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