Loading...
CDC - Item 4B - Rosemead City Council Chambers Remodel ProjectE M E 1 5, ~.llL. _ ~ 9 O Q~P /hC~PORATE~ 19h9 P ROSEMEAD COMMUNITY DEVELOPMENT COMMISSION STAFF REPORT TO: HONORABLE CHAIRMAN AND COMMISSION MEMBERS FROM: ANDREW C. LAZZARETTO, EXECUTIVE DIRECTORAppVLFvJ ~DATE: April 24, 2007 / 1 SUBJECT: ROSEMEAD CITY COUNCIL CHAMBERS. REMODEL PROJECT SUMMARY ONYX Architects has prepared a Design Development package (Attachment 1) for the Rosemead City Council Chambers Remodel project. The package provides the Commission with an overview of the project including a state of the art audio/visual system, reconfiguration of the Council dais and staff area, and other furniture, fixtures and equipment. Staff Recommendation Staff recommends that the Commission take the following actions: 1. Approve the proposed Design Development package for the City Council Chambers and authorize staff to proceed with the preparation of construction documents. 2. Approve the professional services contract with ONYX Architects for architectural services for the duration of the Council Chambers Remodel. BACKGROUND The City of Rosemead has been contemplating an overall remodel of the City Hall complex for several years.. The City retained the services of ONYX Architects, a Pasadena based architectural firm, to assist in the design of the project. There have been several alternatives proposed to date which all recommend that the Council Chambers be remodeled as the first phase. The Commission authorized staff to proceed with City Council Chamber remodel only on September 12, 2006. All additional phases of the project will be presented to the Commission at a later date. APPROVED FOR COMMISSION AGENDA: ~7 Community Development Commission April 24, 2007 Pam2of3 ANALYSIS Design Development Package The City Council Chambers facility will be completely remodeled. The rectangular shaped dais will be replaced with a more efficient configuration allowing for better communication between the City Council, City Manager, and City Attorney. The outdated sound and voting system will be replaced with a state of the art system for better communication with the public. The lighting system will be replaced with more energy efficient lighting fixtures and the existing seating will be completed refurbished with new padding and fabric. Finally, the facility will be completely re-carpeted, painted, and wallpapered, and the pictures of the past City Council and awards will be more prominently displayed along the north wall. At some point, remodeling the public waiting area was considered to be included in the project. However, staff recommends that because of its physical relationship to the public counter, it be included in a phase to redesign the public counter and Community Development area. City Hall will maintain normal business hours during the construction of the project. The City Council, Community Development Commission, Planning Commission, and other meetings held in the Chambers will be relocated to the Rosemead Community Center during construction. Professional Services Agreement Attachment 2 to this report is the professional services agreement between the City of Rosemead and ONYX. Based upon the terms of the Agreement, construction could commence by mid Summer and be completed by the end of the year. The Agreement also establishes ONYX's fee (15%) based upon a percentage of the overall cost of the project and is broken out into four (4) phases: 1) Design Development, 2) Construction Documents, 3) Bidding and Award, 4) Construction and Post Construction. The contract with ONYX requires that they prepare all relevant construction ready documents, submit for them plan check through the City, assist in preparing the bid package and award of the contract. They will also be involved during the construction and all post construction activities. FINANCIAL REVIEW - ONYX has estimated that it will cost the City approximately $600,000 to complete the City Council Chambers remodel project as proposed and will be budgeted in the FY 2007-08 Capital Improvement Program. • Community Development Commission April 24, 2007 Page 3 of 3 PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Submitted by: ?ILkACN S-AFLU 6-c" Brian Saeki Redevelopment Administrator/RCDC Deputy Executive Director Attachment 1 - Design Development package Attachment 2 - Professional Services Agreement EXHIBIT "An SCOPE OF SERVICES CITY COUNCIL CHAMBERS REMODEL The Architect has been working with City staff for several years regarding the potential remodel of the Rosemead City Hall including the City Council Chambers. The City Council now desires to proceed with the renovation of the City Council Chamber only. The remainder of the remodel may be addressed as subsequent phases of the overall remodel project. The Architect shall provide architectural and related design services for the design and construction of the existing City Council Chambers. The plans shall be generally consistent with the preliminary schematic design of the City Council Chambers submitted to the City in August 2006. It is the intent of the Agreement that the Architect shall provide, without limitation, the necessary design, drawings, calculations, specifications and documents necessary to publicly bid and construct the project. Construction observation and administrative services are also part of this Agreement. The Architect is required to process the plans through the City's plan check process and as required to make corrections to the plans as directed. Architect shall also attend and participate in all meetings with staff as part of the planning process and attend one public meeting, if required, to present the plans. The City may select an independent Construction Management firm to oversee the City's interest in the construction management and project coordination. A close working relationship between the Architect and the Construction Coordinator/Manager is required during design, bidding and construction. The Architect shall retain the services for all necessary consultants including, without limitation mechanical, electrical and structural engineering. Interior/space planning including the selection of interior finishes and furniture shall also be part