Loading...
HomeMy WebLinkAboutWINDMILL_WILLOW ROOM AUDIO VISUAL RFP (updated 4.11.2023).pdf1293492.1 DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. _______FP 23504_______ All Questions Regarding This Project Are to Be Directed To: Dannette Allen Senior Management Analyst City of Diamond Bar (909)839-7012 Andrew Chou, Mayor Stan Liu, Mayor Pro Tem Ruth M. Low, Council Member Chia Yu Teng, Council Member Steve Tye, Council Member Daniel Fox, City Manager MARCH 2023 CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. FP 23504 PREPARED BY: City of Diamond Bar Diamond Bar, CA 91765 TELEPHONE: (909) 839-7012 Electronic responses shall be submitted via the City’s secure online bidding system. All required sections of the response must be submitted via the website. Respondent is solely responsible for “on time” submission of their electronic response. The Bid Management System will not accept late submittals and no exceptions shall be made. Respondents will receive a confirmation number with a time stamp from the Bid Management System indicating that their response was submitted successfully. Bid must be received by 2:00pm on April 26, 2023. Via the City’s online Bid Management System (Planet Bids). 1293492.1 APPROVED BY CITY ENGINEER: 03/15/2023 1293492.1 TABLE OF CONTENTS ITEMS PAGES PART I - BIDDING AND CONTRACTUAL DOCUMENTS NOTICE INVITING SEALED BIDS 1 - 3 INFORMATION FOR BIDDERS 4 - 13 PROPOSAL FORM 14 - 15 BID SCHEDULE 16 - 18 LIST OF SUBCONTRACTORS 19 - 20 DECLARATION OF ELIGIBILITY TO CONTRACT 21 - 22 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 23 CONTRACTOR INDUSTRIAL SAFETY RECORD 24 AFFIDAVIT FOR CO-PARTNERSHIP FIRM 25 AFFIDAVIT FOR CORPORATION BIDDER 26 AFFIDAVIT FOR INDIVIDUAL BIDDER 27 AFFIDAVIT FOR JOINT VENTURE 28 FAITHFUL PERFORMANCE BOND 29 - 30 LABOR AND MATERIAL BOND 31 - 32 BID BOND 33 - 34 CERTIFICATE OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION 35 CERTIFICATE WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS 36 NON-COLLUSION AFFIDAVIT CONTRACT AGREEMENT PART II - GENERAL PROVISIONS 37 38-44 GP-1 – GP-11 1293492.1 TABLE OF CONTENTS (Continued) SP-1 – SP-8 TP-1 – TP-10 PART III - SPECIAL PROVISIONS PART IV - TECHNICAL PROVISIONS STATEMENT OF WORK PLANS & SPECIFICATIONS PART V - APPENDICES BILL OF MATERIALS W/ MSRP & ESTIMATED SHIP DATE SAMPLE CABLE TEST REPORT 1293492.1 PART I BIDDING AND CONTRACTUAL DOCUMENTS 1 1293492.1 CITY OF DIAMOND BAR NOTICE INVITING SEALED BIDS FOR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. ______FP 23504_____ RECEIPT OF PROPOSALS: Bid’s shall be submitted via the City’s secure online bidding system by Wednesday, April, 26, 2023 by 2:00pm. All required sections of the response must be submitted via the website. Respondent is solely responsible for “on time” submission of their electronic response. The Bid Management System will not accept late submittals and no exceptions shall be made. Respondents will receive a confirmation number with a time stamp from the Bid Management System indicating that their response was submitted successfully. The bidder is solely responsible for “on time” submission of their electronic bid. The City will only consider bids that have been transmitted successfully and have been issued an e-bid confirmation number with a time stamp from the Bid Management System indicating that bid was submitted successfully. Transmission of bids by any other means will not be accepted. Bidder shall be solely responsible for informing itself with respect to the proper utilization of the bid management system. No proposal will be considered from a Contractor who is not licensed as a Class C-7 contractor at time of award in accordance with the provisions of the Contractor’s License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The proposals will be opened electronically and made open to all bidders, immediately after the closing date and time Wednesday, April, 26, 2023 at 2:00 pm. MANDATORY JOB WALK: A mandatory job walk will be held on Wednesday, April 5, 2023 at 10:00 am at City Hall, 21810 Copley Dr. Diamond Bar CA 91765. DESCRIPTION OF WORK: The work to be performed or executed under these plans and specifications consists of and includes audio visual & production control systems upgrades; and other incidental and appurtenant work necessary for the proper construction of the contemplated improvements, as indicated on the project plans for Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project. COMPLETION OF WORK: All work shall be completed within three hundred sixty-nine (369) working days after the Notice to Proceed is issued by the City. 2 1293492.1 ENGINEER'S ESTIMATE: The Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project is estimated to cost three hundred sixty thousand dollars ($360,000), all in accordance with the provisions of the Plans, Specifications, Notices and Instructions to Bidders. OBTAINING CONTRACT DOCUMENTS: Plans, Specifications and all contract documents may be obtained via the City’s secure online bidding system (Planet Bids). PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of ten percent (10%) of the bid price payable to the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will promptly execute the contract, secure payment of Workmen's Compensation Insurance, furnish a satisfactory Faithful Performance Bond in the amount of one hundred percent (100%) of the total bid price, and a Labor and Material Bond in an amount not less than one hundred percent (100%) of the contract price. Said bonds to be secured from a surety company authorized to do business in the State of California, and subject to the approval of the City Attorney. MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine the minimum qualifications found in number 15 of the “Information for Bidders” section, pages 4 through 8. Bidders who do not meet the minimum qualifications should not submit a bid, as the bids will be considered nonresponsive. PREVAILING WAGE RATE: As required by the California Labor Code, Section 1770 et seq. the City Council of the City of Diamond Bar incorporates herein by reference the general prevailing rate of per diem wages as determined by the Director of Industrial Relations of the State of California. Copies of the prevailing rate of per diem wages are on file in the office of the City Clerk and will be made available to any interested party upon request. In accordance with the Labor Code, no workman employed upon work under this contract shall be paid less than the above referenced prevailing wage rate. A copy of said rates shall be posted at each job site during the course of construction. CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him. Any classification omitted herein shall be paid not less than the prevailing wage scale as established for similar work in the 3 1293492.1 particular area, and all overtime shall be paid at the prevailing rates as established for the particular area. Sunday and holiday time shall be paid at the wage rates determined by the Director of Industrial Relations. CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. PAYMENT: Payment will be made to the Contractor in accordance with the Specifications. CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right to reject any and all proposals or bids, should it deem this necessary for the public good, and also the bid of the bidder who has been delinquent or unfaithful in any former contract with the City of Diamond Bar. No bidder may withdraw his bid for a period of thirty (30) days after the date of the bid opening. BID AWARD: Subject to the reservations noted above, the contract will be awarded to the lowest responsible bidder. 4 1293492.1 INFORMATION FOR BIDDERS 1.PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, Latest Edition (with all supplements). All blanks on the bid form must be appropriately filled in. All bids shall be submitted electronically via the City’s secure online bidding system. It is the sole responsibility of the bidder to see that the bid is transmitted and received successfully in the proper time. Any bid received after the scheduled closing time or outside of the City’s secure online bidding system, will be returned to the bidder unopened. 2.PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered. The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5. DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the total amount shown by the bidder, the correctly added total of 5 1293492.1 the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. 6.MANDATORY JOB WALK / BIDDER'S EXAMINATION OF SITE: A mandatory job walk will be held on Wednesday, April 5, 2023 at 10:00 am, at City Hall, 21810 Copley Dr. Diamond Bar CA 91765. Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7.WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8.INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall he allow any subcontractor to commence work on this subcontract until all similar insurance issued in compliance with this section shall be issued in the form, and be an insurer of the insurers, satisfactory to and first approved by the City in writing. Certificates of Insurance in the amounts required shall be furnished by the Contractor to the City prior to the commencement of work. The Contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. 6 1293492.1 The Contractor shall maintain public liability insurance to protect said Contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and also to protect said Contractor and the City against loss from liability imposed by law, for damage to any property. Damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $2,000,000 for one person injured in the accident and in the amount of not less than $2,000,000 for more than one person injured in one accident and in the amount of not less than $1,000,000 with respect to any property damage aforesaid. The Contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the Contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payment to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. 9.INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for proposed contract is in doubt as to the true meaning of any part of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract document. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm partnership, corporation, or association under the same or different names, will not be considered. Reasonable 7 1293492.1 grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. No award will be made to any bidder who cannot give satisfactory assurance as to his ability to carry out the Contract, both from his financial rating and by reason of his previous experience as a Contractor on work of the nature contemplated in the Contract. The bidder may be required to submit his record of work of similar nature to that proposed under these specifications, and unfamiliarity with the type of work may be sufficient cause for rejection of the bid. 11.INELIGIBLE SUBCONTRACTORS: The successful bidder shall be prohibited from performing work on this project with a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code. 12.AWARD OF CONTRACT: No proposal will be considered from a Contractor who is not licensed as a Class C-7 contractor at time of award in accordance with the provisions of the Contractor’s License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The City may award the Contract to the lowest responsible bidder on the total base bid. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the Contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within ninety (90) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Public Contract Code §4104, or engage in the performance of any contract for public work, as defined in the Public Contract Code, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of Labor Code §1771.1 for an unregistered contractor to submit a bid that is authorized by Business and Professions Code § 7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided 8 1293492.1 the contractor is registered to perform public work pursuant to Labor Code § 1725.5 at the time the contract is awarded. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The prime contractor is required to post job sits as prescribed by regulation pursuant to Labor Code § 1771.4 and all contractors must secure the payment of compensation to its employees pursuant to Labor Code § 1869. 13. ALTERNATES: If alternate bids are called for, the Contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any specified alternate(s). 14.COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder including qualifications, references, proper licensing, adequate workforce and experience for the performance of the work covered by the proposal. 15. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and regularly engaged in the general class (C-7) or type of work called for under the contract. A statement setting forth his/her experience shall be submitted by each bidder on the EXPERIENCE STATEMENT form provided. In addition, the following certifications are required: •Crestron DMC-E-4K, DM-NVX-N, and DMC-D-4K Certification •Crestron Certified Gold Programmer •BiAmp Tesira Certified Programmer •Avixa CTS-D and CTS-I Bidder must have a minimum of five (5) years of experience and have completed three or more, similar projects, in the last five (5) years. 9 1293492.1 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past five years. Only projects in excess of $250,000 each qualify as similar for this project. 1. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 2. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 3. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature 10 1293492.1 Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than five (5) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1. The Contractor shall have been in business under the same name and California Contractors License for a minimum of five (5) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2. License classification shall be as required by the contract specifications. 3.The Contractor shall have five (5) years of experience in the application of Polymer Modified Asphaltic Emulsion Chip Seal. 4. The Contractor shall perform at least 50% of contract with its own forces. 16.LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any subcontractor who will perform work exceeding 1/2 of 1% of the prime contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with the bid. Any other information regarding the foregoing subcontractors that is required by City to be submitted may be submitted with the bid, or may be submitted to City up to 24 hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the initial submission of bid. 17.WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of theprovisions of Section 3700 of the Labor Code which require 11 1293492.1 compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The form of such certificate is included as part of the contract documents. 18.BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 19. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re-advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. 20."OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 21. EMPLOYMENT OF APPRENTICES: The Contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprentice able occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and 12 1293492.1 all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). 22.EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 23.WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file with the Department of Industrial Relations, Division of Labor Statistics and Research. 24.PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. Any work required within Caltrans right-of-way will require a separate permit to be obtained by the Contractor. 25.TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete the project within three hundred sixty-nine (369) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of five hundred dollars ($500.00) for each calendar day thereafter. 26.CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or 13 1293492.1 a lower tier subcontractor meeting the requirements of Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Bidder, the City will conduct a reasonable review of the Claim and provide the Bidder with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Bidder disputes the City's written statement or if the Claim is deemed rejected, the Bidder may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Bidder with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with Section 9204(c)(2)(B), unless the Bidder and City waive the mediation upon mutual written agreement. 27.CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction and services by sub-recipients, the conflict-of-interest provisions in (State LCA-24 CFR 85.36 and Non-Profit Organizations – 24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub-recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 14 1293492.1 BIDDER'S PROPOSAL CITY OF DIAMOND BAR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. FP 23504 Date , 20 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a)That the only persons or parties interested in this proposal as principals are the following: (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co-partnership, give the name, under which the co-partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b)That this proposal is made without collusion with any person, firm or corporation. (c)That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d)That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e)That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. 15 1293492.1 (f)That, if this bid is accepted, he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g)That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of DOLLARS ($ ). Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. Address of Bidder Telephone of Bidder City Zip Code Signature of Bidder 16 1293492.1 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. FP 23504 ITEM NO. ESTIMATED QUANTITY UNIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT 1 1 1 Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)→ TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): 17 1293492.1 Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is (Insert "$ cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION 18 1293492.1 I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 7028.15. 