100 -240V AC. 3. Technical a. Inputs: 6 HDMI connectors. b. Outputs: 6 HDMI connectors. C. Bandwidth: 6.75Gbps (2.25Gbps per graphic channel). d. Compliance With HDMI Standard: Supports HDMI and HDCP. e. Resolution: Up to UXGA; 1080p. f. Controls: Front panel buttons, infrared remote control transmitter, RS -232, Ethernet. g. Included Accessories: Power cord, IR transmitter, Rack Mount. 4. Manufacturers a. Basis of Design 16751 -10 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER VIDEO SYSTEM OCOEE, FLORIDA SECTION 16751 1) Kramer VS -66H3 6x6 HDMI Matrix Switcher or acceptable substitution G. HDMI Audio De- Embedder 1. Shall be an HDMI device specifically designed to allow de- embedding of the audio signal while allowing the HDMI signal to loop through. 2. Features a. HDMI audio de- embedding with analog stereo and digital S /PDIR audio outputs. De- embeds audio with or without HDMI output connected. b. It shall have data rates up to 6.75 Gbps for compatibility with HDMI 1.3 Deep Color. C. It shall be HDCP compliant and compatible with HDTV 1080p/60 or computer video resolutions up to 1920x1200. d. Automatic input cable equalization. e. Comprehensive, real -time status LED indicators for troubleshooting and monitoring. f. Front panel USB configuration port. 3. Technical a. Maximum Data Rate: 6.75 Gbps (2.25 Gbps per color) b. Maximum Pixel Clock: 225 MHz C. Resolution Range: Up to 1920x1200 or 1080p @ 60 Hz, 12 -bit color d. Formats: RGB and YCbCr digital video e. Standards: DVI 1.0, HDMI 1.3, HDCP 1.2, EDID 1.3 f. Video Input 1) Number /Signal Type: 1 single link HDMI 2) Connectors: 1 female HDMI type A 3) Equalization: Automatic for up to -12 dB of cable loss 4) Input Cable Length: Up to 25' g. Video Output 1) Number /Signal Type: 1 single link HDMI 2) Connectors: 1 female HDMI type A 3) Input Cable Length: Up to 15' h. Audio S /N: >90 dB, balanced, at maximum output i. Audio Input 1) Source Formats: PCM, Dolby Digital 2/0, Dolby digital 2/0 Surround, Dolby digital 5.1, Dolby Digital EX, DTS Digital Surround 5.1, DTS -ES Matrix 6.1, DTS -ES Discrete 6.1 Audio Output - Analog 16751 -11 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER VIDEO SYSTEM OCOEE, FLORIDA SECTION 16751 1) Number /Signal Type: 1 stereo balanced /unbalanced 2) Connector: One 3.5 mm captive screw connector, 5 pole 3) Impedance: 50 Ohms unbalanced, 100 ohms balanced 4) Maximum Level (Hi -Z): >16 dBu, balanced; >7.8 dBV, unbalanced at 1% THD +N k. Audi Output — Digital 1) Number /Signal Type: 1 S /PDIF 2) Connectors: 1 female RCA jack 3) Impedance: 75 ohms. Control /Remote 1) USB Control Ports: 1 front panel female mini USB B 2) USB Standards: USB 2.0, low speed. 4. Manufacturers a. Extron HAE 100 or acceptable substitution H. HDMI Cable Equalizer 1. Shall be an HDMI equalizer for extending HDMI signals beyond suggested maximum distance limit of 45 feet for HDMI cables. 2. Shall be HDCP compliant ensuring display of content - protected media and interoperability with other HDP- compliant devices. 3. Features a. Resolution: Up to 1080p b. HDTV Compatible C. HDCP Compliant d. Range: 98 ft. e. Powered from HDMI source 4. Contractor shall provide and install an HDMI Cable Equalizer on each HDMI cable that exceeds 45 feet in length. 5. Manufacturers a. Kramer PT -2H HDMI Equalizer or acceptable substitution Video Projector 1. The Video Projector shall be a high - performance video processing /scaling device utilizing the Hollywood Quality Video processor designed for computer signals as well as standard or high - definition video. The Projector shall be a 6000 ANSI lumens projector designed for permanent installations. 