of the basic services of the Agreement. The Architect shall also provide a demolition plan for demolition of the interior of the existing Chambers facility, though the City will be responsible for any hazardous materials analysis and remediation studies. Work product from the architectural services will include all plans and specifications for the building. The design of the facility shall meet all the requirements of the applicable jurisdictions, codes and regulations, including but not limited to Title 24 and the California Building Code The work of the Architect and consultants are to be provided in several phases as described below with completion timeframes (calendar months are approximations and do not include time for City review). A-1 Design Development Stage 60 Calendar Days Prepare design development documents consistent with approved schematic plan incorporating the ultimate size, character and finishes of the project. Architectural design of the facility shall be established as a result of design meeting(s) with City staff. Architect shall prepare colored architectural elevations to properly depict the use of materials and shall prepare other materials to properly illustrate the final design. The Architect shall engage a third party cost estimator who shall prepare an estimate of probable cost of construction for the project at the conclusion of this phase. Construction Documents and Plan Check 75 Calendar Days Architect shall prepare working drawings and complete specifications detailing the requirements of the entire project in an appropriate format for bid purposes. This will include, without limitation, both drawings and written specifications. Architect shall be responsible for detennining the availability of various materials to be used for construction of the project. Architect shall submit a complete set of construction plans to the City for plan check purposes and shall make necessary changes as directed by the City as a result of the plan check process. City will prepare general and special provisions though Architect will review and comment on these provisions Bidding and Award of Contract 60 Calendar Days Architect will participate in the pre-bid meeting and will be available to respond to bidder questions regarding requirements of the Project. Architect shall assist City staff in the receipt of sealed construction bids and analysis including analysis of qualification of bidder and verification of responsiveness to bid documents. Should the lowest responsible bid be more than 10% above the Architect's estimate of construction cost and is received within 90 days of the completion of the plan check approval, the Architect shall make changes with compensation, if directed by the City, to the plans to attempt to reduce costs as part of a subsequent bidding process. Construction and Post Construction 210 Calendar Days The Architect and the Architect's consultants shall visit the site on an as needed basis for periodic observation no less than bi-weekly unless waived by the City, for purposes of but not limited to, coordination relative to construction and approval of all change orders, payment requests and shop drawing. Architect shall participate in regularly scheduled construction meetings but not more than bi-weekly (unless so desired by Architect) and shall prepare at the conclusion of construction, record drawings of the project. Architect understands that ultimate responsibility for approval of all change orders and pay requests rest with the City based upon the recommendation from Architect and construction management firm. Architect shall advise and consult with the City during the construction phase and review and approve samples, shop drawings, submissions, substitution requests, review all change orders, respond to all requests for information, issue field bulletins and requests for quotations. The Architect shall correct errors, omissions and discrepancies as necessary. The Architect shall A-2 review and make recommendations regarding the amounts due the contractor as progress payments. The Architect shall provide a set of reproducible "record drawings" solely based upon the "as built" condition of the finished building provided to the Architect by the Contractor. Both hard copies and diskettes in Autocad 2000 format of all "record drawings" shall be submitted to the City prior to any final certificate of payment. The Architect shall prepare an interim and final punch list of construction related items and ensure final completion of list prior to final payment. Extended construction time beyond forty-five (45) days and at no fault of the Architect shall be considered extra services. Exclusions from Scope of Services • Construction management services • Construction inspection • Preparation of General and Special Provisions in bid documents • Permit fees and plan check fees • Cost for reproducing bid documents and specifications (Architect shall provide reproducible plans on hard copy and disks. • Work associated with multi-prime construction arrangements A-3 EXHIBIT "B" COMPENSATION CITY COUNCIL CHAMBERS REMODEL The total professional services fee for the City Council Chambers remodel project shall be a percentage fee of 15% of the mutually agreed to construction cost estimate. The construction cost estimate shall include all contractor costs and fees, furniture, fixtures and equipment and construction contingency amounts. The percentage fee will be fixed as a lump sum fee at the completion of the Design Development Phase. The estimated cost of construction shall include a 5% contingency for purposes of determining the total fee. The contract amounts are distributed as follow: A. Design Development 23% B. Construction Documents and Bidding 55% C. Construction 20% D. Post Construction 2% The above amounts include all Architect and consultants' fees and travel time and expenses (except City authorized out of town travel over 100 miles) and those other reimbursables provided for in this Exhibit B. Payments will be made per the Agreement based upon actual percentage of work approved by the City as completed for the pay period requested, but no less than thirty (30) day intervals. Percent complete of Architect's consultants' work must be