19 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT NO. FP 23504 LOCATION: 21810 Copley Dr., Diamond Bar CA 91765 CLIENT: City of Diamond Bar CONTRACTOR Which Subcontractor is No. of Office, Mail, or of Total Contract Description of Subcontract *In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, 20 1293492.1 location of the place of business, and California contractor license of each Subcontractor – who will perform work or labor or render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor’s total base bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5%)of the Prime Contractor’s total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 21 1293492.1 DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1.The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3.The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 22 1293492.1 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of ________________, 2022, at ___________________ (place of execution). Signature Name: Title: Name of Contractor: _____________________________ 23 1293492.1 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 24 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 5 CALENDAR YEARS PRIOR TO CURRENT YEAR CURRENT YEAR 2018 2019 2020 2021 2022 TOTA L 2023 No. of Contracts Total dollar amount of contracts (in 1,000’s) No. of lost workday cases No. of lost work day cases involving permanent transfer to another job or termination of *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. ________________________________ Signature ________________________________ State Contractor’s Lic. No. & Class ________________________________ _____________________________ Name of Bidder (Print) ______________________________ Address ______________________________ City Zip Code 1293492.1 Telephone 25 1293492.1 AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is a member of the co-partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co-partnership by who constitute the other members of the co-partnership. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 26 1293492.1 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is of, a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 27 1293492.1 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 28 1293492.1 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: ; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) BOND No.________________ 29 1293492.1 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful performance of the Contract. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars ($______________), this amount being not less than the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and covenants, conditions and agreements in the Contract and any alteration thereof made as therein provided, on the Principal's part to be kept and performed, all within the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and hold harmless City, its officers, agents, and others as therein provided, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 30 1293492.1 In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: __________________ "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By:___________________________ By:____________________________ Its Its By:___________________________ By:____________________________ Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in- fact must be attached. (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By:___________________________ Insurance Administrator BOND No.________________ 31 1293492.1 PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars ($________________), this amount being not less than one hundred (100%) of the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors, or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety further agrees to 32 1293492.1 pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition, or modification to the terms of the Contract or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By: ___________________________ By: ____________________________ Its Its By: ___________________________ By: ____________________________ Its Its Notary Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in- fact must be attached. (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By: ___________________________ Insurance Administrator BOND No._________________ 33 1293492.1 BID BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (“City”), has issued an invitation for bids for the work described as follows: ____________________________________________________ Project No. _____ WHEREAS (Name and address of Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Dollars($______________), being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 34 1293492.1 In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By: ___________________________ By: ____________________________ Its Its By: ___________________________ By: ____________________________ Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in- fact must be attached. (Seal) (Seal) 35 1293492.1 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1.To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3.To take affirmative steps to hire minority employees within the company. FIRM TITLE OF OFFICER SIGNING SIGNATURE DATE Please include any additional information available regarding equal opportunity employment programs now in effect within your company: 36 1293492.1 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder , proposed subcontractor , hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (COMPANY) BY: (TITLE) DATE: , 20 . NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally, only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 37 1293492.1 NON-COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) ) SS COUNTY OF ) , being first duly sworn, deposes and says that he or she is of , the party making the foregoing bid, that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited another bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contact or anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature of Bidder STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Subscribed and sworn to before me this day of ,20 . Notary Public in and for the County of , State of California 38 1293492.1 Bidder Agrees to Execute Agreement In Substantially This Form AGREEMENT The following agreement ("AGREEMENT") is made and entered into, in duplicate, as of the date executed by the Mayor and attested to by the City Clerk, by and between ____________________ hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "CITY." WHEREAS, pursuant to Notice Inviting Sealed Bids, bids were received, publicly opened, and declared on the date specified in the notice; and WHEREAS, CITY accepted the bid of CONTRACTOR __________________________ and; WHEREAS, CITY has authorized the Mayor to execute a written contract with CONTRACTOR for furnishing labor, equipment and material for the ___________________________ Project in the City of Diamond Bar. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1.GENERAL SCOPE OF WORK: CONTRACTOR shall furnish all necessary labor,tools, materials, appliances, and equipment for and do the work for the _________________________Project in the City of Diamond Bar. The work to be performed in accordance with the plans and specifications, dated (The Plans and Specifications) on file in the office of the City Clerk and in accordance with bid prices hereinafter mentioned and in accordance with the instructions of the City Engineer. 2.INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY:The Plans and Specifications are incorporated herein by reference and made a part hereof with like force and effect as if set forth in full herein. The Plans and Specifications, CONTRACTOR'S Bid dated , together with this AGREEMENT, shall constitute the contract between the parties. This AGREEMENT is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the CONTRACTOR whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this AGREEMENT, the following order of precedence shall apply: (1) This AGREEMENT; (2) The Plans and Specifications; and (3) Contractor's bid. 3.COMPENSATION: CONTRACTOR agrees to receive and accept the prices set forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. Final payment to Contractor shall be withheld 39 1293492.1 for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. 4.TERM OF CONTRACT: CONTRACTOR agrees to complete the work within______ (__) calendar days from the date of the notice to proceed. CONTRACTOR agrees further to the assessment of liquidated damages in the amount of ____________ dollars ($_____) for each calendar day the work remains incomplete beyond the expiration of the completion date. CITY may deduct the amount thereof from any monies due or that may become due the CONTRACTOR under this AGREEMENT. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 5.INSURANCE: CONTRACTOR shall not commence work under this contract untilhe has obtained all insurance required hereunder in a company or companies acceptable to CITY nor shall the CONTRACTOR allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The CONTRACTOR shall take out and maintain at all times during the life of this contract the following policies of insurance: a.Workers' Compensation Insurance: Before beginning work, theCONTRACTOR shall furnish to the CITY a certificate of insurance as proofthat he has taken out full workers' compensation insurance for all personswhom he may employ directly or through subcontractors in carrying out thework specified herein, in accordance with the laws of the State of California.Such insurance shall be maintained in full force and effect during the periodcovered by this contract. In accordance with the provisions of Section 3700 of the California LaborCode, every CONTRACTOR shall secure the payment of compensation tohis employees. The CONTRACTOR, prior to commencing work, shall signand file with the CITY a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code whichrequires every employer to be insured against liability for workers'compensation or to undertake self insurance in accordance with theprovisions of that Code, and I will comply with such provisions beforecommencing the performance of work of this contract." b.For all operations of the CONTRACTOR or any sub-contractor in performingthe work provided for herein, insurance with the following minimum limitsand coverage: 1)General Liability - $2,000,000 per occurrence for bodily injury,personal injury and property damage. If Commercial GeneralLiability insurance or other form with a general aggregate limit isused, either the general aggregate limit shall apply separately to thisAGREEMENT or the general aggregate limit shall be twice therequired occurrence limit. 2) Automobile - $1,000,000 per accident for bodily injury and propertydamage. 40 1293492.1 3)Employer's Liability - $1,000,000 per accident for bodily injury ordisease. c.Each such policy of insurance provided for in paragraph b. shall: 1)Be issued by an insurance company approved in writing by CITY,which is authorized to do business in the State of California. 2)Name as additional insured the City of Diamond Bar, its officers,agents and employees, and any other parties specified in the biddocuments to be so included; 3)Specify it acts as primary insurance and that no insurance held orowned by the designated additional insured shall be called upon tocover a loss under the policy; 4)Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not becanceled nor the amount of the coverage thereof reduced until thirty(30) days after receipt by CITY of a written notice of such cancellationor reduction of coverage." 5)Otherwise be in form satisfactory to the CITY. d.The policy of insurance provided for in subparagraph a. shall contain anendorsement which: 1)Waives all right of subrogation against all persons and entitiesspecified in subparagraph 4.c.(2) hereof to be listed as additionalinsured in the policy of insurance provided for in paragraph b. byreason of any claim arising out of or connected with the operationsof CONTRACTOR or any subcontractor in performing the workprovided for herein; 2)Provides it shall not be canceled or altered without thirty (30) days'written notice thereof given to CITY. e.The CONTRACTOR shall, prior to performing any work under thisAGREEMENT, deliver to the City Manager or his designee the originalpolicies of insurance required in paragraphs a. and b. hereof, or deliver tothe City Manager or his designee a certificate of the insurance company,showing the issuance of such insurance, and the additional insured andother provisions required herein. f.Self Insured Retention/Deductibles. All policies required by thisAGREEMENT shall allow CITY, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Owner(as the named insured) should CONTRACTOR fail to pay the SIR ordeductible requirements. The amount of the SIR or deductible shall besubject to the approval of the City Attorney and the Finance Director.CONTRACTOR understands and agrees that satisfaction of thisrequirement is an express condition precedent to the effectiveness of thisAGREEMENT. Failure by CONTRACTOR as primary insured to pay its SIR 41 1293492.1 or deductible constitutes a material breach of this AGREEMENT. Should CITY pay the SIR or deductible on CONTRACTOR’s behalf upon the CONTRACTOR’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, CITY may include such amounts as damages in any action against CONTRACTOR for breach of this AGREEMENT in addition to any other damages incurred by CITY due to the breach. 6.PREVAILING WAGE: Notice is hereby given that in accordance with theprovisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the CONTRACTOR is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21825 Copley Drive, Diamond Bar, California, and are available to any interested party on request. CITY also shall cause a copy of such determinations to be posted at the job site. CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him. CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 7.APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section1777.5 of the Labor Code, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the performance of the work. CONTRACTOR is required to make contribution to funds established for the administrative of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeship trade on such contracts and if other CONTRACTOR'S on the public works site are making such contributions. CONTRACTOR and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 8.LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day'swork for all workmen employed in the execution of this contract, and the CONTRACTOR and any sub-contractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. 42 1293492.1 CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any sub- CONTRACTOR under him, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code. 9.TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel andsubsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 10.CONTRACTOR'S LIABILITY: The CITY and its officers, agents and employees("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. CONTRACTOR shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever. CONTRACTOR will indemnify Indemnities against and will hold and save Indemnitees harmless from any and all actions, claims, damages to persons or property, penalties, obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of CONTRACTOR, its agents, employees, subcontractors or invitees provided for herein, whether or not there is concurrent passive negligence on the part of CITY. In connection therewith: a.CONTRACTOR will defend any action or actions filed in connection withany such claims, damages, penalties, obligations or liabilities and will payall costs and expenses, including attorneys' fees, expert fees and costsincurred in connection therewith. b.CONTRACTOR will promptly pay any judgment rendered againstCONTRACTOR or Indemnitees covering such claims, damages, penalties,obligations and liabilities arising out of or in connection with such work,operations or activities of CONTRACTOR hereunder, and CONTRACTORagrees to save and hold the Indemnitees harmless therefrom. c.In the event Indemnitees are made a party to any action or proceeding filedor prosecuted against CONTRACTOR for damages or other claims arisingout of or in connection with the work, operation or activities hereunder,CONTRACTOR agrees to pay to Indemnitees and any all costs andexpenses incurred by Indemnitees in such action or proceeding togetherwith reasonable attorneys' fees. Contractor's obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of CITY under any provision of this AGREEMENT, Contractor shall not be required to indemnify and hold harmless CITY for liability attributable to the active negligence of CITY, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where CITY is shown to have been actively negligent and where CITY active negligence accounts for only a 43 1293492.1 percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of CITY. So much of the money due to CONTRACTOR under and by virtue of the contract as shall be considered necessary by CITY may be retained by CITY until disposition has been made of such actions or claims for damages as aforesaid. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California. This indemnity provision shall survive the termination of the AGREEMENT and is in addition to any other rights or remedies which Indemnitees may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverage which may have been required under this AGREEMENT or any additional insured endorsements which may extend to Indemnitees. CONTRACTOR, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the CONTRACTOR regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees. 11.NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discriminationshall be made in the employment of persons in the work contemplated by this AGREEMENT because of the race, color or religion of such person. A violation of this section exposes the CONTRACTOR to the penalties provided for in Labor Code Section 1735. 12.PAYMENT FUND: A City Council resolution established a Project Payment Account, encumbered money in the current budget, and assigned that money to the Project Payment Account, which is the sole source of funds available for payment of the contract sum set forth in Section 3 of this AGREEMENT. CONTRACTOR understands and agrees that CONTRACTOR will be paid only from this special fund and if for any reason this fund is not sufficient to pay CONTRACTOR, CONTRACTOR will not be entitled to payment. The availability of money in this fund, and CITY's ability to draw from this fund, are conditions precedent to CITY's obligation to make payments to CONTRACTOR. 13.PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a sufficient description of the claim, the basis therefore and documentation in support of the claim. The claim shall be processed as more fully set forth in the Plans and Specifications. 