Preview only show first 10 pages with watermark. For full document please download

State Of North Carolina - Center For Digital Government

   EMBED


Share

Transcript

STATE OF NORTH CAROLINA Office of Information Technology Services INVITATION FOR BIDS NO. ITS-006787 Statewide IT Procurement Office Contract Type: Open Market Bids will be publicly opened: September 12, 2012 at 2:00 PM ET Refer ALL Inquiries to: Charles Branch Issue Date: August 10, 2012 E-Mail: [email protected] Commodity Number: 880 Telephone Number: (919) 754-6616 Commodity: Audio Visual Equipment and Installation Using Agency Name: Cape Fear Community College (See page 2 for mailing instructions) Agency Requisition No. N/A OFFER AND ACCEPTANCE This solicitation advertises the State’s needs for the goods and/or services described herein. The State seeks proposals comprising competitive bids offering to sell the goods and/or services described in this solicitation. The State’s acceptance of any proposal must be demonstrated by execution of the acceptance found below and any subsequent Request for Best and Final Offer, if issued. Acceptance shall create a contract having an order of precedence among terms as follows: Special terms and conditions specific to this IFB, Specifications of the solicitation documents, except as amended the State’s Terms and Conditions, and the awarded Vendor’s proposal. Provided, however, that no contract shall be binding on the State until an encumbrance of funds has been made for payment of the sums due under the contract. EXECUTION In compliance with this Invitation for Bids, and subject to all the conditions herein, the undersigned offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, I certify that this bid is submitted competitively and without collusion (G.S. 147-33-100). Failure to execute/sign bid prior to submittal shall render bid invalid. Late bids are not acceptable. BIDDER: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO PRINT NAME & TITLE OF PERSON SIGNING: FAX NUMBER: AUTHORIZED SIGNATURE: DATE: E-MAIL: Offer valid for forty-five (45) days from date of bid opening unless otherwise stated here: ____ days (See Instructions to Vendors, Item 5). Prompt Payment Discount: _______ % __________________ days (See Instructions to Vendors, Item 6). ACCEPTANCE OF BID If any or all parts of this bid are accepted, an authorized representative of Cape Fear Community College (CFCC) shall affix their signature hereto and this document and the provisions of the Instructions to Vendors, special terms and conditions specific to this Invitation for Bids, the specifications, and the ITS Terms and Conditions shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful Vendor(s). FOR CFCC USE ONLY Offer accepted and contract awarded this ____ day of _________________, 20__, as indicated on attached certification, by _____________________________________________ (Authorized representative of CFCC). Rev 07/19/2012 Page: 2 BID No.: ITS-006787 VENDOR: _________________________________________________ DELIVERY INSTRUCTIONS: Sealed bids, subject to the conditions made a part hereof, will be received at the address below, for furnishing and delivering the commodity as described herein. Bids submitted via facsimile (FAX) machine, telephone or electronically in response to this Invitation for Bids will not be accepted. Bids are subject to rejection unless submitted on this form. Deliver two (2) signed original executed bid responses. Address envelope and insert bid number as shown below. It is the responsibility of the Vendor to have the bid in this office by the specified time and date of opening. Vendor must also submit one (1) signed, executed electronic copy of its proposal on read-only CD/DVD(s) or USB Drive. The files on the discs should not be password-protected and should be capable of being copied to other media. Address envelope and insert bid number as shown below. Please note that the US Postal Service does not deliver any mail (US Postal Express, Certified, Priority, Overnight, etc.) on a set delivery schedule to this Office. It is the responsibility of the Vendor to have the bid in this Office by the specified time and date of opening. DELIVER TO: BID NUMBER: ITS-006787 Statewide IT Procurement Office Attn: Charles Branch, Contract Specialist 3900 Wake Forest Road Raleigh, NC 27609 DIGITAL IMAGING: The State will digitize the Vendor’s response if not received electronically, and any awarded contract together with associated contract documents. This electronic copy shall be a preservation record, and serve as the official record of this solicitation with the same force and effect as the original written documents comprising such record. Any printout or other output readable by sight shown to reflect such record accurately is an "original." ADDENDUM TO IFB: If a pre-bid conference is held or written questions are received prior to the submission date, an addendum comprising questions submitted and responses to such questions, or any additional terms deemed necessary by the State will be posted to the Interactive Purchasing System (IPS), http://www.ips.state.nc.us/ips/deptbids.asp, and shall become an Addendum to this IFB. Vendors’ questions posed orally at any pre-bid conference must be reduced to writing by the Vendor and provided to the Purchasing Officer as directed by said Officer. Critical updated information may be included in these Addenda. It is important that all Vendors bidding on this proposal periodically check the State website for any and all Addenda that may be issued prior to the bid opening date. BASIS FOR REJECTION: Pursuant to 9 NCAC 06B.0401, the State reserves the right to reject any and all offers, in whole or in part; by deeming the offer unsatisfactory as to quality or quantity, delivery, price or service offered; non-compliance with the requirements or intent of this solicitation; lack of competitiveness; error(s) in specifications or indications that revision would be advantageous to the State; cancellation or other changes in the intended project, or other determination that the proposed requirement is no longer needed; limitation or Rev 07/19/2012 Page: 3 BID No.: ITS-006787 VENDOR: _________________________________________________ lack of available funds; circumstances that prevent determination of the best offer; or any other determination that rejection would be in the best interest of the State. NOTICE TO VENDORS: The State objects to and will not be required to evaluate or consider any additional terms and conditions submitted with a Bidder’s response. This applies to any language appearing in or attached to the document as part of the Bidder’s response. By execution and delivery of this Invitation for Bids and response(s), the Bidder agrees that any additional terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect. Sealed bids, subject to the conditions made a part hereof, will be received at this office 3900 Wake Forest Road, Raleigh, NC until 2:00 pm Eastern Standard Time on the day of opening and then opened, for furnishing and delivering the goods and/or services as described herein. Refer to Delivery Instructions for proper mailing instructions. Bids submitted via facsimile (FAX) machine, telephone or electronically in response to this Invitation for Bids will not be accepted. Bids are subject to rejection unless submitted on this form. LATE PROPOSALS: Regardless of cause, late proposals will not be accepted and will automatically be disqualified from further consideration. It shall be the Vendor’s sole risk to ensure delivery at the designated office by the designated time. Late proposals will not be opened and may be returned to the Vendor at the expense of the Vendor or destroyed if requested. AWARD NOTIFICATION: A link to the Interactive Purchasing System (IPS) allows the public to retrieve bid award information electronically from the Internet web site: http://www.ips.state.nc.us Results may be found by searching by bid number or agency name. This information may not be available for several weeks dependant upon the complexity of the acquisition and the length of time to complete the evaluation process. VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: Vendor Link NC allows Vendors to electronically register with the State to receive electronic notification of current procurement opportunities for goods and services available on the Interactive Purchasing System at the following web site: https://www.ips.state.nc.us/IPS/Vendor/Vndrmess.asp Rev 07/19/2012 Page: 4 BID No.: ITS-006787 VENDOR: _________________________________________________ Table of Contents Section 1 Page 5 IFB Schedule Section 2 Page 6 Intent, Use, Duration, and Scope Section 3 Page 6 Vendor Offer Section 4 Page 7 E-Procurement Section 5 Page 7 Delivery and Installation Section 6 Page 7 Warranty Section 7 Page 8 Product Recall Section 8 Page 8 Bid Award Section 9 Page 8 Possession and Review Section 10 Page 8 Descriptive Literature Section 11 Page 8 Specifications Section 12 Page 60 Furnish and Deliver Section 13 Page 63 ITS Instruction to Vendors Section 14 Page 64 General Terms and Conditions Attachment A Page 75 Certification of Compliance With Executive Order #24 Rev 07/19/2012 Page: 5 BID No.: ITS-006787 VENDOR: _________________________________________________ SECTION 1: IFB SCHEDULE Bid Questions Due Date: August 27, 2012 Time: 2:00 p.m. Eastern Time Address: Instructions: Written questions will be received at [email protected] until date and time specified above. Please enter “Questions ITS-006787” as the subject for the email. The State will prepare responses to all written questions submitted, and post an addendum to the Interactive Purchasing System (IPS) http://www.ips.state.nc.us/ips/pubmain.asp. Oral answers are not binding on the State. Vendor contact regarding this IFB with anyone other than Charles Branch may be grounds for rejection of said Vendor’s offer. Agency contact regarding this IFB with any Vendor may be grounds for cancellation of this IFB. Mandatory Site Visit Due Date: August 22, 2012 Time: 10:00 a.m Eastern Time Address: 402 N. Front Street, Wilmington, NC 28401 Instructions: Prospective Vendors and/or Vendor representatives must visit the site of the project and apprise themselves of all conditions; which will affect the performance of the work required or reasonable implied by this IFB. A mandatory site visit is scheduled for August 22, 2012 at Cape Fear Community College. Interested Vendors should meet in the Main Lobby of the General Administration (G Bldg) located at 402 N. Front Street, Wilmington, NC 28401. A limited number of hard hats will be made available for attendees. Therefore, it is recommended Vendors/Attendees bring a hard hat since the building is still under construction. This opportunity to visit the site may not be rescheduled unless so authorized by addendum to this IFB. Submission of a bid shall constitute sufficient evidence of this compliance and no allowance will be made for unreported conditions; which a prudent Vendor would recognize as affecting this performance of the work called for in this IFB. Bid Submittal Due Date: September 12, 2012 Time: 2:00 p.m. Eastern Time Mail Address: See page 2 Instructions: All bids must be sealed and are subject to the conditions of this IFB. Indicate the firm’s name and IFB number on the front of the sealed envelope or package. Include two (2) original executed bid responses. Vendor must also submit one (1) electronic, signed copy of its proposal on read-only CD/DVD(s). The files on the discs should not be password-protected and should be capable of being copied to other media. Each original bid must be signed and dated in ink, by an official authorized to bind the company. The Vendor, by making an offer, expressly represents that the specifications herein have been read and understood, and that the offer complies with all aspects. Any change that is received after the bid opening, and that is not specifically solicited by the State, shall be rejected. Rev 07/19/2012 Page: 6 BID No.: ITS-006787 VENDOR: _________________________________________________ Firm Bid: Prices and any other entry made hereon by the Vendor shall be considered firm and not subject to change. SECTION 2: INTENT, USE, DURATION AND SCOPE The purpose of this Invitation for Bids (IFB) is to obtain pricing for and select a Vendor to provide a turn-key audiovisual system and installation for Cape Fear Community College. Bidding will be in accordance with the terms and conditions of this IFB and any addenda thereto. SECTION 3: VENDOR OFFER Bid must be submitted on the forms provided herein. Bids submitted in any other format may be subject to rejection. Reseller Information - The Agency acknowledges that the Reseller has merely purchased the Third Party Items for resale or license to the Agency, and that the proprietary and intellectual property rights to the Third Party Items are owned by parties other than the Reseller (“Third Parties”). The Agency further acknowledges that except for the payment to the Reseller for the Third Party Items, all of its rights and obligations with respect thereto flow from and to the Third Parties. The Reseller shall provide the Agency with copies of all documentation and warranties for the Third Party Items which are provided to the Reseller. The Reseller shall assign all applicable third party warranties for Deliverables to the Agency. With the bid response, the Vendor must state that they are authorized by the Manufacturer to sell the products listed in this IFB. Prior to award, the State may request a signed statement confirming authorization. Failure to provide the statement may result in rejection of proposal. Vendor is authorized to sell Manufacturer's products listed in this IFB. Yes____ No____ Vendor Utilization of Workers Outside the U.S.: In accordance with NC General Statute 147-33.97, the Vendors must detail in the bid response, the manner in which it intends to utilize resources or workers. The State of North Carolina will evaluate the additional risks, costs, and other factors associated with such utilization prior to making an award for any such Vendor’s proposal. The Vendor shall provide the following for any proposal or actual utilization or contract performance: a) The location of work performed under a state contract by the Vendor, any subcontractors, employees, or other persons performing the contract and whether any of this work will be performed outside the United States b) The corporate structure and location of corporate employees and activities of the Vendors, its affiliates or any other subcontractors c) Notice of the relocation of the Vendor, employees of the Vendor, subcontractors of the Vendor, or other persons performing services under a state contract outside of the United States d) Any Vendor or subcontractor providing call or contact center services to the State of North Carolina shall disclose to inbound callers the location from which the call or contact center services are being provided Will any work under this contract be performed outside the United States? YES____________ NO____________ Where will services be performed: _____________________________________________________ Rev 07/19/2012 Page: 7 BID No.: ITS-006787 VENDOR: _________________________________________________ SECTION 4: E-PROCUREMENT This is an e-procurement solicitation. See paragraph #47 of the attached Information Technology Procurement Office General Terms and Conditions for Goods and Related Services. The Terms and Conditions made part of this solicitation contain language necessary for the implementation of North Carolina’s statewide e-procurement initiative. It is the offeror’s responsibility to read these terms and conditions carefully and to consider them in preparing the offer. a) General information on the e-procurement service can be found at http://eprocurement.nc.gov/ b) Within two days after notification of award of a contract, vendor must register in NC E-Procurement @ Your Service at the following web site: http://eprocurement.nc.gov/Vendor.html c) As of the IFB submittal date, the Vendor must be current on all e-Procurement fees. If the Vendor is not current on all e-Procurement fees, the State may disqualify the Vendor from participation in this IFB. SECTION 5: DELIVERY AND INSTALLATION The successful Vendor will complete delivery, installation, testing and have the system operational by February 8, 2013 at Cape Fear Community College, 411 North Front Street, Wilmington, NC 28401. State your guaranteed date to complete delivery, installation, testing and having the system operational date: ______________________________________ SECTION 6: WARRANTY The Vendor warrants that all equipment furnished under this IFB will be new, of good material and workmanship. The warranty will be for a minimum period of twelve (12) months from date equipment is put into operation. Such replacement shall include all parts, labor, and transportation cost to the location where equipment is down, free of any charge to the owner or his representative. The report of a problem does not presuppose that every call must result in an “on-site” visit for service/repair. The Vendor and/or service sub-contractor shall utilize best efforts to resolve problems in a timely fashion through the use of acceptable servicing methods to include, but not limited to, verbal problem analysis and remote diagnosis. The warranty requirement does not impose any additional duty on the State to make other than normal and good faith problem resolution efforts or expenditures of time. (Check Yes or No) A. Bidder is manufacturer authorized to repair equipment offered during the warranty period? B. Will bidder perform Warranty Service? Yes No Yes No If Yes to B, complete this section: Contact Person Telephone Number Toll-free Number Address of Service Facility If No to B, complete this section: (who will perform the Warranty) Rev 07/19/2012 Page: 8 BID No.: ITS-006787 VENDOR: _________________________________________________ Company Name Address Telephone Number Contact Person City State Zip Toll-free Number SECTION 7: PRODUCT RECALL Vendor assumes full responsibility for prompt notification of both the contract administrator and purchaser of any product recall in accordance with the applicable state and federal regulations. SECTION 8: BID AWARD It is the general intent to award this contract to one Vendor. As provided by statute, award will be based on Best Value Analysis, (Lowest Price Technically Acceptable Source Selection Method in accordance with 09 NCAC 06B. 0302 Information Technology Procurement.) See ITS Instructions to Vendors, Item #11. The State, at its sole discretion, reserves the right to reject any offers that does not meet specifications. SECTION 9: POSSESSION AND REVIEW During the evaluation period and prior to award, possession of the bids and accompanying information is limited to personnel of the issuing agency, and to the committee responsible for participating in the evaluation. Vendors who attempt to gain this privileged information, or to influence the evaluation process (i.e. assist in evaluation) will be in violation of purchasing rules and their offer will not be further evaluated or considered. After award of contract the complete bid file will be available to any interested persons with the exception of trade secrets, test information or similar proprietary information as provided by statute and rule. Any proprietary or confidential information, which conforms to exclusions from public records as provided by NC General Statute, 132-1.2 must be clearly marked as such in the offer when submitted. SECTION 10: DESCRIPTIVE LITERATURE All bids shall include specifications for Equivalent equipment items and technical literature sufficient to allow the State to determine that the equipment meets all requirements. This technical literature will be the primary source for bid evaluation. If a requirement is not addressed in the technical literature it must be supported by additional documentation and included with the bid. Bid responses without sufficient technical documentation may be rejected. SECTION 11: SPECIFICATIONS PART 1 - GENERAL 1.01 REQUIREMENTS Vendor shall review all other documents for additional requirements and information that apply to the Work. If conflicts between this Section and/or the General Requirements and General Conditions occur, the more stringent shall apply. Vendor shall deliver the complete Audiovisual System, including any design-build requirements of this Section and the following Drawings: Rev 07/19/2012 Page: 9 BID No.: ITS-006787 TA-001 TA-002 TA-101 TA-102 TA-201 TA-202 TA-203 TA-204 TA-205 TA-206 TA-207 TA-208 TA-209 TA-210 TA-211 TA-212 TA-301 TA-401 TA-402 TA-403 TA-404 TA-405 TA-406 TA-407 TA-408 TA-409 TA-410 TA-411 TA-412 TA-413 TA-414 TA-415 TA-416 TA-417 TA-418 TA-419 TA-420 TA-421 TA-422 TA-423 TA-424 TA-501 TA-502 TA-601 TA-602 TA-701 TA-702 TA-703 TA-704 TA-705 TA-706 VENDOR: _________________________________________________ Sheet Index and Notes Functional Legend, Cabling Details and Schedule Parking Level Floor Plan – Area A Parking Level Floor Plan – Area B Parking Level Reflected Ceiling Plan – Area A Parking Level Reflected Ceiling Plan – Area B First Floor Reflected Ceiling Plan – Area A First Floor Reflected Ceiling Plan – Area B Second Floor Reflected Ceiling Plan – Area A Second Floor Reflected Ceiling Plan – Area B Third Floor Reflected Ceiling Plan – Area A Third Floor Reflected Ceiling Plan – Area B Fourth Floor Reflected Ceiling Plan – Area A Fourth Floor Reflected Ceiling Plan – Area B Fifth Floor Reflected Ceiling Plan – Area A Fifth Floor Reflected Ceiling Plan – Area B Elevations Type IA Room Functional Type IB Room Functional Type IIA and IIB Room Functional Type IIIA and IIIB Room Functional Lecture Hall (170) Audio and Control Functional Lecture Hall (170) Video Functional Lecture Hall (387) Functional Biology Lecture Hall (470) Functional Testing Center (212) AV Functional Testing Center (212) Camera Functional Simulation Area (327-338) Functional Surgical Tech Suite (451A, 451B, 452, 454) Functional Biology Labs (461, 464) Functional Board Room (502) Audio and Control Functional Board Room (502) Video Functional Multipurpose Room (508) Audio and Control Functional Multipurpose Room (508) Video Functional Classroom/Breakout Room (512) Functional Classroom/Breakout Room (527) Functional Parking and First Floor Paging Functional Second Floor Paging Functional Third and Fourth Floor Paging Functional Fifth Floor Paging Functional Miscellaneous Functionals Rack Elevations and Details Rack Elevations and Details Interface Plates Interface Plates General Details General Details General Details General Details General Details General Details Rev 07/19/2012 Page: 10 BID No.: ITS-006787 TA-707 TA-708 VENDOR: _________________________________________________ General Details General Details The following drawings describe the AV infrastructure to be installed by Vendor and shall be used for reference: TAE-001 TAE-002 TAE-003 TAE-004 TAE-101 TAE-102 TAE-103 TAE-104 TAE-105 TAE-106 TAE-107 TAE-108 TAE-109 TAE-111 TAE-112 TAE-201 TAE-202 TAE-203 TAE-204 TAE-205 TAE-206 TAE-207 TAE-208 TAE-209 TAE-210 TAE-211 TAE-212 TAE-301 TAE-701 TAE-702 Sheet Index and Notes Schedules Conduit Risers Conduit Risers Parking Level Floor Plan - Area A Parking Level Floor Plan - Area B First Floor Plan - Area A First Floor Plan - Area B Second Floor Plan - Area A Second Floor Plan - Area B Third Floor Plan Part A Third Floor Plan Part B Fourth Floor Plan - Area A TAE-110 Fourth Floor Plan - Area B Fifth Floor Plan - Area A Fifth Floor Plan - Area B Parking Level Reflected Ceiling Plan Parking Level Reflected Ceiling Plan First Floor Reflected Ceiling Plan - Area A First Floor Reflected Ceiling Plan - Area B Second Floor Reflected Ceiling Plan - Area A Second Floor Reflected Ceiling Plan - Area B Third Floor Reflected Ceiling Plan - Area A Third Floor Reflected Ceiling Plan - Area B Fourth Floor Reflected Ceiling Plan - Area A Fourth Floor Reflected Ceiling Plan - Area B Fifth Floor Reflected Ceiling Plan - Area A Fifth Floor Reflected Ceiling Plan - Area B Elevations General Details General Details In addition the base building drawing set and any revisions should be used for reference in reviewing architectural and other trade plans. The final TA and TAE drawings for reference can be obtained using the following link: ftp://ftp.ta-inc.com/ User Name: TA-Guest Password: TAguest (case sensitive) Click on Directory Outgoing Click on folder named: 09443 – CFCC Bid Set 7-5-2012 For TA drawing click on: 09443 TA 7-5-2012 Bid Set.pdf For TAE drawings click on: TAE 5-25-2012.pdf Rev 07/19/2012 Page: 11 BID No.: ITS-006787 1.02 VENDOR: _________________________________________________ DESCRIPTION The following is a room-by-room summary of the audiovisual system requirements. A. TYPE I ROOM 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. A ceiling mounted projector shall support 16:9 images in the following larger rooms: Group Tour Meeting (139), Classrooms (153, 251, 252, 291, 294, 295, 296), Seminar (326), Learning Labs (386, 426) and Classroom/Break-out (526, 528, 529, 563). The rooms listed above shall have front projection screen mounted on the front wall, electrically operated through the control interface located in the lectern. Power and data connections shall be provided at each projector location. Program audio from wall-mounted loudspeakers located on each side of the projection screen. An ADA hearing assistance system is required. IR based system with the emitter at the front of the room. ADA receivers shall be provided for listeners and a multiunit charging stand shall be included to recharge the units. A dedicated computer and flat screen monitor shall be mounted in the teaching lectern or casework. A button panel shall be mounted at the teaching lectern or casework for control of the display, screen, audio, dedicated computer and laptop. Fixed standard lectern shall be used at the front of the room in the following rooms: Group Tour Meeting (139), Classrooms (153, 251, 252, 291, 294, 295, 296, 297), Seminar (326), Learning Labs (386). The lectern shall contain all AV equipment in a slide out AV rack. The AV equipment in Learning Labs (426) shall be located in a slide out AV rack installed in the south wall casework. A dedicated computer and laptop video with audio input, data, and power at the lectern in rooms with a lectern. Conference Rooms (298, 344, 428) shall have one dedicated computer and laptop video with audio input, data, and power at the conference table. B. TYPE IIA ROOM 1. 