2. Features 16751 -12 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA VIDEO SYSTEM SECTION 16751 a. Integrated RJ45 connection for connection to a LAN (10/100 base -T capability) b. High -speed wireless LAN IEEE 802.11 b /g /n capability C. Extended lamp life with eco mode technology to increase lamp life up to 4000 hours. d. Power management enabling Projector to automatically turn off when an incoming signal is not detected from any of the inputs. e. Auto Power On via the RGB (15 -pin) input connector when a signal is detected. f. Carbon savings meter 3. Technical Optical 1) Display Technology: 0.79" LCD with MLA 2) Resolution: XGA 1024 x 768 (native); WUXGA 1920 x 1200 (maximum) 3) Light Output (lumens): 6000 4) Contrast Ratio: 2000:1 with auto iris 5) Lamp Type: 330W AC / 264W economy Signal Compatibility / Connectivity 1) Scan Rate: Horizontal 15 -108 kHz / Verical 48 -120 Hz 2) Supported Video Standards: NTSC, NTSC4.43, PAL, PAL -60, PAL -M, PAL -N. SECAM 3) SD /HD Video Signal Compatibility: 1080p, 10801, 720p, 576p, 576i, 480p, 4801. 4) PC Signal Compatibility: VGA, SVGA, XGA, SXGA, SXGA +, UXGA, WUXGA. 5) Macintosh Compatible: Yes 6) Input /Output Terminals: RGB1 (15 pin; analog), RGB 2 (15 pin; analog), RGB3 (5 BNC, analog), RGB4 (HDMI w/ HDCP; digital), RGB5 (DisplayPort w/ HDCP), Video 1 (RCA), Video 2 (S/Video), Audio (mini stereo), Audio Out, Monitor Out (15 pin) 7) External Control: RS -232, IR, Wired LAN, DDC /CI, USB, Wireless LAN 8) Sync Compatibility: Separate Sync; Composite Sync; Sync on G 9) Networking: RJ -45 and Wireless LAN 10) Screen Trigger: Yes 4. Shall be provided with a lens sized for the installed location 5. Shall be provided with a remote control 6. Shall be provided with compatible structural mount. 7. Manufacturers a. Basis of Design 16751 -13 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA VIDEO SYSTEM SECTION 16751 1) NEC PA600X Digital Video Projector R +B 11015.001 1) Viewable Size (Diagonal): Available in 40, 46, 55, and 70 inch sizes 2) Panel Technology: SPVA 3) Native Resolution: 1920 x 1080 4) Backlit Type: CCFL 5) Brightness: 500 cd /m2 6) Contrast: 2000:1 minimum 7) Viewing Angle: 178 degrees vertical and horizontal 8) Response Time: 8 ms 9) Aspect Ratio: 16:9 16751 -14 CONSTRUCTION DOCUMENTS b. Acceptable Substitution 1) Proxima 2) Mitsubishi J. Motorized Projector Screen 1. Shall be an electric, wall mounted projection screen. 2. Curved aluminum extruded case in white finish. 3. Adjustable mounting brackets. 4. Sized as shown on the drawings. 5. Projection Viewing Surface: a. Video Spectra 1.5 6. Viewing Area: Audio Visual Format sized as shown on the drawings. 7. Shall be provided with control switch in locations as shown on the drawings. 8. Manufacturers a. Basis of Design 1) Da -Lite Inc. Contour Electrol with 80575 Wall Switch or acceptable substitution b. Acceptable Substitutions 1) Stewart Filmscreen 2) Draper K. Video Monitor 1. Shall be a commercial grade video monitor with built -in NTSC tuner and wall mount bracket. 2. Technical a. LCD Module R +B 11015.001 1) Viewable Size (Diagonal): Available in 40, 46, 55, and 70 inch sizes 2) Panel Technology: SPVA 3) Native Resolution: 1920 x 1080 4) Backlit Type: CCFL 5) Brightness: 500 cd /m2 6) Contrast: 2000:1 minimum 7) Viewing Angle: 178 degrees vertical and horizontal 8) Response Time: 8 ms 9) Aspect Ratio: 16:9 16751 -14 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA VIDEO SYSTEM SECTION 16751 10) Displayable Colors: More than 16.7 million b. Connectivity 1) PC /Mac Signal Compatible: Yes 2) Digital: HDMI, DVI -D, DisplayPort 3) Analog: VGA, RGBHV, S- Video, Composite 4) Audio: RCA Audio, HDMI Audio, Audio Mini -Jack 5) Provided with Digital Tuner: Yes 3. Features 1) Professional Grade construction for 24/7 usage 2) Ambient light sensor 3) Carbon footprint meter 4) Real -time clock /round - the -clock scheduling 5) Energy Star 5.0/5.1 6) Advanced cooling system 7) Sealed panel design 8) Thin bezel 9) Ethernet control and communication 10) RS -232 control and communication 11) Landscape /Portrait capable 12) Screen saver function 13) Aspect ratio control 14) OPS /Expansion slot 15) Provided with Built -In speakers 16) Provided with wireless remote 4. Sizes a. Provide and install 40" monitors. 