14.TERMINATION: This AGREEMENT may be terminated by the CITY, without cause, upon the giving of a written "Notice of Termination" to CONTRACTOR at least thirty (30) days prior to the date of termination specified in the notice. Upon receipt of such notice, Contractor shall immediately cease work, unless otherwise directed by the Notice of Termination. In the event of such termination, Contractor shall be paid for services satisfactorily rendered and expenses reasonably and necessarily incurred prior to the effective date of termination, unless the Notice of Termination is issued for cause, in which event the City may withhold any disputed compensation. Contractor shall not be entitled to any claim for lost profits. State of California "CONTRACTOR'S" License No. ________________________ 44 1293492.1 CONTRACTOR'S Business Phone: CONTRACTOR'S emergency phone which can be reached at any time: IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT with all the formalities required by law on the respective dates set forth opposite their signatures. By: ______________________________________ Title: _________________________________ Date: By: Title: Date: CITY OF DIAMOND BAR, CALIFORNIA By: _____________________________________ MAYOR __________________________ Date ATTEST: By: _____________________________________ CITY CLERK __________________________ Date APPROVED AS TO FORM: _____________________________________ CITY ATTORNEY _____________________________ Date *NOTE:If Contractor is a corporation, the City requires the following signature(s): -- The Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City. 1293492.1 PART II GENERAL PROVISIONS 1293492.1 GENERAL PROVISIONS FOR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. FP 23504 1.GENERAL CONDITIONS All work shall be done in accordance with the Standard Specifications for Public Works Construction (Latest Edition and all subsequent supplements), hereinafter referred to as Standard Specifications; the State of California Department of Transportation Standard Specifications (Latest Edition and all subsequent supplements), hereinafter referred to as Caltrans Standard Specifications; Plans, Standard Construction Drawings; and these Special Provisions. 2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS Section 2. Scope and Control of Work. Section 2-1. Award and Execution of Contract is amended by the following: (a)Examination of Plans, Specifications, Special Provisions, and Site of Work: The bidder is required to examine carefully the site and the proposal, plans, specifications and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions and the Contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. (b)Proposal Form: All proposals must be made upon blank forms to be obtained from the City Clerk at City Hall, 21810 Copley Drive, Diamond Bar, California. All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, and his address shown. If the proposal is made by an individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of GP - 1 1293492.1 which the corporation was chartered and the names, titles, and business addresses of the president, secretary, and treasurer. c)Rejection of Proposals Containing Alterations, Erasures or Irregularities: Proposals may be rejected if they show any alterations or form additions not called for, conditional or alternative proposals, incomplete proposals, erasures, or irregularities of any kind. d)Bidder's Guarantee: All proposals shall be presented under sealed cover and shall be accompanied by cash, cashier's check or certified check payable to, or bidder's bond in favor of the City of Diamond Bar in an amount of not less than ten percent (10%) of the amount named in said proposal, and no proposal shall be considered unless such cash, cashier's check, certified check or bidder's bond is enclosed therewith. (e)Return of Bidder's Guarantees: Proposal guarantees will be held until the Contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. The Notice to Bidders, Proposal, bonds, Instructions to bidders, General Provisions and Detail Specifications, shall be deemed incorporated in the Contract by reference. A Corporation to which an award is made will be required, before the Contract is finally executed, to furnish evidence of its corporate existence and evidence that the officer signing the Contract and bonds for the corporation is duly authorized to do so. Subsection 2-5.1. Plans and Specifications - General, is amended by the addition of the following: An addendum to these specifications may be issued by the City at any time prior to the bid opening. Section 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General. The Contractor and all subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The Contractor, at no cost to the AGENCY, shall make any repairs or replacements made necessary by defects in materials, equipment, or workmanship that become evident within 1 year after the date of acceptance of work. Within this 1- GP - 2 1293492.1 year period, the Contractor shall also restore to full compliance with requirements of this contract any portion of the work which is found to not meet those requirements. The Contractor shall hold the AGENCY harmless from claims of any kind arising from damages due to said defects or noncompliance. The Contractor shall make all repairs, replacements, and restorations within 30 days after the date of the Engineer's written notice. 4-1.4 Test of Materials. Except as elsewhere specified, the City will bear the cost of materials testing and independent acceptance testing. The cost of all other tests, including the retesting of materials and independent acceptance testing that fails to pass the first test, shall be borne by the Contractor. Section 5. Utilities. This section is modified by addition of the following subsections. Subsection 5-1. Location. This section is amended by the addition of the following: Utility Owner and Public Agency Identifications. Utility owners and Public Agencies who may have facilities or interests, which may affect the work, are as follows: Verizon Telephone 1400 E. Phillips Boulevard Pomona, California 91766 (800) 227-2600 (DigAlert) (909)469-6354 (Office) Waste Management 13940 East Live Oak Avenue Baldwin Park, California 91706 (800) 266-7551 Valley Vista Services 16000 Temple Avenue La Puente, California 91744 (800)442-6454 Southern California Edison Co. 800 West Cienega Avenue San Dimas, California 91773 (800) 227-2600 (DigAlert) (800)684-8123 (Office) GP - 3 1293492.1 Southern California Gas Company 1919 South State College Boulevard Anaheim, California 92803 (800) 227-2600 (DigAlert) (800)427-2200 (Office) Walnut Valley Water District 271 South Brea Canyon Road Walnut, California 91789 (909) 595-7554 Pomona Unified School District 800 South Garey Avenue Pomona, California 91766 (909) 397-4800 Walnut Valley Unified School District 880 S. Lemon Ave. Walnut, CA 91789 (909) 595-1261 Time Warner Cable 1041 E. Route 66 Glendora, CA 91740 (888) 892-2253 Los Angeles County Department of Public Works 900 S. Fremont Ave. Alhambra, CA 91803-1331 Operation Services (626) 445-7630 Sewer Maintenance (800)675-4357 Los Angeles County Sheriff's Department 21695 E. Valley Blvd. Walnut, California 91789 (909) 595-2264 Los Angeles County Fire Department Station 119 20480 Pathfinder Road Diamond Bar, California 91765 (909) 861-5995 GP - 4 1293492.1 Los Angeles County Fire Department Station 121 346 Armitos Place Diamond Bar, California 91765 (909) 396-0164 Metropolitan Water – La Verne Substructures Team P.O. Box 54153 Terminal Annex Los Angeles, CA 90054 (213) 217-6679 Los Angeles County Fire Department Station 120 1051 S Grand Ave Diamond Bar, CA 91765 (323) 881-2411 (non-emergencies) 911 (emergencies) Subsection 5-2. Protection. The Contractor is hereby alerted to the existence of utility lines. The Contractor shall carefully protect all lines during the course of construction. Section 6. Order of Work. Subsection 6-1.3. Order of Work The order of work, except where otherwise specifically required by the Plans and Specifications, shall be determined by the Contractor who shall be solely responsible for coordinating all subcontract and prime contract work to minimize delays during construction. The Contractor shall schedule his work in order to be as least disruptive as possible to adjacent businesses and residents. Subsection 6-1.4. Work Hours and Sound Control. Daytime work hours shall be 7:00 a.m. to 4:00 p.m. Monday - Friday. Saturday work hours, if permitted at least one week (7 Calendar Days) in advance by the City, shall be 8:00 a.m. to 4:00 p.m. Nighttime work hours shall be 10:00 p.m. to 5:00 a.m. Monday – Friday. Nighttime work hours are not required but will be permitted at the request of the contractor with the City Engineer’s authorization. Contractor shall request nighttime work hours at GP - 5 1293492.1 least 1 week (7 calendar days) prior to beginning the proposed nighttime work operations. The Contractor shall comply with all County and local sound control and noise level rules, regulations, and ordinances which apply to any work performed pursuant to the contract, and shall make every effort to control any undue noise resulting from the construction operation. Each internal combustion engine used for any purpose on the job or related to the job shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. The Engineer reserves the right to stop work if he determines that these conditions are being violated. Section 7. Responsibilities of the Contractor in Conduct of His Work. Subsection 7-2. Labor is amended by the addition of the following: Labor Discrimination. No discrimination shall be made in the employment of such persons upon public works because of the race, color, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Chapter 11 or Part VII, Division 2 of the Labor Code in accordance with the provisions of Section 1735 thereof. Subsection 7-3.1. Contractor's Responsibility for Work. Reference is made to Section 6 - 8 of the Standard Specifications and these General Provisions. Except as provided above, until the formal acceptance of the work by the City Council, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other case, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof, except such injuries or damages occasioned by acts of the Federal Government or the public enemy. Section 7-8 Reserved Section 9. Measurement and Payment. GP - 6 1293492.1 Subsection 9-3 is modified by the addition of the following paragraphs: Payment for the various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, Exhibits, and spreadsheets including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid Schedule for the various appurtenant items of work. The Contractor agrees that the payment of the amount under the Contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City of Diamond Bar, the City Council, the City Manager, and the City Engineer of any and all claims or liability on account of work performed under the Contract or any alterations thereof. Progress Payments. The Contractor shall be entitled each month to a monthly progress payment in an amount equal to ninety-five percent (95%) of the estimated percentage of actual work completed by the end of the preceding calendar month, based on the contract price less all previous payments. Subject to the provisions of Section 22300 of the Public Contract Code, a five percent (5%) retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. In all events, the City shall withhold no less than five percent (5%) of the contract price until final completion and acceptance of the work. This payment on account shall in no way be considered as an acceptance of any part of the work or material of the Contract, nor shall it in any way govern the final estimate. Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgment by the Contractor that GP - 7 1293492.1 the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material-men. Final Payments. After the completion of the Contract, the City Engineer shall make a final inspection of the work done thereunder, and if entirely satisfactory and complete, the City shall pay to the Contractor an amount which, when added to the payments previously made and deductions allowable to the City, will equal ninety-five percent (95%) of the contract price. Thereafter the balance of the contract price remaining unpaid shall be paid thirty-five (35) calendar days after the recording of a Notice of Completion by the City. The payment of the final amount due under the Contract and the adjustment and payment for any work done in accordance with any alterations of the same shall release the City from any and all claims on account of the work performed under the Contract or any alterations thereof. Final payment to Contractor shall be withheld for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. Guarantee. The Contractor agrees for a period of one year, commencing with the Final Notice of Completion, to correct without additional charge to the City, any defects in the work performed, or in the materials furnished, by the Contractor and/or manufacturer, jointly. Quantities and Unit Prices. All pay items will be paid for at the unit prices named in the Bid Schedule for the respective items of work. The quantities of work or material stated as unit price items on the Bid Schedule are stated only to give an indication of the general scope of the work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item GP - 8 1293492.1 of work, and shall have the right to delete any Bid Item in its entirety, or to add additional Bid Items. 9-4 Final Cleanup and Closeout. Upon completion of the work, and before acceptance and final payment is made by the City, the Contractor shall clean the project site and areas occupied by him in connection with the work. All rubbish, excess materials, falsework, temporary structures, and equipment shall be removed; and all parts of the work shall be left in a neat and presentable condition. Prior to final closeout, the Contractor shall submit the following: A.A complete file of operation and maintenance manuals for equipment and materials used in the work. Such file shall be bound in hardcover, three-ring binders and shall be labeled. B. Required written guarantees. C.Complete list of subcontractors and principal vendors engaged in the execution of the work, including addresses and telephone numbers. D.Complete and updated Storm Water Pollution Prevention Plan/Water Pollution Control Plan and Contractor certification that construction activities were in compliance with applicable National Pollutant Discharge Elimination System regulations. Full compensation for conforming to the requirements of this Section shall be considered as included in the contract bid price paid for the various items of work and no additional compensation will be allowed therefor. 9-5 Final Inspection and Acceptance. The Contractor shall notify the Engineer a minimum of five working days in advance when a final inspection of the work is desired. If the Engineer agrees that the work is complete and ready for inspection, he will, as soon thereafter as possible, make the necessary examinations. No final acceptance of the work shall be allowed until all check (punch) list items to be rectified have been corrected and any subsequent final inspections have been performed. 9-6 Payment for Bid Items. See “Technical Provisions” section of these Specifications. 9-7 Public Notification. GP - 9 1293492.1 Contractor shall comply with all applicable State, County and City requirements and any additional public safety requirements which may arise in notifying the Police, Fire, Traffic and Engineering Departments, Schools and Public Transit at least 48 hours in advance of any closures, partial closures or reopening, and detours. At least ten (10) calendar days prior to commencing work, the Contractor shall submit a detailed schedule to the City for approval. Based on the schedule, the Contractor will notify businesses, bus companies, trash and street sweeping companies, and emergency services of the proposed work. The City will require the Contractor to distribute two (2) “Public Notices” to each business and residence affected by the program. The first notice shall be distributed to each business and residence ten (10) calendar days prior to the start of any work. The second notice shall be distributed at least forty-eight (48) hours prior to the start of work. Said notice shall be provided by the Contractor. The City may require the Contractor to conduct an information meeting with affected businesses and residents to explain the phasing of construction and work hours. All complaints received by the City associated with the construction alleging damage to private property and vehicles shall be responded to by the Contractor within twenty-four (24) hours of notification. Failure to comply with this provision may result in a penalty of fifty dollars ($50.00) per occurrence. The Contractor shall be responsible for maintain notification signage in a serviceable manner. Signs shall indicate the date and hours of restriction. GP - 10 1293492.1 Full compensation for conforming to the requirements of this section shall be considered as included in the price paid for various items of work involved and no additional compensation will be allowed. 9-8 NPDES Requirements. The contractor shall conform to the requirements of the National Pollutant Discharge Elimination System (NPDES) Permit for Construction Activities, NPDES No. CAS000002. The Contractor shall protect by any means all construction related materials from being discharged from the site by the forces of wind or water. Contractor and/or any subcontractors are required to place gravel bags and fabric around all storm drain inlets, and also place gravel bags around the job site, as directed by the city Engineer, to protect polluted water from running into the storm drain systems. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed. 9-9 Environmental Provisions In the event Contractor is required to dig any trench or excavation that extends deeper than 4 feet below the surface in order to perform the work authorized under this contract, Contractor agrees to promptly notify Agency in writing and before further disturbing the site, if any, of the conditions set forth below are discovered: 1.Materials that the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. 2.Subsurface or latent physical conditions at the site differing from those indicated. 