considered in all pay requests. Ten percent (10%) shall be retained from the Construction Document Phase until approvals have been granted by all agencies having jurisdiction over the project and permits have been issued. The construction services portion of the contract shall be based on 20% of the total fee paid to the Architect, paid monthly in installments whose apportionment is based on the gross percentage paid to the construction contractor. City shall not pay the 2% Post Construction fee until a Notice of Completion is filed on the project, and all documents required of the Architect have been submitted. Hourly Rates In the event City requests additional work, such work shall be authorized by the City in writing prior to commencement of work and shall be at the following rates: B-1 • 2007 HOURLY RATES 174 Staff Position Hourly Rate Principal $200.00 Associate Principal $180.00 Associate $165.00 Architect $120.00 Job Captain $100.00 Technical Support $ 80.00 Administrative/Clerical $ 75.00 This schedule is valid through December 31, 2008. Hourly rates are inclusive of base salaries together with mandatory and customary benefits including employment taxes, group health insurance, holidays, vacation and similar benefits. All bills will be paid pursuant to this Agreement, except those which are contested or questioned and returned by City with written explanation within twenty (20) days of receipt of invoice. Architect shall provide City with a written response to any invoice contested or questioned and shall, upon request, provide City with any and all documents related to any invoice. All plan check, processing fees, permit fees and special district fees will be paid by City. Reimbursables Reimbursable expenses are in addition to compensation for the Consultant's services and include expenses incurred by the Consultant and Consultant's employees and subconsultants directly related to the Project, as identified in the following clauses: A. Authorized out-of-town travel and related per diem. B. Fee paid for securing approval of authorities having jurisdiction over the Project (except the City and its plan check consultant, which will be paid for directly by the City). C. Printing reproductions, plots, standard form documents, electronic scans and handling and delivery of same. D. Expense of overtime work requiring higher than regular rates if authorized in advance by the City. E. Renderings, three-dimensional computer animation, models and mock-ups requested by the City. Reimbursable expenses will be charged at cost plus 15%. B-2 ATTACHMENT 1 JOBSITE SAFETY Neither the professional activities of the Consultant, nor the presence of the Consultant or its employees and sub-consultants at the construction/project site, shall relieve the General Contractor of its obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence techniques or procedures necessary for performing, supervising and coordinating the Work in accordance with the Contract Documents and any health or safety precautions required by any regulatory agencies. The Consultant and its personnel have no authority to exercise any control over any construction contractor or its employees in connection with their work or any health or safety programs or procedures. The City agrees that the General Contractor shall be solely responsible for the jobsite safety, and warrants that this intent shall be carried out in the City's contract with the General Contractor. The City also agrees that the City, the Consultant and the Consultant's sub-consultants shall be indemnified by the General Contractor and shall be made additional insureds under the General Contractor's policies of general liability insurance. • • ATTACHMENT 2 The City acknowledges the Consultant's Construction Documents as instruments of professional service. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the City upon completion of the work and payment in full of all monies due to the Consultant. The City shall not reuse or make any modification to the Construction Documents without the prior written authorization of the Consultant. The City agrees, to the fullest extent permitted by law, to indemnify and hold the Consultant harmless from any claim, liability or cost (including reasonable attorneys' fees and defense costs) arising or allegedly arising out of any unauthorized reuse or modification of the Construction Documents by the City or any person or entity that acquires or obtains the Construction Documents from or through the City without the written authorization of the Consultant. 0 ATTACHMENT 3 MEDIATION N In an effort to resolve any conflicts that arise during the design and construction of the Project or following the completion of the Project, the City and the Consultant agree that all disputes between them arising out of or relating to this Agreement or the Project shall be submitted to nonbonding mediation unless the parties mutually agree otherwise. The City and the Consultant further agree to a similar mediation provision in all agreements with independent contractors and consultants retained for the Project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with their subcontractors sub-consultants, suppliers and fabricators, thereby providing for mediation as the primary method for dispute resolution between the parties to all those agreements. • • CITY OF ROSEMEAD PROFESSIONAL SERVICES AGREEMENT 1. PARTIES AND DATE. This Agreement is made and entered into this _ day of April, 2007 by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Boulevard, Rosemead, California, 91770 ("City") and ONYX Architects with its principal place of business at 16 N. Marengo, No. 700, Pasadena, California 91101 ("Consultant"). City and Consultant are sometimes individually referred to as "Pai-ty" and collectively as "Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terns and conditions set forth in this Agreement. Consultant represents that it is experienced in providing services to public clients, is licensed in the State of California, and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render such design services for the remodel of the Rosemead City Council Chambers ("Project') as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional site analysis consulting services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 1.2 Tenn. The tern of this Agreement shall be from the,date this Agreement is executed until services under Scope of Services, Exhibit A, are completed, unless earlier terminated as provided herein. Consultant shall complete the Services within the tern of this Agreement, and shall meet any other established and agreed upon schedules and deadlines. If the City suspends the Project for more than thirty (30) consecutive days, the Consultant shall be 1 • • compensated for services performed prior to notice of'such suspension. When the Project is resumed, the Consultant shall be compensated for expenses incurred in the interruption and resumption of the Consultant's services. The Consultant's fees for the remaining services and the time schedules shall be equitably adjusted. 