2. 3. 4. 5. A ceiling mounted projector shall support 16:9 images in the following larger rooms: Conference Room (262, 298, 344, 551). The rooms shall have front projection screen mounted on the front wall, electrically operated through the control interface located in the lectern. Program audio from wall-mounted loudspeakers located on each side of the projection screen. A button panel shall be mounted at the credenza or casework counter for control of the display, screen, audio, dedicated computer and laptop. Rooms shall have one dedicated computer and laptop video with audio input, data, and power at the conference table. C. TYPE IIB ROOM 1. 2. 3. 4. A flat panel display will mount on the south wall of the following rooms: Conference Room (183, 241, 247) West wall (145) East wall (568) South wall (428). Program audio from side-mounted loudspeakers located on the flat panel display. A handheld remote shall control the flat panel display. Rooms shall laptop video with audio input, data, and power at the conference table. Rev 07/19/2012 Page: 12 BID No.: ITS-006787 VENDOR: _________________________________________________ D. Type IIIA ROOM 1. 2. 3. 4. 5. 6. 7. 8. 9. One ceiling mounted projector shall support 16:9 images. The front projection screen shall be on the front wall, electrically operated through the control interface located in the lectern. Program audio from wall-mounted loudspeakers located on each side of the projection screen. An ADA hearing assistance system is required. IR based system with the emitter at the front of the room. ADA receivers shall be provided for listeners and a multiunit charging stand shall be included to recharge the units. Document camera mounted at the lectern. Dedicated computer mounted in lectern with Sympodium interactive pen display monitor to allow markups over presentation. A button panel shall be mounted at the teaching lectern for control of the display, screen, audio, dedicated computer, laptop, and document camera. Fixed standard lectern shall be used at the front of the room. The lectern shall contain all AV equipment. One dedicated computer and laptop video with audio input, data, and power at the lectern. E. Type IIIB ROOM 1. 2. 3. 4. 5. 6. 7. 8. 9. Two ceiling mounted projectors shall support 16:9 images due to the width of the room. The front projection screens shall be on the front wall, electrically operated through the control interface located in the lectern. Program audio from wall-mounted loudspeakers located on each side of the projection screen. An ADA hearing assistance system is required. IR based system with the emitter at the front of the room. ADA receivers shall be provided for listeners and a multiunit charging stand shall be included to recharge the units. Document camera mounted at the lectern. Dedicated computer mounted in lectern with Sympodium interactive pen display monitor to allow markups over presentation. A button panel shall be mounted at the teaching lectern for control of the displays, screens, audio, dedicated computer, laptop, and document camera. Fixed standard lectern shall be used at the front of the room. The lectern shall contain all AV equipment. One dedicated computer and laptop video with audio input, data, and power at the lectern. F. LECTURE HALL (170) 1. 2. 3. 4. 5. 6. One ceiling mounted projector shall support 16:9 images. The front projection screen shall be on the front wall, electrically operated through the control interface located in the lectern. Program audio and speech reinforcement from ceiling mounted loudspeakers. An ADA hearing assistance system is required. IR based system with the emitter at the front of the room. ADA receivers shall be provided for listeners and a multiunit charging stand shall be included to recharge the units. One computer video with audio input, data, and power at the lectern. Document camera mounted at the lectern. Rev 07/19/2012 Page: 13 BID No.: ITS-006787 7. 8. 9. 10. VENDOR: _________________________________________________ Dedicated computer mounted in lectern with Sympodium interactive pen display monitor to allow markups over presentation. Source equipment will be located in the slide out rack at the lectern. Technical equipment should be mounted in a full size rack at a separate location Fully automated control system with touch panel interface located at the lectern. The control system shall be connected to the building data network to allow users to operate the control system from a network-enabled laptop within the room or to allow staff to operate the control system from another location in the building or on campus. G. LECTURE HALL (387) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. Two ceiling mounted projector shall support 16:9 images due to the width of the room. The front projection screens shall be on the front wall, electrically operated through the control interface located in the lectern. Program audio from wall-mounted loudspeakers located on each side of the projection screen. An ADA hearing assistance system is required. IR based system with the emitter at the front of the room. ADA receivers shall be provided for listeners and a multiunit charging stand shall be included to recharge the units. Ceiling mounted loudspeakers will provide speech reinforcement. One computer video with audio input, data, and power at the lectern. Document camera mounted at the lectern. Dedicated computer mounted in lectern with Sympodium interactive pen display monitor to allow markups over presentation. Source equipment will be located in the slide out rack at the lectern. Technical equipment should be mounted in a full size rack at a separate location. Fully automated control system with touch panel interface located at the lectern. The control system shall be connected to the building data network to allow users to operate the control system from a network-enabled laptop within the room or to allow staff to operate the control system from another location in the building or on campus. H. BIOLOGY LECTURE HALL (470) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. One ceiling mounted projector shall support 16:9 images. The front projection screen shall be on the front wall, electrically operated through the control interface located in the lectern. Program audio from wall-mounted loudspeakers located on each side of the projection screen. An ADA hearing assistance system is required. IR based system with the emitter at the front of the room. ADA receivers shall be provided for listeners and a multiunit charging stand shall be included to recharge the units. Ceiling mounted loudspeakers will provide speech reinforcement. One computer video with audio input, data, and power at the lectern. Document camera mounted at the lectern. Dedicated computer mounted in lectern with Sympodium interactive pen display monitor to allow markups over presentation. Source equipment will be located in the slide out rack at the lectern. Technical equipment should be mounted in a full size rack at a separate location. Fully automated control system with touch panel interface located at the lectern. The control system shall be connected to the building data network to allow users to operate the control system from a network-enabled laptop within the room or to allow staff to operate the control system from another location in the building or on campus. Rev 07/19/2012 Page: 14 BID No.: ITS-006787 I. VENDOR: _________________________________________________ TESTING CENTER (212) 1. 2. 3. 4. 5. 6. 7. 8. A ceiling mounted projector shall support 16:9 images. Front projection screen mounted on the front wall, electrically operated through the control interface located in the lectern. Program audio from wall-mounted loudspeakers located on each side of the projection screen. An ADA hearing assistance system is required. IR based system with the emitter at the front of the room. ADA receivers shall be provided for listeners and a multiunit charging stand shall be included to recharge the units. A dedicated computer and flat screen monitor shall be mounted in the teaching lectern. A simple button panel shall be mounted at the teaching lectern for control of the display, audio, dedicated computer and laptop. Fixed standard lectern shall be used at the front of the room. The lectern shall contain all AV equipment in a slide out AV rack. A dedicated computer and laptop video with audio input, data, and power at the lectern. J. SIMULATION AREA (327-338) 1. 2. 3. 4. Ceiling cameras shall be placed to provide view directly over bed and at the foot of the bed in patient rooms (328, 330, 332, 334, 336, 338). A microphone in each patient room will provide monitoring audio in local control rooms. Flat panel monitor in each control room will be used for viewing of cameras in connected Patient Room. The system will be able to record audio and video images of the simulations for later playback and analysis. K. SURGICAL TECH SUITE (451A, 451B, 452, 454) 1. 2. 3. 4. Ceiling cameras in Surgical Tech Lab (451A), Sterile Process Lab (452) and Scrub Area (454) for viewing in the control room (451B). Microphones in each surgical tech suite and scrub area will monitor audio in control room. Flat panel monitor in control room for viewing cameras in the Surgical Tech Lab, Sterile Process Lab and Scrub Area. The system will be able to record audio and video images of the simulations for later playback and analysis. L. BIOLOGY LABS (461, 464) 1. 2. 3. 4. 5. 6. One ceiling mounted projector shall support 16:9 images. The front projection screen shall be on the front wall, electrically operated through the control interface located in the lectern. Program audio from wall-mounted loudspeakers located on each side of the projection screen. An ADA hearing assistance system is required. IR based system with the emitter at the front of the room. ADA receivers shall be provided for listeners and a multiunit charging stand shall be included to recharge the units. Dedicated computer mounted in lectern with Sympodium interactive pen display monitor to allow markups over presentation. A button panel shall be mounted at the teaching lectern for control of the display, audio, dedicated computer, laptop, and document camera. Rev 07/19/2012 Page: 15 BID No.: ITS-006787 7. 8. 9. 10. VENDOR: _________________________________________________ Fixed standard lectern shall be used at the front of the room. The lectern shall contain all AV equipment. One dedicated computer and laptop video with audio input, data, and power at the lectern. Ceiling document camera for overhead view of the instructor’s lab table. Four additional flat panel displays in the rear of the room for detailed viewing of content by students. M. BOARD ROOM (502) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. One ceiling mounted projector shall support 16:9 images. Projector mounted in ceiling in a projector lift. The front projection screen shall be on the front wall, electrically operated through the control interface located at the board table. Program audio from wall-mounted loudspeakers located on each side of the projection screen. Ceiling mounted loudspeakers will provide speech reinforcement. Microphones shall be located at conference table for audio conferencing and speech reinforcement. Wireless microphones shall be provided to allow participation from audience not located at conference table. Five computer video with audio input, data, and power at the conference table. One computer video with audio input, data, and power at the presentation table. Dedicated computer mounted in casework. Fully automated control system with touch panel interface located at the conference table. The control system shall be connected to the building data network to allow users to operate the control system from a network-enabled laptop within the room or to allow staff to operate the control system from another location in the building or on campus. Additional flat panel displays shall be provided on each side of the main screen to provide additional video coverage for participants seated to the right and left of the main room area. Program and speech audio should be provided on the terrace outside the Board Room. N. MULTIPURPOSE ROOM (508) 1. 2. 3. 4. 5. 6. Three ceiling mounted projectors shall support 16:9 images. Projectors shall be mounted in ceiling with a projector scissor lift. An access panel will be needed near the projector for maintenance needs. There shall be three front projection screens. Two of the front projection screens shall be mounted on the west wall when the room is divided the same screens will show the same image when the wall is open and the room is combined into a single large space. The other front projection screen shall be located on the north wall for use when the room is combined in an alternate seating layout to the one mentioned above. All screens are to be electrically operated through the control interface located on a wall near each screen. Eight wireless microphones shall be provided for this room for presenters, panel discussions, etc. A gooseneck microphone shall be located at each lectern. Ceiling mounted loudspeakers will provide speech reinforcement and program audio. Sound reinforcement shall be provided on the terrace outside the Multipurpose Room. Two movable lecterns on casters shall be able to be moved to several different locations along the west side of the room. The lecterns can be placed over one of five floor boxes along the west side of the room. Rev 07/19/2012 Page: 16 BID No.: ITS-006787 7. 8. VENDOR: _________________________________________________ Fully automated control system with two wall mounted touch panels. Each touch panel will have the ability to control the entire Multipurpose room or one half of the room when it is divided. The control system shall be connected to the building data network to allow users to operate the control system from a network-enabled laptop within the room or to allow staff to operate the control system from another location in the building or on campus. O. CLASSROOM/BREAKOUT ROOM (512) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. One ceiling mounted projector shall support 16:9 images. The front projection screen shall be on the front wall, electrically operated through the control interface located in the lectern. Program audio from wall-mounted loudspeakers located on each side of the projection screen. An ADA hearing assistance system is required. IR based system with the emitter at the front of the room. ADA receivers shall be provided for listeners and a multiunit charging stand shall be included to recharge the units. One computer video with audio input, data, and power at the lectern. Document camera mounted at the lectern. Dedicated computer mounted in lectern with Sympodium interactive pen display monitor to allow markups over presentation. Fixed standard lectern shall be used at the front of the room. The lectern shall contain all AV equipment in a slide out AV rack. Fully automated control system with touch panel interface located at the lectern. The control system shall be connected to the building data network to allow users to operate the control system from a network-enabled laptop within the room or to allow staff to operate the control system from another location in the building or on campus. P. CLASSROOM/BREAKOUT ROOM (527) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. One ceiling mounted projector shall support 16:9 images. The front projection screen shall be on the front wall, electrically operated through the control interface located in the lectern. Program audio from wall-mounted loudspeakers located on each side of the projection screen. Gooseneck microphone shall be located at the lectern. Wireless microphones shall be available for use at student desks. Audio conferencing shall be used with a video codec. An ADA hearing assistance system is required. IR based system with the emitter at the front of the room. ADA receivers shall be provided for listeners and a multiunit charging stand shall be included to recharge the units. One computer video with audio input, data, and power at the lectern. Document camera mounted at the lectern. Dedicated computer mounted in lectern with Sympodium interactive pen display monitor to allow markups over presentation. Fully automated control system with touch panel interface located at the lectern. The control system shall be connected to the building data network to allow users to operate the control system from a network-enabled laptop within the room or to allow staff to operate the control system from another location in the building or on campus. High definition video conferencing shall be used with a video codec located in the lectern equipment rack. Rev 07/19/2012 Page: 17 BID No.: ITS-006787 VENDOR: _________________________________________________ Q. CAFE (163) 1. 2. 3. Flat panel display on the wall in the southwest corner of the room. Source inputs shall be CATV including Digital Signage content modulated on an open channel. Power and data connections shall be provided at flat panel location. R. SEA DEVIL HALL (159, 255, 319, 419) 1. 2. 3. 4. A flat panel display will mount in the southeast niche. A Digital Signage Player and CATV modulator shall be located in Data (471) to provide digital signage content. Source inputs shall be a CATV including Digital Signage content modulated on an open channel. Power and data connections shall be provided at flat panel location. S. PRE-FUNCTION (504) 1. 2. Flat panel displays on the wall in the southeast and northwest corners of the room. Source inputs for the flat panel displays shall be CATV including Digital Signage content modulated on an open channel. T. GREEN ROOM (503) 1. 2. 3. Flat panel display on the wall in the southwest corner of the room. CATV input with hand held remote used to control the unit. Power and data connections shall be provided at flat panel location. U. STUDENT STUDY (293, 382, 460) 1. 2. 3. 1.03 Flat panel display on the wall in the southwest corner of the room. Laptop input with hand held remote used to control the unit. Power and data connections shall be provided at flat panel location. SCOPE OF WORK A. Vendor shall provide a turn-key audiovisual system installation including, but not limited to, all cabling, loudspeakers, projection equipment, mounting hardware and electrical components including the necessary equipment, interconnections, transducers, labor, and services required to meet the functional requirement outlined in the design documents. B. The Awarded Vendor will provide full submittals and shop drawings as noted elsewhere in this section. The Vendor will confirm system designs and documents will operate properly with field conditions. This review shall include, but is not limited to, projector and camera lens calculations, audience site lines, loudspeaker coverage, projection screen sizes, equipment heat ventilation, etc. Notify CFCC immediately of any discrepancies that may exist between the Contract Documents and existing conditions. Changes to the system design required to address these issues, due to a failure to review field conditions in a timely manner, may require corrective action by the Vendor at no cost to CFCC. Rev 07/19/2012 Page: 18 BID No.: ITS-006787 1.04 VENDOR: _________________________________________________ C. The Vendor will be held responsible to have examined the site and premises and satisfied them self as to existing conditions under which they will be obligated to operate in performing their part of the work or that, which will in any manner affect the work under this contract. D. Permits: Obtain any necessary permits for the execution of this work in conformance with applicable union regulations, local, State and Federal codes and regulations. E. All aesthetic issues are to be coordinated and approved by the CFCC. F. Verify all conduit and penetrations, wire raceways, back boxes, mounting hardware to building structure and cabling connecting system components, as required by the Audiovisual System and installed by the Vendor as part of the base building fit out. Notify CFCC of any discrepancies that may exist between the Contract Documents and existing conditions. G. Verify 120-volt AC power requirements for each equipment location. Notify CFCC of any discrepancies that may exist between Contract Documents and existing conditions. H. Patch, repair, finish and paint any surfaces that are damaged or demolished for access during this work. Room finishes to be returned to initial condition. I. Coordinate the installation of the audiovisual system issues including, but not limited to, architectural and structural items associated with the project. J. Coordinate with other trades to ensure that all required access and clearances to equipment and services are provided and maintained. K. Verify site conditions including dimensions and clearances. Coordinate and size the exact location of the equipment racks with the architectural drawings. L. Before ordering simulation cameras noted in equipment list, obtain demo unit of camera from the manufacturer and set up demonstration on site with owner and design consultant to view camera image and audio recording quality to confirm the camera is acceptable. M. Conduct preliminary testing and adjustment. Submit documentation required by this Specification. Participate in approval testing for acceptance by CFCC. Perform final adjustments as required to meet the Specifications. N. Deliver to CFCC, bound "as-built" system documentation. Transfer all warranties and equipment guarantees to CFCC. O. Provide system operation training as specified in Part 3 of this Section. QUALITY ASSURANCE A. All materials must be newly manufactured current production models and conform to all applicable codes and the relevant standards listed below: American National Standards Institute (ANSI) Electronic Industries Alliance (EIA) Institute of Electrical and Electronic Engineers(IEEE) Rev 07/19/2012 Page: 19 BID No.: ITS-006787 VENDOR: _________________________________________________ B. Experience: The Vendor shall be specialize in the installation of audiovisual systems, have a minimum of five years of documented experience in the field of audiovisual system installation and be a manufacturer approved Vendor for all of the components installed. C. Supervision: Vendor shall designate a Project Manager/Foreman/Project Supervisor to oversee the installation work for the duration of the Work, to ensure that the system is installed in accordance with the Specification and Drawings. i. Project Manager/Foreman/Project Supervisor shall maintain adequate staff and be responsible for installing and testing the system on schedule. ii. Project Manager/Foreman/Project Supervisor shall have at least five years of documented, recent and similar project experience. D. CFCC shall not pay additional cost to the Vendor and the commencement of the warranty period shall not begin for the system, or any device prior to the completion of the punch list and final acceptance of the system, by CFCC. E. Vendor shall promptly notify CFCC, in writing, of any difficulties with the existing working conditions that may prevent proper coordination or time of completion of the Work. Failure to do so shall constitute acceptance of the existing work and indicate that the site is suitable in all ways for the AV Vendors Work. F. Insurance: Provide evidence of insurance for the full value of equipment and material located on-site. Insurance shall cover losses due to fire, theft and vandalism, until the final acceptance of the system, by CFCC. Maintain additional liability insurance to protect the Vendor and CFCC against damage claims for personal injury, including death, which may arise during the performance of this work. 1.05 REFERENCES A. All requirements of the latest published edition, unless otherwise noted, shall apply. B. National Electric Code (N.E.C.) C. National Electric Safety Code (N.E.S.C.) D. Davis, Don, Sound System Engineering, Second Edition, Howard W. Sams and Co., Indianapolis, Indiana, 1997. E. American National Standards Institute (A.N.S.I.) F. Electronics Industries Alliance (E.I.A.) G. Audio - Design and Installation, Giddings, Howard W. Sams, 1990. H. Society of Motion Picture and Television Engineers (S.M.P.T.E.) I. American Society for Testing Materials (A.S.T.M.) Rev 07/19/2012 Page: 20 BID No.: ITS-006787 1.06 VENDOR: _________________________________________________ SUBMITTALS A. Vendor shall comply with the General Requirements and General Conditions of this Specification. B. Bid Submittals: Contractor shall submit the following qualification documents with the bid proposal: i. Firm description of the Contractor, and a copy of the Contractor’s license, as well as a statement regarding the relationship of the License Holder to the Contractor. ii. Provide a minimum of five (5) related projects, three (3) of which must have been completed within the last 12 months. iii. Résumé of Project Manager/Foreman/Project Supervisor documenting related experience. Project Manager/Foreman/Project Supervisor must have completed at least two (2) similar installations in the past 12 months. iv. Submit a list of major equipment components, along with any deviations, to the system design and Specification. Indicate which products will not be purchased directly from the manufacturer. v. Submit a list including names, firm description, job foreman, copy of license and scope of work, for any subcontractors whose work would be part of this Contract. vi. Submit a list of names for the lead installers who will be working on this project and indicate for each, if they are NSCA NICET/EST or ICIA CTS-Install, certified or registered. vii. Submit a list of name(s) for the control system programmer(s) who will be working on this project. C. Construction Submittals Required by Awarded Vendor 1. Provide shop drawings and record drawings using the following scales: i. Plans - not less than 1/8” = 1’-0” ii. Details - not less than 1/4” = 1’-0” 2. Before ordering equipment, submit catalog data sheets, neatly bound with title page, space for submittal stamps and tabbed dividers between sections. List all proposed equipment with reference to corresponding specification paragraph numbers or equipment title. Denote all approved substitutions. 