5. Manufacturers a. Basis of Design 1) NEC "P" Series Professional Grade, High- Definition LCD Display b. Acceptable Substitutions 1) Samsung 2) LG L. Video Monitor Mounting Bracket 1. Shall be a wall mounting, landscape orientation type mount design for supporting monitors sized from 37" to 63 ". 16751 -15 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER VIDEO SYSTEM OCOEE, FLORIDA SECTION 16751 a. UL Listed b. Color: Black C. Tilt: -12 degrees d. Max Lateral Shift: 17.5" e. Max Mounting Pattern: 505 to 895 mm f. Orientation: Landscape 2. Manufacturers a. Basis of Design 1) Chief Manufacturing LTM Fusion Micro - Adjustable Tilt Mount b. Acceptable Substitution 1) Peerless 2) Premier Mounts M. Wall Mounted Preview Monitor and Wall Mount 1. Shall be an LED HDTV Display with HDMI input and integral speakers. 2. Technical a. LCD Panel 1) Type: 16" Wide Color TFT Active Matrix LCD 2) Display Area: 13.6" horizontal x 7.6" vertical; 15.6" diagonal 3) Optimum Resolution: 1366x768 4) Brightness: 220 cd /m3 5) Contrast Ratio: 500:1 6) Response Time: 8 ms 7) Backlight: White -light LED 8) Backlight Life: 30,000 hours 9) Aspect Ratio: 16:9 b. Input 1) PC: RGB analog 2) TV/Video: TV /cable, composite, component 3) Frequency: Fh: 30- 64kHz, Fv: 60 -85Hz 4) Sync: H/V separated (TTL) 5) Digital: HDMI with HDCP and audio support 6) Tuner: ATSC /NTSC /QAM 7) USB: JPEG C. Audio Output: Twi (2) 2.5 -watt integral speakers d. Compatibility 16751 -16 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA 1) PC: Up to 1360x768 @ 60 Hz 2) Mac: Up to 1360x768 VIDEO SYSTEM SECTION 16751 e. Input Signal: 4801, 480p, 720p, 20801, 1080p f. Controls 1) Side Panel Controls: Volume up /down; Channel up /down; menu, source; power. 2) Picture: Picture mode; contrast; brightness; sharpness; tint; color; screen size; wide; cinema; zoom; normal; auto adjust; clock; phase; H/V position; color temperature; dynamic contrast; film mode; noise reduction. 3. Shall be provided with wall mount for the Owner's future use. If Owner decides to have monitor wall mounted Contractor shall replace cabinet mounted shelf with vent panels. 4. Manufacturers a. Basis of Design 1) Viewsonic VT1601LED LED Permium HDTV Display with Chief Manufacturing FSR4100 Small Flat Panel Fixed Wall Mount or acceptable substitution 2.3 VIDEO CABLE A. Shall be designed for high performance transmission of HDMI digital video and audio signals. B. Shall conform to HDMI Standard Speed Cable Specifications and shall support 1920 x 1200 @ 60 Hz and 1080p/60 up to 75 feet within a cable equalizer. C. Shall be pre - connectorized by the manufacturer and shall be available in 3, 6, 12, 25, 35, 50, 75, 100, 125, 150, 175, and 200 foot lengths. Shall be by the same manufacturer and fully compatible with the system's HDMI equipment. D. Manufacturers 1. Basis of Design a. Extron Electronics HDMI Pro Series cables or acceptable substitution 2.4 TWISTED PAIR TRANSMITTER /RECEIVER CABLE A. Shall be a Category 6 shielded twisted pair (STP) cable compatible with the video equipment being installed. B. Manufacturers 16751 -17 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA 1. Basis of Design a. Extron or acceptable substitution 2.5 AUDIO CABLE A. Comply with Section 16741 — Sound Reinforcement System PART 3 - EXECUTION 3.1 GENERAL A. Comply with the requirements of Section 16701. 3.2 LABELS A. General VIDEO SYSTEM SECTION 16751 1. All equipment, control and system cabling shall be provided with permanent descriptive labels. 2. The Contractor shall provide samples of labeling with his submittals for review by the Designer. 3. Equipment and cable labels shall be noted on the Contractor's as -built drawings exactly as they are installed on the equipment or cables. B. Equipment 1. The Contractor shall provide and install permanent, engraved labels on all equipment where the original manufacturer has not already provided labels. 