Loading...
HomeMy WebLinkAbout1997 07 14 Regular Item E C()MMISSION AGENDA ITErM E REGULAR X CONSENT INFORMATIONAL July 14. 1997 Meeting MGR V !DEP~ Authorization REQUEST: Community Development Department requests the City Commission to approve the first reading for adoption of Ordinance # 670 creating a "New Development Area" Overlay Zoning District, and to direct staff to develop a comprehensive plan amendment and zoning change that would be in accordance with the New Development Area Design Guidelines for the State Road 434 Corridor Vision Plan. PURPOSE: The purpose of this Board Item is to request the Commission to approve the first reading for adoption of Ordinance # 670 creating a "New Development Area" Overlay Zoning District that would include the properties adjacent to the State Road 434 right-of-way from Hayes Road eastward to State Road 417 (aka the GreeneWay) with the exception of the Town Center area ofS.R. 434. Also, request is made for the Commission to direct staff to (l) prepare a comprehensive plan amendment, and (2) prepare a zoning change that would be in accordance with the "New Development Area" Design Guidelines for the S.R. 434 Corridor Vision Plan. APPLICABLE LAW AND PUBLIC POLICY: The provisions of 163.3167(11) which states "Each local government is encouraged to articulate a vision of the future physical appearance and qualities of its community as a component of its local comprehensive plan. The vision should be developed through a collaborative planning process with meaningful public participation and shall be adopted by the governing body of the jurisdiction." In 1995 the City Commission approved the preparation ofa S.R. 434 Corridor Vision Plan that would include a "New Development Area". JULY 14, 1997 REGULAR AGENDA ITEM E Page 2 CONSIDERA TIONS: FUNDING: FINDINGS: * The Planning & Zoning Board/Local Planning Agency completed its review of the S.R. 434 Corridor Design Guidelines for the New Development Area on October 2, 1996. * The City Commission held the first workshop on the draft Design Guidelines for the "Town Center" and the "New Development Area" of the State Road 434 Corridor Visioning Project on December 9, 1996, January 6 and 20, 1997. Additional workshops were held on February 4th, March 3rd and April 21st. * The Design Guidelines will become the text of the New Development Area Overlay Zoning District to be incorporated into Chapter 20, the "Zoning Ordinance" of the City. No funds are required for creation of the New Development Area Overlay Zoning District. * The Planning & Zoning BoardlLocal Planning Agency completed its review of the S.R. 434 Corridor Design Guidelines for the New Development Area on October 2, 1996, and recommended approval to the City Commission with changes. These changes were incorporated into the draft sent to the City Commission at its first workshop on the Design Guidelines for the New Development Area. * The City Commission completed its review of the S.R. 434 Corridor Design Guidelines for the New Development Area on April 21, 1997. RECOMMENDATION: Staff recommends approval of the first reading for adoption of Ordinance # 670 to create a New Development Area Overlay Zoning District; and for the Commission to direct staff to (1) prepare a comprehensive plan amendment, and (2) prepare a zoning change that would be in accordance with the New Development Area Design Guidelines for the State Road 434 Corridor Vison Plan. . . . JULY 14, 1997 REGULAR AGENDA ITEM E Page 3 IMPLEMENTATION SCHEDULE: The City Commission would hold a second reading and public hearing of Ordinance 670. for adoption on July 28, 1997. The ordinance would take effect immediately upon adoption. A first reading" of an ordinance establishing the text of the New DeveloPn1eiJ,t Area Overlay Zoning District is scheduled for the July 28, 1997 City CommissioJi m~etir{g, . ';' ~'. . and the second reading and adoption of the or.dinance would occur on Augusf1.'1.~ 1997:, ',:" , '. . t"",,, '. ; ~~. '. ATTACHMENT: 1. Map of proposed "New Development Area" 0fthe S.R. 434 Corridor Vision Plan.. 2. Ordinance # 670 COM:MISSION ACTION: . ORDINANCE NO. 670 AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF WINTER SPRINGS, FLORIDA CREATING A NEW DEVELOPMENT AREA OVERLAY ZONING DISTRICT IN ACCORDANCE WITH THE NEW DEVELOPMENT AREA DESIGN GUIDELINES OF .THE STATE ROAD 434 CORRIDOR VISION PLAN; PROVIDING FOR SEVERABILITY AND AN EFFECTIVE DATE. WHEREAS, 163.3167 (11), Florida Statutes, encourages local . governments to articulated a vision of the future physical appearance and qualities of its community. " . . . , WHEREAS, t.he City, in accordance with 163.31'67(11) F.S. has developed a collaborative ,pla1;lning process with meaningful public participation in the development of the concept and design guidelines of the S.R. 434 Corridor Vision Plan New Development Area Overlay Zoning District; WHEREAS, the Planning and Zoning Board/Local Planning Agency has reviewed the concept and design.guidelines for the New Development Area Overlay Zoning District and has recommended to the City commission adoption of same; NOW, THEREFORE, BE IT ORDAINED that the city Commission of the City of Winter Springs, Florida, creates the . New Development Area Overlay zoning District to include the following properties: . , . ALL PROPERTIES ADJACENT TO THE STATE ROAD 434 RIGHT-OF-WAY FROM HAYES ROAD EASTWARD TO STATE ROAD 417 (AKA THE GREENEWAY) WITH THE EXCEPTION OF THE TOWN CENTER AREA OF STATE ROAD 434. [See accompanying map "STATE ROAD 434 CORRIDOR VISION PLAN - NEW DEVELOPMEW~ AREA" dated July 14, .1997) SECTION I SEVERABILITY. , .. .- ,', '". , I'" ,.' If any provision or portion of this Ordinance is declared by any court of competent jurisdiction to be void, unconstitutional, or unenforceable, then all remaining provisions and portions of this Ordinance shall remain in full force and effect. SECTION II EFFECTIVE DATE. . This Ordinance shall immediately take effect upon adopti~n, w~th a quorum present and'voting, by the City Commission of t:he City of winter Springs, Florida, this 28th day of July, 1997. PAUL P. PARTYKA, MAYOR CITY OF WINTER SPRINGS ATTEST: MARGO HOPKINS, CITY CLERK. CITY OF WINTER SPRINGS FIRST READING . POSTED SECOND READING AND PUBLIC HEARING . Nord. , ".-e. STATERO AD 434 CO . NEW DEVEL~~~~RA VISION PLAN REA ):H' ._ , = . ' JULY 14, 1997 e . I . I COMMISSION AGENDA ITEM F REGULAR X CONSENT INFORMATIONAL July 14. 1997 Meeting MGR. tYIDEPT'jfIt:-- AJthorization REQUEST: The General Services Department requests that the City Commission consider Omnicom Inc. ' s recommended design of the audio/video system presented in their report dated June 9, 1997 and decide if they want to adopt the recommended design or consider alternatives. PURPOSE: The purpose of this Agenda Item is to allow the City Commission to adopt Omnicom Inc. 's recommendation on the audio/video system, or allow the consultant to present alternative designs, and to determine if the consultant should refine alternative design scenarios and develop a cost proposal for them. CONSIDERA TIONS: 1. On September 23, 1996, the City Commission approved $2,890 for design of an audio/video system for the Commission Chambers. 2. On June 9, 1997, Omnicom, Inc. delivered their recommendation for an audio/video system presented on pages 35-48 of the attached report. July 14, 1997 AGENDA ITEM Page 2 ISSUES: 1. Is the City Commission sufficiently satisfied with the attached report and design to adopt the report and bid specifications? 2. If not, does the City Commission want Omnicom, Inc. to consider an alternative design? RECOMMENDATION: 1. That the City Commission consider adopting Omnicom, Inc.' s proposed design and bid specifications. ATTACHMENTS: 1. Bid No. 97-022 dated June 9, 1997. COMMISSION ACTION: I I I I I I I I I I I I I I I I I I I ~\"-- CITY OF WINTER SPRINGS COMMISSION CHAMBERS AUDIO/VISUAL SYSTEM BID NO. 97-022 June 9, 1997 ~ ~~ OMNICOM, Inc. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page .1. of 48 CITY OF WINTER SPRINGS FlORIDA INVITATION TO BID GENERAL CONDITIONS NOTICE TO BIDDERS: SEALED BIDS WILL BE RECEIVED UNTIL THE TIME, AND AT THE PLACE, AND FOR THE ITEMS LISTED ON THE ATTACHED CITY elD FORMS. THE BIDS WILL BE RECEIVED IN THE OFFICE OF THE CITY CLERK, CITY HALL, 1126 EAST S.R. 434, CONTAINING QUOTATIONS FOR SUPPLYING THE CITY WITH ITEM(S) OR SERVICES HEREIN LISTED AND AS FURTHER SPECIFIED. THESE BIDS WILL BE PUBLICLY OPENED IN THE PRESENCE OF BIDDERS AND CITY OFFICIALS. ALL BIDDERS AND THE PUBLIC ARE INVITED AND ENCOURAGED TO ATTEND BID OPENING. AFTER TABULATION AND REVIEW, AND WHEN REQUIRED, BIDS WILL BE PRESENTED TO THE CITY COMMISSION FOR AWARD OF BID; SUCH AWARD TO BE MADE AT A SUBSEQUENT COMMISSION MEETING. HOW TO SUBMIT PROPOSAL: ALL BIDS SHALL BE SUBMITTED IN SEALED ENVELOPES AND MAILED OR HAND DELIVERED TO THE CITY CLERK, CITY HALL, 1126 EAST S.R. 434, WINTER SPRINGS, FLORIDA 32708, AND PLAINLY MARKED ON THE OUTSIDE OF THE ENVELOPE, THE BID NUMBER, ITEM IDENTIFICA TrON AND TIME AND DATE OF BID OPENING. IT WILL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO ENSURE THAT THE PROPOSAL REACHES THE OFFICE OF THE CITY CLERK, CITY OF WINTER SPRINGS ON OR BEFORE CLOSING HOUR AND DATE SHOWN ON THE PROPOSAL FORM, ATTACHED. PURPOSE OF BID: THE CITY OF WINTER SPRINGS INTENDS TO SECURE A SOURCE OF SUPPLY FOR ITEM(S) OR SERVICE(S) AT THE LOWEST PRICE; EARLY AND SATISFACTORY MANUFACTURE AND PROMPT AND CONVENIENT SERVICE AND SHIPMENT BY THE SUPPLIER TO THE CITY. ANY FAILURE ON THE PART OF THE SUPPLIER TO COMPLY WITH THE ENSUING CONDITIONS AND SPECIFICATIONS SHALL BE REASON FOR TERMINATION OF CONTRACT. THE CITY RESERVES THE RIGHT TO MAKE AN AWARD TO THE SUPPLIER WHERE THE PRODUCT MEETS THE SPECIFICATIONS, TERMS AND CONDITIONS, AND WHERE THE BID IS CONSIDERED TO BEST SERVE THE CITY'S INTERESTS. 1. SUBMISSION AND RECEIPT OF BIDS: A. TO RECEIVE CONSIDERATION, PROPOSALS MUST BE RECEIVED ON OR PRIOR TO THE SPECIFIED TIME AND DATE OF OPENING, AS DESIGNATED IN THE PROPOSAL. BIDDER'S SIGNATURE COMPANY NAME Adopted 6/29/93 Rev. 1/31/97 I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page ~ of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 1. SUBMISSION AND RECEIPT OF BIDS (CONTINUED) B. Unless otherwise specified, bidders MUST use the proposal form(s) furnished by the City, failure to do so may be cause for rejection of bid. Removal of any part of the bid forms may invalidate the bid. C. Proposal having any erasure or corrections MUST be initialed by the Bidder in INK. Bids shall be signed in INK; all forms shall be typewritten or printed with pen and ink. D. Separate proposals MUST be submitted on each bid reference number. 2. WARRANTIES FOR USAGE: A. Whenever a bid is sought, seeking a source of supply for a specified period of time for materials or services, the quantities or usage shown are estimated ONLY. No guarantee or warranty is given or implied by the City as to the total amount that MAYor MAY NOT be purchased from any resulting contract(s). These quantities are for bidders information ONLY and will be used for tabulation and presentation of bid and the City reserves the right to increase or decrease quantities as required. 3. PRICES TO BE FIRM: A. Bidder warrants by virtue of bidding that prices, terms and conditions quoted in the bid will remain firm for acceptance by the City for a period of sixty (60) days from the date of bid opening, unless otherwise stated by the City. 4. DELIVERY POINT: A. All items shall be delivered F.O.B. destination (i.e., at a specific City of Winter Springs address), and delivery costs (if any) will be included in the bid price. Failure to do so may be cause for rejection of bid. ' I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page ~ of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 5. PAYMENT (TERMS): A. Payment will be made ONLY after receipt and acceptance materials/services. of BIDDER'S SIGNATURE COMPANY NAME NOTE: SIGNATURE AND COMPANY NAME MUST BE THE SAME AS ON PAGE OF THIS PROPOSAL. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page 1 of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 6. BRAND NAMES: A. If and whenever in the specifications a brand name, make, name of any manufacturer, trade name, or Vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of materials ONLY. Since the City does not wish to exclude other competition and equal brands or makes, the phrases "OR APPROVED EQUAL" is added. However, if a product other than that specified is bid, it is the Vendor's responsibility to name such a product within the bid and to prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) bid. The City shall be the sole judge concerning the merits of bids submitted. 7. SAMPLES AND DEMONSTRATION: A. Evidence in the form of samples may be requested. Such samples are to be furnished after the date of bid opening only, upon request by the City, unless otherwise stated in bid forms. If samples should be requested, such samples must be received by the City no later than seven (7) days after formal request is made. When required, the City may request full demonstrations of any unit(s) bid prior to the award of any contract. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, upon written request will within thirty (30) days of bid award be returned at the Bidder's expense. 8. QUALITY: A. All materials used for the manufacture or construction of any supplies, materials, or equipment covered by this bid shall be NEW. The items bid must be new, the latest model, of the best quality and highest grade workmanship. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page .Q. of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 9. SIGNATURE REQUIRED: A. All numbered City bid pages MUST be signed with the company name by an officer or employee having authority to bind the company or firm by signature. BIDDER'S SIGNATURE COMPANY NAME NOTE: SIGNATURE AND COMPANY NAME MUST BE THE SAME AS ON PAGE 1 OF THIS PROPOSAL. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page .2. of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 10. ACCEPTANCE OF MATERIAL: A. The items(s) delivered under this proposal shall remain the property of the seller until physical inspection and actual usage of the item(s) and/or service are made and thereafter accepted to the satisfaction of the City and must comply with the terms herein, and be fully in accord with the specifications and of the highest quality. In the event the material and/or services supplied to the City is found to be defective or does not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller and return the product(s) to the seller at the seller's expenses. 11. VARIATIONS TO THE SPECIFICATIONS: A. For purposes of evaluation, Bidder MUST indicate any variances from the City specifications, no matter how slight. If variations are not stated in proposal, it will be assumed that the product or service fully complies with City specifications, terms and conditions. 12. DELIVERY: A. Time will be of essence for any orders placed as a result of this bid. Purchaser reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made at the time specified on the bid proposal form. 13. DEFAULT PROVISION: A. In case of default by the Successful Bidder or Contractor, the City of Winter Springs may procure the items or services from other sources and hold the Bidder or Contractor responsible for any excess cost occasioned or incurred thereby. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page Z of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 14. PRICING A. Prices shall be stated in units of quantity specified in the bid specification. In case of a discrepancy in computing the total amount of bid, UNIT PRICE quoted will govern. BIDDER'S SIGNATURE COMPANY NAME NOTE: SIGNA TURI:: AND COMPANY NAME MUST BE THE SAME AS ON PAGE 1 OF THIS PROPOSAl. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page ~ of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 15. PRICE CHANGES/RE: CONTRACTS: A. If at any time during the period of a contract, the City of Winter Springs is able to purchase the items and/or services for less than the contract price, the Successful Bidder shall meet these prices and in the event of failure to do so, the City may seek a new contract on the open market. 16. COPYRIGHTS AND/OR PATENT RIGHTS: A. Bidder Warrants that there has been no violation of copyrights and/or patent rights in the manufacturing, producing or selling the goods, shipped or ordered, as a result of this bid and the seller agrees to hold the Purchaser harmless from any and all liability, loss, or expense occasioned by any such violation. 17. SAFETY STANDARDS: A. The Bidder warrants that the product supplied to the City conforms in all respects to the standards set forth in the Occupational Safety & Health Act (O.S.H.A.) and its amendments; failure to comply with this condition will be considered a breach of contract. 18. TAXES: A. The City of Winter Springs, Florida is exempt from any taxes imposed by the State of Florida and/or Federal Government. State Sales Tax Exemption Certification No. 69-13-035082-54C applies and appears on each City of Winter Springs Purchase Order. Exemption certificates certified on request. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page g of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 19. FAILURE TO QUOTE: A. If you do not quote, please return the form, "UNABLE TO SUBMIT A BID", stating reason thereon and request that your name be retained on the City mailing list, otherwise, your name may be removed from the City bid mailing list. BIDDER'S SIGNATURE COMPANY NAME NOTE: SIGNATURE AND COMPANY NAME MUST BE THE SAME AS ON PAGE 1 OF THIS PROPOSAL. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page 1Q of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 20. MANUFACTURER'S CERTIFICATION: A. The City of Winter Springs reserves the right to request from Bidder, separate manufacturer certification of all statements made in the proposal. 21. SIGNED BID CONSIDERED AN OFFER: A. The signed bid shall be considered an offer on the part of the Bidder or Contractor, which by the City Commission of the City of Winter Springs, Florida and in case of default on the part of the Successful Bidder or Contractor, after such acceptance, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. 22. LIABILITY, INSURANCE, LICENSES AND PERMITS: A. Where bidders are required to enter onto City of Winter Springs property to deliver materials or perform work or services, as a result of bid award, the Bidder will assume full duty, obligation and expense of obtaining all necessary licenses, permits, inspections and insurance, as required. The Bidder shall be liable for any damages or loss to the City occasioned by negligence of the Bidder (or agent) or any person the Bidder has designated in the completion of a contract as a result of the bid. 23. RESERVATIONS FOR REJECTION AND AWARD: A. The City o'f Winter Springs, reserves the right to accept or reject any or all bids or parts of bids, to waive irregularities and technicalities, and to request re-bids on the required materials. The City also reserves the right to award the contract on such material the City deems will best serve its interests. The City further reserves the right to award the contract on a split order basis, lump sum, or individual item basis, or such combination as shall best serve the interest of the City, unless otherwise stated. The City also reserves the right to waive minor variations to the specifications (interpretation of minor variations will be made by applicable City Department personnel). In addition, the City reserves the right to cancel any contract by giving thirty (30) days written notice. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page ..!.l of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 24. AWARD: A. After the award, the selected Vendor will commence work no later than 12. working days from date of the Notice to Proceed. BIDDER'S SIGNATURE COMPANY NAME NOTE: SIGNATURE AND COMPANY NAME MUST BE THE SAME AS ON PAGE OF THIS PROPOSAL. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page ~ of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID 25. SPECIFICATIONS: A. Any omissions of the detailed specifications stated herein, that would render the materials/services from use, as specified, will not relieve the Bidder from responsibility. 26. BID ATTACHMENTS: A. A bid response to an Invitation-To-Bid, which has attached a condition of sale or any other attachments, which alters the specifications, conditions, terms or makes it subordinated, may be cause for rejection. 27. ENCLOSURES: A. Two (2) complete sets of General Instruction, Specifications and Proposal Forms. B. Two (2) complete sets to be returned to the City Clerk, City of Winter Springs. PAYMENT: AFTER BID AWARD AND RECEIPT OF ITEM(S) AND/OR SERVICES, INVOICES TO THE CITY OF WINTER SPRINGS WILL BE PAID WITHIN THIRTY (30) DAYS. BIDDER'S SIGNATURE COMPANY NAME NOTE: SIGNATURE AND COMPANY NAME MUST BE THE SAME AS ON PAGE OF THIS PROPOSAl. I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page Jl. of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID STATEMENT FOUND IN FLORIDA STATUTES 287.133 A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this (Date) by , who is personally known to me or who has produced (Type of identification) as identification and who did (did not) take an oath. Notary Public, Commission No. (Signature) (Name of Notary typed, printed, or stamped) (SEAL) I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page ~ of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID ITEM(S) REQUIRED COMMISSION CHAMBERS AUDIONISUAL SYSTEM USING CITY DEPARTMENT(S) GENERAL SERVICES BIDS MUST BE SUBMITTED BY OR BEFORE: JULY 18, 1997, 2:00 P.M. The Invitation-To..Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addendums, and/or any other pertinent document, from a part of this proposal and by reference are made a part hereof. ANTI-COLLUSION STATEMENT: The undersigned Bidder had not divulged to, discussed, or compared his bid with other bidders and has not colluded with any other Bidder or parties to this bid whatever. THIS PROPOSAL SUBMITTED BY: COMPANY NAME TELEPHONE NO. ADDRESS CITY ZIP CODE AREA CODE STATE BY DATE SIGNED NAME & TITLE OF SIGNER (TO BE SIGNED IN INK) PRINTED BASE BID WRITTEN BIDDERS TERMS BIDDER'S NOTE: Bidder to state his terms as will apply in evaluation, recommendation and award of this proposal. (If requested, Item by Item on the following sheets, please state beside each Item bid. If not stated, terms will be considered NET). I I I I I I I I I I I I I I I I I I I BID NO. 97-022 Page .lQ. of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID NOTE: SIGNATURE AND COMPANY NAME MUST BE THE SAME ON EACH OF THE FOLLOWING SHEETS OF THIS PROPOSAL AS THEY APPEAR ABOVE. Indicate Which: Individual: ( Partnership: ( Corporation: ( Other: ( ) TO THE CITY COMMISSION OF THE CITY OF WINTER SPRINGS, FLORIDA: WE (I) THE ABOVE SIGNED HEREBY AGREE TO FURNISH THE FOLLOWING ITEM(S) CONDITIONS, SPECIFICATIONS, AND ALL ATTACHMENTS HERETO. WE (I) HAVE READ ALL ATTACHMENTS INCLUDING THE SPECIFICATIONS AND FULLY UNDERSTAND WHAT IS REQUIRED. BIDDERS NOTE: FULL DESCRIPTIVE LITERATURE MUST ACCOMPANY YOUR BID, IF BIDDING ON OTHER THAN BRAND(S) AND/OH MODEL(S) SPECIFIED, TO DETERMINE APPROVED EQUAL AS CALLED FOR UNDER GENERAL CONDITIONS TO BIDDER, ITEM NUMBER SIX (6). I I I I I I I I I I I I I I I I I I I BID NO. 97-009 Page .1..2 of 48 CITY OF WINTER SPRINGS STATEMENT OF NO BID IF YOU DO NOT INTEND TO BID ON THIS PROPOSAL RETURN THIS FORM TO: CITY OF WINTER SPRINGS 1126 EAST S.R. 434 WINTER SPRINGS, FLORIDA 32708 A TTN: PURCHASING AGENT I/we have declined to bid on your bid proposal No. Bid Description For the following: 1. Specifications are too "tight", i.e. geared toward one brand of manufacturer only (Explain reason below). 2. Insufficient time to respond to bid invitation. 3. We do not offer this commodity/service or equivalent. 4. Our product/service schedule would not permit us to perform. 5. Unable to meet specifications. 6. Unable to meet bonding requirements. 7 . Specifications unclear (Explain below). 8. Other (Specify below). REMARKS: Attach additional pages if required. I/We understand that if the "No BID" form is not executed and returned, our name may be deleted from the list of qualified bidders for the City of Winter Springs. COMPANY NAME: ADDRESS: TELEPHONE NUMBER: SIGNATURE OF BIDDER: I I I I I I I I I I I I I I I I I I I BID NO. 97-009 Page lZ of 48 OPTION OF VENDOR "State if you will extend the same prices, terms, and conditions to other State of Florida governmental agencies." WILL EXTEND SAME PRICING, TERMS, AND CONDITIONS TO OTHER STATE OF FLORIDA GOVERNMENTAL ENTITIES: YES NO COMPANY NAME: ADDRESS: TELEPHONE NUMBER: SIGNATURE OF BIDDER: I I I I I I I I I I I I I I I I I I I BID NO. 97-009 Page .u! of 48 CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID The City of Winter Springs is accepting bids for the WINTER SPRINGS CITY COMMISSION CHAMBERS AUDIO/VISUAL SYSTEM Bid prices shall include shipping and delivery to the CITY OF WINTER SPRINGS 1126 EAST S.R. 434, WINTER SPRINGS, FL. 32708. I I I I I I I I I I I I I I I I I I I BID NO. 97-009 Page ~ of 48 CITY OF WINTER SPRINGS BID BOND FORM KNOW ALL MEN BY THESE PRESENT, that we, the undersigned (1) , as Principal, and (2) , as Surety, are hereby and firmly bound unto (3) , as Owner, in the penal sum of (4) Dollars ($ ) for the payment which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, and assigns. Signed, this day of. 19 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract, (properly completed in accordance with Bid instructions), and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or effected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby give waive notice of any such extension. (1) Contractor (2) Surety (3) Owner (4) 5% of Total Bid I I I I I I I I I I I I I I I I I I I BID NO. 97-009 Page 20 