3. Submit point-to-point wiring diagrams and typed wire lists identifying every connection. Include electronic devices such as switches, transformers and terminal blocks. Indicate location of all components. Identify cables by types, colors and wire numbers. 4. Submit system plans showing all device locations. 5. Submit reflected ceiling plans showing distributed loudspeaker layouts with wattage tap settings, projection systems, cameras and other ceiling mounted devices. Rev 07/19/2012 Page: 21 BID No.: ITS-006787 VENDOR: _________________________________________________ 6. Submit conduit riser diagrams showing connection of all devices along with types and quantities of cables to be used and cable identification tags. 7. Submit rack layouts indicating the proposed arrangement of mounted equipment including junction boxes and locations of conduit penetrations. 8. Submit fully dimensioned construction details of all panels, plates and other custom fabricated items or modifications (e.g. installation of audio/visual equipment in lecterns). Include complete parts lists and, as required, schematic diagrams. 9. Submit fully dimensioned construction details of all coordination items, such as panel or plate installation in casework or millwork. 10. Submit a schedule of finishes indicating proposed materials and color selections for all exposed items subject to CFCC’s approval. 11. Submit samples of engraved labels, cable-marking system, faceplate etching/finishes and loudspeaker grilles. 12. Submit mounting and support details for distributed ceiling loudspeakers, video projectors and all other items mounted overhead, complete with parts lists and dimensions. Include a full plan view, front elevation and side elevation of each item, with corresponding support structure and mounting hardware. Verify load ratings of all hanging components including attachment hardware. A structural engineer registered in the State shall stamp details. 13. Submit a list showing coordination of selected frequencies for all wireless transmitters. 14. Submit a schedule identifying the complete proposed AV installation from construction submittals, to final completion. Identify key milestones and maintain schedule for review by CFCC throughout the duration of the project. 15. Submit an excel list showing all equipment requiring data connections. At a minimum identify the following fields, Location, Description, Jack number, MAC address, IP Address, Subnet Mask, Gateway, DNS. Submit list with first four items completed for submittal review, once approved provide to owner’s networking group to obtain static IP address information. Maintain list throughout project and provide final list with as built documents. 16. Before final control system program installation, submit for review printed copies of all control system touch panel pages as well as an electronic copy of the pages as required by Part 2 of this Section. 17. Submit a key schedule indicating key assignments and groupings for all equipment racks, drawers, and lecterns subject to CFCC’s approval. D. Acceptance Test Submittals: Prior to requesting the completion of the acceptance tests, submit Preliminary Test Report Information required in Part 3 of this Section. Rev 07/19/2012 Page: 22 BID No.: ITS-006787 1.07 VENDOR: _________________________________________________ PROJECT CLOSE OUT A. GENERAL 1. Furnish one initial set of Project Close Out Documents including but not limited to manuals, record drawings along with the results of all source quality control tests, and field quality control tests specified in Part 3 of this Section, to CFCC, for use during acceptance testing. 2. If ‘as installed’ documents are rejected, correct and resubmit in the manner specified. 3. One set of B size drawings showing the components and wiring in each individual rack shall be mounted in a plastic jacket to the rear door of the associated rack. 4. After approval of ‘as installed’ documents, submit four sets of record drawings each consisting of the following: i. One set of full size prints ii. One set of reduced B size prints iii. One set of manuals iv. One electronic submittal on CD-ROM disk(s). 5. B. AS INSTALLED DRAWINGS 1. C. Furnish one initial set of product brochures to CFCC for use during acceptance testing and equalization. At the time of contract closeout, submit four sets of the system Operation Manual and the Maintenance Data Manual. Maintain a full set of shop / submittal drawings at the project site, marked up to indicate actual locations, wattage tap settings and, in general, the true state of the installation. MANUALS 1. Neatly bind each manual with tabbed dividers between sections, include a title pages between sections, binder title covers and spines. 2. Manuals shall be presented in 3 inch thick, 3 ring – D style binders. 3. The Manuals shall be broken down into the following minimum sections: 4. Operations Manual i. Table of Contents ii. Typed description of each system including key features and operational concepts (e.g. remote control features, switching or routing functions, patch points, mixing and linking capabilities). Rev 07/19/2012 Page: 23 BID No.: ITS-006787 VENDOR: _________________________________________________ iii. Setup diagrams and typed instructions for use in typical situations as directed by CFCC. iv. Small scale plans showing locations and circuit numbers for all system outlets and receptacles. v. Single-line block diagrams showing all major system components. vi. One set of B size drawings showing the components and wiring in each individual rack. vii. Manufacturer’s operation manuals for equipment intended for operation by system users (e.g. tape decks, VCRs, communication equipment). 5. Maintenance Data Manual i. Table of Contents ii. Company name, address, telephone number and contact name for system service or maintenance. iii. Listing of all equipment and materials with names of manufacturers and model numbers or part numbers. iv. Catalog data sheets displaying manufacturer’s names, addresses and telephone numbers. v. Product manufacturer’s warranties and a typed, one-year system warranty, explicitly covering all materials and labor. vi. Manufacturer’s service manuals for all major equipment items. vii. Test documentation showing results of source quality control tests, field quality control tests, acceptance testing and equalization. Document final settings for all non-user devices and controls after completion of acceptance testing and equalization, including raw and equalized house curves. Document the physical position of settings as well as input and output signal levels as required by Part 3 of this Section. viii. Provide a recommended preventative maintenance schedule for reference to the applicable pages in the manufacturer’s maintenance manuals. Where the manufacturer provides inadequate information, develop and provide the information necessary for proper maintenance. D. SOFTWARE 1. A properly licensed working copy of any and all software required to operate or configure the systems specified herein, shall be a part of the system supplied, including all software, firmware and hardware required for configuration, adjustment, diagnosis and repair. 2. All software shall be fully documented, and that documentation included. Rev 07/19/2012 Page: 24 BID No.: ITS-006787 VENDOR: _________________________________________________ 3. Software shall be included in its ‘installable’ state on industry standard, CD-ROM, or other appropriate format from the manufacturer. Where possible a single master CD-ROM shall be provided. If files are too large, break segments into logical sections, CD-ROM disk images are unacceptable. 4. Where any elements of the software are based on, user modifiable source code, both the source code and the compiler shall be provided and documented as stated herein. i. The source code is to be licensed to CFCC for this project; the Vendor maintains the copyright of the source code. ii. CFCC has the right to modify the source code. iii. If the source code is modified, CFCC takes full responsibly for the effects caused by the modification to the source code. E. Electronic Submittal: In addition to the above listed hard copy submittals, submit all files necessary to produce the above submittals as follows: 1. Submit the following on CD-ROM media. i. Files use long windows names file structure. ii. A Disk Master File List in text format shall be placed on the CD-ROM with a short description of files on that disk. 2. Drawings shall be in AutoCAD r2000 or later drawing (.DWG) format. Drawing Exchange File Format (.DXF) shall not be acceptable. All XREFs, fonts, and other drawing parts necessary to the drawings shall be included. 3. Documents and spreadsheets shall be in Microsoft Office 2000 format. 4. All files to be converted to searchable acrobat *.PDF files in addition to the native drawing, documents and spreadsheets formats. 5. Manufacturers’ service manuals provided by the Manufacturer to the Vendor or documents that are similarly, not otherwise available to the Vendor in electronic format shall be excluded from this requirement. 6. Provide all control system source files and compilers on the same CD-ROM media. This should include, but is not limited to, touch panel files, IR code files, DSP configuration files, web-based touch panel pages, or any other files or applications necessary to completely reinstall and configure all system components back to their operable state. F. 1.08 Keys: Submit five (5) sets of all keys required for access to and operation of the systems. GUARANTEES AND WARRANTIES A. Transfer all manufacturer and subcontractor’s warranties to CFCC at the completion of all Work. Rev 07/19/2012 Page: 25 BID No.: ITS-006787 1.09 1.10 VENDOR: _________________________________________________ B. Guarantee all installation work to be free of faulty system-wide workmanship. Guarantee all new components purchased under this Contract and workmanship to be free from defects for a period of 12 months from the final date of acceptance, by CFCC, including solid-state devices. C. Guarantee the replacement of faulty materials and workmanship within 24 hours of notification at no cost to CFCC if failure occurs during warranty period. Provide loaner equipment as required to keep the system operational if the system cannot be repaired within 24 hours of notification. Failure to meet this return to service requirement will result in damages assessed against the Vendor by CFCC at $100 for each day the item is not repaired or a fully equivalent loaner unit is not furnished and installed. D. Register warranty in CFCC’s name for any product with a manufacturer’s warranty of more than one year. CFCC FURNISHED EQUIPMENT A. Certain equipment may be identified as Owner Furnished Equipment (OFE). This OFE may presently be part of the Owner’s systems or will be provided by the Owner and will be delivered to the Contractor’s off-site construction facility, delivered to the Contractor’s on-site secured storage area or installed on site by others, as appropriate, for incorporation into the system. B. Clean and inspect the OFE, and notify CFCC in writing of damage or defect and the extent of repair and/or adjustment required to bring the OFE to original specification. Service OFE only as directed by CFCC under the arrangements of a separate contract. C. Incorporate into the system as if provided new, excepting warranty coverage. MAINTENANCE With the bid, submit an annually renewable service and maintenance proposal meeting the same conditions for service and repair as required for the initial one-year warranty. If accepted, the service and maintenance proposal shall commence upon conclusion of the one-year system warranty. PART 2 - PRODUCTS 2.01 GENERAL A. Components are to operate on a 110 to 120 volt, 60 Hz electrical supply. Rack mounted equipment is to be mounted in a standard EIA 19-inch wide rack. The components listed in the equipment schedule are the basis of the audiovisual system design and represent the minimum standards for each of the components. Equivalent components are acceptable that meet the minimum standards. All of the properties of each component or system should be considered listed in full. B. Equipment, excepting the Owner Furnished Equipment (OFE), and materials shall be new. The latest version at time of delivery and shall conform to applicable UL, CSA, or ANSI provisions. Take care during installation to prevent scratches, dents, chips, etc.; equipment with significant or disfiguring cosmetic flaws will be rejected. Rev 07/19/2012 Page: 26 BID No.: ITS-006787 2.02 VENDOR: _________________________________________________ CABLE A. General 1. Conductor jackets shall be color-coded to enable consistent polarity. 2. Use plenum rated cable where required by code. 3. Cables noted are referenced for minimum level of quality. 4. Acceptable Manufacturers: West Penn, Canare, Belden, Extron, Covid, Gepco, and Liberty. B. Audio Cables 1. Microphone: Shielded, stranded 20 AWG, twisted-pair cable (West Penn 292) 2. Line Level Cable: Shielded, stranded 20 AWG, twisted-pair cable (West Penn 292) 3. Program Loudspeaker Cable: Stranded, twisted-pair 12 AWG cable (West Penn 227) 4. Distributed Loudspeaker Cable: Stranded, twisted-pair 18 AWG cable (West Penn 224) 5. UHF Wireless Antenna Cable: 50 ohm, (RG-58) coaxial cable (RG-58) (Belden 8259) C. Video Cables 1. Video Cable: 75 ohm RG 59 Digital Video co-axial cable (Extron RG 59) 2. High Resolution Mini Cable: Multiple 75-ohm co-axial cables in one jacket (Extron MHR-5) 3. High Resolution Cable: Multiple 75-ohm co-axial cables in one jacket (Extron RG6-5) 4. MATV Drop Cable: 75 ohm RG 6U co-axial cable (West Penn 256350) 5. MATV Trunk Cable: 75 ohm RG 11U co-axial cable (West Penn 25811) 6. Video Twisted Pair: 4 pair, Solid Twisted Pair Unshielded, 23 AWG cable. (Extron Enhanced Skew-Free A/V UTP Cable) D. Data / Control Cables 1. Control System Cable: 2 pair (18 AWG pair and 22 AWG pair) (Liberty AXLINK) 2. IR Control Cable: Stranded, twisted pair 18 AWG cable (West Penn 224) 3. Data cable: 4 pair Category 6 stranded twisted pair cable. (Belden 7882A) 4. RS-485 cable Stranded Twisted Pair Shielded, 24 AWG cable. (Belden 9829) 5. RS-232 cable: 6 Pair, Stranded Twisted Pair Shielded, 24 AWG cable. (Belden 9839) Rev 07/19/2012 Page: 27 BID No.: ITS-006787 VENDOR: _________________________________________________ 6. 5 pair, Stranded Twisted Pair Shielded, 24 AWG cable. (Belden 9807) 7. 9 pair, Stranded Twisted Pair Shielded, 24 AWG cable. (Belden 9809) 8. 12 pair, Stranded Twisted Pair Shielded, 24 AWG cable. (Belden 9812) 2.03 HARDWARE A. Jacks and Connectors 1. Provide panel mounted isolated ground jacks. 2. Contacts are to be silver-plated, chromate dipped, phosphor bronze, or brass. 3. Install connector and jacks per manufacturer's directions. 4. Panel mounted jacks are to be recessed. 5. Use HDMI Cable Lacing Bracket for all HDMI connections. 6. Acceptable Manufacturers: Canare, Switchcraft, Neutrik, Amphenol, Pomona, Extron, or Liberty. 2.04 B. Audiovisual System Face Plates: Provide metallic cover plates at all control, switching and jack locations. Etch and ink all system faceplates to indicate function, input/output number, etc. Minimum engraved letter height 1/8 inch. Coordinate finish with the CFCC. Center lettering vertically OVER or horizontally to the right of the appropriate connector. Connector mounting shall allow sufficient finger clearance for connector insertion and removal without interference from adjacent connectors. C. Electronic Component Face Plate Labels: Provide permanent labels as specified and shown on detail drawings. Engraved plastic labels fastened with epoxy are acceptable. Dymo type labels are not acceptable. D. Provide a neatly labeled floor plan with as-built locations of all audiovisual jacks. Locate floor plan in front cover of the equipment rack behind a clear Plexiglass cover. Minimum size of chart: 8-1/2 inches x 11 inches. E. Provide system functional description and operating procedures for each system configuration. Place behind clear Plexiglass near each of the equipment racks. Include basic operating procedures and troubleshooting steps. RACK SYSTEMS A. All audiovisual racks on the project are to be welded and from one manufacturer. B. Racks are to be rated for the Uniform Building Code Seismic zone 1. C. Racks and rack accessories are to be black in color. Rev 07/19/2012 Page: 28 BID No.: ITS-006787 VENDOR: _________________________________________________ D. Rackplates: All custom rack plates are to be fabricated from 16 Gauge Aluminum with flange returns. All rack blanks and vents are to have flanges. E. Racks are to have moveable rear rack rails, all rack rails are to be taped for 10/32 machine screws F. Install all rack mounted equipment with black oxide finish 10-32 star post security machine screws with black plastic cup washers protecting equipment panel. Provide (2) drivers with correct security screw head to owner. G. Racks are to have a modular top option with different knockouts and openings as required by the design documents to accommodate active fans as required to maintain proper equipment operating temperatures. H. Front and rear vented locking doors are required for all racks not directly secured by casework or other architectural door system. I. Provide security covers on non-user operated equipment having front panel controls. Install covers at the conclusion of Acceptance Testing. Rack slides shall be provided for all equipment requiring access to side or top panels for routine adjustment or cleaning. J. Provide rack slides and mounts equal to those of the original manufacturer for the OFE requiring rack mounting. Where no same manufacturer mount is available, Vendor shall supply custom mounts as manufactured by Middle Atlantic Products Inc. or equivalent. 2.05 RACK POWER A. Provide one or more switched power strips with a minimum of 20% spare capacity, divided among the following categories. 1. Provide constant power outlets for all equipment that require it. This includes VCRs, system controllers and all other devices that lose clock function, memory, programming, or internal battery voltage if left unpowered. 2. The remaining outlets are to provide switched power operated by the control system relay contacts. Switched outlets are to be operated as two groups. i. The first is to provide power for low-level electronic devices ii. The second for high level (power amplifier) electronics. iii. The system is to be free of measurable power transient noise when powering on or off. 2.06 CONTROL SYSTEM PROGRAMMING A. Vendor shall provide all touch screen and control system programming to make a fully functional and working system. System functional requirements shall be as described in these documents as well as any additional requirements determined by CFCC to generate all touch panel layouts and associated control system programming. Provide CFCC with three (3) screen layout samples for aesthetics. CFCC shall determine which layout will be used. Provide to the CFCC all screen designs for functional Rev 07/19/2012 Page: 29 BID No.: ITS-006787 VENDOR: _________________________________________________ review during the construction submittal process. Changes may also be made during and after the system check out. Budget for 40 hours of touch screen, Audio DSP and system-programming changes during/after the system check out. This time is to be used to implement any desired CFCC changes after the system is operational. It does not cover any time required to fix bugs, omissions or other issues associated with meeting the approved screen designs and functional requirements provided. These issues will be corrected at no cost to CFCC. Failure to provide touch screen layouts with DETAILED descriptions of the panel/button operation for submittal review and approval indicates any reviews/changes noted at any time, by CFCC are at no cost to CFCC, until those submittals are received and approved or the system is accepted. B. Touch Panel Layout Requirements The following are the minimum number of pages or pop up pages for the project, others may be added as directed by CFCC: 1. 2. 3. 4. 5. 6. 7. 8. 9. Sleep page (CFCC Logo) Power on page Power off page Power off confirmation page Main page One page for each device controlled Help page with CFCC furnished contact information Maintenance page (hidden and password protected) System inactivity Auto Shutdown page with confirmation C. Program Requirements The following is the minimum functionality for the project program: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. Volume up, down and mute for all loudspeaker zones. Projection screen up, down and stop. Microphone volume up, down and mute for all loudspeaker zones. Transport functions on all devices, play, stop, pause, fast forward, reverse, skip forward, skip back, rewind. Additional DVD controls as required allowing the user to select a specific scene and play the scene. (menu, up, down, left, right, enter, etc. as required) Stop DVD if it is left playing when another source is selected. Projector/Display image mute. Source selection should automatically select correct switcher/projector input. Projector power on macro when valid input is selected and projector is not on. System power down macro to shut down all equipment and eject DVDs. Auto shutdown macro if a control panel(s) button has not been pressed in x hours. Before auto shutdown occurs, a confirmation page should pop up and panel should beep once per second and allow 2 minutes for user to stop auto shutdown. Timeout period can be disabled (0 hours setting) or selectable in 1-hour increments up to 10 hours on maintenance page. Interrogate and report on the maintenance page the projector lamp hours. This should be resettable when the lamp is changed. Show lamp hours on Maintenance page. Touch panels should not go to sleep while systems are on. Upon shutdown panels shall automatically go to sleep after 10 minutes. This function must be controlled centrally and must override the local touch panel settings. Rev 07/19/2012 Page: 30 BID No.: ITS-006787 14. 