3.Unknown physical condition at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in the work of the character provided for in this Contract. GP - 11 1293492.1 PART III SPECIAL PROVISIONS SP - 1 1293492.1 SPECIAL PROVISIONS FOR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. FP 23504 SPECIFICATIONS The work to be done shall be performed or executed in accordance with these Special Provisions and the "Standard Specifications for Public Works Construction", Latest Edition and all subsequent supplements, hereinafter referred to as the Standard Specifications. The Standard Specifications are published by Building News, Inc. 10801 National Boulevard, Suite 100, Los Angeles, California 90034 and are included by reference only. ADDENDA The City’s Project Manager may, without City Council approval, issue addenda to the Contract Documents during the period of advertising for bids for the purpose of: (a) revising prevailing wage scales or (b) clarifying or correcting Special Provisions, Plans or Bid Proposal; provided that any such addenda does not change the original scope and intent of the project. Purchasers of contract documents will be notified and furnished copies of such addenda, either by certified mail or personal delivery, during the period of advertising. TIME LIMIT AND NOTICE TO PROCEED All work shall be completed within three hundred sixty-nine (369) working days. A move-in period of seven (7) calendar days will be allowed starting on the date in the Notice to Proceed. The counting of working days shall start on the date the Contractor elects to start work or the last day of the move-in period, whichever occurs first. The Contractor shall utilize the move-in period to ensure that all materials required for the project will be available for the scheduled work. No additional working days will be allowed for material delay once the Contractor commences work. The Contractor shall notify the City Engineer at least seven (7) calendar days prior to the start of work. SP - 2 1293492.1 Nothing in this section will relieve the Contractor of its obligations relative to starting work as required elsewhere in these specifications. CHANGES IN THE WORK Subsection 3-2.1 of the Standard Specifications is supplemented by the following: Notwithstanding the limitation imposed by this Subsection, the City Engineer may, with City Council approval, order changes in the work which increase the contract cost by not more than ten percent (10%) of the original contract amount. CONTRACTOR'S INDUSTRIAL SAFETY RECORD All bidders will be required to submit information as to their industrial safety record on the form provided in the Bid Proposal. A review of this safety record will be made prior to a determination of the lowest responsible bidder, and any adverse finding as to the bidder's safety record or any bid submitted which does not contain the Contractor's Industrial Safety Record, filled out and signed by the Contractor, may be sufficient cause for rejection of the bid. CONSTRUCTION SCHEDULE In accordance with Subsection 6-1 of the Standard Specifications, the Contractor shall submit a written proposed construction schedule to the City Engineer ten (10) calendar days prior to the start of work. Such schedule shall be subject to the review and approval by the City Engineer. No work shall be done until the City Engineer and the Contractor have agreed to the schedule to be followed by the Contractor. WITHHELD CONTRACT FUNDS Pursuant to Section 4590 of the Government Code, the Contractor at its own expense may deposit securities pledged in favor of the Agency with a state or federally chartered bank as the escrow agent. The acceptable securities are those listed in Section 16430 of the Government Code or bank or savings and loan certificates of deposit. The amount of securities to be deposited shall be equivalent to the maximum amount permitted to be withheld as specified in Subsection 9-3.2 of the Standard Specifications. Formal acceptance of the SP - 3 1293492.1 project by the Agency terminates the Agency's interest in the securities. PUBLIC CONVENIENCE AND SAFETY In addition to the requirement of Subsection 7-10 of the Standard Specifications and the Standard Special Provisions, the Contractor shall maintain access to all adjacent properties. Furthermore, this subsection is amended and supplemented by the following paragraphs: DETOUR In no case shall traffic be diverted from the existing traveled way without prior approval of the City Engineer. TRAFFIC FLOW In order to facilitate the flow of traffic during the contractual period, the Agency reserves the right to extend the limits of the project to include any areas where signing and delineating is deemed necessary by the Engineer. Full compensation for complying with the above requirements shall be considered as included in the various items of work unless otherwise specified above. CONSTRUCTION WATER Construction water is available from the Walnut Valley Water District (WVWD) by applying for a temporary meter, which will be installed and chained to a hydrant by WVWD. Contact WVWD at telephone (909) 595-7554 to apply for construction water. Contractor to verify current charges. SANITARY CONVENIENCE Necessary sanitary facilities for the use of workman on the job shall be provided and maintained in an approved manner by the Contractor, properly secluded from public observation and in compliance with health ordinances and laws, and their use shall be strictly enforced by the Contractor. STORAGE SITE It shall be the Contractor's responsibility to locate any storage sites for materials and equipment needed and such sites either SP - 4 1293492.1 located on public or private property must be approved in advance by the City Engineer. No equipment or materials shall be stored in the public roadway right-of-way without prior written approval from the City Engineer. SPECIAL INSPECTION FEES If the Contractor elects to work under this contract more than 8 hours/day or more than 40 hours/week, Saturday, Sunday, or CITY holidays, the Contractor shall arrange with the Engineer for the required inspection service and pay the Special Inspection Fees which will be charged at the following rates: Monday through Fridays - $100.00 per hour Saturday, Sunday, Holidays - $1000.00 per day Fees may be deducted from payments due to the Contractor at the discretion of the Engineer. PRE-CONSTRUCTION MEETING The City shall arrange a pre-construction meeting with the Contractor, which shall be held a minimum of ten (10) calendar days prior to commencement of any work. COMPETENCY OF BIDDER The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California to do the type of work contemplated in the Contract and shall be skilled and regularly engaged in the general class or type of work called for under this Contract. Contractor's License Class C-7 is required for this project. BID QUANTITIES The quantities given in the Proposal and Contract form are approximate, being given as a basis for the comparison of bids only, and the city does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit any portion of the work, as may be deemed advisable or necessary by the City Engineer. CITY EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS SP - 5 1293492.1 1. AFFIRMATIVE ACTION PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY The following provisions pertaining to equal employment opportunity are incorporated into this Contract. In connection with performance of work under this Contract, the Contractor agrees as follows: a.The Contractor will not discriminate against any employee or applicant for employment because of race, color, sex, religion, ancestry or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and the employees are treated during employment, without regard to race, color, sex, religion, ancestry or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship where applicable. b.In all advertisements for labor or other personnel, or requests for employment of any nature, the Contractor shall state that all qualified applicants will receive consideration for employment of any nature, the Contractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, sex, religion, ancestry or national origin. c.In all hiring, the Contractor shall make every effort to hire qualified workers from all races and ethnic groups. d.The Contractor shall be responsible for the compilation of records of the ethnic distribution of the entire project work force on forms furnished by the Agency. Said forms, indicating the ethnic distribution of man-hours of work within the various crafts and trades, shall be filed by the Contractor with the Agency every thirty (30) days. e.The Contractor shall send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the Agency, advising the said labor union or worker's representative of the Contractor's commitments under this section. f.The Contractor shall maintain and permit access by the Agency to records of employment, employment SP - 6 1293492.1 advertisements, application forms and other pertinent data and records of the Contractor's own work force and that of the various subcontractors on the project for the purpose of investigation to ascertain compliance with this EEO section. g.Within ten (10) days after execution of the Contract by the Agency, the Contractor shall meet the following standards for affirmative compliance and shall ensure that each subcontractor on the project will meet these requirements within ten (10) days after receiving a Notice to Proceed from the Contractor, unless the Agency provides for a greater time period: (1)File with the Agency an Affirmative Action Plan indicating the steps it will take to encourage and assist qualified members of minority groups. Such affirmative action will include statements regarding recruitment, employment, compensation, promotion or demotion, and selection for training. (2)Provide evidence as required by the Agency that it has notified in writing all subcontractors, the Contractor's supervisors and other personnel officers of the content of this EEO section and their responsibilities under it. (3)Provide evidence, as required by the Agency that it has notified in writing all sources of employee referrals (including, but not limited to, unions, employment agencies and the State Department of Employment Development) of the content of this EEO section. (4)Notify the Agency in writing of any opposition to this EEO section by individuals, firms, unions or organizations. h.If the Agency has reason to believe that the Contractor or a subcontractor may have committed a violation of the EEO section of this Contract or of the California Fair Employment Practice Act or of any applicable Federal law concerning equal employment practices on this project, the Agency will cause written notice to be served on the Contractor or its representative, and to any subcontractor involved in such violation. The notice shall set forth the nature of the violation. Upon the Agency's request, SP - 7 1293492.1 the Contractor shall meet with representatives of the Agency in order to determine the means of correcting the violation and the time period within which the violation shall be corrected. If, within ten (10) days, the Contractor or subcontractor has failed or refused to remedy the violation, the Agency may notify the Fair Employment Practices Commission and pursue any other remedies, which may be available under the law. i.The Contractor shall include the provisions of the foregoing paragraphs 1a through 1h in every first tier subcontract and require each subcontractor to bind each further subcontractor with whom it has a contract to such provisions, so that such provisions will be binding upon each subcontractor who performs any of the work required by the Contract. 2. ANTI-DISCRIMINATION a.The Contractor certifies and agrees that all persons employed by the Contractor, its affiliates, subsidiaries or holding companies are and will be treated equally by the Contractor without regard to or because of race, color, sex, religion, ancestry or national origin and in compliance with State and Federal anti-discrimination laws. The Contractor further certifies and agrees that it will deal with its subcontractors, bidders and vendors without regard to or because of race, color, sex, religion, ancestry or national origin. The Contractor agrees to allow access to its employment records during regular business hours to verify compliance with the foregoing provisions when so requested by the City. b.The Contractor specifically recognizes and agrees that if the City finds that any of the foregoing provisions have been violated, the same shall constitute a material breach of Contract upon which the City may determine to cancel, terminate or suspend the Contract. While the City reserves the right to determine individually that the anti- discrimination provisions of the Contract have been violated, in addition a determination by the California Fair Employment Practices Commission or the Federal Equal Employment Opportunity Commission that the Contractor has violated State or Federal anti-discrimination laws shall constitute a finding by the City that the Contractor has violated the anti-discrimination provisions of the Contract. SP - 8 1293492.1 c.At its option, and in lieu of canceling, terminating or suspending the Contract, the City may impose damages for any violation of the anti-discrimination provisions of this section, in the amount of two hundred ($200.00) for each violation found and determined. The City and the Contractor specifically agree that the aforesaid amount shall be imposed as liquidated damages, and not as a forfeiture or penalty. It is further specifically agreed that the aforesaid amount is presumed to be the amount of damages sustained by reason of any such violation, because, from the circumstances and the nature of the violation, it is impracticable and extremely difficult to fix actual damages. 1293492.1 PART IV TECHNICAL PROVISIONS Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Statement of Work 1. Windmill Room: a. Remove and replace existing Floor Box & Wall Panel Input Plates with Crestron Digital Media Transmitters. Furnish new Cat6 Shielded Cable Runs to the Windmill AV Control Room Rack. b. Renumber existing Floor Box & Wall Panel Microphone Input Plates to correspond with new design. Furnish new Star Quad Shielded Audio Cable runs to the Windmill AV Control Room Rack. c. Install 3- Vaddio 12X and 1- Vaddio 30X RoboSHOT Cameras with Cat6 Shielded Plenum Cable Runs up to the Broadcast Control Room. d. Remove and Replace the existing Wall Mount Touch Panel with a Crestron TST-770 Wall Mount Touch Screen using a Wall Smart Retrofit Wall Mount Kit. e. Remove and replace the 2- Existing Ceiling Mounted Video Projectors and with 2- Optoma 720T Projectors. Align Projected Image to New Projection Screens. Install 2- Crestron DM-NVX Decoders at each projector with a Cat6 Cable Run to the Server Room Patch Panel. f. Install 2- Shure Wireless Omni-Directional Antennas with RG58 Coaxial Plenum Cable Runs to the Windmill AV Control Room Rack. g. Install a Louroe Ceiling Mounted Microphone with a Plenum 22/2 Shielded Cable Run to the Broadcast Control Room. h. Furnish new Shure 18” Gooseneck Mics with Desktop Base. i. Provide 3 Zones of Ceiling Loudspeakers (Loudspeakers are OFE), 1 Zone over the Council Seating Area, and 2 Zones to cover the remainder of the Willow Room. It is intended to have the levels for these Zones to be controlled separately via the Touch Panel. j. Install Plenum CAT6 Network Cable Runs to the Server Room per System Concept Diagrams. k. Furnish and install a Custom Press Panel on the Entry Door wall of the Windmill Room with 3- BNC Connectors with HD- SDI Program Output with Embedded Audio and 3- XLR Male Connectors with Program Audio Output. l. Connections shall be made per the System Concept Diagrams. m. Furnish a 3” Sleeve above Drop Ceiling to Server Room Storage Area 2. Willow Room: a. Remove and replace existing Floor Box & Wall Panel Input Plates with Crestron DigitalMedia Transmitters. Furnish new Cat6 Shielded Cable Runs to the Windmill AV Control Room Rack. b. Remove and Replace the existing Wall Mount Touch Panel with a Crestron TST-770 Wall Mount Touch Screen using a Wall Smart Retrofit Wall Mount Kit. c. Remove and replace the existing Ceiling Mounted Video Projector and with an Optoma 720T a Vendor Recommended Projector. Align Projected Image to Existing Projection Screen. Install a Crestron DM- NVX Decoder at the projector with a Cat6 Cable Run to the Server Room Patch Panel. d. Install 2- Shure Wireless Omni-Directional Antennas with RG58 Coaxial Plenum Cable Runs to the Windmill AV Control Room Rack. e. Connect OFE Ceiling Loudspeakers in a single Zone. Level to be controlled via the Touch Panel. f. Install Plenum CAT6 Network Cable Runs to the Server Room per System Concept Diagrams. g. Connections shall be made per the System Concept Diagrams. 3. Windmill AV Control Room: a. The existing Wall Mounted Vertical Equipment Rack shall be utilized to house all Rackmounted Equipment. b. All existing equipment shall be removed except for the Sennheiser Assisted Listening Transmitter and the Middle Atlantic Power Controller. c. Furnish and install the following equipment: i. Shure UA844 Wireless Antenna Distributor ii. Shure ULXD4Q Wireless Microphone Receiver iii. Totevision LED-1562HDR Rackmount Video Monitor Marshall AR-AM4-BG-2 Rackmount Audio Monitor iv. 4- Extron ASA-304 Quad Audio Summing Amplifiers v. Biamp Tesira Server I/O Chassis with I/O cards per Bill of Materials. vi. Tascam SS-250N Solid State Audio Recorder vii. Crestron CP4N Control Processor viii. Tripp Lite 48 Port RJ45 Sheilded Patch Panel with Plenum Cat6 Runs Back to Server Room Patch Panel. ix. 2- Crestron DMF-CI-8 DM-NVX Card Chassis x. 2- QSC MP-A20V 2 Channel Audio Power Amplifiers xi. Middle Atlantic UPS OL3000R Uninterruptible Power Supply xii. 1- Crestron RF Gateway xiii. 1- Crestron TST-902 Wireless Touch Panel in Charging Wall Dock xiv. Provide an HDMI Video and Balanced Audio Feed to the OFE Roland Mixer for UCC Meeting integration xv. 1- CISCO 48 Port Network Switch with 4- SFP 10G Optical Modules and 4- Plenum Multi-Mode Fiber Optic Cables to Broadcast Room Network Switch d. Install Plenum CAT6 Network Cable Runs to the Server Room per System Concept Diagrams. e. Connections shall be made per the System Concept Diagrams. 4. Lobby Area: a. Provide 2- Crestron DM-NVX Decoders located behind each of the OFE NEC 65” LED Displays with a Plenum Cat6 Cable Run to the Server Room Patch Panel. Connect HDMI output to the Display and RS-232 Control from the NVX Decoder. b. Install Plenum CAT6 Network Cable Runs to the Server Room per System Concept Diagrams. c. Connections shall be made per the System Concept Diagrams. 5. Broadcast Control Room: a. It is imperative that the current Cablecast System for rebroadcast of meetings and the associated CG Bulletin Board be kept online during the transition to the new system. b. Furnish and Install a Cablecast Video Server, Video on Demand, Live Streaming Server and Bulletin Board System per the Bill of Materials and Diagrams. c. Furnish and Install a Blackmagic Webstreaming Device for Live Streaming on YouTube, Facebook Live, Twitter, etc. The City shall furnish pertinent account credentials for the Live Streaming Services. d. Remove existing equipment rack and replace with a 2 Bay Middle Atlantic BGR-4132 vertical rack system. The new equipment racks shall be installed per the Manufacturer’s Specification and State and Local Regulations. e. Populate the new racks per the Rack Elevation drawing using existing OFE equipment and new equipment per the Bill of Materials and System Concept Diagrams. f. Provide a 24 Port Tripp Lite CAT6 Patch Panel which shall be connected via Plenum CAT6 cabling to the Server Room 48 Port CAT6 Patch Panel and ultimately, the CISCO Network Switch. g. The Production System is based on the Vaddio AV Bridge Matrix Mix equipment. Source connections shall be HDMI from the 4- Windmill Room PTZ Camera OneBridge Units, and Outputs from 2 – Crestron DM- NVX Decoders used as selectable Presentation outputs from the Windmill Room System. An HDMI feed from an OFE PC or MAC located in the Broadcast Control Room to be used for graphics and titling. h. The 4- Vaddio PTZ Camera OneBridge Units shall also feed SDI signals to the SDI Matrix Router. This will allow bypassing the Vaddio AV Bridge Matrix Mixer in the event of a failure. i. Outputs of the Vaddio AV Bridge Matrix Mixer shall be distributed and converted to various devices, e.g.: KiPro Disk Recorder, Cablecast VIO Video Server, and Cable Channel Outputs and Web- Distribution. Refer to the Concept Diagrams for system wiring specifics. j. An existing OFE Winsted Impulse Alcove Console will be repurposed as the Production Console. Two Middle Atlantic 4 RU Desk Overbridges shall be furnished to allow the mounting of VU Meters and a Windmill Room Ambient Mic Receiver. A Vaddio Teletouch 27 Multiview Production Monitor, a JVC Video Program Monitor and an OFE Computer Display fed from the KVM Switch shall be mounted on Articulating Arms to allow for ergonomic placement and viewing. The Vaddio PCC Camera Controller, the Behringer Audio Mixer, and a Wireless Keyboard and Mouse shall be located on the front surface of the Console. A pair of JBL Audio Monitors shall be located on the left and right sides of the Console, next to the Overbridge. k. A KVM Switcher located in the Vertical Rack shall allow for remote switching and control of the Cablecast Servers and potentially other system CPU’s. A City furnished 24” Display and Wireless USB Keyboard and Mouse shall be located on the Production Console. l. Remove the 6 Existing Wall Mounted Flat Panel Displays. i. Furnish a Cover Plate for the In-Wall FSR PWB- 100, and/or a Removable Trim Panel to cover the openings. m. Mount the new 55” Flat Panel Display on the Wall behind the Production Console. n. Install Cisco 24 Port Network Switch with 4- SFP 10G Optical Modules and 4- Plenum Multi-Mode Fiber Optic Cables to Windmill AV Control Room Network Switch in Vertical Equipment Rack with Plenum Fiber Optic Cable Runs to Server Room. o. Connections shall be made per the System Concept Diagrams. 