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees, of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Scope of Services set forth in Exhibit "A" attached hereto and incorporated herein by reference. Consultant represents that it has the professional and technical personnel required to perform the Services in confommance with such conditions. In order to facilitate .Consultant's conformance with the Schedule, City shall respond to.Consultant's submittals in a timely manner. Upon request of City; Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or -a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. The key personnel for performance of this Agreement are as follows: 3.2.5 City's Representative. The City hereby designates Brian Saeki, or his designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all 2 purposes under this Contract. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative. Consultant hereby designates Douglas Joyce, 111, or his designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his best skill and attention, and shall be responsible for satisfactory coordination of all portions of the .Services under this Agreement 3.2.7 Coordination of Services. Consultant agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. . 3.2.8 Standard of Care Performance of Employees. Consultant shall perform Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant represents that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform tile Services to the extent required and that such licenses and approvals shall be maintained throughout the tern of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. Any employee of the Consultant or its sub-consultants who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Consultant and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.9 Laws and Regulations. Consultant shall keep itself informed of and endeavor to remain in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for violations of such laws and regulations in connection with Services to the extent caused by the negligence or willful misconduct of Consultant. If the Consultant performs any work knowing it to'be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions. of this Agreement, from any claim or liability arising out of any negligent or intentional failure or alleged failure to comply with such laws, rules or regulations. 3 • • 3.2.10 Insurance. 3.2.10.1 _ Time for Compliance. Consultant shall not commence Work under this Agreement until it has provided evidence satisfactory to the City that it has secured all insurance required under this section. In addition, Consultant shall not allow any subcontractor to commence work on any subcontract until it has provided evidence satisfactory to the City thatthe subcontractor has secured all insurance required under this section. 3.2.10.2 Minimum Requirements. Consultant shall, at its expense, procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Agreement by the Consultant, its agents, representatives, employees or subcontractors. Consultant shall also require all of its subcontractors to procure and maintain the same insurance for the duration of the Agreement. Such insurance shall meet at least the following minimum levels of coverage: (A) Minimum Scone of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001); (2) Automobile Liability: Insurance Services Office Business Auto Coverage forth number CA 0001, code 1 (any auto); and (3) iforkers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. (B) Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $1000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit; (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and (3) Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the Labor Code of the State of California. Employer's Liability limits of $1,000,000 per accident for bodily injury or disease. 3.2.10.3 Professional Liability. Consultant shall procure and maintain, and require its sub-consultants to procure and maintain, for a period of three (3) years following completion of the Project, errors and omissions liability insurance appropriate to their profession to the extent such coverage is commercially available. Such insurance shall be in an amount not less than $1.000,000 per claim, and shall include contractual liability. 3.2.10.4 Insurance Endorsements. The insurance policies shall contain the following provisions, or Consultant shall provide endorsements on forms supplied or approved by the City to add the following provisions to the-insurance policies: (A) General Liability. The general liability policy shall be endorsed to state that: (1) the City, its directors, officials, officers, employees, agents and volunteers shall be covered as additional insured with respect to the Work or operations performed by or on behalf of the Consultant, including materials, parts or equipment furnished in 4 connection with such work; and (2) the insurance coverage shall be primary insurance as respects the City, its directors, officials, officers, employees, agents and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of the Consultant's scheduled underlying coverage. Any insurance or self-insurance maintained by the City, its directors, officials, officers, employees, agents and volunteers shall be excess of the Consultant's insurance and shall not be called upon to contribute