of 48 PERFORMANCE BOND FORM THIS INSTRUMENT WITNESSETH: That we (1) (2) organized under the and regularly authorized to do business Principal, we (3) a (2) organized under the laws of the State of and regularly authorized to do business in the State of Florida as Surety, are held and firmly bound unto , hereinafter called the Owner in accordance with a Contract hereinafter referred to, in the penal sum of (4) Dollars ($ ) lawful money of the United States, well and truly to be paid unto the said Owner, for the payment of which we bind ourselves, our heirs, executors, administrators, successors and assignees, jointly and severally, firmly by these presents. a laws of the State of in the State of Florida as WHEREAS, The said Principal has entered into a written contract with the Owner dated for the work designated as located in Winter Springs conformity with Contract Documents hereby referred to and made a part hereof, the same to all intents and purposes as if written at length herein, in which Contract the said Principal has contracted to perform the work specified in said Contract in accordance with the terms thereof: NOW, THEREFORE, the condition of this obligation is such that if the Principal shall faithfully perform the Contract on his (its) part, and satisfy all covenants, terms, conditions and agreements incurred by the Principal in the performance of said Contract, during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and shall satisfy all claims and demands arising thereunder, and shall fully indemnify and save harmless the Owner from all cost and damage which the Owner might suffer by reason of the failure of the Principal to do so, and shall fully reimburse and repay to the Owner all costs, damages, and expenses which the Owner may incur in making good any default by the Principal, including any default based upon failure of the Principal, to fulfill his obligation to furnish maintenance, repairs, or replacements for any period of time after the work is completed, if provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. IN ADDITION, the Principal and Surety, jointly and severally, expressly guarantee that all materials furnished and workmanship performed under the Contract and in the construction of the work shall fulfill all requirements of the Contract and the Contract Documents with respect to them. This bond shall remain in effect for a period of one year from the date of final acceptance. I I I I I I I I I I I I I I I I I I I BID NO. 97-009 Page n of 48 IT IS HEREBY STIPULATED AND AGREED that any suit based upon any default of the Principal in fulfilling his obligations to furnish maintenance, repairs, or replacements for any period of time after the Work is completed, if provided for in the Contract, may be brought at any time up to six months after the expiration of the time specified in the Contract during which the Contractor has agreed to furnish such maintenance or make such repairs or replacements. THE SAID SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Contract Documents accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Contract Documents. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. (1) Contractor (2) Sole Proprietor, Partnership, or Corporation (3) Surety (4) 110 percent of the Contract I I I I I I I I I I I I I I I I I I I OMNICOM, Inc. THE CITY OF WINTER SPRINGS, FLORIDA CITY COMMISSION CHAMBERS AUDIOIVISUAL SYSTEM BID NO. 97-022 June 9, 1997 OMNICOM, Inc. 930 Thomasville Road, Suite 200 Tallahassee, Florida 32303 Voice: (904) 224-4451 Fax: (904) 224-3059 email: omnicom@polaris.net File: g:\wintersprngs\a _ V sys\spec70603.doc Page 22 of 48 I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS PAGE 1. PROJECT DESCRiPTION............................................ ................................25 2. BID FORMAT AND INFORMATION................................................. ..... ........26 2.1 Requesting Agency......................................................................... 26 2.2 Bid Due Date.................................................................................. 26 2.3 Definitions..................................................................................... 26 2.4 Project Schedule............................................................................. 27 2.5 Examination of Site and Specifications ..............................................27 2.6 Pre-Bid Conference.......................................................................... 28 2.7 Bid Warranty......................................... .........................................28 3. SPECIAL CONDITIONS.............................................................................. 29 3.1 General.......................................................................................... 29 3.2 Bidder's Responsibility..................................................................... 29 3.3 Bid Samples... ......... ............... ..... ............... ...... ..... ........... .............. 29 3.4 Materials and Workmanship .............................................................29 3.5 Liquidated Damages........................................................................ 29 3.6 Contractor's Insurance .................. ................................ .................. 30 3.7 Laws, Ordinances, Codes, Licenses, Permits, Etc. ..............................32 3.8 Project Management....................................................................... 32 4. AUDIO/VISUAL SYSTEM ................... ...... ............. ................. .................... 34 4.1 Description of System .....................................................................34 4.2 Standards...................................................................................... 36 4.3 Quality Assurance........................................................................... 36 4.4 Submittals...................................................................................... 37 4.4..1 Bid Submittals................................ ............................. .........37 4.4.2 Contractor Submittals........................................................... 37 4.5 Extra Materials............................................................................... 39 4.6 Maintenance Service and Warranty ...................................................40 4.7 Training......................................................................................... 40 5. AN SYSTEM PRODUCTS.......................................................................... 41 5.1 Scan Converter............................................................................... 41 5.2 Document/Presentation Camera ......... ................................. ....... ....... 41 5.3 Interface Equipment........................................................................ 42 5.4 Presenter Monitor. ..... ...... ..... ........................................... ............... 42 D. 700 lines horizontal resolution. ................................................................... 42 5.5 TV Monitors..... ............ ........... ........ ..................... ................ ....... ...42 5.6 Wireless Microphone System ........................................................... 43 5.7 Video Signal Outlets........................................................................43 OMNICOM, Inc. Page 23 of 48 I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS PAGE 5.8 AC Power Receptacles (PRsl ............................................................43 5.9 Cables...............................,........................................................... 44 5.9.1 Coaxial Cable....................................................................... 44 5.9.2 Interface Cables.................................................................... 44 5.10 TV Monitor Brackets .......................................................................45 6. SYSTEM VERIFIC)\ TION ...................................................... .......... ... ... ......47 6.1 Scan Converter ............................................................................... 47 6.2 Document/Presentation Camera .... ................................... ...... .... ....... 47 6.3 Interface Equipment ........................................................................ 47 6.4 Presenter Monitor ........................................................................... 47 6.5 TV Monitors................. .................................................................. 47 6.6 Wireless Microphone System ...........................................................47 6.7 Coaxial Cable................................................................................. 