2. All custom, fabricated, or field assembled assemblies and equipment shall be provided with permanent engraved or non - removable silk - screened labels. The Contractor shall provide samples of labels to Designer for review and approval prior to fabrication or final installation. The Contractor shall modify labeling as required by the Designer. C. Outlet Plates 1. Shall be installed level and flush with the mounting surface. D. Cables 1. The Contractor shall provide and install a permanent, machine printed, protected label on both ends of each system cable. The label at each end of the cable shall provide the following information: a. Signal type shall be either plain English or represented by the following designators 16751 - 18 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA b c rZ e. f. VIDEO SYSTEM SECTION 16751 1) R = RGBHV video 2) V = S -Video 3) C = Composite video 4) +C = Control Room number where other end of cable is terminated Where system cables are routed between buildings the Contractor shall preface the Room Number with a Building Number Room numbers shall coincide with numbering scheme included in contract documents. Device identifier where other end of cable is terminated Device identifier shall provide a clear indication of device connected to (i.e. DVR 1, Projector 1, etc.) 3.3 TESTING A. Comply with Section 16701 "Common Work Results for Communications" B. Video 1. Test all cables for shorts, opens, and grounds. Record results. 2. Accomplish an operational test of the video signals utilizing color bars, still pictures, and motion video to demonstrate proper video signal to all video targets. 3. Visible evidence of banding, bending, blooming, chroma delay, improper convergence, hum bars, ground loops, jaggies, jitter, luma delay, retrace, signal loss, smearing, horizontal double images, vertical double images, or wrap around shall not be acceptable. The Contractor shall make system adjustments as necessary to eliminate any of these abnormalities. C. Control 1. Accomplish full operational test of the system to verify all system programming is correct and functions as intended. END OF SECTION 16751 16751 -19 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER TV DISTRIBUTION OCOEE, FLORIDA SECTION 16758 SECTION 16758 — TV DISTRIBUTION SYSTEM PART 1 - GENERAL 1.1 RELATED SECTIONS A. Comply with the requirements of Section 16701 "Common Work Results for Communications ". B. In addition to the requirements of Section 16701 comply with the following requirements: Shop Drawings 1) Signal Level Calculations: The Shop Drawings shall include the Installer's calculations for signal levels at all points of the system. a) Calculations shall be provided to show the logical connection of all equipment, devices, and cabling in the system. b) The calculations shall include the system slope as calculated on the lowest and highest transmitted channels. C) The calculations shall show the signal level (dB) for the high and low channels at: (1) The output of the head -end combiner, and (2) The input and output of each system splitter, and (3) The input and output of each distribution amplifier, and (4) The input and output of each directional coupler, and (5) The input to each system outlet, and (6) The overall loss of each section of cable (both backbone and outlet) d) The calculations shall show the rated value for each splitter and directional coupler used in the system. e) The calculations shall show a minimum of +5 db to each outlet in the system. 