with it in any way. (B) ' Automobile Liability. The automobile liability policy shall be endorsed to state that! (1) the City, its directors, officials, officers; employees, agents and volunteers shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto hired or borrowed by the Consultant or for which the Consultant is responsible; and (2) the insurance coverage shall be primary insurance as respects the City, its directors, officials, officers, employees; agents and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of the Consultant's scheduled underlying coverage.. Any insurance or self-insurance maintained by the City, its directors, officials, officers, employees, agents and volunteers shall be excess of the Consultant's insurance and shall not be called upon to contribute with it in any way (C) Workers' _ Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the City; its directors, officials, officers, employees, agents and volunteers for losses paid under the terns of the insurance policy which arise from work performed by the Consultant. (D) All Coverages. Each insurance policy required by this Agreement shall be endorsed to state that: (A) coverage shall not be canceled except after thirty (30) days prior written notice by mail, has been given to the City; and (B) any failure to comply with reporting or other provisions of the policies, shall not affect coverage provided to the City, its directors, officials, officers, employees, agents and volunteers. 3.2.10.5 Separation of Insureds' No Special Limitations. All insurance required by this Section shall contain standard separation of insureds provisions. In addition, such insurance shall not contain any special limitations on the scope of protection afforded to the City, its directors, officials, officers, employees; agents and volunteers. 3.110.6 Deductibles and Self-Insurance Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. Consultant shall guarantee that, at the option of the City, either: (I) the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its directors, officials, officers, employees, agents and volunteers; or (2) the Consultant shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense expenses. 3.2.10.7 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating no less than A:VIll, licensed to do business in California, and satisfactory to the City. 3.2.10.8 Verification of Coverage. Consultant shall furnish City with original certificates of insurance and endorsements effecting coverage required by this 5 • 0 Agreement on forms satisfactory to the City. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf, and shall be on forms provided by the City if requested. All certificates and endorsements must be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies; at any time. 3.3 Fees and Payments. 3.3.1 Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement in accordance with Exhibit "B" of this Agreement for the remodel of the Rosemead City Council Chambers. Extra Work may be authorized, as described below,. and if authorized, will be compensated at the rates and manner set forth in this Agreement as described in Exhibit B. 3.3.2 Payment of Compensation. Consultant shall submit to City a monthly itemized invoice which indicates work completed by Consultant. The invoice shall describe the amount of Services and supplies provided since the initial commencement date, or since the start' of the subsequent billing periods, as appropriate, through the date of the invoice. City shall, within 45 days of receiving" such invoice, review the invoice and pay all approved charges thereon. Consultant may suspend services if not paid within 60 days of submitting a monthly invoice to the City. 3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 33.4 Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization frown City's Representative. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Consultant shall maintain complete and _ accurate records with respect to all costs and expenses, incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 6 • • 3.5 General Provisions. 3.5.1 Termination ofAereement. 3.5.1.1 Grounds for Termination. City may, by written notice to Consultant, tenninate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to .City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents and Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terns and in such manner as it may determine appropriate, services similar to those terminated. . 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: Consultant: ONYX Architects 16 N. Marengo, No. 700 Pasadena, CA 91101 Attn: Douglas Joyce, 111, AIA City: City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Brian Saeki, Redevelopment Administrator Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents R Data Licensing of Intellectual Propert y. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in,its use of the Documents and Data at anytime, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. (Also see Attachment 2) 3.5.3.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall.not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name.or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 5.5 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action.. 3.5.6 Indemnification. To the fullest extent permitted by law, Consultant shall indemnify, defend (with independent counsel approved by the City) and hold harmless the City'and its directors, officers, and employees from and against all liabilities (including without limitation all claims, losses, damages, penalties, fines, and judgments, associated investigation and administrative expenses, and defense costs, including but not limited to reasonable attorneys' fees; court costs and costs of alternative dispute resolution) regardless of nature or type that arise out of, pertain to, or relate to the negligence, reckless, or willful misconduct of the Design Professional or the acts or omissions of an employee, agent or subcontractor of the Design Professional. The provisions of this paragraph survive completion of the services or the termination of this contract. The provisions of this Section are not limited by the provisions of Section 3.2.10 relating to insurance. 