48 6.8 TV Monitor Brackets .................. ..... ................ ............. ................ ... 48 OMN1COM, Inc. Page 24 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers AudiolVisual System 1. PROJECT DESCRIPTION The City of Winter Springs (City) will accept bids for a new AudiolVisual System (System) for the City Commission Chambers. The City currently uses a PA system in the chambers utilizing microphones for the commissioners and presenters and ceiling mounted speakers. There is an existing projection screen located on the east wall of the chambers. Due to its current location, some audience members cannot see presentations on the existing projection screen. The successful bidder will provide and install an AudioNisual System that includes a wireless microphone public address system and a visual presentation system that can be viewed from anywhere in the chambers (commissioners' bench and the audience). OMNICOM, Inc. Page 25 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers AudiolVisual System 2. BID FORMAT AND INFORMATION The requirements of this bid include all equipment, materials, accessories, labor, delivery, documentation, warranty, and training for the installation of a complete and operating AudiolVisual System. Any additional materials or equipment necessary to render the system operational and maintainable that are not specified or described herein are considered part of the proposal requirements. 2.1 Requesting Agency The City of Winter Springs will accept bids for the AudiolVisual System ;n accordance with the bid General Conditions and instructions and specifications in this document. The System shall be installed as specified herein. Bid documents may be obtained from: The City of Winter Springs Purchasing Department 1126 E. S.R. 434 Winter Springs, FL 32708 2.2 Bid Due Date Two complete sealed copies of the bid must be submitted before 2:00 p.m., July 18, 1997, to: The City Clerk Winter Springs City Hall 1126 E. S.R. 434 Winter Springs, FL 32708 At this time, the bids will be opened and checked for required submittals. Bids received after this time may be rejected. 2.3 Definitions Purchaser /Owner: The City of Winter Springs Proposer /Bidder IV endor: The individual, firm, partnership or corporation to whom this specification is submitted and from whom bids are solicited. Contractor/Successful Bidder: The individual, firm, partnership, or corporation to whom a contract is awarded by the Purchaser and who is subject to the terms thereof. OMNICOM, Inc. Page 26 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System Installer: The Contractor or subcontractor that performs the specific installation. Equivalent: Shall mean having equal to or better technical specifications. 2.4 Project Schedule The following schedule identifies key bid submittal dates and key project implementation dates: Date Event Bid Activities June 20, 1997 Bid Document Solicitation July 7, 1997 Mandatory Pre-Bid Conference July 11, 1997 Deadline for submitting bid inquiries July 18, 1997 Bid submittal (by 2:00 p.m.) August 1, 1997 Selection recommendation for Commission approval August 11, 1997 Commission contract approval August 15, 1997 Notice to proceed September 5, 1997 Project Completion 2.5 Examination of Site and Specifications Bidders are invited to visit and inspect the work site prior to submitting a bid to become familiar with any local condition or special requirements that may in any manner affect the work to be done or affect the equipment, materials, labor, and services required. The Bidder is also required to carefully examine these specifications and to inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the Successful Bidder of his liability and obligations under the contract. OMNICOM, Inc. Page 27 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers AudiolVisual System To arrange for site VISitS contact Mr. John Ketteringham, General Services Director, at (407) 327-1800, or write to: Mr. John Ketteringham City of Winter Springs 1126 E. S.R. 434 Winter Springs, FL 32708 Bid inquiries shall be directed to Clint Hugghins of OMNICOM, Inc., the communications consultant to the City, at (904) 224-4451, or by facsimile at (904) 224-3059. Responses to the inquiries will be provided by telephone conference call and confirmed in writing. All inquiries and responses will be issued to all interested bidders who have obtained a copy of the bid document without identification of the source of the inquiries. Inquiries must be received no later than 5:00 p.m. (EDT), July 11, 1997. No response will be given to inquiries submitted after this time. Under no circumstance shall any Bidder contact City of Winter Springs personnel or other project team members regarding these specifications. Failure to comply may result in rejection of the Bid. 2.6 Pre-Bid Conference A mandatory pre-bid conference will be held on July 7, 1997 at 10:00 a.m., in the Winter Springs City Commission Chambers at 1126 E. S.R. 434, Winter Springs, Florida. A description of the project will be provided, and questions and clarifications to the bid invitation will be conducted during this conference. Site inspections may be scheduled with Mr. Don LeBlanc. 2.7 Bid Warranty The Bidder shall represent and warrant that he has sufficiently informed himself in all matters affecting the performance of the services, and furnishing the labor, supplies, material, and equipment required of these services; that he has checked his bid for errors and omissions; that the prices stated in his bid are correct and as intended by him, and that they are a complete and correct statement of his prices for performing the work or furnishing the labor, supplies, materials, and equipment in accordance with the contract documents. OMNICOM, Inc. Page 28 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System 3. SPECIAL CONDITIONS 3.1 General No bid shall be considered unless the Bidder can meet the special conditions stated herein. 3.2 Bidder's Responsibility It is understood, and the Bidder hereby agrees, that he is solely responsible for all equipment, materials, and services proposed to establish a complete AudioNisual System. 3.3 Bid Samples The Purchaser reserves the right to require the Bidder to supply evaluation units for review (one of each type of equipment bid) prior to contract award at no cost to the Purchaser; or, as an alternate, the Purchaser shall, at the request of the Purchaser, supply a minimum of two locations where their equipment and system has been in operation for six months and is available for evaluation and review. 3.4 Materials and Workmanship All equipment and component parts furnished shall be new, meet all requirements of this specification, and be in operable condition at the time of delivery. All parts shall be of high quality workmanship, and shall be in production at the time of bid. No part or attachment shall be substituted or applied contrary to manufacturers' recommendations and standard practices. 3.5 Liquidated Damages The Contractor agrees to complete the system installations within the scheduled times and any extension thereof stated herein or granted by the City. Failure to complete the installations by the dates specified constitutes an event of default, and the Contractor will be subject to liquidated damages. The actual damages to the City for the delay will be difficult to determine. Therefore, in lieu of damages, the Contractor shall pay to the City liquidated damages for each calendar day of the delay in the amount of one hundred fifty dollars ($150.00) per day, up to a maximum of thirty (30) days. Should the Contractor be unable to complete the installation at the end of a thirty (30) day period, the City may treat the contract as breached, terminate the contract, and seek such additional relief as provided by law. The Contractor shall not be charged for liquidated OMNICOM, Inc. Page 29 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System damages when the delay arises out of causes beyond the control and without the fault or negligence of the Contractor. 