1.2 DESCRIPTION OF SYSTEM A. Provide and install a complete and satisfactorily functioning system providing the following: 16758- 1 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA TV DISTRIBUTION SECTION 16758 A complete and fully functional TV Distribution system providing transmission of video and associated audio signals for individual channels. In general terms, the system shall utilize an incoming cable TV feed from the local Cable TV Company, shall process source signals as necessary and as shown in the drawings, and then distribute the combined signals through a distributed cable infrastructure to the various locations throughout the facility. Distributed signals shall be maintained through the use of distribution amplifiers, splitters, taps, and a cable system designed to provide an optimal signal level at each system outlet in the facility. a. The TV Distribution system shall employ a cabling system providing homerun cables from each outlet to the local serving system's room or closet. b. Provide a video signal to each TV Distribution Outlet between 5 and 10 dbmV at the television input for all channels. C. The system bandwidth shall include all frequencies from the sub -band through the hyper -band (5 MHz to 750 MHz) Provide and install broadband distribution amplifiers, with return channel option, in locations shown on the drawings as required to provide the proper signal levels to all system outlets. B. System to include but not be limited to: 1. Horizontal Raceway System 2. Horizontal Cabling System 3. TV Outlet Faceplates with "F" type connectors 4. Splitters 5. Directional Couplers 6. Support Raceways, outlet boxes, pul identification, etc. Conform t specifications. Provide /install materials. I boxes, cabinets, pull strings, o applicable sections in these complete with all required basic 1) Equipment cabinets /racks including required fixed shelves, pull -out shelves, drawers, vent panels, blank panels, power strips, ground bus bars, etc. necessary for a complete and functional system. 2) Terminations. 3) Surge Suppression. 4) Provide and install surge suppression devices on: a) Each cable entering and leaving a building b) In other locations where required by the manufacturer or required to properly protect the equipment and the system as a whole. 16758-2 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER TV DISTRIBUTION OCOEE, FLORIDA SECTION 16758 5) Surge suppression on 120 VAC circuits shall be provided and installed by the electrical sub - contractor. b. Identification and labeling of system cabling. C. Identification and labeling of system equipment with engraved labels. d. Fireproofing e. Grounding and bonding f. System adjustments to provide a complete system with no audible, visible, or functional degradation. g. Complete system testing to the satisfaction of the Designer. h. As -Built drawings 1.3 FUNCTIONS AND OBJECTIVES A. The system shall provide for the reception and display of both black and white and color signals and associated audio at every outlet in the facility B. The system shall: 1. Meet or exceed all requirements in FCC Rules Part 76. 2. Provide a minimum signal level of +5 dBmv at each outlet for EIA Channels 02 through 116 inclusive. a. Actual transmitted channels may include both Cable TV channels as well as locally generated RF signals. The system shall be cable of transmitting all system signals within the 5 MHz to 750 MHz bandwidth. b. The difference between any two adjacent outlets shall not exceed 2 dB. Isolation between any two outlets shall be better than 28 dB in the sub -band through the super -band range (7 MHz — 300 MHz). Isolation in the hyper -band (300 MHz to 750 MHz) shall be greater than 20 dB. 3. Be capable of transmitting sub -band (7 MHz to 49 MHz) to the head - end equipment from any outlet in the facility. 4. Be designed to provide a minimum of +15 dB at the input to each system amplifier (head -end or remote). 5. Be designed to provide a minimum of 43 dB carrier -to -noise ratio and — 45 dB (0.5 %) cross - modulation level at the output of the last amplifier in the distribution system. 6. Not exceed radiation levels promulgated by the FCC. 1.4 COORDINATION PART 2 - PRODUCTS 2.1 Monitors A. Provided under Section 16751 — Video System. 