2.07 VENDOR: _________________________________________________ Any other features may be added by owner/design consultant. AUDIO DSP (Digital Signal Processing) PROGRAMMING A. The Vendor shall provide all Audio DSP programming and adjustments for the project. B. Audio DSP box shall be configured and programmed to provide routing, equalization, loudspeaker protection limiting, volume control and delay. C. The values in the audio DSP box shall be set to allow the performance requirements outlined in this document to be met. D. A mix minus system shall be configured for the loudspeaker/microphone locations when possible. E. Microphone mute shall be at DSP, not at microphone. F. Audio DSP programming changes, in conjunction with the control system, may be required as noted in part 2.06 above. PART 3 - EXECUTION 3.01 GENERAL The following is required for acceptance of the audiovisual system by CFCC: A. Install complete and functioning audiovisual system. B. Label equipment and cables corresponding to functional diagram. C. Conduct adjustments and preliminary testing. D. Report results of preliminary testing along with system documentation. E. Participate in acceptance test and deliver final system and documentation. F. Conduct any adjustments or re-testing required to meet the performance specifications. G. Provide training to an individual(s) designated by CFCC. 3.02 AUDIOVISUAL OPERATIONAL REQUIREMENTS Care shall be taken to eliminate electro-magnetic radio frequency and electro-static interference; the system shall be free of audible hum, rattles, buzzing sounds, distortion and visible hum bars or distortion. 3.03 CFCC PERSONNEL TRAINING A. As part of Work of this Section, provide a total of 24 hours of onsite training for personnel, designated by CFCC for instruction, in the proper operation and maintenance of the systems. This training shall take place after the acceptance testing, in (4) four hour blocks. Rev 07/19/2012 Page: 31 BID No.: ITS-006787 VENDOR: _________________________________________________ B. Provide an additional eight (8) hours of training in a minimum of two-hour blocks during the first year after the system has been accepted. These training sessions are at the request of CFCC. C. Video recording system manufacturer should provide one 4-hour onsite training on the operation and maintenance of the system. D. Provide one (1) initial set of manuals for the system as described in this specification at the time of training for review and comment by CFCC personnel. 3.04 PERFORMANCE SPECIFICATIONS A. The sound pressure level spectrum from the program speaker system, in each 1/3 octave band shall be +3 dB (side to side) from 100 Hz to 12 kHz with 3 dB per octave roll off above 12 kHz and below 100 Hz. Total acoustical harmonic distortion shall not exceed 2% at sound levels of 90 dBC (1 kHz reference tone) at 4 feet above finish floor in the middle of the room. B. The sound pressure level spectrum from the distributed speaker system, in each 1/3 octave band shall be +3 dB from 125 Hz to 10 kHz with 6 dB per octave roll off above 10 kHz and below 125 Hz. Total acoustical harmonic distortion shall not exceed 2% at sound levels of 85 dBC (1 kHz reference tone) at four feet above finish floor in the middle of the room. C. The gain structure for all audio system components (mixer input to amplifier output) shall be adjusted to achieve the highest signal-to-noise ratio, 75 dB from 50 Hz to 15 kHz minimum. D. The audio frequency response of the electronics system with equalizers bypassed shall vary less than +1 dB from 50 Hz to 12 kHz. E. The electronic system audio distortion shall be less than 0.5% at 1 kHz at the equipment's rated input signal level. F. Image size and clarity: Mount the video projector as indicated on the drawings and project the image onto the projection screen. Projected images shall be of maximum width and maximum height, centered on screen. Image tests shall utilize standard AMI test slides and similar video media to establish any image sizes on the screen. G. Geometric Distortion: Shall be corrected using physical and/or optical adjustment only. Electronic or digital correction should be used only when called for by the design intent. H. Control functions: Demonstrate that each of the controlled devices may be controlled either at the individual device or through the use of the remote control system and that all individual devices and combinations of devices may be utilized in the logical and common formats and that all systems are in proper working order. 3.05 VENDOR’S TESTING AND ADJUSTMENTS A. Furnish all equipment and personnel to conduct these tests in accordance with the performance specification requirements. B. All timing and gain measurements shall be made while the operator controls of the device under test are set in the center-of-travel, in bypass, nulled out or at the manufacturer’s detent position. Any adjustments should be made by modification of cable length or internal adjustments. Rev 07/19/2012 Page: 32 BID No.: ITS-006787 VENDOR: _________________________________________________ C. Audio Testing 1. Before connecting high impedance (distributed) loudspeaker lines to the power amplifiers, measure and record the impedance curves of all loudspeaker circuits, using a sweep test or impedance bridge for at least six frequencies from 125 Hz through 8,000 Hz. 2. Before connecting low impedance (8-Ohm) loudspeaker lines to the power amplifiers, measure and record the impedance of all loudspeaker circuits, Report the DC resistance reading. 3. Test all low-level audio cables and connections for continuity and ground faults and correct polarity. 4. Apply a sine-wave sweep signal to each loudspeaker system, sweeping from 50 Hz to 5,000 Hz at a sound pressure level, which is 10 dB below the loudspeakers rated electrical input power. Listen for rattles or objectionable noise and correct if apparent. 5. Check for proper polarity of loudspeakers by applying music program or pink noise to each system and walking through the transition areas of coverage from one loudspeaker to the next. Transition should be smooth with no apparent shifting of source, back and forth from one loudspeaker to the next. 6. Coverage Uniformity: Scan the areas served by the system and record sound pressure level in 1/3-octave bands. Perform any necessary adjustments to loudspeaker orientations as required to achieve the specified uniformity. 7. Adjust all system gain controls, both physical and virtual in software, for optimum signal-to-noise ratio. After all adjustments required to meet the performance Specification requirements are made, measure and report the resulting system electrical signal-to-noise ratio at the amplifier outputs from 20-20 kHz in 1/3 octave bands referenced to the voltage required to achieve 85 dBC in the center of the room (1 kHz reference tone) at 4-feet above finish floor. 8. Measure the sound pressure level using a calibrated type 1 precision sound level meter as defined by ANSI S1.4. Measure using the slow time Constant. Report the "raw house curve" with the equalizer controls set to "0." Adjust all gain controls and equalizers to provide the 1/3-octave band sound levels specified. D. Projection System Testing 1. Use standard test charts to provide uniform alignment and focus across the field of the image. 2. Light Levels: measure and report the ANSI Light Levels on the projected image as measured from the center of the room. 3. Flicker and Strobing: document any changes in level of the light source or projection system. 4. Setup video projector geometry for all popular display modes and other specific scan modes as directed by CFCC and/or their representatives. Rev 07/19/2012 Page: 33 BID No.: ITS-006787 VENDOR: _________________________________________________ E. Controls: Adjust all controls to achieve the specified performance. Provide shaft-locks or covers for all level controls, as appropriate to prevent unauthorized gain changes. All control knobs; sliders, etc should be marked to show their final settings so they may be reset to the correct settings in the event they are adjusted in the future. F. Wireless Systems: Ensure that all wireless systems operate on different frequencies from each other and from any other transmitters in the area. G. Report: Prepare a letter/report documenting the results of these tests and readings. Include final equalizer and gain settings for review by CFCC and/or their representatives. 3.06 ACCEPTANCE TESTS A. Provide a STATEMENT OF COMPLETION, certifying that the system is installed and is ready for acceptance testing by CFCC and/or their representatives. B. Schedule a time for CFCC and/or their representatives to perform system acceptance testing and adjustment with at least 14 days advance notice. C. Qualification for Acceptance: Subsequent to completing preliminary testing, Vendor shall furnish the CFCC and/or their representatives with copies of As Built documentation as required in this Specification. D. Furnish a technician who is familiar with the system to assist CFCC and/or their representatives during the acceptance testing and equalization for the duration it takes to complete the adjustments (regular time or overtime as required). A minimum of 24 hours as required to complete the adjustments. E. Acceptance Test: CFCC and/or their representatives shall be present during the acceptance testing and require the assistance and cooperation of the Vendor. 1. Each major component shall be demonstrated to function. 2. Measurements: Electrical, optical and acoustical measurements may be performed at the discretion of CFCC and/or their representatives. CFCC and/or their representatives will supply acoustical measuring equipment. Such measurements may include sound pressure levels, uniformity of coverage, distortion, or other pertinent characteristics. Vendor shall provide equipment for performing any necessary electrical test or adjustments. 3. Viewing and listening tests may include subjective tests by observers at any location in the facility. 4. Operating tests may include use of any individual or combination of systems provided and from any control location. 5. Each cable may be inspected for proper termination. 6. Under the direction of CFCC and/or their representatives, adjust signal levels and loudspeaker aiming, as required, to achieve the uniform sound distribution required by this Specification. Rev 07/19/2012 Page: 34 BID No.: ITS-006787 VENDOR: _________________________________________________ F. Such tests may be performed on any piece of equipment or system. If any test shows the equipment or system is defective or does not comply with the Specifications, Vendor shall perform any remedies, at their expense, and pay the subsequent expenses of any re-testing required. G. Vendor shall provide a final report, which will document the final equipment settings and adjusted levels and values. H. If the system does not meet criteria or if additional trips to the JOB SITE for testing or adjustment are required, the Vendor shall reimburse the College for all expenses and professional time encountered by CFCC and/or their representatives. PART 4 - BIDDING INSTRUCTIONS 4.01 4.02 GENERAL A. This section provides the bid format for the project's audiovisual system. This bid form is to be completed in its entirety. Failure to provide information required by this document may be considered grounds for immediate disqualification. B. The installation of the audiovisual system is based on the attached design documents that describe the design developed by Thorburn Associates. C. All equipment substitutions must be equal to or better fully functional replacements of the specified items. This includes items such as rack mounting requirements, software operating requirements, functional features, maintenance features and warranty length. BID FORM Provide the following documentation with your bid: A. Refer to bid submittal part 1.06 B and 1.10 for bid submittal requirements. Attach all required information. B. Provide a schedule indicating the number of workdays to install the system after each major sign-off by CFCC and/or their representatives (i.e., after the bid is awarded, how many days to submit shop drawings, how many days after approval of shop drawings prior to construction, etc.) through the end of the project. Schedule shall be broken down as required by bidding firm's policies. C. A statement indicating all equipment is readily available. If not, provide a recommended solution as an alternate. D. Provide a bid for to install a complete and operational system. "Complete and operational" is defined as tested and adjusted per design documents. E. Complete bid form information called out in parts of this specification and include hardcopy and electronic copy of excel file on CD-ROM disk with other bid documentation. F. Return two (2) completed copies of this bid form and all resume documentation as required by the bidding instructions issued with this document. Rev 07/19/2012 Page: 35 BID No.: ITS-006787 VENDOR: _________________________________________________ PART 5 – MAJOR EQUIPMENT LIST 5.01 PRICE BREAKDOWN – BASE BID A. Provide a separate, detailed cost breakdown for Line Items 1-32 of Furnish and Deliver Section. B. Provide a list of other equipment and hardware required for a complete and working system. 5.02 EQUIPMENT LIST Quantity Description Type I (139) 1 PROJECTOR PLATE Manufacturer Model Accessories/Comments Custom Detail 13/TA-601 Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER MONO POWER AMPLIFIER FAN CONTROLLER FAN EXTRON ELECTRONICS EXTRON ELECTRONICS 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS EXTRON ELECTRONICS XPA-2001-70 MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK VIDEO PROJECTOR NEC P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN SURGEX SX1120RT TANNOY LTD. CMS601-BM UNIQUE CONCEPTS Detail 3/TA-703 1 1 1 1 1 1 1 1 4 1 1 2 1 Type I (291, 294, 295, 296, 326, 526, 528, 529, 563) – Equipment per room 1 PROJECTOR PLATE Custom Detail 13/TA-601 Finish must be coordinated with CFCC/Architect With mounting hardware, power supply With power supply With rack mount, power supply With rack mount With mounting hardware With mounting hardware and vent blocker as required With ceiling mount, spare lamp With multi-unit charger and mounting hardware With tile bridge and c-ring Finish must be coordinated with CFCC/Architect Rev 07/19/2012 Page: 36 BID No.: ITS-006787 Quantity 1 VENDOR: _________________________________________________ Description ID PLATE Manufacturer Custom Model Detail 4/TA-601 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER MONO POWER AMPLIFIER FAN CONTROLLER FAN EXTRON ELECTRONICS EXTRON ELECTRONICS 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS EXTRON ELECTRONICS XPA-2001-70 MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK VIDEO PROJECTOR NEC P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN SURGEX SX1120RT TANNOY LTD. CMS601-BM UNIQUE CONCEPTS Detail 5/TA-702 Custom Detail 13/TA-601 2 1 1 1 1 1 1 1 1 4 1 1 2 1 Type I (153, 251) – Equipment per room 1 PROJECTOR PLATE 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER EXTRON ELECTRONICS EXTRON ELECTRONICS 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS 1 1 1 1 1 1 EXTRON ELECTRONICS Accessories/Comments Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With mounting hardware, power supply With power supply With rack mount, power supply With rack mount With mounting hardware With mounting hardware and vent blocker as required With ceiling mount, spare lamp With multi-unit charger and mounting hardware With tile bridge and c-ring Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With mounting hardware, power supply With power supply With rack mount, power supply Rev 07/19/2012 Page: 37 BID No.: ITS-006787 Quantity 1 VENDOR: _________________________________________________ Description MONO POWER AMPLIFIER FAN CONTROLLER FAN Manufacturer EXTRON ELECTRONICS Model XPA-2001-70 Accessories/Comments With rack mount MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN With mounting hardware With mounting hardware and vent blocker as required MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK VIDEO PROJECTOR NEC P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN SURGEX SX1120RT TANNOY LTD. CMS601-BM UNIQUE CONCEPTS Detail 5/TA-702 Custom Detail 13/TA-601 1 4 1 1 4 1 Type I (252) 1 PROJECTOR PLATE 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER MONO POWER AMPLIFIER FAN CONTROLLER FAN EXTRON ELECTRONICS EXTRON ELECTRONICS 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS EXTRON ELECTRONICS XPA-2001-70 MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK VIDEO PROJECTOR NEC P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 1 1 1 1 1 1 1 4 1 1 With ceiling mount, spare lamp With multi-unit charger and mounting hardware With tile bridge and c-ring Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With mounting hardware, power supply With power supply With rack mount, power supply With rack mount With mounting hardware With mounting hardware and vent blocker as required With ceiling mount, spare lamp With multi-unit charger and mounting hardware Rev 07/19/2012 Page: 38 BID No.: ITS-006787 Quantity 1 6 1 Description SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN Type I (386) 1 PROJECTOR PLATE VENDOR: _________________________________________________ Manufacturer SURGEX Model SX1120RT Accessories/Comments TANNOY LTD. CMS601-BM With tile bridge and c-ring UNIQUE CONCEPTS Detail 5/TA-702 Custom Detail 13/TA-601 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 EXTRON ELECTRONICS EXTRON ELECTRONICS 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS EXTRON ELECTRONICS XPA-1002 2 CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER STEREO POWER AMPLIFIER 2-WAY LOUDSPEAKER CONTROL_25 1 4 FAN CONTROLLER FAN JBL/JAMES B LANSING/UREI MIDDLE ATLANTIC MIDDLE ATLANTIC 1 MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK VIDEO PROJECTOR NEC P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 SURGE PROTECTION AND POWER SUPPLY LECTERN SURGEX SX1120RT UNIQUE CONCEPTS Detail 5/TA-702 Custom Detail 13/TA-601 1 1 1 1 1 1 1 1 1 Type I (426) 1 PROJECTOR PLATE FC-4-1C QFAN 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE Custom Detail 5/TA-601 Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With mounting hardware, power supply With power supply With rack mount, power supply With rack mount With mounting hardware With mounting hardware and vent blocker as required With ceiling mount, spare lamp With multi-unit charger and mounting hardware Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Rev 07/19/2012 Page: 39 BID No.: ITS-006787 Quantity 1 VENDOR: _________________________________________________ Description ADA WALLPLATE Manufacturer Custom Model Detail 5/TA-601 EXTRON ELECTRONICS EXTRON ELECTRONICS 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS EXTRON ELECTRONICS XPA-1002 2 CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER STEREO POWER AMPLIFIER 2-WAY LOUDSPEAKER CONTROL_25 1 4 FAN CONTROLLER FAN JBL/JAMES B LANSING/UREI MIDDLE ATLANTIC MIDDLE ATLANTIC 1 MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 1 CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER VIDEO PROJECTOR MIDDLE ATLANTIC NEC UD3 P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 SURGE PROTECTION AND POWER SUPPLY SURGEX SX1120RT 1 1 1 1 1 1 1 Type IIA (262, 298) – Equipment per room 1 CONFERENCE PHONE AVAYA FC-4-1C QFAN 2033 IP 1 PROJECTOR WALLPLATE Custom Detail 13/TA-601 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE RECTANGULAR TABLETOP TILT UP BOX CONTROL SYSTEM PROCESSOR MATRIX SWITCHER MINI TWISTED PAIR RECEIVER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER WALLPLATE Custom Detail 5/TA-601 EXTRON ELECTRONICS HSA200S EXTRON ELECTRONICS MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL-15HDA EXTRON ELECTRONICS MTP-RL15HDRS MTP-T-15HDAD 1 1 1 1 1 1 EXTRON ELECTRONICS Accessories/Comments Finish must be coordinated with CFCC/Architect With mounting hardware, power supply With power supply, mounting hardware With rack mount, power supply With rack mount With mounting hardware With mounting hardware and vent blocker as required With ceiling mount, spare lamp With multi-unit charger and mounting hardware With power adapter, external mic pods Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With mounting hardware With mounting hardware, power supply With rack mount, power supply With mounting hardware, power supply With power supply Rev 07/19/2012 Page: 40 BID No.: ITS-006787 Quantity 1 VENDOR: _________________________________________________ 2 Description TWISTED PAIR TRANSMITTER STEREO POWER AMPLIFIER 2-WAY LOUDSPEAKER 1 1 CREDENZA FINISHING KIT 1 1 SHELF INSERT CLAMPING RACK SHELF RACK DRAWER VIDEO PROJECTOR MIDDLE ATLANTIC MIDDLE ATLANTIC C5-SH-SYS RSH4S-C MIDDLE ATLANTIC NEC UD3 P350W SURGE PROTECTION AND POWER SUPPLY SURGEX SX1120RT 1 1 1 1 Manufacturer EXTRON ELECTRONICS Model MTP-T-15HDRS Accessories/Comments With rack mount EXTRON ELECTRONICS XPA-1002 With rack mount JBL/JAMES B LANSING/UREI MIDDLE ATLANTIC MIDDLE ATLANTIC CONTROL_25 Type IIA (344, 551) – Equipment per room 1 CONFERENCE PHONE AVAYA C5F2 C5K2-CSD-XX 2033 IP Finish must be coordinated with CFCC/Architect With ceiling mount, spare lamp With power adapter, external mic pods Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With mounting hardware 1 PROJECTOR WALLPLATE Custom Detail 13/TA-601 1 ID PLATE Custom Detail 4/TA-601 2 Custom Detail 5/TA-601 EXTRON ELECTRONICS HSA200S EXTRON ELECTRONICS MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL-15HDA EXTRON ELECTRONICS EXTRON ELECTRONICS MTP-RL15HDRS MTP-T-15HDAD EXTRON ELECTRONICS MTP-T-15HDRS EXTRON ELECTRONICS XPA-1002 With rack mount, power supply With rack mount 2 PROGRAM LOUDSPEAKER WALLPLATE RECTANGULAR TABLETOP TILT UP BOX CONTROL SYSTEM PROCESSOR MATRIX SWITCHER MINI TWISTED PAIR RECEIVER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER WALLPLATE TWISTED PAIR TRANSMITTER STEREO POWER AMPLIFIER 2-WAY LOUDSPEAKER CONTROL_25 With wall mount 1 4 FAN CONTROLLER FAN JBL/JAMES B LANSING/UREI MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN With mounting hardware With mounting hardware and vent blocker as required 1 CLAMPING RACK SHELF MIDDLE ATLANTIC RSH4S-C 1 1 1 1 1 1 1 1 With mounting hardware, power supply With rack mount, power supply With mounting hardware, power supply With power supply Rev 07/19/2012 Page: 41 BID No.: ITS-006787 Quantity 1 1 1 1 VENDOR: _________________________________________________ Description SLIDE OUT EQUIPMENT RACK RACK DRAWER VIDEO PROJECTOR Manufacturer MIDDLE ATLANTIC Model SRSR-2-12 MIDDLE ATLANTIC NEC UD3 P350W SURGE PROTECTION AND POWER SUPPLY SURGEX SX1120RT Type IIB (145, 183, 241, 247, 428, 568) – Equipment per room 1 CONFERENCE PHONE AVAYA 1 1 1 1 RECTANGULAR TABLETOP TILT UP BOX MINI TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER WALLPLATE 60-INCH HIGH DEFINITION PLASMA DISPLAY 2033 IP Accessories/Comments With ceiling mount, spare lamp With power adapter, external mic pods With mounting hardware EXTRON ELECTRONICS HSA200S EXTRON ELECTRONICS MTP-RL-15HDA EXTRON ELECTRONICS MTP-T-15HDAD PANASONIC BROADCAST/INDUSTRIA L COMPANIES TH-60PF30U With wall mount and side mount speakers Detail 13/TA-601 Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With spare bulb Type IIIA (303, 402, 404, 405, 406, 408) – Equipment per room 1 PROJECTOR PLATE Custom With rack mount, power supply With power supply 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 DOCUMENT CAMERA CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER MONO POWER AMPLIFIER FAN CONTROLLER FAN ELMO USA EXTRON ELECTRONICS EXTRON ELECTRONICS P100 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS With mounting hardware, power supply With rack mount EXTRON ELECTRONICS XPA-2001-70 With rack mount MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN POWER SEQUENCER CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK MIDDLE ATLANTIC MIDDLE ATLANTIC RLM-20-1C RSH4S-C With mounting hardware With mounting hardware and vent blocker as required With mounting hardware MIDDLE ATLANTIC SRSR-2-12 1 1 1 1 1 1 1 1 1 4 1 1 1 With mounting hardware, power supply Rev 07/19/2012 Page: 42 BID No.: ITS-006787 Quantity 1 1 VENDOR: _________________________________________________ Description RACK DRAWER VIDEO PROJECTOR Manufacturer MIDDLE ATLANTIC NEC Model UD3 P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 1 SMART PODIUM SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN SMARTTECH SURGEX SP518-NB SX1120RT TANNOY LTD. CMS601-BM UNIQUE CONCEPTS Detail 7/TA-702 2 1 Type IIIA (311, 312, 410, 411) – Equipment per room 1 PROJECTOR PLATE Custom Detail 13/TA-601 Accessories/Comments With ceiling mount, spare lamp With multi-unit charger and mounting hardware With tile bridge and c-ring Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With spare bulb 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 DOCUMENT CAMERA CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER MONO POWER AMPLIFIER FAN CONTROLLER FAN ELMO USA EXTRON ELECTRONICS EXTRON ELECTRONICS P100 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS With mounting hardware, power supply With rack mount EXTRON ELECTRONICS XPA-2001-70 With rack mount MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN MIDDLE ATLANTIC MIDDLE ATLANTIC RLM-20-1C RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 1 POWER SEQUENCER CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER VIDEO