6. Server Room: a. Install Cisco 48 Port Network Switch in Rack location defined by The City. b. Provide Plenum Fiber Optic Cable Runs to the Broadcast Control Room Network Switch. c. Connections shall be made per the System Concept Diagrams 7. Cabling and Connectors: a. Vaddio OneLink cabling: i. Connector: Panduit FPS6X88MTG (or equivalent) RJ45, Cat 6A Shielded Field Term Plug, 22-26 AWG ii. Cable: Liberty 24-4P-P-L6SH-XXX (or equivalent) Category 6 F/UTP EN Series 23 AWG 4 Pair Shielded Plenum Cable b. Crestron DM Cabling i. Connector: Platinum Tools ezEX®44 Shielded (or equivalent) Shielded, External Ground, CAT6 Connector ii. Cable: Liberty 24-4P-L6SH-XXX (or equivalent) Category 6 F/UTP 23 AWG 4 Pair Shielded Cable c. Network Cabling- i. Connector: Platinum Tools ezEX®44 - ezEX- RJ45® (or equivalent) CAT 6 Connector ii. Cable: Liberty 24-4P-P-L6-EN-XXX (or equivalent) Category 6 U/UTP EN Series 23 AWG 4 Pair Unshielded Plenum Cable d. Fiber Optic i. Cable: Liberty AX002SALT9QP (or equivalent) OM3 LC LC Plenum Duplex Fiber Patch Cable 10G Multimode 50/125 e. Video Coaxial Cabling i. Kings 2065-11-9 (or equivalent) BNC Plug MRG59 Crimp 3-PC Connector ii. Liberty VDM-230 (or equivalent) Gepco Brand Mini- RG59 Serial Digital Broadcast Video Cable f. Microphone Cabling i. Connectors: Neutrik (or equivalent) Solder Type Connectors. ii. Cable: Canare L-4E5AT (or equivalent) Star Quad, Aluminum Foil Shielded Cable g. Line Level Audio Cabling i. Connectors: Neutrik (or equivalent) Solder Type Connectors ii. Cable: Liberty22-1P-CMP-EZ-XXX (or equivalent) High- Performance EZ-Strip Broadcast Audio 22 AWG 1-Pair Shielded Plenum Cable h. HDMI, Computer Video and Miscellaneous Pre-Made Cabling i. Use only Crestron or Extron (or equivalent) Premium Flexible HDMI, DisplayPort, or VGA Pre-Made Cables. 8. A detailed Installed Cable spreadsheet providing Testing and Verification information. A system such as the Platinum Tools Net Chaser (P/N TNC950AR) Ethernet Speed Certifier & Network Tester (or equivalent) with Printouts of the Test Reports for all cabling shall be utilized. Bit Error Rate, Signal to Noise, Continuity & Bandwidth shall be reported. Refer to the Sample Cable Test Report attached on Pages 8-9 of this Statement of Work. 9. Cables are to be labeled using Self-Laminating wrap around labels. The Cable Label should have a unique ID number, show the Source and Destination Locations, System Names, and Pin Connection information. 10. A Commissioning and Testing Information Plan detailing end-to-end signal verification for all installed systems. This plan shall include a breakdown of each installed system or sub-system with Date of Testing, Person completing the Test, and notes as to the status of each system. 11. The Concept Diagrams included in this bid specification are not Single Line diagrams, and it is expected that the bidders shall review these Concepts along with the Bill of Materials in preparation of their response. 12. Touch Panel Graphic User Interfaces(GUI)shall be developed in conjunction with the City. All pages of the GUI need to be approved prior to implementation. All Touch Panels shall be Password protected. The GUI should allow for additional Password Protected Technical Status and Control Pages not normally accessed in daily operations. 13. The successful bidder shall prepare the following Close- Out deliverables: a. One hard-copy and two electronic copies shall be delivered. b. A detailed Project Schedule outlining milestones for implementing the project. c. An equipment list detailing Manufacturer, Model Number, Serial Number, System Location, Length and Expiration of Warranty and if applicable, IP and MAC Address information. In addition, any Username and Password Information for pertinent Servers, CPUs, and Applications used to control the system should be provided d. Single Line Diagrams for all Video, Audio, Control, Power and Network systems and Rack Elevations. Single Line Diagrams shall be in ANSI E format. e. Uncompiled and Compiled Creston Source Code for the Graphic User Interfaces and Control System. All Source Code shall become the property of the City. It is understood that the City shall make no modifications to the Source Code during the Stated Warranty Period. Any changes made to the Source Code by the successful bidder during the warranty period need to be provided to the City immediately after the execution of said changes. f. Audio Digital System Processing(DSP) Site Files shall be provided to the City. All Site Files shall become the property of the City. It is understood that the City shall make no modifications to the DSP Site Files during the Stated Warranty Period. Any changes made to the DSP Site Files by the successful bidder during the warranty period need to be provided to the City immediately after the execution of said changes. g. Backup copies of any Video Production, Video Server, Streaming Server, Network Switch configuration and/or Template files. h. A training syllabus for all installed systems to be provided to and approved by the City prior to any scheduled training. The various types of training are detailed below. i. End-User – to review basic operation of the installed systems, no more than 2 Hours ii. Technical Operator – to review all aspects of system operation 2- four hour sessions. iii. System Administrator - to review network and system configurations as well as details of system architecture. 2- four hour sessions. i. Technical Support Contact Phone numbers for normal and after business hours. j. Two versions of a Quick Reference Guide(QRG) for all systems. i. One QRG designed for Technical Operators covering Main System Configurations, System Operations, Recommended Routine Preventive Maintenance, and an overview of Troubleshooting Procedures. ii. One QRG designed for Non-Technical System Operators. highlighting typical Room Operating Procedures and Checklists for Meeting, and Broadcast Production Operations. 14. The successful bidder shall have an engineer and/or programmer familiar with the system in attendance at the 1st Two scheduled Council or Planning Commission Meetings after system installation to assist and monitor the operation and performance of the system and address any technical issues that may arise. Assume that GUI or Control System modifications may be required immediately following these meetings. 15. For up to 120 Days after these 1st Two Scheduled meetings assume that the City may request additional GUI or System changes based on usage of the system. These changes shall be grouped into up to two revision lists within the 120 days. These changes are to be factored into the base bid. Prior to City acceptance and hand-over of the completed AV, Production and Playout Systems, the successful bidder shall demonstrate that the entire system is functioning as the City intended and specifications are met for all individual devices and functional systems to the satisfaction of the City. 16. All wall penetrations between rooms must be sleeved and filled with flame retardant caulking. 17. Any wall openings must be patched and painted by the successful bidder. A paint sample shall be supplied by the City. 18. All Damaged or Chipped Acoustic Ceiling Tiles must be replaced by the successful bidder. 19. System Warranty a. Standard i. Warrant the installed AV Presentation, Production and Playout Systems in against System functionality failure within a standard one (1) year period after system acceptance (sign-off from City) The failure or issue shall be troubleshot by the Vendor with minimal to no assistance from the City. System repairs must be completed within a reasonable time frame or temporarily replaced with loaned device(s) with equivalent functionality. In the case where repairs cannot be completed within a reasonable time frame, the Vendor is to provide temporary “work around” measures with similar functionality. For (1) year after system acceptance, the Vendor shall arrange for pickup, repair and delivery of all newly installed devices or systems that fail to operate correctly. Depot services including pickup of equipment, when local repair is available, shall be included for all installed equipment for the 1 year warranty period. ii. Technical Support 1. Provide Telephone technical support for a period of 1 year after system acceptance sign- off. a. 8am – 5pm Monday through Friday. Response within 30 minutes. b. 5pm – 11pm on Meeting Days, Typically held every Tuesday of the month. Response within 10 minutes. Meetings are critical events and response to issues is imperative. 2. On-Site Technical Support a. 8am – 5pm If an issue is unable to be resolved via Telephone, it is required that a Technician be On-Site within 24 Business Hours of a reported issue. b. 5pm – 11pm on Meeting Days. If an issue is unable to be resolved via Telephone, it is required that a Technician familiar with the System be On-Site within 1 Hour of a reported issue. Meetings are critical events and On-Site response to issues is imperative. PLANS & SPECIFICATIONS CITY HALL WINDMILL, WILLOW & BROADCAST ROOMS AUDIOVISUAL & PRODUCTION UPGRADE AV-101: WINDMILL & WILLOW ROOMS PRESENTATION AUDIOVISUAL AND INPUT BOX CONCEPT DIAGRAM AV-102: WINDMILL & WILLOW ROOMS AUDIO SYSTEM CONCEPT DIAGRAM AV-103: WINDMILL & WILLOW ROOMS CONTROL SYSTEM CONCEPT DIAGRAM AV-104: BROADCAST CONTROL ROOM VIDEO & AUDIO CONCEPT DIAGRAM AV-105: BROADCAST CONTROL ROOM VIDEO SERVER & PLAYOUT SYSTEM CONCEPT DIAGRAM AV-106: BROADCAST CONTROL ROOM CHANNEL & WEB DISTRIBUTION SYSTEM CONCEPT DIAGRAM AV-107: BROADCAST CONTROL ROOM SDI MATRIX ROUTER SYSTEM CONCEPT AV-108: SYSTEM NETWORK PLAN AV-109: WINDMILL AV CONTROL & BROADCAST ROOM RACK ELEVATIONS AV-110: WINDMILL ROOM FLOOR PLAN AV-111: WILLOW ROOM FLOOR PLAN AV-112: BROADCAST CONTROL ROOM FLOOR PLAN AV-113: PRODUCTION CONSOLE PLAN DRAWN BY RICH ROSENSWEIG, VIDIFLO LLC DRAWN BY RICH ROSENSWEIG, VIDIFLO LLC DATE 4/11/2023 DATE 4/11/2023 REVISED REV 3: 4/10/2023 REVISED REV 3: 4/10/2023 DIAMOND BAR CITY HALL City of Diamond Bar 21810 Copley Drive, Diamond Bar, CA 91765 AV RACK FLOOR BOX #1 DM-RX & NVX ENC #1 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #1 DM-RX & NVX ENC #1 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FLOOR BOX #1 DM-TX#1 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #1 DM-TX#1 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #2 DM-RX & NVX ENC #2 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #2 DM-RX & NVX ENC #2 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 A5A5AUD OUT FLOOR BOX #2 DM-TX #2 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #2 DM-TX #2 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #2 DM-RX & NVX ENC #2 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45 A5AUD OUT FLOOR BOX #2 DM-TX #2 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #3 DM-RX & NVX ENC #3 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #3 DM-RX & NVX ENC #3 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 A5A5AUD OUT FLOOR BOX #3 DM-TX#3 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #3 DM-TX#3 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #3 DM-RX & NVX ENC #3 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45 A5AUD OUT FLOOR BOX #3 DM-TX#3 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S XLR3XLR3MIC INPUT 1 XLR3XLR3MIC INPUT 2 XLR3XLR3MIC INPUT 3 XLR3XLR3MIC INPUT 4 XLR3XLR3MIC INPUT 5 XLR3XLR3MIC INPUT 6 XLR3XLR3MIC INPUT 7 XLR3XLR3MIC INPUT 8 FLOOR BOX #4 DM-RX & NVX ENC #4 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #4 DM-RX & NVX ENC #4 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 A5A5AUD OUT PODIUM FLOOR BOX #4 DM-TX #4 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S PODIUM FLOOR BOX #4 DM-TX #4 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #4 DM-RX & NVX ENC #4 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45 A5AUD OUT PODIUM FLOOR BOX #4 DM-TX #4 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S XLR3XLR3MIC INPUT 9 XLR3XLR3MIC INPUT 10 FLOOR BOX #4 DM-RX & NVX ENC #5 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #4 DM-RX & NVX ENC #5 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 A5A5AUD OUT FLOOR BOX #5 DM-TX #5 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #5 DM-TX #5 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #4 DM-RX & NVX ENC #5 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45 A5AUD OUT FLOOR BOX #5 DM-TX #5 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S XLR3XLR3MIC INPUT 11 FRONT WALL BOX DM-RX & NVX ENC #6 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FRONT WALL BOX DM-RX & NVX ENC #6 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FRONT WALL BOX DM-TX #6 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FRONT WALL BOX DM-TX #6 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S XLR3XLR3MIC INPUT 12 FLOOR BOX #1 DM-RX & NVX ENC #7 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #1 DM-RX & NVX ENC #7 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FLOOR BOX #1 DM-TX#7 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #1 DM-TX#7 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #2 DM-RX & NVX ENC #8 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #2 DM-RX & NVX ENC #8 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FLOOR BOX #2 DM-TX#8 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #2 DM-TX#8 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #3 DM-RX & NVX ENC #9 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FLOOR BOX #3 DM-TX#9 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #3 DM-TX#9 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S FRONT WALL BOX #4 DM-RX & NVX ENC #10 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FRONT WALL BOX #4 DM-TX#10 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FRONT WALL BOX #4 DM-TX#10 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #5 DM-RX & NVX ENC #11 Crestron DM-NVX-E760C (PN: 6511005) In Ou t DM INPUT LAN 1RJ45SRJ45S RJ45RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FLOOR BOX #5 DM-TX#11 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #5 DM-TX#11 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626) In Ou t HDMI IN DM OUTPUTHDMI RJ45S TO TESIRA SERVER-IO IN 5-1 TO TESIRA SERVER-IO IN 5-2 TO TESIRA SERVER-IO IN 5-3 TO TESIRA SERVER-IO IN 5-4 TO TESIRA SERVER-IO IN 6-1 TO TESIRA SERVER-IO IN 6-2 TO TESIRA SERVER-IO IN 6-3 TO TESIRA SERVER-IO IN 6-4 TO TESIRA SERVER-IO IN 7-1 TO TESIRA SERVER-IO IN 7-2 TO TESIRA SERVER-IO IN 7-3 NVX DECODER #1 Crestron DM-NVX-D30C (PN: 6509501)Ou t HDMI OUT LAN HDMIHDMI RJ45RJ45 P5P5AUD OUT TO TESIRA SERVER-IO IN 8-1 NVX DECODER #2 Crestron DM-NVX-D30C (PN: 6509501) Ou t HDMI OUT LAN HDMIHDMI RJ45RJ45 P5P5AUD OUT TO TESIRA SERVER-IO IN 8-2 TO TESIRA SERVER-IO IN 1-1 TO TESIRA SERVER-IO IN 1-2 TO TESIRA SERVER-IO IN 1-3 TO TESIRA SERVER-IO IN 2-2 TO TESIRA SERVER-IO IN 2-3 TO TESIRA SERVER-IO IN 2-4 TO TESIRA SERVER-IO IN 1-4 TO TESIRA SERVER-IO IN 2-1 TO TESIRA SERVER-IO IN 3-1 TO TESIRA SERVER-IO IN 3-2 TO TESIRA SERVER-IO IN 3-3 TO TESIRA SERVER-IO IN 3-4 BLURAY PLAYER TASCAM BD-MP4KIn Ou t RS-2329D9D HDMI OUT HDMIHDMI A2A2AUD OUT TO TESIRA SERVER-IO IN 8-3 BLURAY NVX ENC #12 Crestron DM-NVX-E30C (PN: 6509497) In Ou t HDMI IN LAN 1HDMIHDMI RJ45RJ45 WI N D M I L L R O O M F L O O R A N D W A L L B O X E S WINDMILL PJ-1 NVX-DEC #4 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5 WINDMILL PJ-1 NVX-DEC #4 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45 P5COM HDMIHDMI WINDMILL PJ-1 OPTOMA ZU720T In HDMI INHDMIHDMI SERIALDB9DB9 WINDMILL PJ-1 NVX-DEC #4 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45 P5COM HDMI WINDMILL PJ-1 OPTOMA ZU720T In HDMI INHDMI SERIALDB9 WINDMILL PJ-2 NVX-DEC #5 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5 WINDMILL PJ-2 NVX-DEC #5 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45 P5COM HDMIHDMI WINDMILL PJ-2 OPTOMA ZU720T In HDMI INHDMIHDMI SERIALDB9DB9 WINDMILL PJ-2 NVX-DEC #5 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45 P5COM HDMI WINDMILL PJ-2 OPTOMA ZU720T In HDMI INHDMI SERIALDB9 WILLOW PJ-1 NVX-DEC #6 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5 WILLOW PJ-1 NVX-DEC #6 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45 P5COM HDMIHDMI WILLOW PJ-1 OPTOMA ZU720T In HDMI INHDMIHDMI SERIALDB9DB9 WINDMILL SCREEN – 1- OFE RLY1RLY1 RELAY RLY1 RELAY WINDMILL SCREEN – 1- OFE RLY1 RELAY WILLOW SCREEN – 1- OFE RLY1RLY1 RELAY RLY1 RELAY WILLOW SCREEN – 1- OFE RLY1 RELAY LOBBY LEFT DISPLAY NVX-DEC #7 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI LOBBY LEFT 65" DISPLAY NEC E656 (OFE) In HDMI IN HDMIHDMI SERIALDB9DB9 LOBBY LEFT DISPLAY NVX-DEC #7 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45 P5COM HDMI LOBBY LEFT 65" DISPLAY NEC E656 (OFE) In HDMI IN HDMI SERIALDB9 LOBBY RIGHT DISPLAY NVX-DEC #8 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI LOBBY RIGHT 65" DISPLAY NEC E656 (OFE) In HDMI IN HDMIHDMI SERIALDB9DB9 SW-1 PORT 20 <> PP-1-20 SW-1 PORT 21 <> PP-1-21 SW-1 PORT 22 <> PP-1-22 SW-1 PORT 23 <> PP-1-23 SW-1 PORT 24 <> PP-1-24 PP-1-5 <> SW-1 PORT 5 PP-1-6 <> SW-1 PORT 6 PP-1-7 <> SW-1 PORT 7 PP-1-8 <> SW-1 PORT 8 PP-1-9 <> SW-1 PORT 9 PP1-10 <> SW-1 PORT 10 PP-1-11 <> SW-1 PORT 11 PP-1-12 <> SW-1 PORT 12 PP-1-13 <> SW-1 PORT 13 PP-1-14 <> SW-1 PORT 14 PP-1-15 <> SW-1 PORT 15 PP-1-16 <> SW-1 PORT 16 PP-1-17 <> SW-1 PORT 17 PP-1-18 <> SW-1 PORT 18 WI L L O W R O O M F L O O R A N D W A L L B O X E S DMF-CI-8 DM-NVX CARD FRAME #1 (P/N: 6507968) DMF-CI-8 DM-NVX CARD FRAME #2 (P/N: 6507968) WINDMILL SCREEN – 2- OFE RLY1RLY1 RELAY RLY1 RELAY WINDMILL SCREEN – 2- OFE RLY1 RELAY AV RACK WINDMILL ROOM WILLOW ROOM LOBBY NVX DECODER #3 Crestron DM-NVX-D30C (PN: 6509501)Ou t HDMI OUT LAN HDMIHDMI RJ45RJ45 P5P5AUD OUT PP-1-19 <> SW-1 PORT 19 TOTEVISION LED-1562HDR In HDMI IN HDMIHDMI AUDIO INR2R2 AV RACK AV RACK CONFIDENCE MONITOR VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW PRESENTATION A/V & INPUT BOX CONCEPT SIZE DWG NO REV B AV-101 3 SCALE NTS SHEET 2 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW PRESENTATION A/V & INPUT BOX CONCEPT SIZE DWG NO REV B AV-101 3 SCALE NTS SHEET 2 OF 14 ZOOM CONVERTER - OFE ROLAND VR-3EX In Ou t HDMI IN 1X3M USB-BUSB OUT TO ZOOM LAPTOP PC NETWORK RJ45 TO CITY NETWORKAV ROOM NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION BiAMP Tesira Server I/OIn Ou t FROM FLOOR BOX #1 MIC-1 SLOT 1 AUDIO DIGITAL SIGNAL PROCESSOR QUAD AUDIO SUMMING AMPLIFIER #1 EXTRON ASA 304 (P/N: 60-552-20) In Ou t IN 1 SEC-4 #1 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SEC-4 #2 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SEC-4 #3 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SEC-4 #4 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SIC-4 #1 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SIC-4 #2 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SIC-4 #3 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SIC-4 #4 PH3 IN 2PH3 IN 3PH3 IN 4PH3 SLOT 2 SLOT 3 SLOT 4 SLOT 5 SLOT 6 SLOT 7 SLOT 8 SLOT 9 SLOT 10 SLOT 11 OUT 1 SOC-4 #2 PH3 OUT 2 PH3 OUT 3 PH3 OUT 4 PH3 OUT 1 SOC-4 #3 PH3 OUT 2 PH3 OUT 3 PH3 OUT 4 PH3 L/R IN 1PH5 L/R IN 2PH5 L/R IN 3PH5 L/R IN 4PH5 MONO OUT 1 PH5 MONO OUT 2 PH5 MONO OUT 3 PH5 MONO OUT 4 PH5 FROM FLOOR BOX #1 MIC-2 FROM FLOOR BOX #1 MIC-3 FROM FLOOR BOX #2 MIC-4 FROM FLOOR BOX #2 MIC-5 FROM FLOOR BOX #3 MIC-6 FROM FLOOR BOX #3 MIC-7 FROM FLOOR BOX #3 MIC-8 FROM FLOOR BOX #4 MIC-9 FROM FLOOR BOX #4 MIC-10 FROM FLOOR BOX #5 MIC-11 FROM FRONT WALL BOX MIC-12 FROM WINDMILL FLOOR BOX #1 DM-RX & NVX ENC #1 FROM WINDMILL FLOOR BOX #2 DM-RX & NVX ENC #2 FROM WINDMILL FLOOR BOX #3 DM-RX & NVX ENC #3 FROM WINDMILL FLOOR BOX #4 DM-RX & NVX ENC #4 FROM WINDMILL FLOOR BOX #5 DM-RX & NVX ENC #5 FROM WINDMILL FRONT WALL BOX DM-RX & NVX ENC #6 FROM WILLOW FLOOR BOX #1 DM-RX & NVX ENC #7 FROM WILLOW FLOOR BOX #2 DM-RX & NVX ENC #8 FROM WILLOW FLOOR BOX #3 DM-RX & NVX ENC #9 FROM WILLOW FRONT WALL BOX #4 DM-RX & NVX ENC #10 FROM WILLOW FLOOR BOX #5 DM-RX & NVX ENC #11 FROM BLURAY NVX ENC #12 FROM SYSTEM DECODER #1 FROM SYSTEM DECODER #2 QUAD AUDIO SUMMING AMPLIFIER #2 EXTRON ASA 304 (P/N: 60-552-20) In Ou t L/R IN 1PH5PH5 L/R IN 2PH5PH5 L/R IN 3PH5PH5 L/R IN 4PH5PH5 MONO OUT 1 PH5PH5 MONO OUT 2 PH5PH5 MONO OUT 3 PH5PH5 MONO OUT 4 PH5PH5 QUAD AUDIO SUMMING AMPLIFIER #3 EXTRON ASA 304 (P/N: 60-552-20) In Ou t L/R IN 1PH5 L/R IN 2PH5 L/R IN 3PH5 L/R IN 4PH5 MONO OUT 1 PH5 MONO OUT 2 PH5 MONO OUT 3 PH5 MONO OUT 4 PH5 QUAD AUDIO SUMMING AMPLIFIER #4 EXTRON ASA 304 (P/N: 60-552-20) In Ou t L/R IN 1PH5PH5 L/R IN 2PH5PH5 L/R IN 3PH5PH5 L/R IN 4PH5PH5 MONO OUT 1 PH5PH5 MONO OUT 2 PH5PH5 MONO OUT 3 PH5PH5 MONO OUT 4 PH5PH5 AVB AUDIO PRIMARY RJ45 SLOT 12 SVC-2 SLOT 13 AVB-1 SLOT 14 SNC-1 VoIP RJ45 LAN PRIMARY RJ45 AUDIO TO BROADCAST ROOM SOLID STATE AUDIO RECORDER TASCAM SS-R250NIn Ou t AUD IN CH 1 AUD OUT CH 1X3M X3F AUD OUT CH 2 X3F FROM TASCAM AUDIO RECORDER AUD IN CH 2X3M TO AUDIO SUMMING AMP #4 CH 3 L/R IN RACKMOUNT AUDIO MONITOR MARSHALL AR-AM4-BG-2 In Ou t AUD IN 1/L AUD OUT CH 1X3M X3F AUD OUT CH 2 X3FAUD IN 1/RX3M AUD OUT CH 1 RCA AUD OUT CH 2 RCA AUD IN 2/LX3M AUD IN 2/RX3M ASSISTIVE LISTENING SYSTEM - OFE SENNHEISER SI-1015 In Ou t AUD IN CH 1 ANT OUT AX3M BNC ANT OUT B BNCAUD IN CH 2X3M AUDIO TO PRESS PANEL (See Detail) TO SENNHEISER SZI-1015 RF RADIATORS ZOOM CONVERTER - OFE ROLAND VR-3EX In Ou t AUD IN CH 1X3M USB-BUSB OUT TO ZOOM LAPTOP PC OUT 1 SOC-4 #1 PH3 OUT 2 PH3 OUT 3 PH3 OUT 4 PH3 AUDIO POWER AMPLIFIER #1 QSC MP-A20VIn Ou t 70V OUT CH 1 PHX4 70V OUT CH 2 PHX4 AUD IN CH 1PHX3 AUD IN CH 2PHX3 AUDIO POWER AMPLIFIER #2 QSC MP-A20VIn Ou t 70V OUT CH 1 PHX4 70V OUT CH 2 PHX4 AUD IN CH 1PHX3 AUD IN CH 2PHX3 TO WINDMILL ROOM CEILING SPEAKERS ZONE 1 TO WINDMILL ROOM CEILING SPEAKERS ZONE 2 TO WINDMILL ROOM CEILING SPEAKERS ZONE 3 TO WILLOW ROOM CEILING SPEAKERS PRESS PANEL DETAIL WIRELESS MIC RECEIVER SHURE ULXD4Q QUAD CH WRLS MIC RX In Ou t ANT A LAN BNC RJ45 X3FAUD OUT 1 ANT BBNC X3FAUD OUT 2 X3FAUD OUT 3 X3FAUD OUT 4 PP-1-26 <> SW-1 PORT 26 PP-1-25 <> SW-1 PORT 25 TO CITY NETWORK – VoIP LINE NETWORK RJ45 TO CITY NETWORK CITY OF DIAMOND BAR WINDMILL & WINDMILL ROOM AV UPGRADE AUDIO SYSTEM & PRESS PANEL CONCEPT DIAGRAM AUDIO DISTRIBUTION AMPLIFIER RDL ST-DA3In Ou t AUD INS1 AUD OUT 1 S1 AUD OUT 2 S1 AUD OUT 3 S1 DEVICE IS LOCATED BEHIND THE PRESS PANEL IN A LOW VOLTAGE 3- GANG OPENING. IT IS POWERED FROM A 24VDC POWER SUPPLY IN THE AV CONTROL ROOM & 16 GAGE 2- CONDUCTOR CABLE. SDI VIDEO DISTRIBUTION AMPLIFIER BZBGEAR BG-DA-12GS1x4 In Ou t SDI INBNC SDI OUT 1 BNC SDI OUT 2 BNC SDI OUT 3 BNC SDI OUT 4 BNC DEVICE IS LOCATED BEHIND THE PRESS PANEL IN A LOW VOLTAGE 3- GANG OPENING. IT IS POWERED FROM A 12VDC POWER SUPPLY IN THE AV CONTROL ROOM & 16 GAGE 2- CONDUCTOR CABLE. PRESS PANEL LINE-LEVEL AUDIO HD-SDI VIDEO w/ EMBEDDED AUDIO FROM TESIRA SERVER I/O SLOT 11/OUT 3 FROM BROADCAST ROOM SDI PROGRAM DISTRIBUTION AUDIO DISTRIBUTION AMPLIFIER RDL ST-DA3In Ou t AUD INS1 AUD OUT 1 S1 AUD OUT 2 S1 AUD OUT 3 S1 DEVICE IS LOCATED BEHIND THE PRESS PANEL IN A LOW VOLTAGE 3- GANG OPENING. IT IS POWERED FROM A 24VDC POWER SUPPLY IN THE AV CONTROL ROOM & 16 GAGE 2- CONDUCTOR CABLE. SDI VIDEO DISTRIBUTION AMPLIFIER BZBGEAR BG-DA-12GS1x4 In Ou t SDI INBNC SDI OUT 1 BNC SDI OUT 2 BNC SDI OUT 3 BNC SDI OUT 4 BNC DEVICE IS LOCATED BEHIND THE PRESS PANEL IN A LOW VOLTAGE 3- GANG OPENING. IT IS POWERED FROM A 12VDC POWER SUPPLY IN THE AV CONTROL ROOM & 16 GAGE 2- CONDUCTOR CABLE. PRESS PANEL LINE-LEVEL AUDIO HD-SDI VIDEO w/ EMBEDDED AUDIO FROM TESIRA SERVER I/O SLOT 11/OUT 3 FROM BROADCAST ROOM SDI PROGRAM DISTRIBUTION AV RACK AV RACK AV RACK AV RACK AV RACK AV RACK AV ROOM AV RACK AV RACK AV RACK AV RACK AV RACK WINDMILL ROOM WILLOW ROOM VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW ROOM AUDIO CONCEPT SIZE DWG NO REV B AV-102 3 SCALE NTS SHEET 3 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW ROOM AUDIO CONCEPT SIZE DWG NO REV B AV-102 3 SCALE NTS SHEET 3 OF 14 USE EXISTING OFE 70V CEILING LOUDSPEAKERS VERIFY COUNT AND NEW TAP VALUES IN FIELD NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION AV ROOM WINDMILL RM BROADCAST CONSOLE WILLOW RM WINDMILL PJ-1 NVX-DEC #3 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI WINDMILL PJ-1 OPTOMA ZU720T In HDMI INHDMIHDMI SERIALDB9DB9 WINDMILL PJ-2 NVX-DEC #4 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI WINDMILL PJ-2 OPTOMA ZU720T In HDMI INHDMIHDMI SERIALDB9DB9 WILLOW PJ-1 NVX-DEC #6 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI WILLOW PJ-1 OPTOMA ZU720T In HDMI INHDMIHDMI SERIALDB9DB9 WINDMILL SCREEN – 1- OFE RLY1RLY1 RELAY RLY1 RELAY WINDMILL SCREEN – 1- OFE RLY1 RELAY WINDMILL SCREEN – 2- OFE RLY1RLY1 RELAY RLY1 RELAY WINDMILL SCREEN – 2- OFE RLY1 RELAY WILLOW SCREEN – 1- OFE RLY1RLY1 RELAY DENOTES CONNECTION THROUGH PATCH PANELS & TO NETWORK SWITCH LOBBY LEFT DISPLAY NVX-DEC #7 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI LOBBY LEFT 65" DISPLAY NEC E656 (OFE) In HDMI IN HDMIHDMI SERIALDB9DB9 LOBBY RIGHT DISPLAY NVX-DEC #8 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI LOBBY RIGHT 65" DISPLAY NEC E656 (OFE) In HDMI IN HDMIHDMI SERIALDB9DB9 SW-1 PORT 22 <> PP1-22 SW-1 PORT 23 <> PP1-23 SW-2 PORT 2 <> PP-2-2 SW-1 PORT 24 <> PP1-24 SW-1 PORT 25 <> PP1-25 SW-1 PORT 26 <> PP1-26 BLURAY PLAYER TASCAM BD-MP4KIn RS232DB9DB9 CONTROL PROCESSOR Crestron CP4N (PN: 6511817) In Ou t COM 1 PHX5PHX5 COM 2 PHX5PHX5 COM 3 PHX3PHX3 COM 4 PHX3PHX3 COM 5 PHX3PHX3 IR 1 PHX2PHX2 RF GATEWAY CRESTRON CEN-GWEXER (P/N: 6507326) In Ou t LAN ANTENNAD1D1 WINDMILL FRONT WALL TOUCH PANEL CRESTRON TSW-770-B-S (P/N: 6510814) In LAND1D1 WINDMILL FRONT WALL TOUCH PANEL CRESTRON TSW-770-B-S (P/N: 6510814) In LAND1 WILLOW FRONT WALL TOUCH PANEL CRESTRON TSW-770-B-S (P/N: 6510814) In LAND1D1 WILLOW FRONT WALL TOUCH PANEL CRESTRON TSW-770-B-S (P/N: 6510814) In LAND1 WINDMILL DOCKING WIRELESS TOUCH PANEL CRESTRON TST-902 (P/N: 6508349) In INTERNAL ANTENNA SOLID STATE AUDIO RECORDER TASCAM SS-R250NIn RS232 DB9 LAN RJ45RJ45 AUDIO DSP BiAMP TESIRA SERVER I/OIn LANRJ45RJ45 BROADCAST ROOM CONTROL COMPUTER X PANEL & SYSTEM CONTROL OFE COMPUTERIn LANRJ45RJ45 WIRLESS MIC RECEIVER SHURE ULXD4QIn LANRJ45RJ45 RELAY 3 PHX2PHX2 RELAY 4 PHX2PHX2 RELAY 5 PHX2PHX2 RELAY 6 PHX2PHX2 RELAY 7 PHX2PHX2 RELAY 8 PHX2PHX2 RELAY 1 PHX2PHX2 RELAY 2 PHX2PHX2 SW-2 PORT 3 <> PP-2-3 SW-2 PORT 4 <> PP-2-4 SW-2 PORT 13 <> PP-2-13 SW-1 PORT 25 <> PP-1-25 SW-1-PORT 26 <> PP-2-26 PP-1-1 <> SW-1 PORT 1 DM NVX CONTROLLER CRESTRON DM-NVX-DIR-80 (P/N: 6508605) In LAND1D1 SW-2 PORT 1 <> PP-2-1 SW-x PORT x <> PP-x-x 2 RELAYS USED FOR EACH PROJECTION SCREEN UP/DOWNAV RACK AV RACK AV RACK AV RACK AV RACK AV RACK BROADCAST ROOM WINDMILL ROOM WILLOW ROOM LOBBY BROADCAST CONSOLE BROADCAST ROOM TOUCH PANEL CRESTRON TS-770-B-S (P/N: 6510820) In LANRJ45RJ45 SW-2 PORT 11 <> PP-2-11 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW ROOMS CONTROL SYSTEM CONCEPT SIZE DWG NO REV B AV-103 3 SCALE NTS SHEET 4 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW ROOMS CONTROL SYSTEM CONCEPT SIZE DWG NO REV B AV-103 3 SCALE NTS SHEET 4 OF 14 NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION BRDCST CONSOLE BRDCST CONSOLE BRDCST CONSOLE BRDCST CONSOLE CEILING NORTH WALL PTZ CAM #1 VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W) Ou t OneLINK RJ45 RJ45SRJ45SOneLINK RJ45 RJ45S NORTH WALL PTZ CAM #1 OneLINK RX VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W) In Ou t OneLink RJ45 HDMI OUTRJ45SRJ45S HDMIHDMI RS232 RJ45RJ45 BMCBMCSDI OUT RJ45RJ45NETWORK EAST WALL PTZ CAM #2 VADDIO ROBOSHOT 30E HDBT ONELINK SYS (P/N: 999-99630-200W) Ou t OneLINK RJ45 RJ45SRJ45SOneLINK RJ45 RJ45S EAST WALL PTZ CAM #2 OneLINK RX VADDIO ROBOSHOT 30E HDBT ONELINK SYS (P/N: 999-99630-200W) In Ou t OneLink RJ45 HDMI OUTRJ45SRJ45S HDMIHDMI RS232 RJ45RJ45 BNCBNCSDI OUT RJ45RJ45NETWORK SOUTH WALL PTZ CAM #3 VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W) Ou t OneLINK RJ45 RJ45SRJ45SOneLINK RJ45 RJ45S SOUTH WALL PTZ CAM #3 OneLINK RX VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W) In Ou t OneLink RJ45 HDMI OUTRJ45SRJ45S HDMIHDMI RS232 RJ45RJ45 BNCBNCSDI OUT RJ45RJ45NETWORK WEST WALL PTZ CAM #4 VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W) Ou t OneLINK RJ45 RJ45SRJ45SOneLINK RJ45 RJ45S WEST WALL PTZ CAM #4 OneLINK RX VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W) In Ou t OneLink RJ45 HDMI OUTRJ45SRJ45S HDMIHDMI RS232 RJ45RJ45 BNCBNCSDI OUT RJ45RJ45NETWORK VADDIO AV Bridge MatrixMIX (P/N: 999-5660-500) In Ou t HDMI IN 1 MULTIVIEWER HDMI OUT HDMIHDMI HDMIHDMI RJ45RJ45NETWORK CAM 1 RS232RJ45RJ45 HDMI IN 2HDMIHDMI CAM 2 RS232RJ45RJ45 HDMI IN 3HDMIHDMI CAM 3 RS232RJ45RJ45 HDMI IN 4HDMIHDMI CAM 4 RS232RJ45RJ45 HDMI IN 7HDMIHDMI HDMI IN 8HDMIHDMI PRESENTATION SOURCE-1 NVX-DEC #9 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5AUDIO OUT HDMIHDMI PRESENTATION SOURCE-2 NVX-DEC #10 Crestron DM-NVX-D30 (PN: 6511507) In Ou t LAN HDMI OUTRJ45RJ45 P5P5AUDIO OUT HDMIHDMI REAR USB 2.0 USB-BUSB-B PRODUCTION CONTOL MULTIVIEW TOUCH SCREEN MONITOR VADDIO TELETOUCH 27 (PN: 999-80000-027) In HDMI INV1V1 USB USB-A PROGRAM HDMI OUT HDMIHDMI PROGRAM HDMI DISTRIBTION AMPLIFIER ATLONA AT-RON-444In Ou t HDMI IN HDMI OUT 1HDMIHDMI HDMIHDMI CONSOLE 1 NVX ENCODER #1 Crestron DM-NVX-E30 (PN: 6509496) In Ou t HDMI IN 1 LANHDMIHDMI RJ45RJ45 CONSOLE 1 NVX ENCODER #1 Crestron DM-NVX-E30 (PN: 6509496) In Ou t HDMI IN 1 LANHDMI RJ45 HDMI OUT 2 HDMIHDMI HDMI OUT 3 HDMIHDMI HDMI OUT 4 HDMIHDMI PROGRAM HDMI TO SDI CONVERTER BLACKMAGIC DESIGN TERANEX MINI HDMI TO SDI (PN CONVNTRM/AB/HSDI) In Ou t HDMI IN SDI OUT 1HDMIHDMI BNCBNC PROGRAM MONITOR JVC DT-N17F (PN: DT-N17F) In HDMI IN HDMIHDMI SDI IN 1HDMIHDMI SDI IN 2BNCBNC VID INBNCBNC SDI OUT 2 BNCBNC FROM SDI ROUTER OUT “x” FROM ANALOG PROGRAM VIDEO DISTRIBUTION VADDIO PCC MATRIX MIX (P/N: 999-5660-500) In NETWORK PoERJ45 PCC MatrixMIX Live Production Controller AV Bridge MatrixMIX WINDMILL ROOM AMBIENT MIC LOUROE VERIFACT-A Ou t AUDIO OUT T3T3AUDIO OUT T3 WINDMILL AMBIENT MIC BASE STATION LOUROE APR-1 In Ou t AUD OUT R2R2AUD IN CH 1T3T3 TO SDI ROUTER IN “x” PRODUCTION AUDIO MIXER Mackie Mix8In Ou t LINE IN 1P-TRSP-TRS LINE IN 2P-TRSP-TRS LINE IN 3P-TRSP-TRS MAIN OUT L P-TRSP-TRS MAIN OUT R P-TRSP-TRS CTL RM OUT L P-TRSP-TRS CTL RM OUT R P-TRSP-TRS LINE IN 4P-TRSP-TRS MIC/LINE IN 1PH3PH3 MIC/LINE IN 2PH3PH3 JVC PRO C2PS In CONTROL ROOM POWERED AUDIO MONITOR MASTERP-TRSP-TRS EXTENSION SPEAKERP-TRSP-TRS PP-2-9 <> SW-2 PORT 9 PP-2-10 <> SW-2 PORT 10 PP-2-5 <> SW-2 PORT 5 PP-2-6 <> SW-2 PORT 6 PP-2-7 <> SW-2 PORT 7 PP-2-8 <> SW-2 PORT 8 PP-2-4 <> SW-2 PORT 4 WINDMILL ROOM BRDCST RK BRDCST RK BRDCST RK BRDCST RK BRDCST RK BRDCST RK BRDCST CONSOLE BRDCST CONSOLE BRDCST RK BRDCST CONSOLE BRDCST RK BRDCST RK BRDCST RK BRDCST CONSOLE FROM WINDMILL RM AV RACK TESIRA SERVER I/O SLOT 10 OUT 1 LINE OUT 1 PH3PH3 LINE OUT 2 PH3PH3 LINE IN 5P-TRSP-TRS LINE IN 6P-TRSP-TRS FROM BACKROUND MUSIC SOURCE BROADCAST ROOM TOUCH PANEL CRESTRON TS-770-B-S (P/N: 6510820) In LANRJ45RJ45 PP-2-11 <> SW-2 PORT 11 TO SDI ROUTER IN ‘X’ TO SDI ROUTER IN ‘X’ TO SDI ROUTER IN ‘X’ TO SDI ROUTER IN ‘X’ TAPE OUT L RCARCA TAPE OUT R RCARCA ESE ES-216 P4 DSIn AUDIO VU METER INPUT LPUSH ON PUSH ON PUSH ON PUSH ON SW-2 PORT 2<> PP-2-2 SW-2 PORT 3<> PP-2-3 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM PRODUCTION VIDEO AND AUDIO CONCEPT SIZE DWG NO REV B AV-104 3 SCALE NTS SHEET 5 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM PRODUCTION VIDEO AND AUDIO CONCEPT SIZE DWG NO REV B AV-104 3 SCALE NTS SHEET 5 OF 14 INPUT R SDI TO HDMI CONVERTER BLACKMAGIC CONVCMIC/SH03G/WPSU In Ou t BEHIND 55" WALL DISPLAY HDMIHDMIHDMI OUTBNCBNCSDI IN FROM CABLE TV RF WALL MOUNTED 55" WALL MOUNTED DISPLAY SAMSUNG QN55Q70AAFXZA In HDMI IN 1 HDMIHDMI HDMI IN 2 HDMIHDMI CABLE TV SET TOP BOX (OFE) ??????In Ou t BROADCAST RACK or TBD HDMIHDMIHDMI OUTRFRFRF IN FROM SDI ROUTER OUT ‘X’ NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION BRDCST RK (REAR) VIDEO-ON-DEMAND & AUTOMATION SERVER CABLECAST CBL-SVR-450-VOD-10 w/ CBL-STRUPG-40 In Ou t VGA OUTRJ45RJ45 USB 15HD15HDNETWORK VIDEO SERVER CABLECAST CBL-VIO4-600 w/ CBL-STRUPG-40 In Ou t BNCBNCSDI OUT 1 (CH 2) SWR 2 PORT 20 <> PP-2-20 SW-2 PORT 14 <> PP-2-14 BRDCST RK BRDCST RK TO SDI ROUTER IN ‘X’ USB-BUSB-B RJ45RJ45 NETWORK KVM DONGLE #x RARITAN DCIM-USBG2 In Ou t VGA/ USB CAT RJ45RJ45 VGA OUT USB 15HD15HD USB-BUSB-B KVM DONGLE #x RARITAN DCIM-USBG2 In Ou t VGA/ USB CAT RJ45RJ45 BNCBNCSDI OUT 2 (CH 3)TO SDI ROUTER IN ‘X’ BNCBNCSDI OUT 3 (CH 4)TO SDI ROUTER IN ‘X’ BNCBNC IN 1 (CH 1)TO SDI ROUTER OUT ‘X’ LIVE SERVER CABLECAST CBL-LIVE-350In Ou t BRDCST RK RJ45RJ45 NETWORK VGA OUT USB 15HD15HD USB-BUSB-B KVM DONGLE #x RARITAN DCIM-USBG2 In Ou t VGA/ USB CAT RJ45RJ45 BNCBNC IN 1 (CH 1)TO SDI ROUTER OUT ‘X’ BNCBNC G/L IN CG ‘BULLETIN BOARD’ SERVER CABLECAST CBL-VIOLITE-CG-SVR In Ou t BRDCST RK RJ45RJ45 NETWORK VGA OUT USB 15HD15HD USB-BUSB-B KVM DONGLE #x RARITAN DCIM-USBG2 In Ou t VGA/ USB CAT RJ45RJ45 BNCBNC G/L IN BNCBNCSDI OUT TO SDI ROUTER IN ‘X’ WEB STREAM ENCODER BLACKAGIC WEPRESENTER 4K ULTRA In Ou t BRDCST RK RJ45RJ45 NETWORK BNCBNCSDI OUT TO SDI ROUTER IN ‘X’ BNCBNC SDI INTO SDI ROUTER OUT ‘X’ DUAL CHANNEL FRAMER SYNCHRONIZER AJA FS-2 In Ou t BRDCST RK RJ45RJ45 NETWORK BNCBNCSDI OUT CH 1 TO SDI ROUTER IN ‘X’ BNCBNC SDI IN CH 1TO SDI ROUTER OUT ‘X’BNCBNCSDI OUT CH 2 TO SDI ROUTER IN ‘X’ BNCBNC SDI IN CH 2TO SDI ROUTER OUT ‘X’ DIGITAL DISK RECORDER AJA KiPRO Rack (OFE) In Ou t BRDCST RK RJ45RJ45 NETWORK BNCBNCSDI OUT 1 TO SDI ROUTER IN ‘X’ BNCBNC SDI IN 1TO SDI ROUTER OUT ‘X’X3MAUD OUT 1 X3MAUD OUT 2 AUDIO LEVELER LINEAR ACOUSTIC AERO.lite (OFE) In Ou t BRDCST RK RJ45RJ45 NETWORK BNCBNCSDI OUT TO SDI ROUTER IN ‘X’ BNCBNC SDI IN TO SDI ROUTER OUT ‘X’ SYNC & TEST GENERATOR ENSEMBLE DESIGN BRIGHT EYE 55 In Ou t BRDCST RK BNCBNCSDI OUT TO SDI ROUTER IN ‘X’BNCBNC REF INREF IN BNCBNCTRI-LEVEL OUT TRI-LEVEL SYNC DISTRIBUTION AMPLIFIER AJA C10DA In Ou t BNCBNC TRI-LEVEL IN BNCBNCTRI-LEVEL OUT BNCBNCTRI-LEVEL OUT BNCBNCTRI-LEVEL OUT BNCBNCTRI-LEVEL OUT BNCBNCTRI-LEVEL OUT BNCBNCTRI-LEVEL OUT SIGNAL FAILURE BYPASS MEDIA CTRL SYS SPYGLASS PRO HD (OFE) In Ou t BRDCST RK RJ45RJ45 NETWORK BNCBNC SDI IN ASDI ROUTER OUT ‘X’ BNCBNC SDI IN BSDI ROUTER OUT ‘X’ BNCBNCSDI OUT SDI ROUTER IN ‘X’ RACK MONITOR MARSHALL V-MD173 (OFE) In SDI IN 1BNCBNC SDI IN 2BNCBNC BRDCST RK DUAL 7" HD MONITOR WOHLER RM-3270W-HD (OFE) In Ou t BRDCST RK BNCBNCSDI LOOP 1 BNCBNCSDI LOOP 2 BNCBNC SDI IN 1 BNCBNC SDI IN 2 AQMD SIGNAL RECEIVER RADIANT VAB-700 (OFE)Ou t In BRDCST RK BNCBNCVIDEO OUT T3T3AUDIO OUT OPTOPT OPTICAL IN ANALOG TO SDI CONVERTER BLACKMAGIC DESIGN TERANEX MINI ANALOG TO SDI (P/N: CONVNTRM/BB/ANSDI) In Ou t BRDCST RK BNCBNC VIDEO IN X3FX3F AUDIO IN SDI OUT 1 BNCBNC X3FX3F AUDIO IN SW-2 PORT 15 <> PP-2-15 SW-2 PORT 16 <> PP-2-16 TO CITY NETWORK SW-2 PORT 18 <> PP-2-18 SW-2 PORT 19 <> PP-2-19 BLACKMAGIC DESIGNS SmartHub 20x20 (P/N: VHUBSMART6G2020) In BRDCST RK SDI MATRIX ROUTER SWR 2 PORT 21 <> PP-2-21 RJ45RJ45 NETWORK BNCBNC REF IN Note:Only Network & Reference Connections are Shown Here. Refer to Router I/O Diagram for Source and Destination Connections. SDI ROUTER OUT ‘X’ SDI ROUTER OUT ‘X’ SDI ROUTER OUT ‘X’ SDI ROUTER OUT ‘X’ FROM SERVER ROOM OPTICAL PATCH PANEL KVM SWTCH RARITAN DKX3-108 In Ou t BRDCST RK DVI-DDVI-DLOCAL VIDEO USBUSBFRONT RJ45RJ45 KVM IN 1 RJ45RJ45 KVM IN 2 RJ45RJ45 KVM IN 3 RJ45RJ45 KVM IN 4 RJ45RJ45 KVM IN 5 RJ45RJ45 KVM IN 6 RJ45RJ45 KVM IN 7 RJ45RJ45 KVM IN 8 PRODUCTION CONSOLE COMPUTER DISPLAY (OFE) In INPUT TBDTBDTBD PROD. CONSOLE WIRELESS USB RECEIVER WIRELESS KEYBOARD & MOUSE VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM VIDEO SERVER & PLAYOUT SYSTEM CONCEPT SIZE DWG NO REV B AV-105 3 SCALE NTS SHEET 6 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM VIDEO SERVER & PLAYOUT SYSTEM CONCEPT SIZE DWG NO REV B AV-105 3 SCALE NTS SHEET 6 OF 14 SDI ROUTER IN ‘X’ USB-CUSB-CUSB TO LOCAL PC FOR SETUP SW-2 PORT 16 <> PP-2-16 NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION HD DOWNCONVERTER ENSEMBLE DESIGN BRIGHT EYE 92A (OFE) In Ou t BRDCST RK BNCBNCVIDEO OUT T6T6AUDIO OUT BNCBNC SDI IN BSDI ROUTER OUT ‘X’ BRDCST RK VIDEO/AUDIO DISTRIBUTION AMPLIFIER EXTRON MDA-3AV (OFE) In Ou t BNCBNC VID IN BNCBNCVID OUT 1 PHX5PHX5AUD OUT 1 BNCBNCVID OUT 2 PHX5PHX5AUD OUT 2 BNCBNCVID OUT 3 PHX5PHX5AUD OUT 3 PHX5PHX5 AUD IN SPECTRUM CABLE TRANSMITTER RADIANT VAB-700 (OFE) In Ou t BRDCST RK BNCBNC VIDEO IN T3T3 AUDIO IN OPTOPTOPTICAL OUT STEREO TO MONO CONVERTER – LEVEL ADJ RDL STMX3 (OFE) In Ou t AUD IN 1T3 AUD IN 2T3 LINE OUT T3 BROADCAST RK - REAR FRONTIER CABLE TRANSMITTER FRONTIER OFE TXIn Ou t BRDCST RK BNCBNC VIDEO IN T3T3 AUDIO IN OPTOPTOPTICAL OUT STEREO TO MONO CONVERTER- LEVEL ADJ RDL STMX3 (OFE) In Ou t AUD IN 1T3 AUD IN 2T3 LINE OUT T3 BROADCAST RK - REAR BRDCST CONSOLE JVC DT-N17F (PN: DT-N17F) In HDMI IN HDMIHDMI SDI IN 1BNCBNC SDI IN 2BNCBNC VID INBNCBNC AUD IN LT3 AUD IN RT3 GRANICUS/ACCELA ENCODER ACCELA CPU (OFE)In Ou t SERVER ROOM USB-AUSB-A USB NETWORK OUT SDI TO USB CONVERTER MAGEWELL USB CAPTURE I/O (OFE) In Ou t SERVER ROOM SDI IN USB-BUSB-BUSB OUTBNCBNC RJ45RJ45 CITY NETWORKSDI ROUTER OUT ‘X’ VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM CHANNEL OUTPUTS SIZE DWG NO REV B AV-106 3 SCALE NTS SHEET Sheet 7 of 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM CHANNEL OUTPUTS SIZE DWG NO REV B AV-106 3 SCALE NTS SHEET Sheet 7 of 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE SDI MATRIX ROUTER I/O CONCEPT SIZE DWG NO REV B AV-107 