8 • • 3.5.7 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.510 City's Right to Employ Other Consultants. City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.12. Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees; hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction' References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and "not work days. All references to Consultant include all personnel, employees, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3S 14 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties: 3.5.15- Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or perfonned by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. - . 3.5.16 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability. _ if any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 9 • • 3.5.18-Prohibited Interests. Consultant maintains that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making .of this Agreement. For breach or violation of this clause, City shall have the right to rescind this Agreement without liability. For the tern of this Agreement, no member, officer or employee of City, during the tern of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor; employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of.City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect. 3.5.20 Labor Certification. By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self- insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services: 3.5.21 Authority .to Enter Agreenent. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. City reserves the right to approve all sub-consultants utilized by Consultant in carrying out the Scope of Services under this Agreement. 10 CITY OF ROSEMEAD By: Andrew Lazzaretto City Manager. Dated: 12007 ATTEST: City Clerk APPROVED AS TO FORM: Bonaficio Garcia City Attorney CONCUR: Brian Saeki . Date dministrator Redevelopment Administrator- 11 . .0 ONYX ARCHITECTS By: Dale Brown, AIA Vice President ROSEMEAD`CITY HALL DESIGN DEVELOPMENT PACKAGE APRIL 5T", 2007 CONTENTS: 1. ARCHITECTURAL OUTLINES 2. COST ESTIMATE 3. AUDIO-VISUAL DETAIL 4. AUDIO-VISUAL EQUIPMENT J I PECIFICATIONS i I O N Y X A R C H I TI E C T S V 626.405.8001 16 NoRm MARtNco No.700 F 626 PASADINA, CAt.IFORNIA WWW.0NYXARC1tITficTs.cOet 91101 1 Rosemead City Hall • • Council Chamber Remodel Design Development Outline Specifications 30 March 2007 • 1.1 Remodchng of the City Hall Council C 7 ~2~~Gen tal Coitdroonsz v 2.1 Scheduling of Work and protection of • 2A .I Normal operations will continue. • 2.1.2 All building life- safety, mechanic; • 2.1.3 Protection to be provided to prey 3 D_mohdon _ „ r s L v 3.1 Scope! as shown on the plans-- work it • 3.1.1 Remove and dispose of Concrete includes trenching for new dectri • 3.1.2 Remove and dispose of 211 exitin! • 3.13 Prepare walls for new finishes • 3.1.4 Remove and dispose of existing- s • 3.1.5 Remove existing light fixtures as i 4, ~UPall on trtrcoon and firishcs • 4.1 Remove existing wood trim as indicate • 4.2 Remove existing wall coverings • 4.3 Patch and repair as required • 4.4 New paint as shown • 4.5 New wall covering as shown • 4.6 Construct new walls adjacent to dais, a. • 4.7 Fur-out wall at the back of council dai. • 4.8 Install new photo mural as shown • 5.1 Remove existing carpeting and bare in • 5.2 Demolish concrete in existing floor sla • 5.3 Install new concrete flat-work • 6.1 Accommodate new audio and video • 6.2 Patch, repair and paint as required • 6.3 Install new light fixtures as indicated • 7.1 Relocate storage room door, per plans e facilities during construction. wing the construction of dic work electrical, telephone and data systems to remain operational during construction it the intrusion of dust, noise and fumes n specific locations to provide for new council dais, steps and access ramp. Work d and low-voltage cabling floor finishes and .ry"stem, and existing voting system dicat-d on the reflected ceiling plan on the interior elevations indicated on plans to reccivc photo mural reparation m receive new floor in select areas of the plan to receive new concrete flat-work: we cemolition plan Y t - as described on the AN plans the reflected ceiling plans • 7.2 New door hardware on 211 room interior doors; exterior door to remain as-is BytAuditorium • 8.1 re-upholster and refinish existing seating system and re-install 1 Rosemead City Hall • • Council Chamber Remodel Design Development Outline Specifications 30 Match 2007 ~9- ► 9.1 Council Dais • 9.1.1 Phwood construction with hardwood veneer finish • 9.1.2 Plastic laminate work surface • 9.1.3 intcgrel wiring cable trays, and connection loxes Rofor to AN scopo of work V 10'" n fi d t ~w~ d 3 'v NQ e -;..o.., 'ti • code and occupancy sip-Ps • dais signs . ~..m~ x' ~r a r.5 s :4, or i 11`.A dto NFdeo and Datas'stc~ • 11.1 see attached information 2 9Yqx Rosemead City Nall • • Onyx Architects Council Chamber Remodeling 5 April 2007 Design Development Conceptual Cost Estimate Q Units Unit/Cost Cost Div Cost DIV GeneralReq R: 4 Staging 1 LS 8,000.00 8,000 Fencing 100 LF 20.75 2,075 Misc Demo / Replacement 1 LS 10,000.00 10,000 Forman 1 LS 32,000.00 32,000 Operations in Service 1 LS 15,000.00 15,000 DIV 2 Site - NOT USED DIV 3Concrete' •i ,.r _ _1_ _ . s •3.920k Cut Floor and Demo 160 SF 2.00 320 New concrete floor / steps with reinforcing 2 CY 500.00 1,000 New conc Ramp 4 CY 400.00 1,600 Patch floor as required 1 LS 1,000.00 1,000 DIV 4 Masonry - NOT USED DIV.S Structural Steel- NOT,USED. ' w• " "i' _ x.2,625 Ramp Hand rail 35 LF 75.00 2,625-~ DIV 6 Wood and Plastics - NOT USED DIV 7 Termal and moisture Protection - NOT USED DIV 8 Doors Windows and Hardware - NOT USED DIV 9 Wf Finishes- - 77 77 77- - - 35'189 „ emove Carpet R 2200 SF 0.50 1 ,100 Remove Wall finishs 2057 SF 0.50 1,029 Remove Podium chairs and equipment 1 LS 1,000.00 1,000 Remove Misc 1 LS 1,000.00 1,000 Remove Walls and misc mech. Elec. Etc. 35 LF 70.00 2,450 Remove Ceiling and misc mech. Elec. Etc. 300 SF 2.70 810 Install new walls 50 LF 18.70 935 Install fire walls 20 LF 22.20 444 New Carpet 245 CY 40.00 9,800 New Wall Covering 2057 SF 6.25 12,856 New Ceiling 300 SF 5.55 1,665 Patch ceiling 200 SF 6.00 1,200 Patch walls 200 SF 4.50 900 Custom Diaz Podium and Custom Furniture Wall Logo and Art Work Signage System 1 LS 40,000.00 40,000 1 LS 15,000.00 15,000 20 EA 250.00 5,000 DIV 11 Equipment - NOT USED Remove and Rainfall Chairs Reapholster Chairs New Council Chairs 63 EA 100.00 6,300 63 EA 120.00 7,560 7 EA 2,500.00 17,500 DIV 13 Special Const - NOT USED • 0 Rosemead City Rail Onyx Architects Council Chamber Remodeling _ 5 April 2007 Design Development Conceptual Cost Estimate DIV 14 Conveying - NOT USED ~~IV~15~ Mechanlcal~ ~ a ~'iti ,w:~ ~ ~ 36,200 New Diffusers Registers 12 EA 350.00 4,200 Balance System 1 LS 12,000.00 12,000 Misc Improvements 1 LS 20,000.00 20,000 16 . ± Eleckrical~ 'a~' i rs• y+ # ~t,,? 