PROJECTOR With mounting hardware With mounting hardware and vent blocker as required With mounting hardware MIDDLE ATLANTIC NEC UD3 P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 SMART PODIUM SMARTTECH SP518-NB 1 1 1 1 1 1 1 1 1 4 1 1 1 With mounting hardware, power supply With ceiling mount, spare lamp With multi-unit charger and mounting hardware Rev 07/19/2012 Page: 43 BID No.: ITS-006787 Quantity 1 2 1 Description SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN Type IIIA (317) 1 PROJECTOR PLATE VENDOR: _________________________________________________ Manufacturer SURGEX Model SX1120RT Accessories/Comments TANNOY LTD. CMS601-BM With tile bridge and c-ring UNIQUE CONCEPTS Detail 1/TA-704 Custom Detail 13/TA-601 Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With spare bulb 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 DOCUMENT CAMERA CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER MONO POWER AMPLIFIER FAN CONTROLLER FAN ELMO USA EXTRON ELECTRONICS EXTRON ELECTRONICS P100 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS With mounting hardware, power supply With rack mount EXTRON ELECTRONICS XPA-2001-70 With rack mount MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN MIDDLE ATLANTIC MIDDLE ATLANTIC RLM-20-1C RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 1 POWER SEQUENCER CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER VIDEO PROJECTOR With mounting hardware With mounting hardware and vent blocker as required With mounting hardware MIDDLE ATLANTIC NEC UD3 P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 1 SMART PODIUM SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN SMARTTECH SURGEX SP518-NB SX1120RT TANNOY LTD. CMS601-BM UNIQUE CONCEPTS Detail 7/TA-702 1 1 1 1 1 1 1 1 1 4 1 1 1 5 1 With mounting hardware, power supply With ceiling mount, spare lamp With multi-unit charger and mounting hardware With tile bridge and c-ring Rev 07/19/2012 Page: 44 BID No.: ITS-006787 Quantity Description VENDOR: _________________________________________________ Manufacturer Type IIIA (413, 416, 468) – Equipment per room 1 PROJECTOR PLATE Custom Model Accessories/Comments Detail 13/TA-601 Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With spare bulb 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 DOCUMENT CAMERA CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER MONO POWER AMPLIFIER FAN CONTROLLER FAN ELMO USA EXTRON ELECTRONICS EXTRON ELECTRONICS P100 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS With mounting hardware, power supply With rack mount EXTRON ELECTRONICS XPA-2001-70 With rack mount MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN MIDDLE ATLANTIC MIDDLE ATLANTIC RLM-20-1C RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 1 POWER SEQUENCER CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER VIDEO PROJECTOR With mounting hardware With mounting hardware and vent blocker as required With mounting hardware MIDDLE ATLANTIC NEC UD3 P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 1 SMART PODIUM SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN SMARTTECH SURGEX SP518-NB SX1120RT TANNOY LTD. CMS601-BM UNIQUE CONCEPTS Detail 1/TA-705 1 1 1 1 1 1 1 1 1 4 1 1 1 6 1 Type IIIB (342, 469) – Equipment per room 2 PROJECTOR PLATE Custom Detail 13/TA-601 With mounting hardware, power supply With ceiling mount, spare lamp With multi-unit charger and mounting hardware With tile bridge and c-ring Finish must be coordinated with CFCC/Architect Rev 07/19/2012 Page: 45 BID No.: ITS-006787 Quantity 1 VENDOR: _________________________________________________ Description ID PLATE Manufacturer Custom Model Detail 4/TA-601 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 DOCUMENT CAMERA CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER TWO OUTPUT VGAQXGA DISTRIBUTION AMPLIFIER MONO POWER AMPLIFIER FAN CONTROLLER FAN ELMO USA EXTRON ELECTRONICS EXTRON ELECTRONICS P100 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS EXTRON ELECTRONICS P2-DA2XI EXTRON ELECTRONICS XPA-2001-70 With rack mount MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN MIDDLE ATLANTIC MIDDLE ATLANTIC RLM-20-1C RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 2 POWER SEQUENCER CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER VIDEO PROJECTOR With mounting hardware With mounting hardware and vent blocker as required With mounting hardware MIDDLE ATLANTIC NEC UD3 P350W 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER GP-03M RI-830S SZI1015TW-NT 1 1 SMART PODIUM SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN SMARTTECH SURGEX SP518-NB SX1120RT TANNOY LTD. CMS601-BM UNIQUE CONCEPTS Detail 7/TA-702 BIAMP SYSTEMS NEXIA_CS CROWN INTERNATIONAL CTS4200 Custom Detail 13/TA-601 2 1 1 1 1 1 2 2 1 1 1 4 1 1 1 4 1 Lecture Hall (170) 1 DIGITAL PREAMP/PROCESSOR 1 AUDIO POWER AMPLIFIER 1 PROJECTOR WALLPLATE Accessories/Comments Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With spare bulb With mounting hardware, power supply With mounting hardware, power supply With rack mount, power supply With rack mount, power supply With ceiling mount, spare lamp With multi-unit charger and mounting hardware With tile bridge and c-ring Finish must be coordinated with CFCC/Architect Rev 07/19/2012 Page: 46 BID No.: ITS-006787 Quantity 1 VENDOR: _________________________________________________ Description PRESS FEED PLATE Manufacturer Custom Model Detail 3/TA-602 1 ID PLATE Custom Detail 4/TA-601 1 ADA WALLPLATE Custom Detail 5/TA-601 1 VIDEO PROJECTOR DIGITAL PROJECTION INTERNATIONAL DV-30-1080P-XL 1 1 1 DOCUMENT CAMERA CABLE CUBBY CONTROL PROCESSOR TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER TWISTED PAIR TRANSMITTER WALLPLATE TWO OUTPUT VGAQXGA DISTRIBUTION AMPLIFIER VIDEO SWITCH 7" WALLMOUNTED TOUCHPANEL 7" WALLMOUNTED TOUCHPANEL FAN CONTROLLER EQUIPMENT RACK ELMO USA EXTRON ELECTRONICS EXTRON ELECTRONICS P100 300S IPCP-505 EXTRON ELECTRONICS MTP-RL-15HD-A EXTRON ELECTRONICS MTP-T-15HD-A EXTRON ELECTRONICS MTP-T-15HDAD EXTRON ELECTRONICS P2-DA2XI EXTRON ELECTRONICS EXTRON ELECTRONICS SW-12-VGA-ARS TLP-710MV EXTRON ELECTRONICS TLP-710MV MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C MRK-4031 RACK MOUNT POWER DISTRIBUTION FAN MIDDLE ATLANTIC PD-815R-PL MIDDLE ATLANTIC QFAN POWER SEQUENCER CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER NECKLOOP EARPHONE ADA RECEIVER ADA TRANSMITTER MIDDLE ATLANTIC MIDDLE ATLANTIC RLM-20-1C RSH4S-C MIDDLE ATLANTIC SRSR-2-12 MIDDLE ATLANTIC SENNHEISER SENNHEISER SENNHEISER SENNHEISER UD3 EZT3011 GP-03M RI-830S SZI1015TW-NT GOOSENECK MICROPHONE WIRELESS BODYPACK TRANSMITTER WIRELESS HANDHELD MICROPHONE SHURE BROTHERS INC. MX418-C SHURE BROTHERS INC. ULX1 SHURE BROTHERS INC. ULX2-58 10 1 9 1 1 1 1 1 1 1 4 1 1 1 1 4 4 4 1 1 1 4 Accessories/Comments Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With ceiling mount, spare lamp, 2.37-3.79 throw ratio lens With spare bulb With rack mount, power supply With rack mount, power supply With rack mount, power supply With rack mount, power supply With rack mount, power supply With desk mount hardware, power supply With rack mount hardware, power supply With mounting hardware With side panels, casters, fan top With mounting hardware and vent blocker as required With mounting hardware With multi-unit charger and mounting hardware With shock mount Rev 07/19/2012 Page: 47 BID No.: ITS-006787 Quantity 1 2 1 1 2 16 1 Description WIRELESS MICROPHONE RECEIVER WIRELESS MICROPHONE RECEIVER CARDIOID LAVALIER MICROPHONE SMART PODIUM SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN Lecture Hall (387) 1 DIGITAL PREAMP/PROCESSOR 1 AUDIO POWER AMPLIFIER 2 PROJECTOR WALLPLATE VENDOR: _________________________________________________ Manufacturer SHURE BROTHERS INC. Model ULXP4 SHURE BROTHERS INC. ULXP4D SHURE BROTHERS INC. WL185 SMARTTECH SURGEX SP518-NB SX1120RT TANNOY LTD. CMS601-PI UNIQUE CONCEPTS Detail 1/TA-703 BIAMP SYSTEMS NEXIA_PM CROWN INTERNATIONAL CTS600 Custom Detail 13/TA-601 Accessories/Comments Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With ceiling mount, spare lamp, 1.85-2.40 throw ratio lens With spare bulb 1 ID PLATE Custom Detail 4/TA-601 1 ADA WALLPLATE Custom Detail 5/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE VIDEO PROJECTOR Custom Detail 5/TA-601 DIGITAL PROJECTION INTERNATIONAL MV-CINE-400 DOCUMENT CAMERA CABLE CUBBY CONTROL PROCESSOR ETHERNET CONTROL SYSTEM TWISTED PAIR DISTRIBUTION AMPLIFIER MINI TWISTED PAIR RECEIVER TWISTED PAIR SWITCHER TWISTED PAIR TRANSMITTER TWO OUTPUT VGAQXGA DISTRIBUTION AMPLIFIER 7" WALLMOUNTED TOUCHPANEL ELMO USA EXTRON ELECTRONICS EXTRON ELECTRONICS P100 300S IPL-250 EXTRON ELECTRONICS IPL-T-S1 EXTRON ELECTRONICS MTP-DA4 EXTRON ELECTRONICS MTP-RL-15HDA EXTRON ELECTRONICS MTP-SW6 EXTRON ELECTRONICS MTP-T-15HD-AD EXTRON ELECTRONICS P2-DA2XI With rack mount, power supply EXTRON ELECTRONICS TLP-710MV With rack mount hardware, power supply 2 1 1 1 2 1 2 1 3 1 1 With rack mount, power supply With mounting hardware, power supply With rack mount With mounting hardware, power supply Rev 07/19/2012 Page: 48 BID No.: ITS-006787 Quantity 1 VENDOR: _________________________________________________ 2 Description MONO POWER AMPLIFIER 2-WAY LOUDSPEAKER 1 1 FAN CONTROLLER EQUIPMENT RACK 1 RACK MOUNT POWER DISTRIBUTION FAN MIDDLE ATLANTIC PD-815R-PL MIDDLE ATLANTIC QFAN POWER SEQUENCER CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER NECKLOOP MIDDLE ATLANTIC MIDDLE ATLANTIC RLM-20-1C RSH4S-C MIDDLE ATLANTIC SRSR-2-12 MIDDLE ATLANTIC SENNHEISER UD3 EZT3011 EARPHONE ADA RECEIVER ADA TRANSMITTER GOOSENECK MICROPHONE WIRELESS BODYPACK TRANSMITTER WIRELESS HANDHELD MICROPHONE WIRELESS MICROPHONE RECEIVER CARDIOID LAVALIER MICROPHONE SMART PODIUM SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN SENNHEISER SENNHEISER SENNHEISER SHURE BROTHERS INC. GP-03M RI-830S SZI1015TW-NT MX418-C SHURE BROTHERS INC. ULX1 SHURE BROTHERS INC. ULX2-58 SHURE BROTHERS INC. ULXP4D SHURE BROTHERS INC. WL185 SMARTTECH SURGEX SP518-NB SX1120RT TANNOY LTD. CMS601-BM UNIQUE CONCEPTS Detail 1/TA-703 BIAMP SYSTEMS NEXIA_PM CROWN INTERNATIONAL CTS600 Custom Detail 13/TA-601 4 1 1 1 1 2 2 2 1 1 1 1 1 1 1 1 15 1 Biology Lecture Hall (470) 1 DIGITAL PREAMP/PROCESSOR 1 AUDIO POWER AMPLIFIER 1 PROJECTOR WALLPLATE Manufacturer EXTRON ELECTRONICS Model XPA-2002-70 JBL/JAMES B LANSING/UREI MIDDLE ATLANTIC MIDDLE ATLANTIC CONTROL_25 FC-4-1C MRK-4031 1 ID PLATE Custom Detail 4/TA-601 1 ADA WALLPLATE Custom Detail 5/TA-601 Accessories/Comments With mounting hardware With side panels, casters, fan top With mounting hardware and vent blocker as required With mounting hardware With multi-unit charger and mounting hardware With shock mount With tile bridge and c-ring Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Rev 07/19/2012 Page: 49 BID No.: ITS-006787 Quantity 2 VENDOR: _________________________________________________ Description PROGRAM LOUDSPEAKER WALLPLATE VIDEO PROJECTOR Manufacturer Custom Model Detail 5/TA-601 DIGITAL PROJECTION INTERNATIONAL MV-CINE-400 ELMO USA EXTRON ELECTRONICS EXTRON ELECTRONICS P100 300S IPL-250 EXTRON ELECTRONICS EXTRON ELECTRONICS MTP-RL15HDRS MTP-SW6 EXTRON ELECTRONICS MTP-T-15HD-AD EXTRON ELECTRONICS P2-DA2XI With rack mount, power supply EXTRON ELECTRONICS TLP-710MV With rack mount hardware, power supply EXTRON ELECTRONICS XPA-2002-70 2 DOCUMENT CAMERA CABLE CUBBY CONTROL PROCESSOR TWISTED PAIR RECEIVER TWISTED PAIR SWITCHER TWISTED PAIR TRANSMITTER TWO OUTPUT VGAQXGA DISTRIBUTION AMPLIFIER 7" WALLMOUNTED TOUCHPANEL MONO POWER AMPLIFIER 2-WAY LOUDSPEAKER CONTROL_25 1 1 FAN CONTROLLER EQUIPMENT RACK JBL/JAMES B LANSING/UREI MIDDLE ATLANTIC MIDDLE ATLANTIC 1 RACK MOUNT POWER DISTRIBUTION FAN MIDDLE ATLANTIC PD-815R-PL MIDDLE ATLANTIC QFAN POWER SEQUENCER CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER NECKLOOP EARPHONE ADA RECEIVER ADA TRANSMITTER MIDDLE ATLANTIC MIDDLE ATLANTIC RLM-20-1C RSH4S-C MIDDLE ATLANTIC SRSR-2-12 MIDDLE ATLANTIC SENNHEISER SENNHEISER SENNHEISER SENNHEISER UD3 EZT3011 GP-03M RI-830S SZI1015TW-NT GOOSENECK MICROPHONE WIRELESS BODYPACK TRANSMITTER WIRELESS HANDHELD MICROPHONE WIRELESS MICROPHONE RECEIVER CARDIOID LAVALIER MICROPHONE SMART PODIUM SHURE BROTHERS INC. MX418-C SHURE BROTHERS INC. ULX1 SHURE BROTHERS INC. ULX2-58 SHURE BROTHERS INC. ULXP4D SHURE BROTHERS INC. WL185 SMARTTECH SP518-NB 1 1 1 1 1 1 3 1 1 1 4 1 1 1 1 3 3 3 1 1 1 1 1 1 1 FC-4-1C MRK-4031 Accessories/Comments Finish must be coordinated with CFCC/Architect With ceiling mount, spare lamp, 1.56-1.86 throw ratio lens With spare bulb With mounting hardware With side panels, solid front locking door, casters, fan top With mounting hardware and vent blocker as required With mounting hardware With multi-unit charger and mounting hardware With shock mount Rev 07/19/2012 Page: 50 BID No.: ITS-006787 Quantity 1 9 1 Description SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN Testing Center (212, 213A-E, 219A-F) 16 PAN/TILT/ZOOM CAMERA VENDOR: _________________________________________________ Manufacturer SURGEX Model SX1120RT Accessories/Comments TANNOY LTD. CMS601-BM With tile bridge and c-ring UNIQUE CONCEPTS Detail 1/TA-703 AXIS COMMUNICATIONS P5532 1 PROJECTOR PLATE Custom Detail 13/TA-601 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 DELL COMPUTERS EXTRON ELECTRONICS EXTRON ELECTRONICS OPTIPLEX 300S MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS EXTRON ELECTRONICS XPA-2001-70 1 OPERATOR CPU CABLE CUBBY CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER MONO POWER AMPLIFIER ETHERNET SWITCH HEWLETT-PACKARD E2520-24G-POE 1 1 4 BRUSH GROMMET FAN CONTROLLER FAN MIDDLE ATLANTIC MIDDLE ATLANTIC MIDDLE ATLANTIC B41 FC-4-1C QFAN 1 MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 1 CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER VIDEO PROJECTOR MIDDLE ATLANTIC NEC UD3 P350W 3 27-INCH LCD DISPLAY EA273WMBK 1 1 1 EARPHONE ADA RECEIVER ADA TRANSMITTER NEC HOME ELECTRONICS SENNHEISER SENNHEISER SENNHEISER 1 SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN SURGEX SX1120RT TANNOY LTD. CMS601-BM UNIQUE CONCEPTS Detail 5/TA-702 1 3 1 1 1 1 1 1 1 4 1 GP-03M RI-830S SZI1015TW-NT With multi-connector cable, mounting hardware Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With mounting hardware, power supply With power supply With rack mount, power supply With rack mount With rack mount hardware With mounting hardware With mounting hardware and vent blocker as required With ceiling mount, spare lamp With multi-unit charger and mounting hardware With tile bridge and c-ring Rev 07/19/2012 Page: 51 BID No.: ITS-006787 Quantity Description VENDOR: _________________________________________________ Manufacturer Model Accessories/Comments Simulation Control/Patient Area (327/328, 329/330, 331/332, 333/334, 335/336, 337/338) - Equipment per pair 1 VIDEO ENCODER AXIS COMMUNICATIONS 243SA With rack mount and power supply 2 PAN/TILT/ZOOM AXIS COMMUNICATIONS P5532 With multi-connector CAMERA cable, mounting hardware 1 PRESSURE ZONE CROWN INTERNATIONAL PZM-11 MICROPHONE 1 RACK PLATE Custom Detail 3/TA-601 Finish must be coordinated with CFCC/Architect 1 OPERATOR CPU DELL COMPUTERS OPTIPLEX 1 1 X 3 AUDIO EXTRON ELECTRONICS MDA-3A With rack mount DISTRIBUTION AMPLIFIER 1 MIC TO LINE PREEXTRON ELECTRONICS MP-101 With rack mount AMPLIFIER 1 HIGH-RES COMPUTER- EXTRON ELECTRONICS VSC-500 TO-VIDEO SCAN CONVERTER 1 DESKTOP EQUIPMENT MIDDLE ATLANTIC 2-10 With rack mount RACK 1 RACK MOUNT POWER MIDDLE ATLANTIC PD-815R-PL DISTRIBUTION 1 CLAMPING RACK MIDDLE ATLANTIC RSH4S-C SHELF 1 27-INCH LCD DISPLAY NEC HOME EA273WMBK ELECTRONICS Surgical Tech Suite (451A, 451B, 452, 454) 2 MONITOR ANCHOR LOUDSPEAKER 2 VIDEO ENCODER AXIS COMMUNICATIONS AN-130 243SA 1 CAMERA STATION AXIS COMMUNICATIONS AXIS CAMERA STATION 5 PAN/TILT/ZOOM CAMERA AXIS COMMUNICATIONS P5532 4 1 5 1 2 BIAMP SYSTEMS BIAMP SYSTEMS BIAMP SYSTEMS CROWN INTERNATIONAL CROWN INTERNATIONAL AEC2-HD AudiaFlex OP-2E CTS-4200 PZM-11 2 INPUT CARD AUDIO DSP OUTPUT CARD AUDIO AMPLIFIER PRESSURE ZONE MICROPHONE RACK PLATE Custom Detail 11/TA-601 2 1 OPERATOR CPU VIDEO SERVER DELL COMPUTERS DELL COMPUTERS OPTIPLEX PWREDGE With rack mount and power supply With 50 camera license, MPEG-4 Decoder & AAC license, H.264 & AAC Decoder license With multi-connector cable, mounting hardware Finish must be coordinated with CFCC/Architect Rev 07/19/2012 Page: 52 BID No.: ITS-006787 Quantity 2 2 2 1 2 2 2 2 7 Description HIGH-RES COMPUTERTO-VIDEO SCAN CONVERTER DESKTOP EQUIPMENT RACK RACK MOUNT POWER DISTRIBUTION RACK MOUNT KEYBOARD AND LCD CLAMPING RACK SHELF 27-INCH LCD DISPLAY BOUNDARY MICROPHONE OMNIDIRECTIONAL GOOSENECK MICROPHONE CARDIOD CEILING MOUNTED LOUDSPEAKER VENDOR: _________________________________________________ Manufacturer EXTRON ELECTRONICS Model VSC-500 MIDDLE ATLANTIC 2-10 MIDDLE ATLANTIC PD-815R-PL MIDDLE ATLANTIC RM-KB-LCD17 MIDDLE ATLANTIC RSH4S-C NEC HOME ELECTRONICS SHURE BROTHERS INC. EA273WMBK SHURE BROTHERS INC. MX412D-C TANNOY LTD. CMS601-BM With tile bridge and c-ring Detail 13/TA-601 Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Biology Labs (461, 464) – Equipment per room 1 PROJECTOR PLATE Custom MX392-O 1 ID PLATE Custom Detail 4/TA-601 1 ADA WALLPLATE Custom Detail 5/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE FLAT PANEL WALLPLATE Custom Detail 5/TA-601 Custom Detail 9/TA-601 CABLE CUBBY ETHERNET CONTROL SYSTEM CONTROL SYSTEM PROCESSOR MATRIX SWITCHER TWISTED PAIR TRANSMITTER MINI TWISTED PAIR RECEIVER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER TWISTED PAIR TRANSMITTER EXTRON ELECTRONICS EXTRON ELECTRONICS 300S IPL-T-S6 EXTRON ELECTRONICS MLC226IP EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-4T-15HDRS MTP-RL-15HDA 4 1 1 1 1 1 1 5 1 1 EXTRON ELECTRONICS EXTRON ELECTRONICS Accessories/Comments With rack mount EXTRON ELECTRONICS MTP-RL15HDRS MTP-T-15HD-A EXTRON ELECTRONICS MTP-T-15HDRS Rev 07/19/2012 Page: 53 BID No.: ITS-006787 Quantity 1 1 1 4 1 1 1 1 1 4 1 1 1 1 1 1 6 1 1 1 VENDOR: _________________________________________________ Description SIX OUTPUT VGAQXGA DISTRIBUTION AMPLIFIER MONO POWER AMPLIFIER FAN CONTROLLER FAN Manufacturer EXTRON ELECTRONICS Model P2-DA6XI EXTRON ELECTRONICS XPA-2001-70 MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER RACK DRAWER VIDEO PROJECTOR MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 MIDDLE ATLANTIC MIDDLE ATLANTIC NEC UD3 UD3 P350W 42-INCH HIGH DEFINITION PLASMA DISPLAY NECKLOOP EARPHONE ADA RECEIVER ADA TRANSMITTER PANASONIC BROADCAST/INDUSTRIA L COMPANIES SENNHEISER SENNHEISER SENNHEISER SENNHEISER TH-42PF30U SMART PODIUM SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN PAN/TILT/ZOOM CAMERA CAMERA CONTROLLER SMARTTECH SURGEX SP518-NB SX1120RT TANNOY LTD. CMS601-BM With tile bridge and c-ring UNIQUE CONCEPTS VADDIO Detail 3/TA-704 CV-HD-18 With ceiling mount VADDIO QC-DVI_HDMISR BIAMP SYSTEMS BIAMP SYSTEMS BIAMP SYSTEMS BIAMP SYSTEMS BIAMP SYSTEMS CROWN INTERNATIONAL AEC2-HD AudiaFlex IP-2 OP-2E VOIP-2 CTS600 Custom Detail 13/TA-601 Board Room (502) 7 INPUT CARD 1 AUDIO DSP 1 INPUT CARD 3 OUTPUT CARD 1 INTERFACE CARD 2 AUDIO POWER AMPLIFIER 1 PROJECTOR WALLPLATE EZT3011 GP-03M RI-830S SZI1015TW-NT 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE FLAT PANEL WALLPLATE Custom Detail 5/TA-601 Custom Detail 9/TA-601 2 Accessories/Comments With mounting hardware With mounting hardware and vent blocker as required With ceiling mount, spare lamp With ceiling mount With multi-unit charger and mounting hardware Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Rev 07/19/2012 Page: 54 BID No.: ITS-006787 Quantity 1 1 1 VENDOR: _________________________________________________ 2 Description BLURAY PLAYER RELAY CONTROLLER CONTROL PROCESSOR TWISTED PAIR TRANSMITTER TWISTED PAIR RECEIVER MATRIX SWITCHER 7" TABLETOP TOUCHPANEL 2-WAY LOUDSPEAKER 2 10 NECKLOOP ADA RECEIVER JBL/JAMES B LANSING/UREI LISTEN TECHNOLOGIES LISTEN TECHNOLOGIES 1 ADA TRANSMITTER LISTEN TECHNOLOGIES LT-800 1 4 FAN CONTROLLER FAN MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN 1 CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER VIDEO PROJECTOR MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 MIDDLE ATLANTIC NEC UD3 P350W 60-INCH HIGH DEFINITION PLASMA DISPLAY LOW PROFILE BOUNDARY MICROPHONE CARDIOID WIRELESS BODYPACK TRANSMITTER WIRELESS HANDHELD MICROPHONE WIRELESS MICROPHONE RECEIVER WIRELESS MICROPHONE RECEIVER CARDIOID LAVALIER MICROPHONE SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER PANASONIC BROADCAST/INDUSTRIA L COMPANIES SHURE BROTHERS INC. TH-60PF30U SHURE BROTHERS INC. ULX1 SHURE BROTHERS INC. ULX2-58 SHURE BROTHERS INC. ULXP4 SHURE BROTHERS INC. ULXP4D SHURE BROTHERS INC. WL185 SURGEX SX1120RT TANNOY LTD. CMS601-BM BIAMP SYSTEMS BIAMP SYSTEMS NEXIA_CS NEXIA_PM 6 3 1 1 2 1 1 2 10 1 2 1 1 1 1 4 Multipurpose Room (508) 1 AUDIO DSP 1 DIGITAL PREAMP/PROCESSOR Manufacturer DENON AMERICA INC. EXTRON ELECTRONICS EXTRON ELECTRONICS Model DBP-2012UDCI IPA-T-RLY4 IPCP-305 EXTRON ELECTRONICS MTP-T-15HD-AD EXTRON ELECTRONICS MTP-U-RRSA EXTRON ELECTRONICS EXTRON ELECTRONICS MTPX128PLUS TLP-710TV CONTROL_25 LA-166 LR-400 Accessories/Comments With rechargeable batteries, charging stand With rack mounting hardware With mounting hardware With mounting hardware and vent blocker as required With ceiling mount, spare lamp With wall mount MX395B-C With tile bridge and c-ring Rev 07/19/2012 Page: 55 BID No.: ITS-006787 Quantity 3 VENDOR: _________________________________________________ Description AUDIO POWER AMPLIFIER PROJECTOR WALLPLATE Manufacturer CROWN INTERNATIONAL Model CTS600 Accessories/Comments Custom Detail 13/TA-601 1 PRESS FEED PLATE Custom Detail 3/TA-602 1 ID PLATE Custom Detail 4/TA-601 2 VIDEO PROJECTOR DIGITAL PROJECTION INTERNATIONAL DV-30-1080P-XL 1 VIDEO PROJECTOR DIGITAL PROJECTION INTERNATIONAL DV-30-1080P-XL Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With ceiling mount, spare lamp, 3.8-6.5 throw ratio lens With ceiling mount, spare lamp, 2.37-3.79 throw ratio lens 2 1 EXTRON ELECTRONICS EXTRON ELECTRONICS 300S IPCP-505 EXTRON ELECTRONICS IPL-T-CR48 EXTRON ELECTRONICS EXTRON ELECTRONICS MTP-RL15HDRS MTP-T-15HDAD EXTRON ELECTRONICS EXTRON ELECTRONICS MTPX128PLUS TLP-700MV 8 CABLE CUBBY CONTROL PROCESSOR CONTROL PROCESSOR TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER WALLPLATE MATRIX SWITCHER 7" WALLMOUNTED TOUCHPANEL 2-WAY LOUDSPEAKER CONTROL_25T 6 20 NECKLOOP ADA RECEIVER JBL/JAMES B LANSING/UREI LISTEN TECHNOLOGIES LISTEN TECHNOLOGIES 2 ADA TRANSMITTER LISTEN TECHNOLOGIES LT-800 1 1 4 FAN CONTROLLER EQUIPMENT RACK FAN MIDDLE ATLANTIC MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C MRK-4031 QFAN 1 CLAMPING RACK SHELF WIRELESS BODYPACK TRANSMITTER WIRELESS HANDHELD MICROPHONE WIRELESS MICROPHONE RECEIVER CARDIOID LAVALIER MICROPHONE SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER MIDDLE ATLANTIC RSH4S-C SHURE BROTHERS INC. ULX1 SHURE BROTHERS INC. ULX2-58 SHURE BROTHERS INC. ULXP4D SHURE BROTHERS INC. WL185 SURGEX SX1120RT TANNOY LTD. CMS601-PI 3 1 3 5 1 2 4 4 4 4 2 32 LA-166 LR-400 With rechargeable batteries, charging stand With rack mount hardware With mounting hardware With mounting hardware and vent blocker as required Rev 07/19/2012 Page: 56 BID No.: ITS-006787 Quantity 2 Description LECTERN Classroom/Breakout Room (512) 1 PROJECTOR PLATE VENDOR: _________________________________________________ Manufacturer UNIQUE CONCEPTS Model Detail 3/TA-705 Accessories/Comments Custom Detail 13/TA-601 Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With spare bulb 1 ID PLATE Custom Detail 4/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 DOCUMENT CAMERA CABLE CUBBY CONTROL PROCESSOR MATRIX SWITCHER TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER 7" WALLMOUNTED TOUCHPANEL MONO POWER AMPLIFIER FAN CONTROLLER FAN ELMO USA EXTRON ELECTRONICS EXTRON ELECTRONICS P100 300S IPL-250 EXTRON ELECTRONICS EXTRON ELECTRONICS EXTRON ELECTRONICS MLS406 MTP-RL15HDRS MTP-T-15HDRS EXTRON ELECTRONICS TLP-710MV EXTRON ELECTRONICS XPA-2001-70 MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 1 1 CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER VIDEO PROJECTOR MIDDLE ATLANTIC NEC UD3 P350W 1 1 1 1 NECKLOOP EARPHONE ADA RECEIVER ADA TRANSMITTER SENNHEISER SENNHEISER SENNHEISER SENNHEISER EZT3011 GP-03M RI-830S SZI1015TW-NT 1 1 SMART PODIUM SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN SMARTTECH SURGEX SP518-NB SX1120RT TANNOY LTD. CMS601-BM UNIQUE CONCEPTS Detail 1/TA-703 BIAMP SYSTEMS NEXIA_VC 1 1 1 1 1 1 1 1 1 1 4 1 2 2 1 Classroom/Breakout Room (527) 1 DIGITAL PREAMP/PROCESSOR With mounting hardware With mounting hardware and vent blocker as required With ceiling mount, spare lamp With multi-unit charger and mounting hardware With tile bridge and c-ring Rev 07/19/2012 Page: 57 BID No.: ITS-006787 Quantity 1 VENDOR: _________________________________________________ Description VIDEOCONFERENCE CODEC Manufacturer CISCO Model CODEC-C60 1 PROJECTOR PLATE Custom Detail 13/TA-601 1 PROJECTOR PLATE Custom Detail 13/TA-601 1 ID PLATE Custom Detail 4/TA-601 1 ADA WALLPLATE Custom Detail 5/TA-601 2 PROGRAM LOUDSPEAKER WALLPLATE CAMERA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 PROGRAM LOUDSPEAKER