3.6 Contractor's Insurance The Contractor shall not commence any work in connection with the contract until he has obtained all of the following types of insurance, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained. All insurance policies shall be with insurers qualified and doing business in the State. The Purchaser shall be furnished proof of coverage of insurance by certificates of insurance accompanying the contract documents, which name the Purchaser as an additional named insured. The Purchaser shall be exempt from, and no way liable for, any sums of money, which may represent a deduction in any policy. The payment of such deductible shall be the sole responsibility of the Contractor and/or subcontractor providing such insurance. A. Workers' Compensation Insurance The Contractor shall secure and maintain during the life of the contract Workers' Compensation insurance for all of his employees connected with the work of this project and, in case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation insurance for all of the subcontractor's employees, unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the State Workers' Compensation Law. In case any class of employees engages in hazardous work under this contract at the site of the project that is not protected under the Workers' Compensation Law, the Contractor shall provide, or cause each subcontractor to provide, adequate insurance satisfactory to the Purchaser for protection of his employees not otherwise protected. A copy of this insurance policy shall be on file with the City of Winter Springs. B. Contractor's Public Liability and Property Damage Insurance The Contractor shall secure and maintain during the life of the contract, Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect him from claims for damage for personal injury, including accidental death, as well as claims for property damages, which OMNICOM, Inc. Page 30 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System may anse from operations under the contract, whether such operations be by anyone directly or indirectly employed by him, and the amount of such insurance shall be the minimum limits as follows: 1. Contractor's Comprehensive $1,000,000 Each Occurrence, General Liability Combined Single Limit Coverages, Bodily Injury and Property Damage 2. Automobile Liability $1,000,000 Each Occurrence, Coverages, Bodily Injury Single Limit and Property Damage The insuring clause for both Bodily Injury and Property Damage shall be amended to provide coverage on an occurrence basis. C. "XCU" (Explosion, Collapse, Underground) Damage The Contractor's liability policy shall provide "XCU" coverage for those classifications in which they are applicable. D. Broad Form Property Damage Coverage and Completed Operations The Contractor's liability policy shall include Broad Form Property Damage Coverage and Completed Operations. E. Contractual Liability - Work Contracts The Contractor's liability policy shall include Contractual Liability Coverage designed to protect the Contractor for contractual liabilities assumed by the Contractor in the performance of the contract. F. Subcontractor's Public Liability and Property Damage Insurance The Contractor shall require each of his subcontractors to secure and maintain during the life of the subcontract insurance of the type specified above, or insure the activities of his subcontractors in his policy, as specified above. G. Indemnification Rider The Contractor agrees to indemnify and save harmless the Purchaser, its agents, or employees from and against all loss or expense (including costs and attorney's fees) by reason of liability imposed by law upon the Purchaser for damages because of bodily injury, including death, at any time resulting therefrom, sustained by any person or persons, or damage to property, including loss of use thereof arising out of or in consequence OMNICOM, Inc. Page 31 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System of the performance of the work, whether such injuries to persons or damage to property is due or claimed to be due to the negligence of the Contractor, his subcontractors, the Purchaser, their agents, or employees, except only such injury or damage as shall have been occasioned by the sole negligence of the Purchaser. A copy of this insurance policy shall be on file with the City of Winter Springs. 3.7 Laws, Ordinances, Codes, Licenses, Permits, Etc. The Contractor is presumed to be familiar with all Federal, State, and local laws, ordinances, codes, rules, and regulations that may in any way affect the work. Ignorance on the part of the Contractor will in no way relieve him from responsibility . The Contractor shall pay for all licenses, permits, taxes, and inspection fees required for this project, and shall comply with all Federal, State, and local codes, laws, ordinances, regulations, and other requirements applicable to the work specified at no additional cost to the Purchaser. The Contractor shall comply with laws, codes, rules, and regulations of the State, County, and City applicable to the work to be performed at all premises. Compliance with this item shall include, but not be limited to, the following items: A. Contractor's License. The Contractor shall be a licensed Florida Public Works Contractor (unless exempted by Florida Code). B. Electrical Code. The Contractor shall perform all work in compliance with the National Electrical Code as adopted by the Electrical Division of the Florida Department of labor and Industrial Services, or its successors; and the Contractor shall abide by all local and State ordinances or regulations pertaining thereto. It is the responsibility of the Contractor to pay without regard to any exemption to licensing provisions as may be provided by Florida CODE relating to public utilities. 3.8 Project Management The Successful Bidder shall, upon award of contract, assign an individual to oversee and have complete responsibility for the project. This individual shall manage and direct the planning, delivery, installation, and performance verification of the various systems. He shall coordinate all work between the various parties involved (Le., manufacturer, subcontractors, etc.), and provide immediate liaison between the Contractor and the Purchaser or his designee. OMNICOM, Inc. Page 32 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers AudiolVisual System The City of Winter Springs will not accept multiple managers or multiple positions of responsibility for the implementation, acceptance, and tests of the Audio/Visual System. OMNICOM, Inc. Page 33 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System 4. AUDIOIVISUAL SYSTEM 4.1 Description of System A. The AudiolVisual System is to include all equipment, materials and labor as required to provide, install, and test the system as described herein. Refer to Figure 4.1-1 . B. The AudioNisual System shall include but not be limited to: 1. Visual Signal Interface Equipment. This equipment will accept input signals from computers, cameras, VCRs, CATV, etc., and output proper video signals to TV monitors located in the Chambers. 2. Audio System Equipment: Wireless Microphone System, interface equipment/cables for connection to existing audio equipment and the visual presentation system. 3. Signal Distribution Equipment: Communication outlets, F- connectors, signal amplifiers, splitters, cable, cable support devices, etc. 4. TV Monitors. 5. TV Monitor Ceiling Brackets. 6. Terminations. 7. Patch Cords. 8. Grounding. 9. Labeling. C. Special Requirements for Cable Routing and Installation: 1. All cabling used throughout this project shall comply with the requirements as outlined in the National Electric Code (NEC) Article 760. All cabling shall bear CMP and/or appropriate markings for the environment in which they are installed. 2. The AN System Contractor shall be responsible for any damage to any surfaces or work disrupted because of his work. Repair of surfaces, including painting, shall be included as necessary. OMNICOM, Inc. Page 34 of 48 ------------------- Figure 4.1-1 City of Winter Springs Commission Chambers AUDIONISUAL SYSTEM 1- ~--- - - -- - - ---- -- -- --- - - - - - - -- ---- - -- -- - -- -- - -- ---- i . , , , . , , , ""... ........-..., PC INPUT CABLE , , , , , SCAN i CONVERTER ~ , , , , , , . , . . , . , , , , . , , . , I-----------n __nnn__ n n__nn n n __mnnn__nn LAPTOP COMPUTER - (NIC)........... ~ r--- 35" MONITOR (FACING AUDIENCE) DOCUMENT CAMERA Small (9") - Presenter Monitor RG-6/U PRESENTATION CAMERA INTERFACE CABLE INTERFACE EQUIPMENT 35" MONITOR (FACING COMMISSION) )1' ~J.. VCR (NIC) AUDIO EXISTING CABLE AUDIO ~tE~ WIRELESS MICROPHONE SYSTEM ..i ~:.. EXISTING SPEAKER SYSTEM ......................... _ 35" MONITOR (FACING AUDIENCE) ................ ............................. CITY HALL CATV SYSTEM (FUTURE) , , , , . , , , , ----------- -- - -- -- ------- - - ---- -- ----- -- - --- -- ------- ---- --- -_.- - ----- ----. -- ------ OUTPUT DEVICES , , , , ; INPUT DEVICES , !.. - _. - - ______ - _________ - __ ____ - - - __ ______ ___ - --______1 OMNICOM, Inc. 35 of 48 G:L.