3 SCALE NTS SHEET 8 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE SDI MATRIX ROUTER I/O CONCEPT SIZE DWG NO REV B AV-107 3 SCALE NTS SHEET 8 OF 14 SOURCE DESTINATION CABLECAST CG RTR IN 1 RTR OUT 1 SPYGLASS PRIMARY VIO OUT 1 RTR IN 2 RTR OUT 2 SPYGLASS SECONDARY VIO OUT 2 RTR IN 3 RTR OUT 3 15" SDI MONITOR IN VIO OUT 3 RTR IN 4 RTR OUT 4 RM-3270 #1 IN PRODUCTION SWR OUT RTR IN 5 RTR OUT 5 RM-3270 #2 IN RTR IN 6 RTR OUT 6 PRO MONITOR SDI IN RTR IN 7 RTR OUT 7 AQMD HD FEED RTR IN 8 RTR OUT 8 RTR IN 9 RTR OUT 9 TO ACELLA CAMERA 1 RTR IN 10 RTR OUT 10 TO MAIN CHANNEL DISTRIBUTION D2A CONVERTER ANALOG DISTIBUTION AMPLIFIER CAMERA 2 RTR IN 11 RTR OUT 11 CAMERA 3 RTR IN 12 RTR OUT 12 TO WINDMILL ROOM PRESENTATION SYSTEM CAMERA 4 RTR IN 13 RTR OUT 13 AJA FS2-CH 1 OUT RTR IN 14 RTR OUT 14 AJA FS2-CH 1 IN AJA FS2-CH 2 OUT RTR IN 15 RTR OUT 15 AJA FS2-CH 2 IN AEROLITE OUT RTR IN 16 RTR OUT 16 AEROLITE IN KIPRO OUT RTR IN 17 RTR OUT 17 KIPRO IN RTR IN 18 RTR OUT 18 VIO IN COLOR BARS RTR IN 19 RTR OUT 19 LIVE SERVER IN RTR IN 20 RTR OUT 20 BLACKMAGIC WEBPRESENTER 4K IN RTR IN 21 RTR OUT 21 RTR IN 22 RTR OUT 22 TO 55" WALL DISPLAY RTR IN 23 RTR OUT 23 RTR IN 24 RTR OUT 24 RTR IN 25 RTR OUT 25 RTR IN 26 RTR OUT 26 RTR IN 27 RTR OUT 27 RTR IN 28 RTR OUT 28 RTR IN 29 RTR OUT 29 RTR IN 30 RTR OUT 30 RTR IN 31 RTR OUT 31 RTR IN 32 RTR OUT 32 RTR IN 33 RTR OUT 33 RTR IN 34 RTR OUT 34 RTR IN 35 RTR OUT 35 RTR IN 36 RTR OUT 36 RTR IN 37 RTR OUT 37 RTR IN 38 RTR OUT 38 RTR IN 39 RTR OUT 39 LOOP FEED OUT RTR IN 40 RTR OUT 40 LOOP FEED IN BLACKMAGIC SMARTHUB 40x40 SDI MATRIX ROUTER SWITCH PORT PoE AV CONTROL ROOM PATCH BROADCAST ROOM PATCH MFR DEVICE PHYSICAL LOCATION SUB-LOCATION FUNCTION 1 PP-1-1 CRESTRON CP4 AV CONTROL ROOM RACK CONTROL PROCESSOR 2 Y PP-1-2 CRESTRON CEN-GWEXER AV CONTROL ROOM RACK RF GATEWAY FOR WIRELESS TOUCH PANEL 3 Y PP-1-3 CRESTRON TSW-770-B-S #1 WINDMILL ROOM WALL WINDMILL ROOM WALL TOUCH PANEL 4 Y PP-1-4 CRESTRON TSW-770-B-S #2 WILLOW ROOM WALL WILLOW ROOM WALL TOUCH PANEL 5 PP-1-5 CRESTRON DM-NVX-E760C #1 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 1 WINDMILL FLOOR BOX #1 DM RECEIVER & NVX ENCODER 6 PP-1-6 CRESTRON DM-NVX-E760C #2 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 2 WINDMILL FLOOR BOX #2 DM RECEIVER & NVX ENCODER 7 PP-1-7 CRESTRON DM-NVX-E760C #3 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 3 WINDMILL FLOOR BOX #3 DM RECEIVER & NVX ENCODER 8 PP-1-8 CRESTRON DM-NVX-E760C #4 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 4 WINDMILL FLOOR BOX #4 DM RECEIVER & NVX ENCODER 9 PP-1-9 CRESTRON DM-NVX-E760C #5 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 5 WINDMILL FLOOR BOX #5 DM RECEIVER & NVX ENCODER 10 PP-1-10 CRESTRON DM-NVX-E760C #6 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 6 WINDMILL WALL BOX DM RECEIVER & NVX ENCODER 11 PP-1-11 CRESTRON DM-NVX-E760C #7 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 7 WILLOW FLOOR BOX #1 DM RECEIVER & NVX ENCODER 12 PP-1-12 CRESTRON DM-NVX-E760C #8 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 8 WILLOW FLOOR BOX #2 DM RECEIVER & NVX ENCODER 13 PP-1-13 CRESTRON DM-NVX-E760C #9 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 1 WILLOW FLOOR BOX #3 DM RECEIVER & NVX ENCODER 14 PP-1-14 CRESTRON DM-NVX-E760C #10 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 2 WILLOW WALL BOX #4 DM RECEIVER & NVX ENCODER 15 PP-1-15 CRESTRON DM-NVX-E760C #11 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 3 WILLOW FLOOR BOX #5 DM RECEIVER & NVX ENCODER 16 PP-1-16 CRESTRON DM-NVX-E760C #12 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 4 BLURAY PLAYER NVX ENCODER 17 PP-1-17 CRESTRON DM-NVX-D30C #1 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 5 SYSTEM NVX DECODER #1 18 PP-1-18 CRESTRON DM-NVX-D30C #2 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 6 SYSTEM NVX DECODER #2 19 PP-1-19 CRESTRON DM-NVX-D30C #3 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 6 AV RACK VIDEO/AUDIO MONITOR 20 Y PP-1-20 CRESTRON DM-NVX-D30 #4 WINDMILL ROOM PJ 1 WINDMILL PJ#1 DECODER 21 Y PP-1-21 CRESTRON DM-NVX-D30 #5 WINDMILL ROOM PJ 2 WINDMILL PJ#2 DECODER 22 Y PP-1-22 CRESTRON DM-NVX-D30 #6 WILLOW ROOM PJ WILLOW PJ DECODER 23 Y PP-1-23 CRESTRON DM-NVX-D30 #7 LOBBY LEFT DISPLAY LOBBY LEFT DISPLAY DECODER 24 Y PP-1-24 CRESTRON DM-NVX-D30 #8 LOBBY RIGHT DISPLAY LOBBY RIGHT DISPLAY DECODER 25 PP-1-25 BIAMP TESIRA SERVER I/O AV CONTROL ROOM RACK AUDIO DSP 26 PP-1-26 SHURE ULX-D4Q AV CONTROL ROOM RACK WIRELESS MIC RECEIVER 27 NETWORK SERVICE INTERFACE #1 AV CONTROL ROOM RACK MAINTENANCE & PROGRAMMING INTERFACE 28 NETWORK SERVICE INTERFACE #2 AV CONTROL ROOM RACK MAINTENANCE & PROGRAMMING INTERFACE 1 PP-2-1 CRESTRON DM-NVX-DIR-80 BROADCAST ROOM RACK 1 NVX CONTROLLER 2 Y PP-2-2 CRESTRON DM-NVX-D30 #9 BROADCAST ROOM RACK 1 PRESENTATION SOURCE #1 DECODER TO PRODUCTION SYSTEM 3 Y PP-2-3 CRESTRON DM-NVX-D30 #10 BROADCAST ROOM RACK 1 PRESENTATION SOURCE #2 DECODER TO PRODUCTION SYSTEM 4 Y PP-2-4 CRESTRON DM-NVX-E30 #1 BROADCAST ROOM RACK 1 PROGRAM VIDEO ENCODER 5 PP-2-5 VADDIO OneLINK RX #1 BROADCAST ROOM RACK 1 CAMERA 1 NETWORK 6 PP-2-6 VADDIO OneLINK RX #2 BROADCAST ROOM RACK 1 CAMERA 2 NETWORK 7 PP-2-7 VADDIO OneLINK RX #3 BROADCAST ROOM RACK 1 CAMERA 3 NETWORK 8 PP-2-8 VADDIO OneLINK RX #4 BROADCAST ROOM RACK 1 CAMERA 4 NETWORK 9 PP-2-9 VADDIO AV BRIDGE MATRIX MIX BROADCAST ROOM RACK 1 PRODUCTION SWITCHER 10 Y PP-2-10 VADDIO PCC MATRIX MIX BROADCAST ROOM CONSOLE CAMERA & PRODUCTION SWITCH CONTROLLER 11 PP-2-11 CRESTRON TST-770-B-S BROADCAST ROOM CONSOLE BROADCAST ROOM TOUCH PANEL 12 PP-2-12 TBD COMPUTER WORKSTATION 1 - GRAPHICS BROADCAST ROOM CONSOLE COMPUTER FOR PRODUCTION GRAPHICS 13 PP-2-13 OFE X-PANEL CONTROL WORKSTATION BROADCAST ROOM CONSOLE COMPUTER FOR X-PANEL CONTROL 14 PP-2-14 CABLECAST CBL-SVR-450-VOD-10 BROADCAST ROOM RACK 2 VIDEO ON DEMAND SERVER 15 PP-2-15 CABLECAST CBL-VIO4-600 BROADCAST ROOM RACK 2 VIDEO SERVER 16 PP-2-16 CABLECAST CBL-LIVE-350 BROADCAST ROOM RACK 2 LIVE VIDEO SERVER 17 PP-2-17 CABLECAST CBL-VIOLITE-CG-SVR BROADCAST ROOM RACK 2 CG BULLETIN BOARD SERVER 18 PP-2-18 AJA KiPRO BROADCAST ROOM RACK 2 DISK VIDEO RECORDER 19 PP-2-19 LINEAR ACOUSTICS AERO.lite BROADCAST ROOM RACK 2 AUDIO PROCESSOR 20 PP-2-20 MEDIA CONTROl SYSTEMS SPYGLASS PRO HD BROADCAST ROOM RACK 2 SDI VIDEO BYPASS SWITCH 21 PP-2-21 BLACKMAGIC DESIGN SMARTHUB 40x40 BROADCAST ROOM RACK 1 SDI MATRIX ROUTER PATCH PANELS ARE Tripp Lite N252-024-SH-K & N252-048-SH-K Shielded RJ45 NETWORK SWITCHES ARE CISCO CBS350-24FP-4X-na CBS350-48FP-4X-na Connected Via SFP+ 10G Optical Modules VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE SYSTEM NETWORK PLAN SIZE DWG NO REV B AV-108 3 SCALE NTS SHEET 9 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE SYSTEM NETWORK PLAN SIZE DWG NO REV B AV-108 3 SCALE NTS SHEET 9 OF 14 NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION CISCO CBS350-24FP-4X-NAIn BRDCST RK FOFO SFP 1 FOFO SFP 2 FOFO SFP 3 FOFO SFP 4 NETWORK SWITCH 2 CISCO CBS350-48FP-4X-NA Ou t WINDMILL CTRL AV RACK FOFOSFP 1 FOFOSFP 2 FOFOSFP 3 FOFOSFP 4 NETWORK SWITCH 1 57.738" BLACKMAGICBLACKMAGICVIDEOHUB 20x20VIDEOHUB 20x20 CABLECASTCABLECAST CBL-SVR450-VOD-10CBL-SVR450-VOD-10 CABLECASTCABLECAST CBL-VIO4-600CBL-VIO4-600 CABLECASTCABLECASTCBL-LIVE-350CBL-LIVE-350 MEDIA CONTROL SYSTEMSMEDIA CONTROL SYSTEMSSPYGLASS Channel Failure DetectorSPYGLASS Channel Failure Detector AJAAJAKiPRO RACKKiPRO RACK VADDIOVADDIO AV BRIDGE MATRIX MIXAV BRIDGE MATRIX MIX1234567891011121314151617181920212223242526 CABLECASTCABLECASTCBL-VIOLITE-CG-SVRCBL-VIOLITE-CG-SVR RARITANRARITANDKX3-108 KVM SWITCHDKX3-108 KVM SWITCH BLACKMAGICBLACKMAGICTERANEX MINI X 3TERANEX MINI X 3 VADDIOVADDIO AV BRIDGE MATRIX MIXAV BRIDGE MATRIX MIX VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL AV CONTROL & BROADCAST ROOM RACK ELEVATIONS SIZE DWG NO REV B AV-109 3 SCALE NTS SHEET 10 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL AV CONTROL & BROADCAST ROOM RACK ELEVATIONS SIZE DWG NO REV B AV-109 3 SCALE NTS SHEET 10 OF 14 OFE FILL ALL OPEN SPACES WITH BLANK PANELS WINDMILL AV CONTROL ROOM RACK BROADCAST ROOM RACKS MARSHALLMARSHALL V-MD173V-MD173 CABLECASTCABLECAST CBL-SVR450-VOD-10CBL-SVR450-VOD-10 CABLECASTCABLECAST CBL-VIO4-600CBL-VIO4-600 CABLECASTCABLECASTCBL-LIVE-350CBL-LIVE-350 RADIANTRADIANTFIBER TRANSMITTERFIBER TRANSMITTER LINEAR ACOUSTICLINEAR ACOUSTICAERO.liteAERO.lite MEDIA CONTROL SYSTEMSMEDIA CONTROL SYSTEMSSPYGLASS Channel Failure DetectorSPYGLASS Channel Failure Detector AJAAJAKiPRO RACKKiPRO RACK AJAAJAFS-2FS-2 RADIANTRADIANTFIBER RECEIVERFIBER RECEIVER ENSEMBLE DESIGNSENSEMBLE DESIGNSBERKMT-FULLBERKMT-FULL TRIPPLITETRIPPLITEN252-024N252-024 MID ATLMID ATL UPS-OL2200RUPS-OL2200R CISCOCISCOCBS350-24FP-4X-NA CBS350-24FP-4X-NA CABLECASTCABLECASTCBL-VIOLITE-CG-SVRCBL-VIOLITE-CG-SVR RARITANRARITANDKX3-108 KVM SWITCHDKX3-108 KVM SWITCH MATROXMATROXMONARCH HDXMONARCH HDX WOHLERWOHLER RM-3270W-HDRM-3270W-HD FRONTIERFRONTIERCHANNEL ENCODERCHANNEL ENCODER VADDIOVADDIO AV Bridge MatrixMIX Production SystemAV Bridge MatrixMIX Production System ATLONAATLONAAT-RON-444AT-RON-444 1234567891011121314151617181920212223242526272829303132333435363738394041 Middle Atlantic ProductsMiddle Atlantic Products BGR-4132BGR-4132 Middle Atlantic ProductsMiddle Atlantic Products BGR-4132BGR-4132 EXTRONEXTRONRACKMOUNT SHELF FOR DA'sRACKMOUNT SHELF FOR DA's BLACKMAGICBLACKMAGICTERANEX MINI X 3TERANEX MINI X 3 VADDIOVADDIOONELINK BRIDGE x2ONELINK BRIDGE x2 VADDIOVADDIOONELINK BRIDGE x2ONELINK BRIDGE x2 CRESTRONCRESTRONDM-NVX x2 /U1VDM-NVX x2 /U1V CRESTRONCRESTRONDM-NVX x2 /U1VDM-NVX x2 /U1V BLACKMAGICBLACKMAGIC SMARTHUB 40X40SMARTHUB 40X40 BLACKMAGICWEBPRESENTER 4K CRESTRON DM-NVX-DIR-80D Middle Atlantic ProductsMiddle Atlantic Products SR-40-28SR-40-28 TOTEVISIONTOTEVISION LED-1562HDRLED-1562HDR Middle Atlantic Products 6-STEP SEQUENCER MASTERPOWERDELAYADJUST OFF ONPOWER UP POWER DOWN SYSTEM STATUS 1 2 3 4 5 6PDS-615R BiAMPBiAMP TESIRA SERVER I/OTESIRA SERVER I/O CRESTRONCRESTRON DMF-CI-8DMF-CI-8 CRESTRONCRESTRON DMF-CI-8DMF-CI-8 MID ATLMID ATL UPS-OL3000RUPS-OL3000R Middle Atlantic Products EB1 QSC AUDIOQSC AUDIO CK-302VCK-302V Middle Atlantic Products EB1 QSC AUDIOQSC AUDIO CK-302VCK-302V SONYSONYBLURAY PLAYERBLURAY PLAYER SHURESHUREULXD4QULXD4Q SHURESHUREUA844UA844 SENNHEISERSENNHEISERSI 1015SI 1015 TASCAMTASCAMSS-R250NSS-R250N ORTRONICSORTRONICS PHDTKS6A48PHDTKS6A48 CRESTRONCRESTRON PRO4PRO4 MARSHALLMARSHALLAR-AM4AR-AM4 EXTRONEXTRONASA 304 x4ASA 304 x4 12345678910111213141516171819202122232425262728293031323334353637383940 FLOOR BOX 5 PODIUM FLOOR BOX FLOOR BOX 3 FLOOR BOX 1 FLOOR BOX 2 KITCHEN AREA AV CONTROL ROOM EQUIPMENT STORAGE PROJECTION SCREEN 1 PROJECTION SCREEN 2 CEILING PROJECTOR 1 CEILING PROJECTOR 1 CEILING PROJECTOR 2 CEILING PROJECTOR 2 WALL MOUNT TOUCH PANEL WALL MOUNT INPUT PLATE WALL MOUNT AV RACK DOCKING WIRELESS TOUCH PANEL ASSISTED LISTENING RADIATOR ASSISTED LISTENING RADIATOR PRESS PANEL PTZ CAM 1 PTZ CAM 1 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By:Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT WINDMILL ROOM FLOOR PLAN SIZE DWG NO REV B AV-110 3 SCALE NTS SHEET 11 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By:Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT WINDMILL ROOM FLOOR PLAN SIZE DWG NO REV B AV-110 3 SCALE NTS SHEET 11 OF 14 AMBIENT SOUND CEILING MIC VENDOR TO PROVIDE SLEEVE TO SERVER ROOM STORAGE AREA FLOOR BOX 1 PROJECTION SCREEN CEILING PROJECTOR 1 CEILING PROJECTOR 1 WALL MOUNT TOUCH PANEL FLOOR BOX 2 FLOOR BOX 3 FLOOR BOX 5 WALL MOUNT INPUT PLATE VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By:Rich Rosensweig Date: 11-21-2021 Revised: 4-4 2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT WILLOW ROOM FLOOR PLAN SIZE DWG NO REV B AV-111 3 SCALE NTS SHEET 12 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By:Rich Rosensweig Date: 11-21-2021 Revised: 4-4 2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT WILLOW ROOM FLOOR PLAN SIZE DWG NO REV B AV-111 3 SCALE NTS SHEET 12 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By :Rich Rosensweig Date: 11-21-2021 Revised: 4-4-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT BROADCAST & PRODUCTION CONTROL ROOM FLOOR PLAN SIZE DWG NO REV B AV-112 3 SCALE NTS SHEET 13 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By :Rich Rosensweig Date: 11-21-2021 Revised: 4-4-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT BROADCAST & PRODUCTION CONTROL ROOM FLOOR PLAN SIZE DWG NO REV B AV-112 3 SCALE NTS SHEET 13 OF 14 PRODUCTION CONSOLE VERTICAL EQUIPMENT RACKS 55" WALL MOUNTED DISPLAY 2nd FLOOR PRODUCTION & BROADCAST CONTROL ROOM VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT BROADCAST ROOM PRODUCTION CONSOLE SIZE DWG NO REV B AV-113 3 SCALE NTS SHEET 14 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT BROADCAST ROOM PRODUCTION CONSOLE SIZE DWG NO REV B AV-113 3 SCALE NTS SHEET 14 OF 14 PRODUCTION CONSOLE IS OFE WINSTED IMPULSE ALCOVE VADDIO TELETOUCH 27 MULTIVIEW MONITOR ON ARTICULATING ARM VADDIO TELETOUCH 27 MULTIVIEW MONITOR ON ARTICULATING ARM JVC DT-N17F VIDEO MONITOR ON ARTICULATING ARM OFE 24" COMPUTER DISPLAY KVM OUTPUT ON ARTICULATING ARM OFE 24" COMPUTER DISPLAY KVM OUTPUT ON ARTICULATING ARM JBL C2PS AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR ESE ES216P4 DS AUDIO VU METERS ESE ES216P4 DS AUDIO VU METERS VADDIO TELETOUCH 27 MULTIVIEW MONITOR ON ARTICULATING ARM JVC DT-N17F VIDEO MONITOR ON ARTICULATING ARM OFE 24" COMPUTER DISPLAY KVM OUTPUT ON ARTICULATING ARM JBL C2PS AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR ESE ES216P4 DS AUDIO VU METERS PAN JOYSTICK CONTROL SPEEDS TILT ZOOM MENUFOCUS CONTROL A CONTROL B VADDIO PCC MATRIX MIX CONTROLLER WIRELESS KVM KEYBOARD & MOUSE MACKIE MIX8 AUDIO MIXER MID ATL DR-8 MID ATL DR-8 OFE 24" COMPUTER DISPLAY VADDIO TELETOUCH 27 MULTIVIEW MONITOR JVC DT-N17F VIDEO MONITOR OFE 24" COMPUTER DISPLAY VADDIO TELETOUCH 27 MULTIVIEW MONITOR JVC DT-N17F VIDEO MONITOR JBL C2PS AUDIO MONITOR JBL C2PS AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR ESE ES216P4 DS ESE ES216P4 DS PAN JOYSTICK CONTROL SPEEDS TILT ZOOM MENUFOCUS CONTROL A CONTROL B VADDIO PCC MATRIX MIX CONTROLLER WIRELESS KVM KEYBOARD & MOUSE MACKIE MIX8 AUDIO MIXER MID ATL DR-8 MID ATL DR-8 OFE 24" COMPUTER DISPLAY VADDIO TELETOUCH 27 MULTIVIEW MONITOR JVC DT-N17F VIDEO MONITOR JBL C2PS AUDIO MONITOR JBL C2PS AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR ESE ES216P4 DS JBL C2PS AUDIO MONITOR DISPLAYS ARE MOUNTED ON WINSTED W6492 ARTICULATING ARMS AUDIO MONITORS ARE MOUNTED ON W6469 TRAYS MID ATL DR-8 MID ATL DR-8 LOUROE AUDIO MONITOR AND DORROUGH VU METERS ARE MOUNTED ON MIDDLE ATLANTIC DR-8 DESKTOP RAILS 1293492.1 APPENDIX 11 CRESTRON DM-TX-4KZ-100-C-1G-B-T DigitalMedia 8G+® 4K60 4:4:4 HDR Wall Plate Transmitter, Black Windmill & Willow $1,100.00 Q1 24 2 CRESTRON DMF-CI-8 DM-NVX 8 CARD FRAME Windmill AV Control Room $2,200.00 Q1 24 11 CRESTRON DM-NVX-E760C DM Receiver and NVX Encoder Card Windmill AV Control Room $2,090.00 Q1 24 1 CRESTRON DM-NVX-E30C NXX Encoder Card Windmill AV Control Room $1,430.00 Q1 24 3 CRESTRON DM-NVX-D30C NVX Decoder Card Windmill AV Control Room $1,430.00 Q1 24 7 CRESTRON DM-NVX-D30 NVX Decoder 2 in Broadcast Room, 2 in Lobby, 2 in Windmill Room, 1 in Willow Room $1,430.00 Q1 24 1 CRESTRON DM-NVX-E30 NVX Encoder Broadcast Room $1,430.00 Q1 24 0 CRESTRON PRO4 4-Series Control System Windmill AV Control Room $5,700.00 DISCONTINUED 1 CRESTRON CP4N 4-Series Control System Windmill AV Control Room $3,080.00 Q1 24 1 CRESTRON DM-NVX-DIR-80 DM NVX Director™ Virtual Switching Appliance, 80 Endpoints Windmill AV Control Room $5,500.00 IN STOCK 1 CRESTRON CEN-GWEXER RF Gateway Windmill AV Control Room $496.00 Q1 24 1 CRESTRON TST-902-BTP 8.7" Wireless Touch Screen Windmill AV Control Room $4,180.00 Q3 23 1 CRESTRON TST-902-BTP Battery Pack for TST-902 (Spare) Windmill AV Control Room $166.00 Q2 23 1 CRESTRON TST-902-DSW Wall Dock for TST-902 Windmill AV Control Room $1,650.00 IN STOCK 2 CRESTRON TSW-770-B-S 7" Wall Mount Touch Screen 1 Windmill Room, 1 Control Room Wall mount Touch Panels $1,980.00 Q4 23 2 WALL-SMART 012-1-832-BL Retrofit Mount for TSW-770 1 Windmill Room, 1 Control Room Wall mount Touch Panels $550.00 1 CRESTRON TS-770-B-S 7" Desktop Touch Panel Broadcast Room $2,200.00 Q4 23 1 TOTEVISION LED-1562HDR 15.6" Rackmount Monitor Windmill AV Control Room $854.00 Q2 23 1 BIAMP Tesira SERVER I/O AVB Audio DSP Chassis Windmill AV Control Room $7,350.00 1 BIAMP Tesira SVC-2 2- Line VoIP Interface Card Windmill AV Control Room $638.00 4 BIAMP Tesira SIC-4 4 Channel Audio Input Card Windmill AV Control Room $364.00 4 BIAMP Tesira SEC-4 4 Channel Audio Input Card w/ Echo Cancellation Windmill AV Control Room $742.00 3 BIAMP Tesira SOC-4 4 Channel Audio Output Card Windmill AV Control Room $322.00 2 BIAMP Tesira DSP-2 DSP Card Windmill AV Control Room $848.00 0 QSC CX302V 2-Channel 70V Audio Power Amplifier 300W/CH Windmill AV Control Room $1,370.00 DISCONTINUED 2 QSC MP-A20V 2-VH 70V Audio Power Amplifier 200W/Ch Windmill AV Control Room $1,300.00 Q2 23 1 TASCAM SS-R250N SS-R250N Solid-State Memory Recorder with Networking Windmill AV Control Room $1,299.00 Q2 23 1 MARSHALL AR-AM4-BG-2 4x1 Rackmount Stereo Analog Audio Monitoring System Windmill AV Control Room $639.00 Q2 23 4 EXTRON ASA 304 Quad Active Audio Summing Amplifier with Captive Screw Inputs Windmill AV Control Room $379.00 Q2 23 1 EXTRON RSF 123 1U 3.5" Deep Rack Shelf Kit Windmill AV Control Room $130.00 IN STOCK 27 60-552-20 Stereo to Mono Converters $1,516.00 28 60-190-20 Rack Shelf Kit for Above $130.00 24 MP-A20V Audio Power Amplifer $2,600.00 25 SS-R250N SD Card Audio Recorder $1,299.00 26 AR-AM-BG-2 Rackmount Audio Monitor $639.00 22 SOC-4 Audio Output Card for Tesira Server I/O $966.00 23 DSP-2 DSP Co-Processor for Tesira Server I/O $1,696.00 24 CX302V Audio Power Amplifer $0.00 19 SVC-2 VoIP Telephone Interface Card for Tersira Server I/O, Up to 2 Lines $638.00 20 SIC-4 Audio Input Card for Tesira Server I/O $1,456.00 21 SEC-4 Echo Cancelling Audio Input Card for Tesira Server I/O $2,968.00 16 6510820 Touch Panel for Broadcast Room $2,200.00 17 LED- 1562HDR Confidence Monitor for Windmill AV Contr $854.00 18 Tesira SERVER I/O AVB Audio Digital Signal Processor Card Chassis $7,350.00 13 6504583 Wall Docking/Charging Station for Wireless Touch Screen $1,650.00 14 6510813 7" Touch Panels, 1- In Windmill Room, 1- In Willow Room $3,960.00 15 012-1-832-BL Retrofit Wall Mounts for 7" Touch Panels $1,100.00 10 6507326 RF Gateway to talk to Wireless Touch Panel $496.00 11 6508349 8.7" Wireless Touch Panel Docked in Windmil Room AV Rack $4,180.00 12 6504581 Spare Battery Back for Wireless Touch Screen $166.00 8 6510422 Control Processor $0.00 8 6511817 Control Processor $3,080.00 9 6508605 NVX Controller $5,500.00 5 6509501 NVX Decoder Card $4,290.00 6 6511507 NVX Decoder $10,010.00 7 6509496 NVX Encoder $1,430.00 2 6507968 Card Frame for DM-NVX Cards, Fits up to 8 Cards $4,400.00 3 6511005 DM Receiver & NVX Encoder Card $22,990.00 4 6509497 NVX Encoder Card $1,430.00 CITY OF DIAMOND BAR- WINDMILL, WILLOW & BROADCAST ROOM AV & PRODUCTION SYSTEM BILL OF MATERIALS w/MSRP & ESTIMATED SHIP DATE Version 0.7 4/10/2023 REVISION with Price, Model & Ship Date Estimate, and Post-Bid Meeting Updates ITEM QT MFR MODEL SKU