16758-3 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER TV DISTRIBUTION OCOEE, FLORIDA SECTION 16758 2.2 ACTIVE DEVICES A. Broadband Indoor Wall Mount Hybrid Distribution Amplifier: 1. The hybrid amplifier shall have 43 db of operational gain and still retain low distortion characteristics. 2. The amplifier shall have -30 db input and -30 db output test points. The amplifier shall have optional plug -in flat attenuators and /or plug -in cable equalizer pads. 3. The amplifier shall have the following minimum electrical specifications: a. Frequency Range: 49 -860 Mhz b. Gain: 43 dB C. Flatness: +/- 1.0 dB d. Gain Control Range: 10 dB e. Slope Control Range: 8 dB f. Return Loss Input: 16 dB g. Return Loss Output: 16 dB h. Channel Loading: 129 i. Noise Figure: 8.5 dB j. Output Level: 36/44 dBmv k. Ctb: -60 dB I. X -Mod: -65 dB M. 2nd Order Intermod: -59 dB 4. Contractor shall field verify existing TV Distribution System in building and, if necessary to provide proper signal levels to both the Video System and the outlets associated with the new Monitors, shall provide and install a Broadband Indoor Wall Mount Hybrid Distribution Amplifier. 5. Manufacturers a. Basis of Design 1) Blonder- Tongue 86A (5800) Broadband Distribution Amplifier or acceptable substitution 2.3 PASSIVE DEVICES A. Radiation Proof Hybrid Splitters: 1. Splitters used in systems, which obtain their signals from a CATV feed, shall comply with FCC specifications concerning radiation shielding. Housings shall be sealed and weatherproofed. Splitters may be two, four, or eight port devices. 2. Specifications: a. 2 Port 1) Bandwidth: 5 — 750 MHz 16758-4 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER TV DISTRIBUTION OCOEE, FLORIDA SECTION 16758 2) Thruloss (Max): 3.5 dB (5 -500 MHz); 4.5 dB (600 -750 MHz) 3) Isolation (Min.): 27 d6 4) Return Loss: 17 dB 5) Radiation Shielding: > -80 dB b. 4 Port 1) Bandwidth: 5 — 750 MHz 2) Thruloss (Max): 7.2 dB (5 -500 MHz); 8.5 dB (600 -750 MHz) 3) Isolation (Min.): 27 dB 4) Return Loss: 18 dB 5) Radiation Shielding: > -80 dB C. 8 Port 1) Bandwidth: 5 — 750 MHz 2) Thruloss (Max): 12.0 dB (5 -500 MHz); 14.0 dB (600 -750 MHz) 3) Isolation (Min.): 27 dB 4) Return Loss: 14 dB 5) Radiation Shielding: > -80 dB 3. Manufacturers a. Basis of Design 1) Blonder- Tongue SRT Series Splitters. b. Acceptable Substitution 1) Pico Macom B. Radiation Proof Directional Couplers: 1. Directional couplers used in systems which obtain their signals from a CATV feed shall comply with FCC specifications concerning radiation shielding. Housings shall be sealed and weatherproofed. 2. Specifications: a. Frequency Range: 5 - 1000 MHz b. Tap Values: 4- 6- 9- 12- 16- 20 -24 -27 and 30 dB C. Thruloss: 3.5 - 0.5 dB dependent upon tap value d. Isolation: 18 - 40 dB dependent upon tap value e. Input Return Loss: 12 - 18 dB dependent upon tap value f. Tap Down Loss: 3 - 30 dB dependent upon tap value g. Radiation Shielding: > -80 dB 3. Manufacturers 16758-5 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER TV DISTRIBUTION OCOEE, FLORIDA SECTION 16758 a. Basis of Design 1) Blonder- Tongue model CRT Series b. Acceptable Substitution 1) Pico Macom 2.4 OUTLETS A. Wall Taps 1. Taps shall be capable of mounting in a standard electrical wall outlet box. 2. Stainless steel, feed thru. 3. Outlets to have 'F' connector for television distribution system. 4. Manufacturers a. Basis of Design 1) Blonder- Tongue Versa -Tap Series b. Acceptable Substitution 1) Pico Macom B. Jumper Cable 1. Contractor /Installer shall provide one fabricated jumper cable for each outlet to the following specification. Transformer not required for cable -ready TV's. 2. Receiving Outlets -- length 8 ft. 3. Cable: Type RG /6. 4. Connectors: Two "F" male connectors; Blonder- Tongue #BTF -56 Hex 5. Transformer: 75 to 300 ohm; Blonder Tongue #4005 6. Provide one (1) jumper cable and one transformer at each TV outlet. 