\A_ VSysllvs.vsd 4/28197 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System 4.2 Standards The Contractor shall conform to the following standards: A. TIA/EIA 568A - Commercial Building Telecommunications Cabling Standard (Revision of EIA/TIA 568). B. EIA/TIA 569 - Commercial Building Standard for Telecommunication Pathways and Spaces. C. Code of Federal Regulations (CFR) - 10CFR47, Part 76.605. Signal Quality for CATV. Federal Communications Commission (FCC) D. Publications, Standards, and Guidelines. Society for Cable Television Engineers (SCTE). E. Standards and Guidelines. Institute of Electrical and Electronic Engineers (IEEE). F. EIA/TIA 606 - Administration Standard for the Telecommunications Infrastructure of Commercial Buildings. G. Federal Communication Commission (FCC) Part 68 as modified by Wiring Docket 88-57. H. Building Industry Consulting Service International, Inc. (BICSI) Telecommunications Distribution Methods Manual (TDM). I. NFP A-70 - National Electric Code (NEC). 4.3 Quality Assurance A. All equipment and materials shall be manufactured by a company of good reputation normally engaged in the manufacture of this type of equipment and materials, with a minimum five (5) years documented experience. Equipment and materials used shall be approved prior to installation by the Purchaser/Engineer. B. The installation shall be made by a reputable company normally engaged in the installation of such systems. The Installer shall be certified by the equipment manufacturer as required to qualify the Purchaser for warranty coverages. C. The Contractor shall maintain a permanent office within 200 miles of the work. OMNICOM, Inc. Page 36 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System D. The Contractor. shall maintain a service department capable of responding within twenty-four (24) hours for maintenance services. E. The Contractor shall provide a list of previous projects of similar installation size. The Installer shall be required to have successfully completed three (3) similar type installations and shall provide the name and contact person for verification. F. The Contractor shall be a registered low voltage contractor possessing an "ET" or "ES" license. 4.4 Submittals 4.4.1 Bid Submittals Bids shall include, but not be limited to the following: A. Written description of the location of equipment, procedures, etc. proposed system. This shall include physical system functionality, system operation B. Drawings illustrating the proposed system. This shall include block diagrams of the proposed system. C. Technical specifications of each system component proposed. Mark each copy of the data sheets for the specific product being proposed with an identifying mark, arrow, or highlighting. D. Proposed system equipment list (include individual equipment pricing). E. Manufacturer certification to provide/install proposed equipment and to provide maintenance and warranty services. 4.4.2 Contractor Submittals The Contractor shall submit the following prior to commencing on installation work: A. Shop Drawings: Submit typical outlet wIring diagrams, plan of the Chambers showing pathways with cable noted, and detail drawings of proposed equipment elevations. Drawings shall be furnished in hard-copy format and on electronic media (3-1/2 inch high density diskettes). B. Product Data: Submit three (3) copies of manufacturers' standard descriptive data sheets to the Purchaser for review and approval prior to OMNICOM, Inc. Page 37 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System commencing work. Furnish complete data sheets bearing the printed logo or trademark of the manufacturer for each type of product being provided. Mark each copy of the data sheets for the specific product being provided with an identifying mark, arrow, or highlighting. Data sheets for the following shall be submitted: 1. Cables, each type. 2. Wire Management Devices, each type. 3. Cable Wireway. 4. Labeling Products for Cables and Conduits, each type. 5. Visual Signal Interface Equipment. 6. Audio System Equipment. 7. Signal Distribution Equipment: Communication outlets, connectors, signal amplifiers, splitters, cable, cable support devices, etc. 10. TV Monitors. 11 . TV Monitor Ceiling Brackets. 12. Grounding. 13. All other materials and equipment indicated to be furnished under the Audio/Visual System, whether specifically listed here or not. D. Qualifications: Submit qualifications of the system Installer. E. Manufacturer's Certificate: Certify that products and installations meet or exceed specified requirements for manufacturer warranty coverage. F. Submit labeling plan and sample of label. G. The Contractor shall submit test reports, manufacturers' specification sheets, and any other information necessary to determine compliance with material and equipment specifications described herein. H. Operation Data: Instructions for adjusting, operating, and extending the system. I. Maintenance Data: Repair procedures and spare parts documentation. OMNICOM, Inc. Page 38 of 48 I I I I I I I I I I I I I. I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers AudiolVisual System J. Test Data: Record of results for all cable runs tested. K. Data sheets showing all field labeling used for termination blocks, cable runs, and communication outlets. L. Cable Data: 1. Part number. 2. Reel or serial number. 3. Attenuation specifications. 4. Bandwidth specifications. M. As-Builts: 1. Actual locations and sizes of pathways, outlets, TV monitors, etc. 2. Actual type and size of cables installed. 3. Provide detailed documentation of the system to facilitate system administration, system maintenance, and future system changes. This requirement includes detailed cable drawings with all cables and terminations identified, a bill of materials of all installed equipment and wiring layouts showing placement of support equipment, and model and serial numbers of all installed equipment. A clear and consistent nomenclature plan is to be defined and used on the documentation and the cable labeling which facilitates locating and identifying each cable. 4.5 Extra Materials The Contractor shall provide the Owner with the following spare parts: A. One (1) spare wireless microphone (each type). B. One (1) spare interface cable (each type). C. One (1) spare remote control unit for operating TV monitors. OMNICOM, Inc. Page 39 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System 4.6 Maintenance Service and Warranty The Contractor shall provide the City with at least one (1) full year 100% replacement warranty for all Audio/Visual System materials and equipment purchased. 4.7 Training Training of the Owner's personnel (a minimum of two) shall be provided. Training shall include instruction on the operation of all purchased equipment. OMNICOM, Inc. Page 40 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers AudioNisual System 5. AN SYSTEM PRODUCTS A. Provide all components, equipment, parts, accessories and associated quantities required for a complete installation. All components may not be specified herein. B. All devices/components/products shall be suitable for the use intended, and shall meet all stated performance requirements for the Audio/Visual System specified herein. 5.1 Scan Converter The Contractor shall provide one (1) Scan Converter. The provided scan converter shall meet or exceed the following specifications: A. Operate on both PC-Compatible and Macintosh platforms. B. Support Super VGA resolutions of at least 800 x 600. C. Plug and Play: No software, IRQ, DMA, I/O address, etc. D. Signal Outputs: RBG, S-video, and Composite (RCA). E. NTSC Video Output. F. Provide video and audio output. 5.2 Document/Presentation Camera The Contractor shall provide and install a document camera and a camera for capturing presentations from an easel. These requirements may be accommodated with one camera. The camera(s) shall meet or exceed the following specifications: A. 811 (H) x S08(V) Resolution. B. Auto focus. C. Built-in lights (Document camera). D. Capable of framing a 30 inch x 42 inch document at a distance of up to 10 feet (Presentation camera). E. Power zoom lens. F. Output: Composite video, S-video. OMNICOM, Inc. Page 41 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers AudiolVisual System G. Built-in microphone. H. Auto white balance. 