WALLPLATE ADA WALLPLATE Custom Detail 5/TA-601 Custom Detail 5/TA-601 DOCUMENT CAMERA CABLE CUBBY CONTROL PROCESSOR AUDIO AMPLIFIER MINI TWISTED PAIR RECEIVER TWISTED PAIR TRANSMITTER MATRIX SWITCHER 7" WALLMOUNTED TOUCHPANEL FAN CONTROLLER FAN ELMO USA EXTRON ELECTRONICS EXTRON ELECTRONICS P100 300S IPL-250 EXTRON ELECTRONICS EXTRON ELECTRONICS MPA-401-70V MTP-RL-15HDA EXTRON ELECTRONICS MTP-T-15HD-A EXTRON ELECTRONICS EXTRON ELECTRONICS MVX-44-VGA-A TLP-710MV MIDDLE ATLANTIC MIDDLE ATLANTIC FC-4-1C QFAN CLAMPING RACK SHELF SLIDE OUT EQUIPMENT RACK RACK DRAWER VIDEO PROJECTOR MIDDLE ATLANTIC RSH4S-C MIDDLE ATLANTIC SRSR-2-12 MIDDLE ATLANTIC NEC UD3 P350W WIRELESS DIRECTIONAL MICROPHONE WIRELESS RECEIVER EARPHONE ADA RECEIVER REVOLABS 2 2 1 1 1 1 1 1 1 1 1 1 4 1 2 1 1 5 1 1 1 REVOLABS SENNHEISER SENNHEISER Accessories/Comments With MultiSite and Natural Presenter Package and rack mount Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect Finish must be coordinated with CFCC/Architect With spare bulb With mounting hardware With mounting hardware and vent blocker as required With ceiling mount, spare lamp BASE-8X8 GP-03M RI-830S Rev 07/19/2012 Page: 58 BID No.: ITS-006787 Quantity 1 1 1 1 1 1 1 2 1 2 2 _________________________________________________ Description ADA TRANSMITTER Manufacturer SENNHEISER Model SZI1015TW-NT WIRELESS BODYPACK TRANSMITTER WIRELESS HANDHELD MICROPHONE WIRELESS MICROPHONE RECEIVER CARDIOID LAVALIER MICROPHONE SMART PODIUM SURGE PROTECTION AND POWER SUPPLY CEILING MOUNTED LOUDSPEAKER LECTERN PAN/TILT/ZOOM CAMERA CAMERA CONTROLLER SHURE BROTHERS INC. ULX1 SHURE BROTHERS INC. ULX2-58 SHURE BROTHERS INC. ULXP4D SHURE BROTHERS INC. WL185 SMARTTECH SURGEX SP518-NB SX1120RT TANNOY LTD. CMS601-BM With tile bridge and c-ring UNIQUE CONCEPTS VADDIO Detail 1/TA-706 CV-HD-18 With wall mount VADDIO QC-DVI_HDMISR ATLAS/SOUNDOLIERATAPCO S&C GROUP ATLAS/SOUNDOLIERATAPCO S&C GROUP ATLAS/SOUNDOLIERATAPCO S&C GROUP ATLAS/SOUNDOLIERATAPCO S&C GROUP CROWN INTERNATIONAL AA-PPRC CROWN INTERNATIONAL CTS4200 CROWN INTERNATIONAL CTS600 CROWN INTERNATIONAL CTS8200 EXTRON ELECTRONICS MDA-3A HEWLETT-PACKARD AJ718A HEWLETT-PACKARD E2520-24G-POE Paging System 42 PRIORITY PAGING REMOTE CONTROLLER 1 PAGING SOFTWARE 11 VENDOR: CONTROLKOM 5 LINE LEVEL INTERFACE LINE LEVEL INTERFACE AUDIO POWER AMPLIFIER AUDIO POWER AMPLIFIER AUDIO POWER AMPLIFIER AUDIO POWER AMPLIFIER AUDIO DISTRIBUTION AMPLIFIER FIBRE CHANNEL SFP MODULE ETHERNET SWITCH 5 5 BRUSH GROMMET EQUIPMENT RACK MIDDLE ATLANTIC MIDDLE ATLANTIC B41 MRK-4031 1 RACK MOUNT KEYBOARD AND LCD CLAMPING RACK SHELF CEILING MOUNTED LOUDSPEAKER MIDDLE ATLANTIC RM-KB-LCD17 MIDDLE ATLANTIC RSH4S-C TANNOY LTD. CMS601-BM 1 4 7 3 1 5 8 1 4 Accessories/Comments With multi-unit charger and mounting hardware IPS-ZC2 IPS-ZC2 Spare CTS1200 With rack mount hardware With rack mount hardware With locking front door, side panels, insulated feet With tile bridge and c-ring Rev 07/19/2012 Page: 59 BID No.: ITS-006787 Quantity 65 11 360 Café (163) 1 _________________________________________________ Description CEILING MOUNTED LOUDSPEAKER 30 W WIDE RANGE PAGING SPEAKER CEILING MOUNTED LOUDSPEAKER Manufacturer TANNOY LTD. Model CMS601-PI TOA ELECTRONICS INC. CS-304U VIBRANT TECHNOLOGIES CS 822-SX 55" LCD DISPLAY SAMSUNG AEROSPACE IND.,LTD. UN55D6000SH With swing arm wall mount bracket BLONDER-TONGUE LABORATORIES DRAKE DIGITAL 0C-8D With rack mount hardware With rack mount hardware INLIGHTEN IBOX1 SAMSUNG AEROSPACE IND.,LTD. HE46A With wall mount bracket SAMSUNG AEROSPACE IND.,LTD. HE46A With wall mount SAMSUNG AEROSPACE IND.,LTD. UN55D6000SH With wall mount Sea Devil Hall (159, 255, 319, 419) 1 CATV COMBINER 1 CATV MODULATOR 1 DIGITAL SIGNAGE PLAYER 46-INCH LCD DISPLAY 4 VENDOR: Pre-Function (504) 2 46-INCH LCD DISPLAY Green Room (503) 1 55" LCD DISPLAY Student Study (293, 382, 460) – Equipment per room 1 RECTANGULAR EXTRON ELECTRONICS TABLETOP TILT UP BOX 1 CREDENZA MIDDLE ATLANTIC 1 FINISHING KIT MIDDLE ATLANTIC 3 1 SHELF INSERT 60-INCH HIGH DEFINITION PLASMA DISPLAY MIDDLE ATLANTIC PANASONIC BROADCAST/INDUSTRIA L COMPANIES CATV Displays (147, 181, 297, 515, 531) 1 55" LCD DISPLAY SAMSUNG AEROSPACE IND.,LTD. DSE24 Accessories/Comments HSA200S C5F3 C5K3-CSD-XX C5-SH-SYS TH-60PF30U UN55D6000SH Finish must be coordinated with CFCC/Architect With wall mount and side mount speakers 4 with wall mount, 1 with ceiling mount. Rev 07/19/2012 Page: 60 BID No.: ITS-006787 VENDOR: _________________________________________________ SECTION 12: FURNISH AND DELIVER ITEM QTY. UOM DESCRIPTION UNIT COST PER ROOM TOTAL EXTENDED COST PROJECT SUMMARY COST 1. 1 Each TYPE I ROOM (139) – EQUIPMENT 2. 9 Each TYPE I ROOMS (291, 294, 295, 296, 326, 526, 528, 529, 563) – EQUIPMENT 3. 2 Each TYPE I ROOMS (153, 251) – EQUIPMENT 4. 1 Each TYPE I ROOM (252) – EQUIPMENT 5. 1 Each TYPE I ROOM (386) – EQUIPMENT 6. 1 Each TYPE I ROOM (426) – EQUIPMENT 7. 2 Each TYPE I ROOMS (262, 298) – EQUIPMENT 8. 2 Each TYPE IIA ROOMS (344, 551) – EQUIPMENT 9. 6 Each TYPE IIB ROOMS (145, 183, 241, 247, 428, 568) – EQUIPMENT 10.. 5 Each TYPE IIIA ROOMS (303, 402, 405, 406, 408) – EQUIPMENT 11. 4 Each TYPE IIIA ROOMS (311, 312, 410, 411) – EQUIPMENT 12. 1 Each TYPE IIIA ROOM (317) – EQUIPMENT 13. 3 Each TYPE IIIA ROOMS (413, 416, 468) – EQUIPMENT 14. 2 Each TYPE IIIB ROOMS (342, 469) – EQUIPMENT 15. 1 Each LECTURE HALL (170) 16. 1 Each LECTURE HALL (387) 17. 1 Each BIOLOGY LECTURE HALL (470) 18. 12 Each TESTING CENTERS (212, 213A-E, 219A-F) 19. 6 Each SIMULATION CONTROL/PATIENT AREA (327/328, 329/330, 331/332, 333/334, 335/336, 337/338) 20. 4 Each SURGICAL TECH SUITES (451A, 451B, 452, 454) Rev 07/19/2012 Page: 61 BID No.: ITS-006787 VENDOR: _________________________________________________ ITEM QTY. UOM DESCRIPTION 21. 2 Each BIOLOGY LABS (461, 464) 22. 1 Each BOARD ROOM (502) 23. 1 Each MULTI-PURPOSE ROOM (508) 24. 1 Each CLASSROOM/BREAKOUT ROOM (512) 25. 1 Each CLASSROOM/BREAKOUT ROOM (527) 26. 1 Each PAGING SYSTEM 27. 1 Each CAFÉ (163) 28. 4 Each SEA DEVIL HALL ROOMS (159, 255, 319, 419) 29. 1 Each PRE-FUNCTION (504) 30. 1 Each GREEN ROOM (503) 31. 3 Each STUDENT STUDY ROOMS (293, 382, 460) 32. 5 Each CATV DISPLAYS (147, 181, 297, 515, 531) 33. 1 Lot CABLES, INSTALLATION MATERIALS 34. 1 Lot INSTALLATION UNIT COST PER ROOM TOTAL EXTENDED COST Included Included HOURLY RATE _______ 35. 1 Year EQUIPMENT MAINTENANCE INCLUDED AT NO CHARGE TOTAL COSTS $____________ Do not include tax in Total Cost VENDOR SHALL PROVIDE A SEPARATE, DETAILED COST BREAKDOWN FOR ITEMS 1-32 OF FURNISH AND DELIVER SECTION. Rev 07/19/2012 Page: 62 BID No.: ITS-006787 VENDOR: _________________________________________________ OPTIONAL COSTS – May or may not be purchased by the State ITEM QTY. UOM DESCRIPTION UNIT COST 1. 1 Year EQUIPMENT MAINTENANCE – YEAR 2 2. 1 Year EQUIPMENT MAINTENANCE – YEAR 3 TOTAL OPTIONAL COSTS TOTAL EXTENDED COST $____________ Energy Star “ENERGY STAR® is a government-backed program helping businesses and individuals protect the environment through superior energy efficiency.” http://www.energystar.gov/ Do the products offered meet Energy Star specifications for energy efficiency? Yes No Sustainability In an effort to support the sustainability efforts of the State of North Carolina Executive Order Number 156, we solicit your cooperation. http://www.p2pays.org/ref/03/02221.pdf Does the packaging of the item(s) offered in response to this solicitation contain recycled content? Yes No If yes, what is the recycled content? _______% Do the item(s) offered have any recycled content? Yes Can this packaging be recycled? Yes No No If yes, what is the recycled content? _______% How can the items be disposed of or can it be recycled at the end of use? ___________________________________________________________________________________ ___________________________________________________________________________________ Historically Underutilized Businesses “Historically Underutilized Businesses (HUBs) consist of minority, women and disabled business firms that are at least fifty-one percent owned and operated by an individual(s) of the aforementioned categories. Also included in this category are disabled business enterprises and non-profit work centers for the blind and severely disabled.” http://www.doa.nc.gov/hub/ Pursuant to General Statute 143-48, 143-128.4 and Executive Order #13, the State invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. This includes utilizing subcontractors to perform the required functions in this Invitation for Bids. Are you a Historically Underutilized Business (i.e., minority, woman or disabled-owned business)? _____Yes ____No Rev 07/19/2012 Page: 63 BID No.: ITS-006787 VENDOR: _________________________________________________ If applicable, specify classification. ___________________________ SECTION 13: ITS INSTRUCTIONS TO VENDORS 1. READ, REVIEW AND COMPLY: It shall be the Vendor’s responsibility to read this entire document, review all enclosures and attachments, and comply with all requirements specified herein. 2. DEFINITIONS: THE STATE: Is the state of North Carolina and its agencies. ITS: Office of Information Technology Services OFFEROR: Company, firm, corporation, partnership, individual, etc., submitting a response to a solicitation. TERM CONTRACT: a contract in which a source of supply is established for a specified period of time for specified services or supplies; usually characterized by an estimated or definite minimum quantity, with the possibility of additional requirements beyond the minimum, all at a predetermined unit price TECHNICAL SERVICES CONTRACT: A contract to provide for information technology specialty services for specific projects or assignments. ITS CONVENIENCE CONTRACT: A contract that is used for the procurement of IT goods or services. These contracts are in place for the convenience of the state and use of them is optional. OPEN MARKET CONTRACT: A contract for the purchase of goods or services not covered by a term, technical, or convenience contract. 3. NOTICE TO VENDORS: All bids are subject to the provisions of the Instructions to Vendors, special terms and conditions specific to this Invitation for Bids, the specifications, and the ITS Terms and Conditions. DO NOT ATTACH ANY ADDITIONAL TERMS AND CONDITIONS. The State objects to and will not evaluate or consider any additional terms and conditions submitted with a Vendor response. This applies to any language appearing in or attached to the document as part of the Vendor’s response. Bids with terms and conditions attached will be subject to rejection. 4. ORDER OF PRECEDENCE: In cases of conflict between specific provisions in this bid, the order of precedence shall be (1) special terms and conditions specific to this bid, (2) specifications, (3) ITS Terms and Conditions, and (4) Instructions to Vendors. 5. TIME FOR CONSIDERATION: Unless otherwise indicated on the first page of this document, Vendor’s offer shall be valid for 45 days from the date of bid opening. 6. PROMPT PAYMENT DISCOUNTS: Vendors are urged to compute all discounts into the price offered. If a prompt payment discount is offered, it will not be considered in the award of the contract except as a factor to aid in resolving cases of identical prices. 7. INFORMATION AND DESCRIPTIVE LITERATURE: Vendor is to furnish all information requested and in the spaces provided in this document. Further, if required elsewhere in this bid, each Vendor must submit with their bid sketches, descriptive literature and/or complete specifications covering the products offered. Only information that is received in response to this IFB will be evaluated. Reference to information previously submitted or Internet Website Addresses (URLs) will not satisfy this provision. Bids, which do not comply with these requirements, will be subject to rejection. 8. RECYCLING AND SOURCE REDUCTION: It is the policy of this State to encourage and promote the purchase of products with recycled content to the extent economically practicable, and to purchase items, which are reusable, refillable, repairable, more durable, and less toxic to the extent that the purchase or use is practicable and costeffective. We also encourage and promote using minimal packaging and the use of recycled/recyclable products in the packaging of commodities purchased. However, no sacrifice in quality of packaging will be acceptable. The company remains responsible for providing packaging that will protect the commodity and contain it for its intended use. Companies are strongly urged to bring to the attention of the purchasers in the Office of Information Technology Services those products or packaging they offer which have recycled content and that are recyclable. 9. CLARIFICATIONS/INTERPRETATIONS: Any and all questions regarding this document must be addressed to the purchaser named on the cover sheet of this document. Do not contact the user directly. Any and all revisions to this document shall be made only by written addendum from the State. The Vendor is cautioned that the requirements of this bid can be altered only by written addendum and that verbal communications from whatever source are of no effect. 10. ACCEPTANCE AND REJECTION: The State reserves the right to reject any and all bids, to waive any informality in bids and, unless otherwise specified by the Vendor, to accept any item in the bid. If either a unit price or extended price is obviously in error and the other is obviously correct, the incorrect price will be disregarded. 11. AWARD OF CONTRACT: As directed by statute, qualified bids will be evaluated and acceptance may be made in accordance with Best Value procurement practices as defined by GS143-135.9. Unless otherwise specified by the Rev 07/19/2012 Page: 64 BID No.: ITS-006787 12. 13. 14. 15. VENDOR: _________________________________________________ State or the Vendor, the State reserves the right to accept any item or group of items on a multi-item bid. In addition, on agency specific or term contracts, the State reserves the right to make partial, progressive or multiple awards: where it is advantageous to award separately by items; or where more than one supplier is needed to provide the contemplated requirements as to quantity, quality, delivery, service, geographical areas; other factors deemed by the State to be pertinent or peculiar to the purchase in question. SAMPLES: Sample of items, when required, must be furnished as stipulated herein, free of expense, and if not destroyed will, upon request be returned at the Vendor’s expense. Written request for the return of samples must be made within ten (10) days following date of bid opening. Otherwise the samples will become the property of the State. Each individual sample must be labeled with the Vendor’s name, bid number, and item number. A sample, on which an award is made, will be retained until the contract is completed, and then returned, if requested, as specified above. PROTEST PROCEDURES: When an offeror wants to protest a contract awarded pursuant to this solicitation, that is over $25,000, they must submit a written request to the issuing agency at the address given in this document. This request must be received in this office within fifteen (15) calendar days from the date of the contract award, and must contain specific sound reasons and any supporting documentation for the protest. Note: Contract award notices are sent only to those actually awarded contracts, and not to every person or firm responding to this solicitation. Bid status and Award notices are posted on the Internet at http://www.ips.state.nc.us. All protests will be governed by Title 9, Office of Information Technology Services, Subchapter 06B Sections .1102 - .1121. MISCELLANEOUS: Masculine pronouns shall be read to include feminine pronouns, and the singular of any word or phrase shall be read to include the plural and vice versa. Vendor bid responses will be deemed non-responsive by the State and will be rejected without further consideration or evaluation if statements such as the following are included: “This bid does not constitute a binding offer”, “This bid will be valid only if this offer is selected as a finalist or in the competitive range”, “The vendor does not commit or bind itself to any terms and conditions by this submission”, “This document and all associated documents are non-binding and shall be used for discussion purposes only”, “This bid will not be binding on either party until incorporated in a definitive agreement signed by authorized representatives of both parties”, or A statement of similar intent. SECTION 14: NORTH CAROLINA INFORMATION TECHNOLOGY PROCUREMENT OFFICE GENERAL TERMS AND CONDITIONS FOR GOODS AND RELATED SERVICES Definitions: As used herein; State shall mean the State of North Carolina, the Office of Information Technology Services as an Agency or in its capacity as the Award Authority. Purchasing State Agency or Agency shall mean the Agency purchasing the goods or services. 1) Standards: Manufactured items and/or fabricated assemblies comprising Deliverables shall meet all requirements of the Occupational Safety and Health Act (OSHA), and State and federal requirements relating to clean air and water pollution, if applicable. Vendor will provide and maintain a quality assurance system or program that includes any Deliverables and will tender to the State only those Deliverables that have been inspected and found to conform to the requirements of this Contract. All manufactured items and/or fabricated assemblies comprising Deliverables are subject to operation, certification or inspection, and accessibility requirements as required:  by State or Federal Regulation,  by the Chief Information Officer’s (CIO) policy or regulation, or  acceptance with appropriate standards of operations or uses of said Deliverables as may be shown by identification markings or other means of the appropriate certifying standards organization. a) Site Preparation: Vendors shall provide the Purchasing State Agency complete site requirement specifications for the Deliverables, if any. These specifications shall ensure that the Deliverables to be installed shall operate properly and efficiently within the site environment. The Vendor shall advise the State of any site requirements for any Deliverables required by the State’s specifications. Any alterations or modification in site preparation which are directly attributable to incomplete or erroneous specifications provided by the Vendor and which would involve additional expenses to the State, shall be made at the expense of the Vendor. b) Goods Return: Deliverables and any other goods or materials furnished by the Vendor to fulfill technical requirements shall be in good working order and be maintained in good working order by Vendor for the duration of the Contract; unless otherwise provided in a separate maintenance agreement or in the Solicitation Documents. Rev 07/19/2012 Page: 65 BID No.: ITS-006787 VENDOR: _________________________________________________ Deliverables failing to meet the State’s technical requirements shall be considered non-conforming goods and subject to return to the Vendor for replacement at the State’s option, and at the Vendor’s expense. The State is responsible for the return costs related to the termination of a Contract, including deinstallation, and freight to destinations within the Continental United States; except in the case of default by the Vendor or delivery of non-conforming goods by Vendor. Shipping or freight charges, if any, paid by the State for non-conforming goods will be reimbursed to the State. c) Specifications: The apparent silence of the specifications as to any detail, or the apparent omission of detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and only material and workmanship of the first quality may be used. Upon any notice of noncompliance provided by the State, Vendor shall supply proof of compliance with the specifications. Vendor must provide written notice of its intent to deliver alternate or substitute products, goods or Deliverables. Alternate or substitute products, goods or Deliverables may be accepted or rejected in the sole discretion of the State; and any such alternates or substitutes must be accompanied by Vendor’s certification and evidence satisfactory to the State that the function, characteristics, performance and endurance will be equal or superior to the original Deliverables specified. 2) Warranties: Vendor shall assign all applicable third party warranties for Deliverables to the Purchasing State Agency. 3) Personnel: Vendor shall not substitute key personnel assigned to the performance of this Contract without prior written approval by the Agency Contract Administrator. Any desired substitution shall be noticed to the Agency’s Contract Administrator accompanied by the names and references of Vendor’s recommended substitute personnel. The Agency will approve or disapprove the requested substitution in a timely manner. The Agency may, in its sole discretion, terminate the services of any person providing services under this Contract. Upon such termination, the Agency may request acceptable substitute personnel or terminate the contract services provided by such personnel. a) Vendor personnel shall perform their duties on the premises of the State, during the State’s regular work days and normal work hours, except as may be specifically agreed otherwise, established in the specification, or statement of work. b) This Contract shall not prevent Vendor or any of its personnel supplied under this Contract from performing similar services elsewhere or restrict Vendor from using the personnel provided to the State, provided that: i) Such use does not conflict with the terms, specifications or any amendments to this Contract , or ii) Such use does not conflict with any procurement law, regulation or policy, or iii) Such use does not conflict with any non-disclosure agreement, or term thereof, by and between the State and Vendor or Vendor’s personnel. 4) Subcontracting: The Vendor may subcontract the performance of required services with other Vendors or third parties, or change subcontractors, only with the prior written consent of the contracting authority. Vendor shall provide the State with complete copies of any agreements made by and between Vendor and all subcontractors. The selected Vendor remains solely responsible for the performance of its subcontractors. Subcontractors, if any, shall adhere to the same standards required of the selected Vendor. Any contracts made by the Vendor with a subcontractor shall include an affirmative statement that the State is an intended third party beneficiary of the contract; that the subcontractor has no agreement with the State; and that the State shall be indemnified by the Vendor for any claim presented by the subcontractor. Notwithstanding any other term herein, Vendor shall timely exercise its contractual remedies against any non-performing subcontractor and, when appropriate, substitute another subcontractor. 5) Vendor’s Representation: Vendor warrants that qualified personnel will provide services in a professional manner. “Professional manner” means that the personnel performing the services will possess the skill and competence consistent with the prevailing business standards in the information technology industry. Vendor agrees that it will not enter any agreement with a third party that might abridge any rights of the State under this Contract. Vendor will serve as the prime Vendor under this Contract. Should the State approve any subcontractor(s), the Vendor shall be legally responsible for the performance and payment of the subcontractor(s). Names of any third party Vendors or subcontractors of Vendor may appear for purposes of convenience in Contract documents; and shall not limit Vendor’s obligations hereunder. Third party subcontractors, if approved, may serve as subcontractors to Vendor. Vendor will retain executive representation for functional and technical expertise as needed in order to incorporate any work by third party subcontractor(s). a) Intellectual Property. Vendor has the right to provide the Services and Deliverables without violating or infringing any law, rule, regulation, copyright, patent, trade secret or other proprietary right of any third party. Vendor represents that its Services and Deliverables are not the subject of any actual or threatened actions arising from, or alleged under, any intellectual property rights of any third party. b) Inherent Services. If any Services, Deliverables, functions, or responsibilities not specifically described in this Contract are required for Vendor’s proper performance, provision and delivery of the Service and Deliverables pursuant to this Contract, or are an inherent part of or necessary sub-task included within the Service, they will be Rev 07/19/2012 Page: 66 BID No.: ITS-006787 VENDOR: _________________________________________________ deemed to be implied by and included within the scope of the Contract to the same extent and in the same manner as if specifically described in the Contract. Unless otherwise expressly provided in the Contract, Vendor will furnish all of its own necessary management, supervision, labor, facilities, furniture, computer and telecommunications equipment, software, supplies and materials necessary for the Vendor to provide and deliver the Services and Deliverables c) Vendor warrants that it has the financial capacity to perform and to continue perform its obligations under the Contract; that Vendor has no constructive or actual knowledge of an actual or potential legal proceeding being brought against Vendor that could materially adversely affect performance of this Contract; and that entering into this Contract is not prohibited by any contract, or order by any court of competent jurisdiction d) Warranty as to Equipment; Hardware. Vendor warrants that the equipment and hardware that it provides pursuant to this Contract shall be free from defects in materials, in good working order and be maintained in good working order. 