7. Manufacturers a. Basis of Design 1) Blonder- Tongue b. Acceptable Substitution 1) Pico Macom 2.5 WIRE AND CABLE A. General 1. All cables shall be 100% factory swept tested to 1GHz. Certification shall be available for each reel. 16758-6 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER OCOEE, FLORIDA TV DISTRIBUTION SECTION 16758 2. If cable is used in a plenum environment it shall be UL listed for plenum application. 3. All underground or below slab cable runs shall be of the flooded type. Drop Cable 1. Non - Plenum a. RG6 Series Coaxial Cable b. NEC Type: CATV CM C. Conductor Type & Nom. DCR: 18 AWG (Solid) BC 6.5 Ohm /M' d. Insulation Type and Thickness: Gas Injected PE; .180 inches e. Shielding & % Coverage: Bifoil 100% and Alum. Braid 65% f. Jacket Type: PVC g. Nominal Capacitance: 16.2 pf /ft. h. Nominal VP: 82% i. Nominal Impedance: 75 Ohms j. Jacket Color: Black k. Manufacturers 1) Basis of Design a) West Penn #841 2) Acceptable Substitutions a) Belden b) Commscope 2. Plenum a. RG6 Series Coaxial Cable b. NEC Type: CATVP CMP C. Conductor Type & Nom. DCR: 18 AWG (Solid) BC 6.5 Ohm /M' d. Insulation Type and Thickness: Foam FEP; .170 inches e. Shielding & % Coverage: Bifoil 100% and Alum. Braid 77% f. Jacket Type: Flexible Plenum g. Nominal Capacitance: 16.2 pf /ft. h. Nominal VP: 82% i. Nominal Impedance: 75 Ohms j. Jacket Color: Ivory k. Manufacturers 1) Basis of Design a) West Penn #25841 2) Acceptable Substitutions a) Belden b) Commscope 16758-7 R +B 11015.001 CONSTRUCTION DOCUMENTS OCOEE SENIOR CENTER TV DISTRIBUTION OCOEE, FLORIDA SECTION 16758 2.6 SURGE SUPPRESSION A. Must be U.L. 497B listed and labeled. B. Input and Output Connections: 75 OHM Type F or UHF Type. C. Plug -in replaceable modular design or individually mounted units. D. Fail short /fail safe. E. Surge Capacity: 10 KA with 8 x 20µs waveform. F. Insertion Loss: 1 dB max at 900 MHz. G. Manufacturers 1. Basis of Design a. Leviton #51020 -WM or acceptable substitution. PART 3 - EXECUTION 3.1 GENERAL A. Comply with the requirements of Section 16701. 3.2 TESTING A. Comply with the requirements of Section 16701. END OF SECTION 16758 16758-8 R +B 11015.001 CONSTRUCTION DOCUMENTS ry CO w f- F- z z w:E U W z O� Lo Q O� =O �z z U W F- (n M L C9 U Z O = j Z Q U Fz< l W �zLU OU C O U `o U � L LL �w o N Q O N O 0 o 0 U E L O C O U H C9 U Z O = j Z Q U Fz< s$ W �zLU OU . a ss O O = O V) d' d' L 0�Of xa� w w w w z z z z O O O o N :5 ii :F 2 E 0 0 0 0 U U U U 0 N M v N K U U U U o O Cc � w � O ¢ 0 p 0 0 0 0 T U Z. O' Q U O C U. � W a a z u, r'. a ° 7 y' { �d ro W V 1!� -_ . , a w Z F J5 U v. U Egmmm N O N �' mFLL$g x W Z H W W 2 W � H _ (n O } f— W W W Z = J J 0 O Q O } J w O U) W. 0 4-- O J ° o NN w F— w °s a N W Z z N '. to £' W O a Ila tl _- ag e g � R � A ID o � ID mm o ID o � ID �W OR � b& g � o 3 ' �W OR � b& g � CN \ , � l ; � y , ° \ : » a } C §I o � � � \� \ -E I5a«2J ® © ƒylEwme _}5 /9 ;t CN \ , � l ; � y , ° \ : » a } C §I o � � N O o =$ O - � x F € I �<� F€ O O ILL 0 I I ®i a a 0 O O ci o � 1 a O U 3 � Y Y� d� -------- - - - - -- - I Z � �• Y9YY�5�3� � � � i U x t (D l a I I w � I WIEN p I a z O � • � � I k W g S Q W B � H � II W U q E a U Q Z Q W a U U Z £ M U Y� d� -------- - - - - -- - I Z � �• Y9YY�5�3� � � � i U x t (D l a I I w � I WIEN p I a z O � • � � I k W g S Q W B � H � II Mayo S. Scott Vandergrift City Manager Robert Frank July 8, 2013 ADDENDUM NO: ONE (1) CITY OF OCOEE Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Feller, District 4 BID #B13 -08 ISON CENTER AUDIOVISUAL IMPROVEMENTS This addendum shall modify and become a part of the original bid documents for the Ison Center Audiovisual Improvements project. This addendum consists of one 1 . page. Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided in Section 24, page 21 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. ANSWER TO BIDDER'S QUESTION RECEIVED: Q1. The Planholders List that is available on the Demandstar website does not include the electrical contractors that would be responsible for the electrical work that's required. The majority of the planholders listed are low voltage systems integrators like ourselves. Should we bid directly to the City of Ocoee and qualify that the electrical work that's required will be provided by others? If the electrical work is to be included, we need a list of the electrical contractors that will be bidding this project so that we can send them our proposal for the audio visual work. We won't be able to include the electrical work because we're a low voltage systems integrator (not high voltage). If the electrical work is to be included, please inform the other planholders via an addendum so that all of the bidders provide you with an apples to apples proposal. Al. The procurement is to furnish and install audiovisual equipment. All bidders should subnut their proposals directly to the City of Ocoee to provide and install the specified equipment. Bidders need not specify what electrical subcontractor will do the work; that can be handled at the time of building permit application. Note, however, that the installer of the AV equipment must be qualified by the manufacturer of that equipment, as noted in the project manual. 1 Z ���e -� Joyce Tolbert, CPPB Purchasing Agent cc: Al Butler, Support Services Director City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 - www.ocoee.org 150 North Lakeshore Drive Ocoee, Florida 34761 ISON CENTER AUDIOVISUAL IMPROVEMENTS PROJECT CHANGE ORDER NO. 1 DATE: July 16, 2013 The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS Net Increase (Decrease) Resulting from this CHANGE ORDER The current CONTRACT PRICE including this CHANGE ORDER Original CONTRACT COMPLETION DATE: Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS Net Increase Resulting from this CHANGE ORDER Current CONTRACT COMPLETION DATE including this CHANGE ORDER $27,498.00 $27,498.00 $5,483.00 $32,981.00 August 31, 2013 August 31, 2013 0 days August 31, 2013 CHANGES ORDERED: I. REQUIRED CHANGES This change order modifies the total cost of the project by adding two video monitors for the west wall of the large meeting room at the Ison Center. II. JUSTIFICATION The original plans for this phase of the overall project to improve the West Orange Senior Citizens and Veterans Affairs Center housed at the Tom C. Ison Center, owned and operated by the City of Ocoee, included four video monitors to support various activities using the large meeting room. In order to ensure that bid prices were acceptable, staff directed that the audiovisual system design be modified immediately prior to advertising for bids by removing two monitors proposed for the west (back) wall of the room. Given the available funding and the price bid by the Contractor, the City has elected to add those video monitors to the scope of the project. III. NARRATIVE OF NEGOTIATIONS Change order pricing is based on the original bid prices for the two video monitors included in the original bid scope of work and the cost of additional wiring, wall mounts, and other elements of the expanded work. IV. PAYMENT This change order increases the total project cost by $5,483.00. V. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract requires approval by the City Commission and execution by the Mayor. It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges, by its execution and acceptance of this Change Order, that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. Ison Center Audiovisual Improvements Project, Change Order #1 RECOMMENDED BY: CITY OF OCOEE, FLORIDA B y : p ' 1 Signature Date: Title: APPROVED BY: CITY OF OCOEE, FLORIDA S. Scott Vandergrift, Mayor ACCEPTED BY: INFINITY AV AND SECURITY, INC. By: Date: Title: Date: Signature Attest: Beth Eikenberry, City Clerk FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, APPROVED AS TO FORM AND LEGALITY THIS DAY OF 1 20 fC City Attorney APPROVED BY THE CITY OF OCOEE COMMISSION IN A MEETING HELD ON 20 UNDER AGENDA ITEM NO. Ison Center Audiovisual Improvements Project, Change Order #1