5.3 Interface Equipment The Contractor shall provide and install all equipment necessary for choosing a single input (video and audio) source and displaying it to TV monitors. Video inputs may include a scan converter, document camera, presentation camera, VCR, City Hall CATV system, commercial cable TV service, satellite TV signal, etc. This equipment must be capable of passing video and audio signals to the ceiling-mounted TV monitors. It must also pass audio signals to the City's existing audio system. This equipment will be mounted at the City Clerk's position. This equipment will include one monitor jack (female F-connector) for . videotaping AN presentations. The splitter used to connect the TV monitors to the interface equipment shall be located at the City Clerk's position so different TV channels could be viewed by the ceiling monitors if desired. 5.4 Presenter Monitor The Contractor shall provide and install a monitor to be located adjacent to the document camera. The purpose of this monitor is to provide presentation feedback to presenters. The monitor shall meet or exceed the following specifications: A. Industrial grade color monitor. B. 9 inch screen (diagonal). C. Controls for power on/off, horizontal and vertical hold, brightness, contrast, and tint. D. 700 lines horizontal resolution. 5.5 TV Monitors The Contractor shall provide and install three (3) TV monitors for displaying presentations. These monitors shall meet or exceed the following specifications: A. Industrial grade color monitor. B. 35 inch screen (diagonal). C. Stereo sound. Two built-in speakers (minimum). OMNICOM, Inc. Page 42 of 48 I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System D. Audio/video input jacks. E. Wireless remote control. F. Be equipped with an RF tuner for selecting and receIving a television signal on a total of 180 channels (minimum) to include UHFNHF and cable channels. G. Minimum operating controls: power on/off switch, volume control, picture brightness, and channel selector. The following controls may be manual or automatic: horizontal hold, vertical hold, sharpness, tint, and fine tuning. H. Minimum remote control functions: power on/off, volume level, volume mute, channel select, and status display. I. Minimum on screen programming display: volumes, channel, and picture brightness. J. Wall or ceiling mountable. 5.6 Wireless Microphone System The Contractor shall provide and install a wireless microphone system including two (2) handheld microphones and one (1) lavaliere type microphone. The Contractor will integrate the new system into the City's existing audio system. Wireless microphones provided shall be effective throughout the Commission chambers. The Contractor shall provide and install two (2) microphone stands (table mount) compatible with the handheld microphones. 5.7 Video Signal Outlets . . The Contractor shall provide and install one (1) video signal outlet adjacent to each TV monitor (4 total). Video signal outlets shall consist of a single-gang faceplate with one (1) F-connector. The Contractor will coordinate exact outlet location with the Owner. Two outlets, for the monitors facing the audience, shall be mounted on the "step-ups" around the skylights. One outlet shall be mounted to the table adjacent to the presentation camera. The other outlet shall be installed above the lay-in ceiling above the monitor facing the Commission. I I I I 5.8 AC Power Receptacles {PRs} The Contractor shall provide and install three 20A duplex PRs, one for each TV monitor. Two PRs shall be installed near each video signal outlet in the "step- ups" around the skylights and one shall be installed above the lay-.in ceiling OMNICOM, Inc. Page 43 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers AudioNisual System above the monitor facing the Commission. PRs shall be wired in accordance with NEC provisions or local codes whichever is stricter. The Contractor shall provide a 20A circuit breaker in the power panel serving the chambers and connect the new PRs to this breaker. 5.9 Cables The Contractor shall provide and install cables as follows. 5.9.1 Coaxial Cable RG-6/U coaxial cable shall be used for connecting the interface equipment to the TV monitors (see Fig. 4.1-1). This cable shall have nominal impedance of 75 ohms. The cable construction shall consist of solid copper or solid copper covered steel inner conductor surrounded by foamed Polyethylene insulation. The shielding shall consist of 100 percent foil coverage plus a 90 percent minimum aluminum or tinned copper braid with PVC outer jacket. Nominal attenuation shall be less than or equal to 4.5 dB per 100 feet at 400 MHz. Coaxial cable used in return air plenums shall be clearly marked "Plenum" or "CMP" on its outer jacket. The velocity of propagation shall be greater than or equal to 78 percent. RG-6/U shall also be used for jumpers between the video signal outlets and TV monitors. The Contractor shall supply all jumpers necessary to connect all monitors. 5.9.2 Interface Cables The Contractor shall provide and install all interconnecting cables necessary to provide a complete operational AN System. Unless otherwise specified in these specifications, the Contractor shall provide and install cables recommended by equipment manufacturers. This includes but is not limited to the following: A. PC input cable: for connection from a personal computer to the scan converter (i.e. VGA). B. Interface cable: to connect the interface equipment to the scan converter, document camera, presentation camera, VCR, CATV system, etc. C. Audio cables: to connect the interface equipment and the wireless microphone system to the existing audio system. OMNICOM, Inc. Page 44 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System 5.10 TV Monitor Brackets The Contractor shall provide and install three (3) TV mounting brackets and all associated hardware to ceiling-mount the 35-inch TV monitors. Figure 5.10-1 illustrates approximate bracket locations. Brackets shall be commercially manufactured and designed to support 35-inch TVs. Holes cut in lay-in panels (for the monitor facing the Commissioners) shall be finished to maintain the aesthetic appearance of the ceiling; this shall include holes for routing RG-6/U and TV power cables. OMNICOM, Inc. Page 45 of 48 I I I I I I I I I I I I I I I I I I I Figure 5.10-1 City of Winter Springs Commission Chambers 35" TV Monitor Locations FACING COMMISSIONERS \\ill W LAY-IN ACOUSTIC CEILING 1/1 \\ FACING AUDIENCE 1/1 \\ FACING AUDIENCE SKYLIGHT SKYLIGHT ~ ~ NOTES: 1. NOT TO SCALE. 2. COORDINATE ACTUAL LOCATIONS WITH OWNER. w - 35" TV MONITOR OMNICOM, Inc. G:I...IA_ VSyslceiling1. vsd 4/28/97 46 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System 6. SYSTEM VERIFICATION The Contractor shall verify and demonstrate the System's operation and compliance with these specifications. The City shall be notified at least 24 hours prior to system verifications. All system verifications shall be done following system installation. 6.1 Scan Converter The Contractor shall demonstrate the Scan Converter's operation to City personnel. The Contractor will display personal computer video output to all new TV monitors in the Chambers. City personnel will select the computer(s) to be used for this demonstration. 6.2 Document/Presentc:ltion Camera The Contractor shall demonstrate camera(s) operation to City personnel. The Contractor will display, on all new TV monitors, images of a horizontal positioned (8 inches x 11 inches minimum) document and a large (30 inches x 42 inches) document held by an easel (up to 10 feet away from the camera). The Contractor will also demonstrate the built-in microphone's integration with the Chamber's audio system. 6.3 Interface Equipment The Contractor shall demonstrate interface equipment operation to City personnel by displaying audio/video signals from a VCR. The VCR's signal shall be displayed on all new TV monitors and the audio signal shall be audible from the Chamber's audio system. 6.4 Presenter Monitor The Contractor shall demonstrate to City personnel the presenter monitor's acceptable operation and its user controls and adjustments. 6.5 TV Monitors The Contractor shall demonstrate to City personnel the TV monitors' acceptable operation and user controls and adjustments (including remote control transmitters) . 6.6 Wireless Microphone System The Contractor shall demonstrate to City personnel the acceptable operation of all provided wireless microphones. The Contractor shall verify each OMNICOM, Inc. Page 47 of 48 I I I I I I I I I I I I I I I I I I I Bid No. 97-022 - Winter Springs City Commission Chambers Audio/Visual System microphone's operation throughout the Chambers. The Contractor shall also demonstrate the system's operation and controls to City personnel. 6.7 Coaxial Cable The Contractor shall verify that coaxial cable attenuation is no greater than 4.5 dB/100 feet (@400 MHz). 6.8 TV Monitor Brackets The Contractor shall demonstrate to City personnel TV monitor brackets' adjustments and maintenance requirements. OMNICOM, Inc. Page 48 of 48