6) Software License (for internal embedded software, firmware and unless otherwise provided in the State’s solicitation document, or in an attachment hereto): Deliverables comprising goods, equipment or products (hardware) may contain software for internal operation, or as embedded software or firmware that is generally not sold or licensed as a severable software product. Software may be provided on separate media, such as floppy diskettes or CD-ROM, or may be included within the hardware at or prior to delivery. Such software is proprietary, copyrighted, and may also contain valuable trade secrets and may be protected by patents. Vendor grants the State a license to use the Code (or any replacement provided) on, or in conjunction with, only the Deliverables purchased, or with any system identified in the solicitation documents. The State shall have a worldwide, nonexclusive, non-sublicensable license to use such software and/or documentation for its internal use. The State may make and install copies of the software to support the authorized level of use. Provided, however that if the hardware is inoperable, the software may be copied for temporary use on other hardware. The State shall promptly affix to any such copy the same proprietary and copyright notices affixed to the original. The State may make one copy of the software for archival, back-up or disaster recovery purposes. The license set forth in this Paragraph shall terminate immediately upon the State’s discontinuance of the use of the equipment on which the software is installed. The software may be transferred to another party only with the transfer of the hardware. If the hardware is transferred, the State shall i) destroy all software copies made by the State, ii) deliver the original or any replacement copies of the software to the transferee, and iii) notify the transferee that title and ownership of the software and the applicable patent, trademark, copyright, and other intellectual property rights shall remain with Vendor, or Vendor’s licensors. The State shall not disassemble, decompile, reverse engineer, modify, or prepare derivative works of the embedded software, unless permitted under the solicitation documents. 7) Maintenance/Support Services: Unless otherwise provided in the State’s solicitation document, or in an attachment hereto, for the first year and all subsequent Contract years, Vendor agrees to provide the following services for the current version and one previous version of any Software provided with the Deliverables, commencing upon installation of the Deliverables or delivery of the Software: a) Error Correction. Upon notice by State of a problem with the Software (which problem can be verified), Vendor shall use reasonable efforts to correct or provide a working solution for the problem. The State shall comply with all reasonable instructions or requests of Vendor in attempts to correct an error or defect in the Program. Vendor and the State shall act promptly and in a reasonably timely manner in communicating error or problem logs, other related information, proposed solutions or workarounds, and any action as may be necessary or proper to obtain or affect maintenance services under this Paragraph. b) Vendor shall notify the State of any material errors or defects in the Deliverables known, or made known to Vendor from any source during the Contract term that could cause the production of inaccurate, or otherwise materially incorrect, results. Vendor shall initiate actions as may be commercially necessary or proper to effect corrections of any such errors or defects. c) Updates. Vendor shall provide to the State, at no additional charge, all new releases and bug fixes (collectively referred to as “Changes”) for any Software Deliverable developed or published by Vendor and made generally available to its other customers at no additional charge. All such Updates shall be a part of the Program and Documentation and, as such, be governed by the provisions of this Contract. d) Telephone Assistance. Vendor shall provide the State with telephone access to technical support engineers for assistance in the proper installation and use of the Software, and to report and resolve Software problems, during normal business hours, 8:00 AM - 5:00 PM Eastern Standard Time, Monday-Friday. Vendor shall respond to the telephone requests for Program maintenance service, within four hours, for calls made at any time. 8) Travel Expenses: All travel expenses should be included in the Vendor’s proposed costs. Separately stated travel expenses will not be reimbursed. In the event that the Vendor may be eligible to be reimbursed for travel expenses arising under the performance of this Contract, reimbursement will be at the out-of-state rates set forth in GS Rev 07/19/2012 Page: 67 BID No.: ITS-006787 VENDOR: _________________________________________________ §138-6; as amended from time to time. Vendor agrees to use the lowest available airfare not requiring a weekend stay and to use the lowest available rate for rental vehicles. All Vendor incurred travel expenses shall be billed on a monthly basis, shall be supported by receipt and shall be paid by the State within thirty (30) days after invoice approval. Travel expenses exceeding the foregoing rates shall not be paid by the State. The State will reimburse travel allowances only for days on which the Vendor is required to be in North Carolina performing services under this Contract. 9) Governmental Restrictions: In the event any restrictions are imposed by governmental requirements that necessitate alteration of the material, quality, workmanship, or performance of the Deliverables offered prior to delivery thereof, the Vendor shall provide written notification of the necessary alteration(s) to the Agency Contract Administrator. The State reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract. The State may advise Vendor of any restrictions or changes in specifications required by North Carolina legislation, rule or regulatory authority that require compliance by the State. In such event, Vendor shall use its best efforts to comply with the required restrictions or changes. If compliance cannot be achieved by the date specified by the State, the State may terminate this Contract and compensate Vendor for sums due under the Contract. 10) Prohibition Against Contingent Fees and Gratuities: Vendor warrants that it has not paid, and agrees not to pay, any bonus, commission, fee, or gratuity to any employee or official of the State for the purpose of obtaining any contract or award issued by the State. Vendor further warrants that no commission or other payment has been or will be received from or paid to any third party contingent on the award of any contract by the State, except as shall have been expressly communicated to the State Purchasing Agent in writing prior to acceptance of the Contract or award in question. Each individual signing below warrants that he or she is duly authorized by their respective Party to sign this Contract and bind the Party to the terms and conditions of this Contract. Vendor and their authorized signatory further warrant that no officer or employee of the State has any direct or indirect financial or personal beneficial interest, in the subject matter of this Contract; obligation or contract for future award of compensation as an inducement or consideration for making this Contract. Subsequent discovery by the State of non-compliance with these provisions shall constitute sufficient cause for immediate termination of all outstanding contracts. Violations of this provision may result in debarment of the Vendor(s) as permitted by 9 NCAC 06B.1030, or other provision of law. 11) Availability of Funds: Any and all payments to Vendor are expressly contingent upon and subject to the appropriation, allocation and availability of funds to the Agency for the purposes set forth in this Contract. If this Contract or any Purchase Order issued hereunder is funded in whole or in part by federal funds, the Agency’s performance and payment shall be subject to and contingent upon the continuing availability of said federal funds for the purposes of the Contract or Purchase Order. If the term of this Contract extends into fiscal years subsequent to that in which it is approved, such continuation of the Contract is expressly contingent upon the appropriation, allocation and availability of funds by the N.C. Legislature for the purposes set forth in the Contract. If funds to effect payment are not available, the Agency will provide written notification to Vendor. If the Contract is terminated under this paragraph, Vendor agrees to take back any affected Deliverables and software not yet delivered under this Contract, terminate any services supplied to the Agency under this Contract, and relieve the Agency of any further obligation thereof. The State shall remit payment for Deliverables and services accepted prior to the date of the aforesaid notice in conformance with the payment terms. 12) Payment Terms: Payment terms are Net 30 days after receipt of correct invoice or acceptance of the Deliverables, whichever is later; unless a period of more than thirty (30) days is required by the Agency. The Purchasing State Agency is responsible for all payments under the Contract. No additional charges to the Agency will be permitted based upon, or arising from, the Agency’s use of a Business Procurement Card. The State may exercise any and all rights of Set Off as permitted in Chapter 105A-1 et. seq. of the N.C. General Statutes and applicable Administrative Rules. Upon Vendor’s written request of not less than thirty (30) days and approval by the State or Agency, the Agency may: a) Forward the Vendor’s payment check(s) directly to any person or entity designated by the Vendor, or b) Include any person or entity designated in writing by Vendor as a joint payee on the Vendor’s payment check(s), however c) In no event shall such approval and action obligate the State to anyone other than the Vendor and the Vendor shall remain responsible for fulfillment of all Contract obligations. 13) Acceptance Criteria: In the event acceptance of Deliverables is not described in additional Contract documents, the State shall have the obligation to notify Vendor, in writing, ten calendar days following installation of any Deliverable described in the Contract if it is not acceptable. The notice shall specify in reasonable detail the reason(s) a deliverable is unacceptable. Acceptance by the State shall not be unreasonably withheld; but may be conditioned or delayed as required for installation and/or testing of Deliverables. Final acceptance is expressly conditioned upon completion of all applicable inspection and testing procedures. Should the Deliverables fail to meet any specifications or acceptance criteria the State may exercise any and all rights hereunder, including such rights provided by the Uniform Commercial Code as adopted in North Carolina. Deliverables discovered to be defective or failing to conform to the specifications may Rev 07/19/2012 Page: 68 BID No.: ITS-006787 VENDOR: _________________________________________________ be rejected upon initial inspection or at any later time if the defects contained in the Deliverables or non-compliance with the specifications was not reasonably ascertainable upon initial inspection. If the Vendor fails to promptly cure the defect or replace the Deliverables, the State reserves the right to cancel the Purchase Order, contract with a different Vendor, and to invoice the original Vendor for any differential in price over the original Contract price. When Deliverables are rejected, the Vendor must remove the rejected Deliverables from the premises of the State Agency within seven (7) calendar days of notification, unless otherwise agreed by the State Agency. Rejected items may be regarded as abandoned if not removed by Vendor as provided herein. 14) Equal Employment Opportunity: Vendor shall comply with all Federal and State requirements concerning fair employment and employment of the disabled, and concerning the treatment of all employees without regard to discrimination by reason of race, color, religion, sex, national origin or physical disability. 15) Inspection at Vendor’s Site: Reserved. 16) Advertising/Press Release: The Vendor absolutely shall not publicly disseminate any information concerning the Contract without prior written approval from the State or its Agent. For the purpose of this provision of the Contract, the Agent is the Purchasing Agency Contract Administrator unless otherwise named in the solicitation documents. 17) Confidentiality: In accordance with 9 NCAC 06B.0103, 06B.0207 and 06B.1001 and to promote maximum competition in the State competitive bidding process, the State may maintain the confidentiality of certain types of information described in N.C. Gen. Stat. §132-1 et. seq. Such information may include trade secrets defined by N.C. Gen. Stat. §66-152 and other information exempted from the Public Records Act pursuant to N.C. Gen. Stat. §132-1.2. Vendor may designate appropriate portions of its response as confidential, consistent with and to the extent permitted under the Statutes and Rules set forth above, by marking the top and bottom of pages containing confidential information with a legend in boldface type “CONFIDENTIAL”. By so marking any page, the Vendor warrants that it has formed a good faith opinion, having received such necessary or proper review by counsel and other knowledgeable advisors, that the portions marked confidential meet the requirements of the Rules and Statutes set forth above. However, under no circumstances shall price information be designated as confidential. The State may serve as custodian of Vendor’s confidential information and not as an arbiter of claims against Vendor’s assertion of confidentiality. If an action is brought pursuant to N.C. Gen. Stat. §132-9 to compel the State to disclose information marked confidential, the Vendor agrees that it will intervene in the action through its counsel and participate in defending the State, including any public official(s) or public employee(s). The Vendor agrees that it shall hold the State and any official(s) and individual(s) harmless from any and all damages, costs, and attorneys’ fees awarded against the State in the action. The State agrees to promptly notify the Vendor in writing of any action seeking to compel the disclosure of Vendor’s confidential information. The State shall have the right, at its option and expense, to participate in the defense of the action through its counsel. The State shall have no liability to Vendor with respect to the disclosure of Vendor’s confidential information ordered by a court of competent jurisdiction pursuant to N.C. Gen. Stat. §132-9 or other applicable law. a) Care of Information: Vendor agrees to use commercial best efforts to safeguard and protect any data, documents, files, and other materials received from the State or the Agency during performance of any contractual obligation from loss, destruction or erasure. b) Vendor warrants that all its employees and any approved third party Vendors or subcontractors are subject to a non-disclosure and confidentiality agreement enforceable in North Carolina. Vendor will, upon request of the State, verify and produce true copies of any such agreements. Production of such agreements by Vendor may be made subject to applicable confidentiality, non-disclosure or privacy laws; provided that Vendor produces satisfactory evidence supporting exclusion of such agreements from disclosure under the N.C. Public Records laws in NCGS §132-1 et. seq. The State may, in its sole discretion, provide a non-disclosure and confidentiality agreement satisfactory to the State for Vendor’s execution. The State may exercise its rights under this subparagraph as necessary or proper, in its discretion, to comply with applicable security regulations or statutes including, but not limited to 26 USC 6103 and IRS Publication 1075, (Tax Information Security Guidelines for Federal, State, and Local Agencies), HIPAA, 42 USC 1320(d) (Health Insurance Portability and Accountability Act), any implementing regulations in the Code of Federal Regulations, and any future regulations imposed upon the Office of Information Technology Services or the N.C. Department of Revenue pursuant to future statutory or regulatory requirements. c) Nondisclosure: Vendor agrees and specifically warrants that it, its officers, directors, principals and employees, and any subcontractors, shall hold all information received during performance of this Contract in the strictest confidence and shall not disclose the same to any third party without the express written approval of the State. 18) Deliverables: Deliverables, as used herein, shall comprise all project materials, including goods, software license, data, and documentation created during the performance or provision of services hereunder. Deliverables are the property of the State of North Carolina. Proprietary Vendor materials licensed to the State shall be identified to the State by Vendor prior to use or provision of services hereunder and shall remain the property of the Vendor. Embedded Rev 07/19/2012 Page: 69 BID No.: ITS-006787 VENDOR: _________________________________________________ software or firmware shall not be a severable Deliverable. Deliverables include "Work Product" and means any expression of Licensor’s findings, analyses, conclusions, opinions, recommendations, ideas, techniques, know-how, designs, programs, enhancements, and other technical information; but not source and object code or software. All Software source and object code is the property of Licensor and is licensed nonexclusively to the State, at no additional license fee, pursuant to the terms of the software license contained herein, and in the Supplemental Terms and Conditions for Software and Services or the License Agreement if incorporated in the Solicitation Documents. 19) Late Delivery, Back Order: Vendor shall advise the Agency contact person or office immediately upon determining that any Deliverable will not, or may not, be delivered at the time or place specified. Together with such notice, Vendor shall state the projected delivery time and date. In the event the delay projected by Vendor is unsatisfactory, the Agency shall so advise Vendor and may proceed to procure substitute Deliverables or services. 20) Patent, Copyright, and Trade Secret Protection: a) Vendor has created, acquired or otherwise has rights in, and may, in connection with the performance of services for the State, employ, provide, create, acquire or otherwise obtain rights in various concepts, ideas, methods, methodologies, procedures, processes, know-how, techniques, models, templates and general purpose consulting and software tools, utilities and routines (collectively, the “Vendor Technology”). To the extent that any Vendor Technology is contained in any of the Deliverables including any derivative works, the Vendor hereby grants the State a royalty-free, fully paid, worldwide, perpetual, non-exclusive license to use such Vendor Technology in connection with the Deliverables for the State’s purposes. b) Vendor shall not acquire any right, title and interest in and to the copyrights for goods, any and all software, technical information, specifications, drawings, records, documentation, data or derivative works thereof, or other work products provided by the State to Vendor. The State hereby grants Vendor a royalty-free, fully paid, worldwide, perpetual, non-exclusive license for Vendor’s internal use to non-confidential Deliverables first originated and prepared by the Vendor for delivery to the State. c) The Vendor, at its own expense, shall defend any action brought against the State to the extent that such action is based upon a claim that the services or Deliverables supplied by the Vendor, or the operation of such Deliverables pursuant to a current version of Vendor-supplied software, infringes a patent, or copyright or violates a trade secret in the United States. The Vendor shall pay those costs and damages finally awarded against the State in any such action. Such defense and payment shall be conditioned on the following: i) That the Vendor shall be notified within a reasonable time in writing by the State of any such claim; and, ii) That the Vendor shall have the sole control of the defense of any action on such claim and all negotiations for its settlement or compromise, provided, however, that the State shall have the option to participate in such action at its own expense. d) Should any services or software supplied by Vendor, or the operation thereof become, or in the Vendor’s opinion are likely to become, the subject of a claim of infringement of a patent, copyright, or a trade secret in the United States, the State shall permit the Vendor, at its option and expense, either to procure for the State the right to continue using the goods/hardware or software, or to replace or modify the same to become noninfringing and continue to meet procurement specifications in all material respects. If neither of these options can reasonably be taken, or if the use of such goods/hardware or software by the State shall be prevented by injunction, the Vendor agrees to take back such goods/hardware or software, and refund any sums the State has paid Vendor less any reasonable amount for use or damage and make every reasonable effort to assist the State in procuring substitute Deliverables. If, in the sole opinion of the State, the return of such infringing Deliverables makes the retention of other items of Deliverables acquired from the Vendor under this Contract impractical, the State shall then have the option of terminating the Contract, or applicable portions thereof, without penalty or termination charge. The Vendor agrees to take back such Deliverables and refund any sums the State has paid Vendor less any reasonable amount for use or damage. e) Vendor will not be required to defend or indemnify the State if any claim by a third party against the State for infringement or misappropriation (i) results from the State’s alteration of any Vendor-branded product or Deliverable, or (ii) results from the continued use of the good(s) or Services and Deliverables after receiving notice they infringe a trade secret of a third party. f) Nothing stated herein, however, shall affect Vendor's ownership in or rights to its preexisting intellectual property and proprietary rights. 21) Access to Persons and Records: Pursuant to N.C. General Statute 147-64.7, the Agency, the State Auditor, appropriate federal officials, and their respective authorized employees or agents are authorized to examine all books, records, and accounts of the Vendor insofar as they relate to transactions with any department, board, officer, commission, institution, or other agency of the State of North Carolina pursuant to the performance of this Contract or to Rev 07/19/2012 Page: 70 BID No.: ITS-006787 VENDOR: _________________________________________________ costs charged to this Contract. The Vendor shall retain any such books, records, and accounts for a minimum of three (3) years after the completion of this Contract. Additional audit or reporting requirements may be required by any Agency, if in the Agency’s opinion, such requirement is imposed by federal or state law or regulation. 22) Assignment: Vendor may not assign this Contract or its obligations hereunder except as permitted by 09 NCAC 06B.1003 and this Paragraph. Vendor shall provide reasonable notice of not less than thirty (30) days prior to any consolidation, acquisition, or merger. Any assignee shall affirm this Contract attorning to the terms and conditions agreed, and that Vendor shall affirm that the assignee is fully capable of performing all obligations of Vendor under this Contract. An assignment may be made, if at all, in writing by the Vendor, Assignee and the State setting forth the foregoing obligation of Vendor and Assignee. 