DESCRIPTION LOCATION MSRP EXT MSRP EST SHIPPING 1 6510626 Floor Box and Wall Plate DM Transmitters for HDMI Input $12,100.00 12 SHURE MX418D/C 18-Inch Gooseneck Mic Desktop Base & 10ft Cable - Cardioid Windmill Room $478.00 Q2 23 1 SHURE ULXD4Q=-G50 Quad Channel Digital Wireless Receiver - G50 470-536 MHz Windmill AV Control Room $9,034.00 Q2 23 2 SHURE ULXD2/B87A=-G50 Digital Handheld Transmitter with Beta 87A Capsule Windmill & Willow $1,136.00 Q2 23 2 SHURE UAMS/BK Modular Mute Switch Windmill & Willow $220.00 Q2 23 2 SHURE ULXD1=-G50 Digital Bodypack Transmitter Windmill & Willow $794.00 Q2 23 2 SHURE MX150B/C-TQG Subminiature Lavalier Microphone Windmill & Willow $362.00 Q2 23 1 SHURE SBC200-US Dual Docking Recharging Station w/ Power Supply Windmill AV Control Room $289.00 Q2 23 1 SHURE SBC200 Dual Docking Recharging Station Windmill AV Control Room $292.00 Q2 23 6 SHURE SB900B Rechargeable Lithium-Ion Battery Windmill & Willow $126.00 Q2 23 1 SHURE UA844SWB Antenna Distribution System Windmill AV Control Room $860.00 Q2 23 2 SHURE UA221-DC MOD Passive Antenna Splitter/Combiner Modified for DC Pass Through Windmill AV Control Room $151.00 Q2 23 4 SHURE UA834WB In-Line Antenna Amplifer Windmill & Willow $179.00 Q2 23 2 SHURE UA8-470-542 1/2 Wave Receiver Antenna - G50 Band Willow Room $32.00 Q4 23 4 SHURE UA850 50' Antenna Cables Windmill, Willow, and AV Control Room $113.00 IN STOCK 2 SHURE UA806 6' Antenna Cables Windmill AV Control Room $33.00 IN STOCK 2 SHURE UA802 2' Antenna Cables Windmill AV Control Room $16.00 IN STOCK 0 BEHRINGER Q802USB Premium 8-Input 2-Bus Mixer with XENYX Mic Preamps and Compressors, British EQ and USB/Audio Interface Broadcast Room $180.00 MODEL CHANGE 1 MACKIE Mix8 8-Ch Compact Mixer Broadcast Room $100.00 Q2 23 1 JBL C2PS Control 2P JBL C2PS Control 2P Powered Reference Monitor XLR 1x4 in & RCA In Pair Broadcast Room $306.00 Q2 23 1 LOUROE ASK-4 #101RM Ambient Audio Monitor System Windmill & Broadcast Roon $430.00 Q2 23 1 CUSTOM PRESS PANEL 3-Gang Panel w/ 3- XLR-M and 3- BNC Feed Through Connectors Windmill Room $240.00 CUSTOM 1 RDL ST-DA3 1x3 Audio Distribution Amplifier Windmill Room $249.00 IN STOCK 1 MEANWELL LRS-75-24 24VDC Power Supply for Above Windmill AV Control Room $24.00 IN STOCK 0 DATAVIDEO VP-445 1x4 SDI Distribution Amplifier Windmill Room $199.00 DISCONTINUED 1 BZBGEAR BG-DA-12GS1x4 1x4 SDI Distribution Amplifier Windmill Room $379.00 IN STOCK 0 MEANWELL LRS-75-12 12VDC Power Supply for Above Windmill AV Control Room $28.00 NOT NEEDED DUE TO ABOVE 1 MEANWELL LRS-75-5 5DC Power Supply for Above Windmill AV Control Room $28.00 IN STOCK 1 VADDIO RoboSHOT 30E HDBT OneLINK Bridge System RoboSHOT 30E HDBT OneLINK Bridge System -WHITE Camera in Windmill Room, OneLINK Receiver in Broadcast Room $7,651.00 Q2 23 3 VADDIO RoboSHOT 12E HDBT OneLINK Bridge System RoboSHOT 12E HDBT OneLINK Bridge System -WHITE Cameras in Windmill Room, OneLINK Receivers in Broadcast Room $7,172.00 Q2 23 2 VADDIO Dual 1/2 Rack Mounting Kit Rack mount to fit two interfaces, side by side.Broadcast Room $122.00 Q1 23 1 VADDIO AV Bridge MatrixMIX Production System AV Bridge MatrixMIX Switcher and Controller Broadcast Room $12,810.00 Q2 23 1 VADDIO TeleTouch 27" USB Touch- Screen Multiviewer TeleTouch 27" USB Touch- Screen Multiviewer Series Broadcast Room $2,749.00 Q1 23 4 WINSTED W6492 xiom Monitor Mount 28-1/2” Post - Single Monitor Articulating Arm Broadcast Room $420.00 Q2 23 1 Tascam BD-MP4K Rackmount BluRay Player Windmill AV Control Room $899.00 IN STOCK 57 999-80000- 027 Touch Screen Interface for AV Bridge MatrixMIX $2,749.00 58 W6492 Monitor Mounts for Winsted Console $1,680.00 59 BD-MP4K Rackmount BluRay Player $899.00 54 999-99600- 200W 12x Lens Cameras for Locations TBD in Windmill Room $21,516.00 55 998-6000-006 Dual Rackmount Kit to for OneLINK Receivers $244.00 56 999-5660-500 Production AV Mixer & Camera Controller $12,810.00 52 LRS-75-12 Power Supply for Above $0.00 52 LRS-75-5 Power Supply for Above $28.00 53 999-99630- 200W 30x Lens Camera for Rear TBD Location in Windmill Room $7,651.00 50 LRS-75-24 Power Supply for Above $24.00 51 VP-445 SDI Video Distribution Amplifier for Press Panel $0.00 51 BG-DA- 12GS1x4 SDI Video Distribution Amplifier for Press Panel $379.00 47 LE-018 Ambient Ceiling Mic in Windmill Room with Receiver in Broadcast Room $430.00 48 PRESS PANEL Analog Audio and SDI w/Embedded Audio Panel for Press Panel Connections $240.00 49 ST-DA3 Audio Distribution Amplifier for Press Panel $249.00 45 Q802USB Audio Mixer for Tactile Control & Monitoring of Audio Feed from Windmill Room $0.00 45 Mix8 Audio Mixer for Tactile Control & Monitoring of Audio Feed from Windmill Room $100.00 46 C2PS Local Audio Monitoring in Broadcast Control Room $306.00 42 UA850 Antenna Cables $452.00 43 UA806 Antenna Cables $66.00 44 UA802 Antenna Cables $32.00 39 UA221-DC MOD Passive Combiner for Antennas $302.00 40 UA83BWB Antenna Signal Booster $716.00 41 UA8-470-542 Antennas for Willow Room, 2 are Supplied with the ULXD4Q $64.00 36 SBC200 Wireless Handheld & Bodypack Transmitter Charger (this docks to the above)$292.00 37 SB900B Rechargeable Batteries $756.00 38 UA844SWB Antenna Signal Powering & Distribiution $860.00 33 ULXD1=-G50 Wireless Bodypack Transmitter $1,588.00 34 MX150C- TQG Lavalier Microphone for Above $724.00 35 SBC200-US Wireless Handheld & Bodypack Transmitter Charger with Power Supply $289.00 30 ULXD4Q=- G50 4 Channel Wireless Mic Receiver $9,034.00 31 ULXD2/B87A =-G50 Handheld Wireless Transmitter $2,272.00 32 UAMS/BK Screw On Mute Switch for Above $440.00 29 MX418D/C Desktop Base Gooseneck Mics $5,736.00 1 Samsung QN55Q70AAFXZA with 2-Piece Clamp & Grommet Mount Broadcast Room $1,099.00 IN STOCK 0 SANUS VMT5-B1 Premium Series Tilt Mount For 40" - 50" flat-panel TVs up 75 lbs. Broadcast Room $115.00 MODEL CHANGE 1 SANUS VLF613 Super Slim Full-Motion Mount For 40" - 80" flat-panel TVs up 125 lbs.Broadcast Room $350.00 IN STOCK 1 ATLONA HD-RON-444 1 x 4 HDMI Distribution Amplifier Broadcast Room $530.00 IN STOCK 1 BLACKMAGIC TERANEX MINI HDMI TO SDI 12G HDMI to SDI Converter Broadcast Room $545.00 IN STOCK 1 BLACKMAGIC TERANEX MINI Analog to SDI 12G Analog to HD-SDI Converter Broadcast Room $545.00 Q2 23 2 BLACKMAGIC Blackmagic Design Teranex Mini Smart Panel Smart Panel w/Display for Above Broadcast Room $89.00 IN STOCK 1 BLACKMAGIC Blackmagic Design Teranex Mini Rack Shelf Rackshelf for HDMI to SDI Conveter Broadcast Room $115.00 IN STOCK 1 BLACKMAGIC SmartVideohub 40 x 40 40 x 40 SDI Router Broadcast Room $2,995.00 Q2 23 1 JVC DT-N17F 17" VIDEO MONITOR w/Scopes Broadcast Room $2,665.00 IN STOCK 0 MATROX MONARCH HDX Matrox MHDX/I Monarch HDX Dual-Channel H.264 Encoder for Broadcast Streaming and Recording Broadcast Room $1,995.00 MODEL CHANGE 0 MATROX MONARCH RACK KIT Matrox Monarch HD and Monarch HDX Rack Mount Kit - Fits up to Three Units in 1RU Space Broadcast Room $175.00 MODEL CHANGE 1 BLACKMAGIC Web Presenter 4K Ultra HD Live Streaming Encoder Web Presenter Broadcast Room $675.00 IN STOCK 1 BLACKMAGIC Blackmagic Design Teranex Mini Rack Shelf Rackshelf for HDMI to SDI Conveter Broadcast Room $115.00 IN STOCK 1 BLACKMAGIC HyperDeck Studio HD Mini 1080p60 Recorder with USB- C & Time Code Generator SD CARD Recorder Broadcast Room $495.00 IN STOCK 2 SANDISK 128GB EXTREME PRO SDXC CARD SanDisk 128GB Extreme PRO SDXC UHS-I Card - C10, U3, V30, 4K UHD, SD Card - SDSDXXY-128G-GN4IN Broadcast Room $45.00 IN STOCK 1 MIDDLE ATLANTIC UPS-OL3000R 2 RU Premium Online Series UPS Backup Power, 3000VA Windmill AV Control Room $5,146.00 IN STOCK 1 MIDDLE ATLANTIC UPS-OL2200R 2 RU Premium Online Series UPS Backup Power, 2200VA Broadcast Room $4,290.00 IN STOCK 1 CISCO CBS350-48FP-4X-NA 48 Port 740W PoE Managed Switch Windmill AV Control Room $2,400.00 Q3 23 1 CISCO CBS350-24FP-4X-NA 24 Port 370W PoE Managed Switch Broadcast Room $1,545.00 Q3 23 2 CISCO Smart Net Total Care Extended Service Agreement Broadcast Room & Windmill AV Control Room $195.00 8 FS SFP-10GSR-85 Cisco SFP-10G-SR Compatible 10GBASE SR SFP+ 850nm 300m DOM LC MMF Transceiver Module Broadcast Room & Windmill AV Control Room $30.00 IN STOCK 1 TRIPP LITE N252-048-SH-K Cat6 48 port Shielded Windmill AV Control Room $359.00 IN STOCK 1 TRIPP LITE N252-024-SH-K Cat6 24 port Shielded Broadcast Room $299.00 IN STOCK 3 Optoma ZU720T Video Projector 2-Windmill, 1- Willow $5,950.00 Q2 23 3 Chief RPMAU Projector Mounts 2-Windmill, 1- Willow $326.00 Q2 23 80 Video Projector 7500 Lumens Ceiling Video Projectors $17,850.00 81 Universal Projector Mount Ceiling Video Projector Mounts $978.00 77 SFP-10GSR- 85 SFP+ Module $240.00 78 N252-048-SH-K Cat6 Shielded Patch Panel $359.00 79 N252-024-SH-K Cat6 Shielded Patch Panel $299.00 74 CBS350- 48FP-4X-NA Managed Gigabit Switch for Network $2,400.00 75 CBS350- 24FP-4X-NA Managed Gigabit Switch for Network $3,090.00 76 CON-SNT- CBS35G44 Extended Service Agreement for Above $585.00 71 SDSDXXY- 128G-GN4IN 128 GB SDXC Storage Card Blackmagic Web Presenter 4k Ultra HD Live Streaming Encoder $90.00 72 UPS- OL3000R UPS for Windmill AV Control Room Rack $5,146.00 73 UPS- OL2200R UPS for Broadcast Room Rack $4,290.00 69 BDLKWEBPT R4K Streaming Encoder for Web Distribution, Vimeo, Youtube, Facebool Live $675.00 70 CONVNTRM/ YA/RSH Rack Kit for Above $115.00 70B HYPERD/ST/ DAHM SD Card Audio Recorder $495.00 68 DT-N17F Production Monitor for Control Console $2,665.00 69 MHDX/I Streaming Encoder for Web Distribution, Vimeo, Youtube, Facebool Live $0.00 70 MRCH/RACK /KIT Rackmount for Streaming Encoder $0.00 65 CONVNTRM/ YA/SMTPN Control Panel with Display for Above $178.00 66 CONVNTRM/ YA/RSH Rack Kit for Above $115.00 67 VHUBSMART 6G4040 SDI Video Matrix Router 40x40 to replace the 16 x 16 Router.$2,995.00 62 HD-RON-444 HDMI Program Distribution Amplifier $530.00 63 CONVNTRM/ AB/HSDI Program HDMI to SDI Converter $545.00 64 CONVNTRM/ BB/ANSDI AQMD Analog Feed to SDI $545.00 60 QN55Q70AA FXZA Wall Mount Monitor for Selectable: Mirrored Multiviewer, Program Video, Cable Return $1,099.00 61 VMT5-B1 Tilting Wall Mount for 55" Display $0.00 VLF613 Super Slim Full-Motion Mount For 40" - 80" flat- panel TVs up 125 lbs. $350.00 1 CABLECAST CBL-VIO4-600 4 channel configurable SD/HD SDl encode/decode, multi-format server with 10TB of usable RAID5 storage in a 3 RU chassis. Redundant power. Selectable SD or HD SDI with embedded audio. Pulls in RTP, RTMP and HLS streams. Includes Cablecast Automation, Video and CG server Software. Cablecast CG Player Software is optional. Includes graphics, crawl, bug, bug text on output. 3 year hardware warranty, system commissioning and one year of software assurance included. Broadcast Room $24,995.00 Q2 23 2 CABLECAST CBL-VIO4-HA Annual hardware assurance contract for the CBL-VIO4-600. First 3 years are included with the purchase.Broadcast Room $2,500.00 Q2 23 2 CABLECAST CBL-STRUPG- 40TB Thirty TB storage upgrade for Cablecast VIO and VOD servers to increase content storage to 40TB. Must be ordered at time of purchase.Broadcast Room $3,700.00 Q2 23 1 CABLECAST CBL-VIOLITE-CG- SVR Cablecast VIO server hardware with 8TB storage in a 1RU chassis configured for CG playout on up to two (2) channels. Suitable forthat are not utilizing Cablecast utomation or Video Servers. SDI outputs, genlock input, hardware accelerated graphics. 3 year hardware warranty and system commissioning included. Broadcast Room $4,950.00 Q2 23 2 CABLECAST CBL-VIOLITE-CG- HA Annual hardware assurance contract for the CBL-VIOLITE-CG SVR. First 3 years are included with the purchase.Broadcast Room $495.00 Q2 23 1 CABLECAST CBL-CGPLAYER- LIC Cablecast CG bulletin board software for installation in Cablecast VIO video servers. All bulletin board features and native integration with the Cablecast schedule for display of "Airs Again On", "Coming up Next" and Cablecast schedule bulletins, updated dynamically throughout the day. Broadcast Room $1,550.00 Q2 23 1 CABLECAST CBL-LIVE-350 Single channel H.264 HLS adaptive bit- rate live streaming server in a 1 RU chassis, integrated into Cablecast's user interface and public web interface. Resolution scales to 1080P. Stream is controllable through Cablecast and may be disabled on a per show basis. 3 year hardware warranty and system commissioning included. Broadcast Room $3,900.00 Q2 23 2 CABLECAST CBL-LIVE-350-HA Annual hardware assurance contract for the CBL-LIVE. First 3 years are included with the purchase.Broadcast Room $390.00 Q2 2389 CBL-LIVE- 350- HA Hardware assurance for years 4&5 $780.00 86 CBL-VIOLITE- CG- HA Hardware assurance for years 4&5 $990.00 87 CBL- CGPLAYER- LIC License for CG Server $1,550.00 88 CBL-LIVE- 350 Live Streaming Server for OTT Streaming $3,900.00 83 CBL-VIO4-HA Hardware assurance for years 4&5 $5,000.00 84 CBL- STRUPG- 40TB 1 For VIO, 1 For VOD $7,400.00 85 CBL-VIOLITE- CG- SVR Standalone CG/Bulletin Board System $4,950.00 82 CBL-VIO4- 600 Video Server, to be configured as 1 in 3 out $24,995.00 1 CABLECAST CBL-SVR450- VOD-10 Cablecast VOD and Automation server in a 3 RU chassis. Streams H.264 HLS Adaptive bitrate VOD to mobile devices, OTT and desktops. Redundant power, 10TB RAID5 Content and 256GB RAID1 OS drives. 3 year hardware warranty and system commissioning included. Broadcast Room $11,650.00 Q2 23 2 CABLECAST CBL-SVR450- VOD-10-HA Annual hardware assurance contract for the Cablecast Pro VOD-10. First 3 years are included with the purchase.Broadcast Room $1,165.00 Q2 23 1 CABLECAST CBL-REFLECT-BND Annual Cloud-based reflection service operating in conjunction with both Cablecast Live and Cablecast VOD servers that provide a virtually unlimited number of live and VOD internet video streams while conserving your internal bandwidth. Includes up to 3 streaming channels. If purchasing Cablecast Reflect, the bundled service must be specified for all systems running a Cablecast VOD server. Broadcast Room $2,400.00 Q2 23 1 CABLECAST CBL-CABLECAST-APP One time development, administrative and creative fee to integrate user supplied artwork and logos into ONE branded OTT app for Apple TV or Roku or Amazon Fire or Android TV. Typical lead time is three weeks upon delivery of requested assets which include high quality logo's, brand colors, and images to be utilized in the custom design. Customer is also responsible for signing up for developer accounts which may affect delivery dates. Please specify the platform. Broadcast Room $1,600.00 Q2 23 16 CABLECAST CBL-SAS-CH-1YR Annual software maintenance contract per I/O (Input/Output). Covers all the software upgrades including major releases at one facility. Example: VIO4 = 4 I/O * Software upgrades are customer installed with guided instructions included, support assistance provided as needed. Cablecast can perform installation of upgrades for an additional $300 (CBL-SVC- UPGRADE). Broadcast Room $400.00 8 CABLECAST CBL-SVC-PH-HRLY One hour of scheduled online training, installation assistance, guidance, or targeted help in utilizing Cablecast, Cablecast CG and Screenweave. Needs to be scheduled 2 weeks in advance. Broadcast Room $100.0095 CBL-SVC-PH- HRLY 8 Hours of User Training or Targeted Help $800.00 92 CBL- REFLECT- BND Annual recurring for hosting Live and VOD Services.$2,400.00 93 CBL- CABLECAST- APP Development fee for Creating Custom Channel $1,600.00 94 CBL-SAS-CH- 1YR Software Maintenance Contract for VIO server for a full 5 Years.$6,400.00 90 CBL-SVR450- VOD-10 Automation & Video On Demand Server $11,650.00 91 CBL-SVR450- VOD-10-HA Hardware assurance for years 4&5 $2,330.00 1 RARITAN DKX3-108 Raritan 1 User, 8 Port KVM Over IP Switch Broadcast Room $2,393.00 Q2 23 3 RARITAN DCIM-USBG2 Computer Interface Module for USB/VGA Broadcast Room $152.00 Q2 23 3 RARITAN DCIM-DVUSB-XXXX Computer Interface Module for User CPUS's, type to be determined Broadcast Room $200.00 Q2 23 1 AJA FS-2 Frame Synchronizer- Dual Channel Broadcast Room $4,949.00 Q3 23 1 AJA C10DA Analog Video / Tri-Level Sync 1 x 6 Distribution Amplifier Broadcast Room $229.00 Q2 23 1 ENSEMBLE DESIG BrightEye 55 Genlockable Sync & Test Signal Generator Broadcast Room $1,800.00 Q2 23 0 DORROUGH 40-A Analog Loudness Monitor Broadcast Room $475.00 DISCONTINUED 0 DORROUGH 40-B2 Desktop Box for Two 40 Series Monitors Broadcast Room $120.00 DISCONTINUED 1 ESE ES216P4 DS Dual Rack Mount VU Meters Broadcast Room $330.00 Q2 23 2 MIDDLE ATLANTIC BGR-4132 BGR Series Vertical Rack 41RU 32" Deep Broadcast Room $2,046.00 IN STOCK 1 MIDDLE ATLANTIC BSPN-4132 41 RU Side Panels for 32 Inch Deep BGR Racks Broadcast Room $1,068.00 IN STOCK 2 MIDDLE ATLANTIC CBS-BGR Caster Base for BGR Series Broadcast Room $301.00 IN STOCK 2 MIDDLE ATLANTIC BGR-276FT-FC 276 CFM Fan Top with Controller Broadcast Room $851.00 IN STOCK 2 MIDDLE ATLANTIC VFD-41A 41 RU Vented Front Door for BGR Racks Broadcast Room $793.00 Q2 23 1 MIDDLE ATLANTIC HW500 10-32 Rackscrew Trim-Head - 500 Piece Broadcast Room $246.00 IN STOCK 4 MIDDLE ATLANTIC PD-2415SC Slim Power Strip, 24 Outlet, 15A Broadcast Room $260.00 IN STOCK 1 MIDDLE ATLANTIC LACE-40-OWP 40 RU Lace Strip 4.75 Inches Wide with Tie Posts - 6 Piece Broadcast Room $404.00 IN STOCK 2 MIDDLE ATLANTIC DR-8 8 RU Desktop Rail Rack Broadcast Room $112.00 IN STOCK 1 MIDDLE ATLANTIC U1V-4 1 RU Vented Utility Rackshelf, 4- PC Broadcast Room $283.00 IN STOCK 2 WINSTED W6469 Adjustable Phone (Speaker) Tray Broadcast Room $249.00 Q2 23 1 VARIOUS Installation Materials Cables, Connectors, Hardware, Cable Management, Blank Panels Windmill AV Control & Broadcast Rooms $5,000.00 1 BLACKMAGIC Blackmagic Micro Converter - SDI to HDMI 3G Blackmagic Micro Converters are incredibly tiny broadcast video converters that let you connect between consumer HDMI and professional SDI equipment. Windmill AV Control & Broadcast Rooms $69.00 IN STOCK 1 VENDOR System Design 1 VENDOR CAD & Documentation 1 VENDOR System Integration 1 VENDOR 1 VENDOR Audio DSP Programmimg 1 VENDOR Commissioning 1 VENDOR Training 1 VENDOR Warranty -Standard 1 VENDOR Warranty -Optional Describe Optional Extended Warranty Grand Total: 124 122 123 Labor Sub-Total: 119 Control System & GUI Programming 120 121 116 117 118 115 Installation Materials Installation Materials $5,000.00 116 CONVCMIC/ SH03G/WPS U Micro Converter $69.00 $322,014.00 $30,591.33Equipment Sub-Total: 9.5% Sales Tax: Freight: 112 DR-8 8 RU Desktop Rail Rack $224.00 113 U1V-4 1 RU Vented Rackshelf- 4 Pack $283.00 114 W6469 Adjustable Tray for Speaker $498.00 109 HW500 Rack Screws $246.00 110 PD-2415SC Vertical Power Strips $1,040.00 111 LACE-40- OWP Vertical Lacing Strips $404.00 106 CBS-BGR Caster Base $602.00 107 BGR-276FT- FC Fan Top $1,702.00 108 VFD-41A Vented Front Door $1,586.00 102 ES216P4 DS VU Meter for Production $330.00 104 BGR-4132 BGR Series Vertical Rack 41RU 32" Deep $4,092.00 105 BSPN-4132 Rack Side Panels $1,068.00 101 BE55 To provide Reference Signals to Cablecast & Router, and Color Bar & Tone Generator $1,800.00 102 40-A VU Meter for Production $0.00 103 40-B2 Desktop Box for VU Meters $0.00 98 DCIM- DVUSB- XXXX User KVM Interface Modules $600.00 99 FS-2 To Genlock Production Switcher feed and Stabilize Channel Output to destinations. $4,949.00 100 C10DA To Distribute Reference Signals.$229.00 96 DKX3-108 KVM Switch for Servers $2,393.00 97 DCIM-USBG2 Server KVM Interface Modules $456.00 1293492.1 Sample Cable Test Report 1293492.1