'C n,r ! K1729, 800 New Lighting 30 EA 300.00 9,000 New Power 1 LS 12,000.00 12,000 New Communications/ Sound System 1 LS 87,000.00 87,000 Exit Signs 2 EA 800.00 1,600 Misc Improvements 1 LS 20,000.00 20,000 Subtotal 365,969 Overhead and Profit % $ Overhead Office 6% 21,958 Insurance ' 2% 7,319 Risk 2% 7,319 Degree of Difficulty 3% 10,979 Profit 10% 36,597 Srvo~o ~ I 1056 North Lake Street . Burbank, California 91502 818.843.1610 818.843.1 145 Fax www.studiospectrum.com Equipment Schedule Revision #1 Client: City of Rosemead Council Chambers x Architects Proposal Marengo Ave., Suite 700 workorder iena, CA 91101 Date: Consultant: Attn: Chris Johnson Tel: 626-405-8001,125 Fax: 626-405-8150 ciohnson @ onvxarchitects.com 4538 Jrdrzuur Ken Buckowski ITM CITY Description List Price Extension Audio Equipment 1 14 JBL Control 26CT In-Ceiling Speakers with 70 volt transformers $172.00 $2,408.00 2 1 Crown CDI-2000 Audio Amplifier. 800 watts x 2 zones @70v $1,332.00 $1,332.00 3 3 EAW DX-810 digital mixer/processor with presents and remote control ability, 24 inputs total $1,995.00 $5,985.00 4 3 EAW remote panels for volume adjustment and preset selection, mounts in 3 an wall box $70.00 $210.00 5 13 Microphones for Dais and Staff desks, minature shotgun style, illuminated on/mute switch in base, total height 12.2", mounts in desk or movable mic stand, Audio Technica ES-935S/ML $345.00 $4,485.00 6 1 Microphone for podium, Audio Technica ES-915/ML, 18.6"-21.42" Ion $345.00 $345.00 7 1 Sennheiser EW122G2 Cardiod pattern Lavalier clip-on Wireless Microphone $2,500.00 $2,500.00 8 1 Sennheiser Hearin Impaired System with 5 earphones $835.00 $835.00 9 1 Sennheiser EW13562 Hand Held Wireless Microphone $835.00 $835.00 10 1 Marantz PMD-570 Digital recorder for City Clerk, Uses CF Memory Cards, Full duplex RS-232 for remote control with operating status $1,100.00 $1,100.00 11 Audio Equipment Total $20,035.00 This custom configuration and design is copyrighted by Studio Spectrum, Inc. and may not be copied or used without the express written permission of the designer. 1 i a Projector Video Equipment 16 Sonv VPL-FX52 Video Projector, 6000 Lumens $10,750.00 $10.750.00 OR 17 Sonv VPL-CX63 Video Projector, 3000 Lumens $3.299.00 $0.00 18 1 Draper Revelation Ceiling hidden projector mount $4.625.00 $4,625.00 OR 21 Draper Phantom drop down Ceiling projector mount $2,501.00 50.00 22 1 Da-lite Advantage Electrol in-ceiling projection screen, 67" H x 116" W, x 150" diagonal, with low voltage controller $2,300.00 $2,300.00 23 Sonv Combination VCR-DVD olaver S165.00 5165.00 24 2 Projector interfaces to projector: at podium, at staff desk $500.00 $1,000.00 25 Estimated Video Equipment Total $18.840.00 26 Estimated Cable, Fittings, Hardware 52.500.00 27 Estimated Installation $5,000.00 28 $26,340.00 Voting System 29 1 Crestron SQL Based voting and database software, customized $10,000.00 $10,000.00 30 1 Supporting Crestron Control equipment to support voting and automation of audio and video, plus future expansion $10,000.00 510.000.00 31 1 Estimated custom programming of control system $10,000.00 $10,000.00 32 $30,000.00 33 First Phase Total Estimates S67,375.00 4 F aczo~o 0 0 0- o 0 0-. o PRENIUtvf INSTALL?TION r`y 0 0 0@--fpjt p- NEYW~yORK R? qe .F. 6 -s abL.~ ~5 .r * ~ -cv t 6Rr 0. a U4ri ~,r it d f "v Y'li M' ~ t T ~ a # ~yS :~SV6 ~I'j .E Y i.3 kW`f N~~ 'N FFYI `RS 0. L p 1 of ff f~ y ~s-,.ry ka'.° 2 µa~. .2+ Y se. 1 f k y ~ ~r A '4~ ~'~~vy, }.~}a a~ r~,.~«.. ` ~ _f~ '~$k. sue, Y ? t- iS 111+"" $,-WW.~ hF $ f y kf q 4 r SYt f ri7~ r AA.` ~ SS f 1 a3 ~ w y d- V x .t"4 ~5. {NF'rx J . vii. !l6 £ 4 #a : ~h t i i a iF m fT~N.t ~,r Y~~ }47: ~ .eq ~ -.YY .rv ~ n a At" z rY z ` r -vd ~ ,i`a. e ~ a ~ Oq T C The astonishingly bright VPL-FX52 projector (6000 ANSI Lumens') has the power to deliver images in large displays or high ambient light conditions. The VPL-FX52 is supplied with a power zoom, focus and picture shift lens - perfect for many fixed installations. For special applications, the VPL-FX52L (which is not equipped with a lens) is an excellent choice. Three optional lenses allow the VPL-FX52L to meet a wide range of needs - from long throw projection in large auditoriums to short throw rear projection in museums. Presenters will love the powerful and easy to use professional features such as "direct power on", 4 times digital zoom, Freeze-Frame and Auto Pixel Alignment. And the VPL-FX52 accepts a wide range of computer and video input signals, both analog and digital. Business managers will also love this projector - it really shines in cases where many projectors are installed throughout a complex or campus. Advanced networking capabilities enable central monitoring and proactive maintenance to save on operating costs and minimize trouble calls. The VPL-FX52 combines advanced technology with first-class features. Make it your choice! OHo e o fd 0 0 - o O fo filom O • o . -o - 0 0 .o.o O ftagaRgim `o O oo -o D- o f 4 i 2 L NP tFXS 2-/ _ - t ,0 Q = .A I'll PA...I nI4 T'A 1-I 4A 71 nAl: y ( ~Ti+. A_ _HARAC'TERIST CS VPL-FX52 I VPL-FX52L(i. is not stppu Projection System 3 LCD panels, 1-lens projection. system LCD Panel 1.3 Inch TFT Sony LCD panel with Micro Lens Array, 2,359 296 (1024 x 768 x 3) pixels _ Projection Lens Approx 1.3 times zoom lens Not Supplied 150.8 to-6.4-mm, Lamp 300 W Lame Screen Size _ 40 to 300 inches (viewable area, measured diagonally) Light Output 6000 ANSI lumens (high lamp mode) 5100 ANSI lumens (standard lamp mode) _ ELEGTRICA_ Chip : ACTER!13TIGS Color System NTSC 3.58, PAL, SECAM, NTSC4.43, PAL-M, PAL -N (automatically / manually selected) Reso_I_u ion _ t _ V_i_deo 750 TV lines RGB' 1024_x 768 pixels _ _ _ _ Acceptable Computer, Signals M 1910 92KHz fV4810 92Hz (up to UXGA 60HZ) Acceptable Video Signals 15k RGB 51 Progressive Component 50/1 DTV (480/1 575/501, 480/60p, 575/50p, 1080/50i, 720/60p, 720/50p, 540/60p), Composite Video, Y/C Video - NE-,Al-Dimensions (W%H%D) 420 x 169 x 502 mm / 420 x 169 x 464 mm / 19 x 6 625 x 19.875 inches 19 x 6.625 x 16 375 inches Mass _ Approx. 