23) Insurance Coverage: During the term of the Contract, the Vendor at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Contract. As a minimum, the Vendor shall provide and maintain the following coverage and limits: a) Worker’s Compensation - The Vendor shall provide and maintain Worker’s Compensation Insurance, as required by the laws of North Carolina, as well as employer’s liability coverage with minimum limits of $100,000.00, covering all of Vendor’s employees who are engaged in any work under the Contract. If any work is sublet, the Vendor shall require the subcontractor to provide the same coverage for any of his employees engaged in any work under the Contract; and b) Commercial General Liability - General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $2,000,000.00 Combined Single Limit (Defense cost shall be in excess of the limit of liability); and c) Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and nonowned vehicles, used in connection with the Contract. The minimum combined single limit shall be $500,000.00 bodily injury and property damage; $500,000.00 uninsured/under insured motorist; and $5,000.00 medical payment; and d) Providing and maintaining adequate insurance coverage described herein is a material obligation of the Vendor and is of the essence of this Contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The Vendor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this Contract. The limits of coverage under each insurance policy maintained by the Vendor shall not be interpreted as limiting the Vendor’s liability and obligations under the Contract. 24) Dispute Resolution: The parties agree that it is in their mutual interest to resolve disputes informally. A claim by the Vendor shall be submitted in writing to the Agency Contract Administrator for decision. A claim by the State shall be submitted in writing to the Vendor’s Contract Administrator for decision. The Parties shall negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under this Contract. If a dispute cannot be resolved between the Parties within thirty (30) days after delivery of notice, either Party may elect to exercise any other remedies available under this Contract, or at law. This term shall not constitute an agreement by either party to mediate or arbitrate any dispute. 25) Default: In the event any Deliverable furnished by the Vendor during performance of any Contract term fails to conform to any material requirement of the Contract specifications, notice of the failure is provided by the State and if the failure is not cured within ten (10) days, or Vendor fails to meet the requirements of Paragraph 13) herein, the State may cancel and procure the articles or services from other sources; holding Vendor liable for any excess costs occasioned thereby, subject only to the limitations provided in Paragraphs 28) and 29) and the obligation to informally resolve disputes as provided in Paragraph 24) of these Terms and Conditions. Default may be cause for debarment as provided in 09 NCAC 06B.1206. The State reserves the right to require performance guaranties pursuant to 09 NCAC 06B.1207 from the Vendor without expense to the State. The rights and remedies of the State provided above shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Contract. a) If Vendor fails to deliver Deliverables within the time required by this Contract, the State may provide written notice of said failure to Vendor, and by such notice require payment of a penalty. b) Should the State fail to perform any of its obligations upon which Vendor’s performance is conditioned, Vendor shall not be in default for any delay, cost increase or other consequences due to the State’s failure. Vendor will use reasonable efforts to mitigate delays, costs or expenses arising from assumptions in the Vendor’s bid documents that prove erroneous or are otherwise invalid. Any deadline that is affected by any such failure in assumptions or Rev 07/19/2012 Page: 71 BID No.: ITS-006787 VENDOR: _________________________________________________ performance by the State shall be extended by an amount of time reasonably necessary to compensate for the effect of such failure. c) Vendor shall provide a plan to cure any default if requested by the State. The plan shall state the nature of the default, the time required for cure, any mitigating factors causing or tending to cause the default, and such other information as the Vendor may deem necessary or proper to provide. 26) Waiver of Default: Waiver by either party of any default or breach by the other Party shall not be deemed a waiver of any subsequent default or breach and shall not be construed to be a modification or novation of the terms of this Contract, unless so stated in writing and signed by authorized representatives of the Agency and the Vendor, and made as an amendment to this Contract pursuant to Paragraph 40) herein below. 27) Termination: Any notice or termination made under this Contract shall be transmitted via US Mail, Certified Return Receipt Requested. The period of notice for termination shall begin on the day the return receipt is signed and dated. a) The parties may mutually terminate this Contract by written agreement at any time. b) The State may terminate this Contract, in whole or in part, pursuant to Paragraph 25), or pursuant to the Special Terms and Conditions in the Solicitation Documents, if any, or for any of the following: i) Termination for Cause: In the event any goods, software, or service furnished by the Vendor during performance of any Contract term fails to conform to any material requirement of the Contract, and the failure is not cured within the specified time after providing written notice thereof to Vendor, the State may cancel and procure the articles or services from other sources; holding Vendor liable for any excess costs occasioned thereby, subject only to the limitations provided in Paragraphs 28) and 29) herein. The rights and remedies of the State provided above shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Contract. Vendor shall not be relieved of liability to the State for damages sustained by the State arising from Vendor’s breach of this Contract; and the State may, in its discretion, withhold any payment due as a setoff until such time as the damages are finally determined or as agreed by the parties. Voluntary or involuntary Bankruptcy or receivership by Vendor shall be cause for termination. ii) Termination For Convenience Without Cause: The State may terminate service and indefinite quantity contracts, in whole or in part by giving thirty (30) days prior notice in writing to the Vendor. Vendor shall be entitled to sums due as compensation for Deliverables provided and services performed in conformance with the Contract. In the event the Contract is terminated for the convenience of the State the Agency will pay for all work performed and products delivered in conformance with the Contract up to the date of termination. 28) Limitation of Vendor’s Liability: a) Where Deliverables are under the State’s exclusive management and control, the Vendor shall not be liable for direct damages caused by the State’s failure to fulfill any State responsibilities of assuring the proper use, management and supervision of the Deliverables and programs, audit controls, operating methods, office procedures, or for establishing all proper checkpoints necessary for the State’s intended use of the Deliverables. b) The Vendor’s liability for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or in tort, shall be limited to two times the value of the Contract. c) The foregoing limitation of liability shall not apply to the payment of costs and damage awards referred to in the Paragraph entitled "Patent, Copyright, and Trade Secret Protection", to claims covered by other specific provisions calling for liquidated damages or specifying a different limit of liability, or to claims for injury to persons or damage to property caused by Vendor’s negligence or willful or wanton conduct. This limitation of liability does not apply to the receipt of court costs or attorney’s fees that might be awarded by a court in addition to damages after litigation based on this Contract. 29) Vendor’s Liability for Injury to Persons or Damage to Property: a) The Vendor shall be liable for damages arising out of personal injuries and/or damage to real or tangible personal property of the State, employees of the State, persons designated by the State for training, or person(s) other than agents or employees of the Vendor, designated by the State for any purpose, prior to, during, or subsequent to delivery, installation, acceptance, and use of the Deliverables either at the Vendor’s site or at the State’s place of business, provided that the injury or damage was caused by the fault or negligence of the Vendor. b) The Vendor agrees to indemnify, defend and hold the Agency and the State and its Officers, employees, agents and assigns harmless from any liability relating to personal injury or injury to real or personal property of any kind, accruing or resulting to any other person, firm or corporation furnishing or supplying work, services, materials or supplies in connection with the performance of this contract, whether tangible or intangible, arising out of the ordinary negligence, willful or wanton negligence, or intentional acts of the Vendor, its officers, employees, agents, assigns or subcontractors, in the performance of this Contract. Rev 07/19/2012 Page: 72 BID No.: ITS-006787 VENDOR: _________________________________________________ c) Vendor shall not be liable for damages arising out of or caused by an alteration or an attachment not made or installed by the Vendor, or for damage to alterations or attachments that may result from the normal operation and maintenance of the Vendor’s goods. 30) General Indemnity: The Vendor shall hold and save the State, its officers, agents and employees, harmless from liability of any kind, including all claims and losses, with the exception of consequential damages, accruing or resulting to any other person, firm or corporation furnishing or supplying work, services, materials or supplies in connection with the performance of this Contract. The foregoing indemnification and defense by the Vendor shall be conditioned upon the following: a) The Agency shall give Vendor written notice within thirty (30) days after it has actual knowledge of any such claim(s) or action(s) filed; and b) The Vendor shall have the sole control of the defense of any such claim(s) or action(s) filed and of all negotiations relating to settlement or compromise thereof, provided, however, that the Agency or State shall have the option to participate at their own expense in the defense of such claim(s) or action(s) filed. 31) Changes: This Contract and subsequent purchase order(s) is awarded subject to shipment of quantities, qualities, and prices indicated by the order or Contract, and all conditions and instructions of the Contract or proposal on which it is based. Any changes made to this Contract or purchase order proposed by the Vendor are hereby rejected unless accepted in writing by the Agency or State Award Authority. The State shall not be responsible for Deliverables or services delivered without a purchase order from the Agency or State Award Authority. 32) Stop Work Order: The State may issue a written Stop Work Order to Vendor for cause at any time requiring Vendor to suspend or stop all, or any part, of the performance due under this Contract for a period up to ninety (90) days after the Stop Work Order is delivered to the Vendor. The ninety (90) day period may be extended for any further period for which the parties may agree. a) The Stop Work Order shall be specifically identified as such and shall indicate that it is issued under this term. Upon receipt of the Stop Work Order, the Vendor shall immediately comply with its terms and take all reasonable steps to minimize incurring costs allocable to the work covered by the Stop Work Order during the period of work suspension or stoppage. Within a period of ninety (90) days after a Stop Work Order is delivered to Vendor, or within any extension of that period to which the parties agree, the State shall either: i) Cancel the Stop Work Order, or ii) Terminate the work covered by the Stop Work Order as provided for in the termination for default or the termination for convenience clause of this Contract. b) If a Stop Work Order issued under this clause is canceled or the period of the Stop Work Order or any extension thereof expires, the Vendor shall resume work. The State shall make an equitable adjustment in the delivery schedule, the Contract price, or both, and the Contract shall be modified, in writing, accordingly, if: i) The Stop Work Order results in an increase in the time required for, or in the Vendor’s cost properly allocable to the performance of any part of this Contract, and ii) The Vendor asserts its right to an equitable adjustment within thirty (30) days after the end of the period of work stoppage; provided that if the State decides the facts justify the action, the State may receive and act upon a proposal submitted at any time before final payment under this Contract. c) If a Stop Work Order is not canceled and the work covered by the Stop Work Order is terminated in accordance with the provision entitled Termination for Convenience of the State, the State shall allow reasonable direct costs resulting from the Stop Work Order in arriving at the termination settlement. d) The State shall not be liable to the Vendor for loss of profits because of a Stop Work Order issued under this term. 33) Price Adjustments For Term Contracts: Reserved 34) Time is of the Essence. Time is of the essence in the performance of this Contract. 35) Date and Time Warranty: The Vendor warrants that any Deliverable, whether hardware, firmware, middleware, custom or commercial software, or internal components, subroutines, and interface therein which performs any date and/or time data recognition function, calculation, or sequencing, will provide accurate date/time data and leap year calculations. This warranty shall survive termination or expiration of the Contract. 36) Independent Contractors: Vendor and its employees, officers and executives, and subcontractors, if any, shall be independent Vendors and not employees or agents of the State. This Contract shall not operate as a joint venture, partnership, trust, agency or any other business relationship. 37) Transportation: Transportation of Deliverables shall be FOB Destination; unless otherwise specified in the solicitation document or purchase order. Freight, handling, hazardous material charges, and distribution and installation charges shall be included in the total price of each item. Any additional charges shall not be honored for payment unless authorized in writing by the Purchasing State Agency. In cases where parties, other than the Vendor ship materials Rev 07/19/2012 Page: 73 BID No.: ITS-006787 VENDOR: _________________________________________________ against this order, the shipper must be instructed to show the purchase order number on all packages and shipping manifests to ensure proper identification and payment of invoices. A complete packing list must accompany each shipment. 38) Notices: Any notices required under this Contract should be delivered to the Contract Administrator for each party. Unless otherwise specified in the Solicitation Documents, any notices shall be delivered in writing by U.S. Mail, Commercial Courier or by hand. 39) Titles and Headings: Titles and Headings in this Contract are used for convenience only and do not define, limit or proscribe the language of terms identified by such Titles and Headings. 40) Amendment: This Contract may not be amended orally or by performance. Any amendment must be made in written form and signed by duly authorized representatives of the State and Vendor in conformance with Paragraph 31) herein. 41) Taxes: The State of North Carolina is exempt from Federal excise taxes and no payment will be made for any personal property taxes levied on the Vendor or for any taxes levied on employee wages. Agencies of the State may have additional exemptions or exclusions for federal or state taxes. Evidence of such additional exemptions or exclusions may be provided to Vendor by Agencies, as applicable, during the term of this Contract. Applicable State or local sales taxes shall be invoiced as a separate item. 42) Governing Laws, Jurisdiction, and Venue: a) This Contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina. The place of this Contract or purchase order, its situs and forum, shall be Wake County, North Carolina, where all matters, whether sounding in contract or in tort, relating to its validity, construction, interpretation and enforcement shall be determined. Vendor agrees and submits, solely for matters relating to this Contract, to the jurisdiction of the courts of the State of North Carolina, and stipulates that Wake County shall be the proper venue for all matters. b) Except to the extent the provisions of the Contract are clearly inconsistent therewith, the applicable provisions of the Uniform Commercial Code as modified and adopted in North Carolina shall govern this Contract. To the extent the Contract entails both the supply of "goods" and "services," such shall be deemed "goods" within the meaning of the Uniform Commercial Code, except when deeming such services as "goods" would result in a clearly unreasonable interpretation. 43) Force Majeure: Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations as a result of events beyond its reasonable control, including without limitation, fire, power failures, any act of war, hostile foreign action, nuclear explosion, riot, strikes or failures or refusals to perform under subcontracts, civil insurrection, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. 44) Compliance with Laws: The Vendor shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and/or authority. 45) Severability: In the event that a court of competent jurisdiction holds that a provision or requirement of this Contract violates any applicable law, each such provision or requirement shall be enforced only to the extent it is not in violation of law or is not otherwise unenforceable and all other provisions and requirements of this Contract shall remain in full force and effect. All promises, requirement, terms, conditions, provisions, representations, guarantees and warranties contained herein shall survive the expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable federal or State statute, including statutes of repose or limitation. 46) Federal Intellectual Property Bankruptcy Protection Act: The Parties agree that the Agency shall be entitled to all rights and benefits of the Federal Intellectual Property Bankruptcy Protection Act, Public Law 100-506, codified at 11 U.S.C. 365(n), and any amendments thereto. 47) Electronic Procurement (Applies to all contracts that include E-Procurement and are identified as such in the body of the solicitation document): Purchasing shall be conducted through the Statewide E-Procurement Service. The State’s third party agent shall serve as the Supplier Manager for this E-Procurement Service. The Vendor shall register for the Statewide E-Procurement Service within two (2) business days of notification of award in order to receive an electronic purchase order resulting from award of this contract. a) The successful vendor(s) shall pay a transaction fee of 1.75% (.0175) on the total dollar amount (excluding sales taxes) of each purchase order issued through the Statewide E-Procurement Service. This applies to all purchase orders, regardless of the quantity or dollar amount of the purchase order. The transaction fee shall neither be charged to nor paid by the State, or by any State approved users of the contract. The transaction fee shall not be stated or included as a separate item in the proposed contract or invoice. There are no additional fees or charges to the Vendor for the services rendered by the Supplier Manager under this contract. Vendor will receive a credit for transaction fees they paid for the purchase of any item(s) if an item(s) is returned through no fault of the Rev 07/19/2012 Page: 74 BID No.: ITS-006787 VENDOR: _________________________________________________ Vendor. Transaction fees are non-refundable when an item is rejected and returned, or declined, due to the Vendor’s failure to perform or comply with specifications or requirements of the contract. b) Vendor, or its authorized Reseller, as applicable, will be invoiced monthly for the State’s transaction fee by the Supplier Manager. The transaction fee shall be based on purchase orders issued for the prior month. Unless Supplier Manager receives written notice from the Vendor identifying with specificity any errors in an invoice within thirty (30) days of the receipt of invoice, such invoice shall be deemed to be correct and Vendor shall have waived its right to later dispute the accuracy and completeness of the invoice. Payment of the transaction fee by the Vendor is due to the account designated by the State within thirty (30) days after receipt of the correct invoice for the transaction fee, which includes payment of all portions of an invoice not in dispute. Within thirty (30) days of the receipt of invoice, Vendor may request in writing an extension of the invoice payment due date for that portion of the transaction fee invoice for which payment of the related goods by the governmental purchasing entity has not been received by the Vendor. If payment of the transaction fee invoice is not received by the State within this payment period, it shall be considered a material breach of contract. The Supplier Manager shall provide, whenever reasonably requested by the Vendor in writing (including electronic documents), supporting documentation from the E-Procurement Service that accounts for the amount of the invoice. c) The Supplier Manager will capture the order from the State approved user, including the shipping and payment information, and submit the order in accordance with the E-Procurement Service. Subsequently, the Supplier Manager will send those orders to the appropriate Vendor on State Contract. The State or State approved user, not the Supplier Manager, shall be responsible for the solicitation, bids received, evaluation of bids received, award of contract, and the payment for goods delivered. d) Vendor agrees at all times to maintain the confidentiality of its user name and password for the Statewide EProcurement Services. If a Vendor is a corporation, partnership or other legal entity, then the Vendor may authorize its employees to use its password. Vendor shall be responsible for all activity and all charges for such employees. Vendor agrees not to permit a third party to use the Statewide E-Procurement Services through its account. If there is a breach of security through the Vendor’s account, Vendor shall immediately change its password and notify the Supplier Manager of the security breach by e-mail. Vendor shall cooperate with the state and the Supplier Manager to mitigate and correct any security breach. 48) Electronic Procurement (Applies only to Statewide Term Contracts): Reserved. Rev 07/19/2012 Page: 75 BID No.: ITS-006787 VENDOR: _________________________________________________ Attachment A – Certification of Compliance With Executive Order # 24 The undersigned certifies, to the best of his or her knowledge and belief, that: By Executive Order 24, issued by Governor Perdue, and N.C.G.S.§ 133-32, it is unlawful for any vendor or contractor (i.e. architect, bidder, contractor, construction manager, design professional, engineer, landlord, offeror, seller, subcontractor, supplier, or vendor), to make gifts or to give favors to any State employee of the Governor’s Cabinet Agencies (i.e., Administration, Commerce, Correction, Crime Control and Public Safety, Cultural Resources, Environment and Natural Resources, Health and Human Services, Juvenile Justice and Delinquency Prevention, Revenue, Transportation, and the Office of the Governor). This prohibition covers those vendors and contractors who: (1) have a contract with a governmental agency; or (2) have performed under such a contract within the past year; or (3) anticipate bidding on such a contract in the future. For additional information regarding the specific requirements and exemptions, vendors and contractors are encouraged to review Executive Order 24 and G.S. § 133-32. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-contractors shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction ________________________________________________________________________________________ N.C.G.S. § 133-32 and Executive Order 24 prohibit the offer to, or acceptance by, any State Employee of any gift from anyone with a contract with the State, or from any person seeking to do business with the State. By execution of this Attachment and submitting a bid in response to the accompanying solicitation, you attest, for your entire organization and its employees or agents, that you are not aware that any such gift has been offered, accepted, or promised by any employees of your organization. TYPE OR PRINT NAME & TITLE OF PERSON SIGNING: E-MAIL: AUTHORIZED SIGNATURE: DATE: Rev 07/19/2012