16.6 kg / 23 Ibs 4 oz___ _ Approx 9.1 kg / 20 Ibs 1 oz Power Requirements AC 100 to 240V_50//1 - Power Consumption 40OW; Standby 7W Operating Temperature _ 0 to 35 degrees C (32 to 95 degrees F) - Operating Humidity 35 to 85% (no condensation) Heat Dissipation 1365 BTU Storage Humidity 10 to 90 / I'\PLJT/0U FuT Video IN Video BNC _ S Video Y/C Mini DIN 4-pin Video OUT Video Loop-through BNC type S Video Loop through Mini DIN 4 pin (Male) Input A RGB Analog RGB / HD. D sub 15 pin,(Female) Input B RGB Digital RGB / DVI-D (TMDS) Input C _ ROB Analog RGB / Component: 5 BNC (Female) * Monitor Out (Female) HD -D-sub 15-pin- TRIG Mini jack RS-232C D-sub 9 -pin (Female) Control S IN Stereo mini jack _5 Vp p plug-in-power Network RJ 45 1013ase_T/ I0OBase TX - S..!PPLIED •-.CCF_SSvRIES Remote Commander- Unit, Size AA (R6) Batteries (2), Lens Cap (VPL-FX52 only), AC Power Cord, Air Filter, Operating Instructions and Installation Manual for Dealers (CD-ROM), Quick Reference Manual, Security Label, Warranty Card (},--rl IOM nk. C;EG°C Rlk?S Replacement Projector Lamp LMP-F300 PR-620 mounting bracket VPLL-FM21 Short Focus Fixed Lens VPLL-ZM31 1.1 times Short Focus Zoom Lens VPLL-ZM101 1.5 times Long Focus Zoom Lens U1_1 950 listed, cUL (CSA 60950), FCC Class A, IC Class A, NEMKO (EN60950), CE (LVD, EMC), C-Tick 'ANSI lumen is a standard measurng mathoo of Ne "rim Maoral standards Nsunrte n7.229. since there is no uniform method of measuring tortgrIness, axidimbors Will vary among manufacturers o t S 4 •f a -Lrt~r1' s-r m o t '3 a x b n F ~St Q_. % K 19 4 i spy} ep ; :t,~y}r t Dellv`enn 6000 ANSI L"umens yj~ yyy° y°~}y ~°y}," 1 O O 0 E 36,k 'T Monitor and control projector status',-, _ At t over the network "using the,,, on m s ; ) 32 web serve_ra~nd~~-S~NMP compliance r^ , O 9 O yyJ 4" t °-eR a ° 4 x . e 4 This projector can-be mou ted right, iside.Op (floor mount), upside•down`r- ; (ce16ng pciunt) sand even i ced 90 degree''s•"upwar`di; or downward "t (mirrored or special applications} •u, ° UI WK. e s No otherprojectoks Eke the VPL P t FX82- thanks to' itsStnkingt .15eauQfulX design and "symmetry'-" made. p fsQ dile:.by a ken[ ountecl lens x + v `4u. i x i r @W[U& 9 Q°aiv0ft W om mo - a e..IQS3 Wits ouaii. 22 0 Willi lvy.Ti... . . ~ l 117 `^i t Jz' t ~ { _ 4`mynV~~ 4X J ' _ R M1S ~ ~w F S s lw' % r J r ~ t r JaN t Y idF ' t " 1f : i ~ } r jJ' 1 ' a e - l x G S v t et ° G % 9A, ~ ~ . 3 1 ti p z OBgCA Y ~s f x 'Y$*,. , x , v 71 41 f ~ Y ~x W~. _ SpectrurhMPS.8000t y Y Y . VAO s r s {i Px i~ Y a ~:5tudio Spectrum Inc` 1056 NLake Sc Bwbank CA 91502 `-818 843.1610 i ° ~ t -.n rn N dt 4. 3 _ s ~°~r 4 'e{ n. se 5 e r iY ~ ~'x Yt's t~ S'j~yi i- x t r 1 K 4 C .y t A#O VANeTAGEnELECTV L® SPECIFICATION DATA DA-LITE SCREEN COMPANY, INC. 3100 North Detroit Street Post Office Box 137 Warsaw, Indiana 46581-0137 Phone: 574-267-8101 800-622-3737 Fax: 574-267-7804 www.da-lite.com e-mail: info®da-Iite.com SUGGESTED SPECIFICATIONS: projection screen(s), (H) x (W), electrically operated 120 volt (6OHz), 2.0 amp with a four prong male plug-in connector on the motor. Motor to be specially designed and mounted inside the roller with a patented noise silencer to be three wire quick reversal type, oiled for life, with automatic thermal overload cut- out, integral gears, capacitor and an electric brake to prevent coasting. To have preset but adjustable limit switches to automatically stop picture surface in the "up" and "down" positions. Junction box shall be integrated into the housing making it possible to install the housing and wire to the building's electrical system during construction. The junction box shall contain a four prong connector that is mounted in the housing for easy plug-in connection to the motorized fabric and roller assembly. The roller to be of rigid metal, 3' in diameter. The motorized fabric and roller assembly to be installed in the case at the factory or at a later time at the job site. Roller mounting brackets to be adjustable to allow centering or offsetting of the screen within the case. Screen to be designed for left or right- hand motor installation. Screen fabric to be flame retardant and mildew resistant fiberglass with Glass Beaded, Matte White, High Contrast Matte White, Video Spectra 1.5 or High Power picture surface with black masking borders standard. Bottom of fabric shall be formed into a pocket holding a 3/8' metal rod. Heavy duty plastic caps shall protect the ends of the rod. Top, front and back of case to be made of extruded aluminum painted white. End caps to be of heavy gauge steel, with case and end caps painted white. Bottom of case to have a removable access door. Door to be of extruded aluminum painted white. Bottom of case to be self-trimming, with a built-in flange around the bottom of the case. To be complete with a three-position control switch and cover plate. Suitable for use in environmental air space in accordance with section 300-22 (c) of the National Electric Code, and sections 2-128, 12-010 (3) and 12-100 of the Canadian Electrical Code, part 1, CSA C22.1. Screen to be listed by Underwriters' Laboratories. Matte White: Horizontal seam required when both dimensions exceed 10'. UL C UL Glass Beaded: Horizontal seam required when both dimensions exceed 8'. Video Spectra 1.5 and High Contrast Matte White: Available in sizes where both dimensions do not exceed 8'. High Power: Available in sizes up to 9' x 12'. Horizontal seam required when both dimensions exceed 6'. VIDEO FORMAT DIMENSIONS Viewing Area Nominal Diagonal Overall Length of Case Approx. Shi . Wt. H x W Cm In. Cm In. Cm Lbs. Kg 43" x 57" 109 x 145 72" 183 65-1/2" 166 60 27.2 50" x 67" 127 x 170 84" 213 75-1/2" 192 65 29.5 57' x 77' 145 x 196 96' 244 89-1/2' 227 77 34.9 60" x 80" 152 x 203 100" 254 89-1/2" 227 77 34.9 69" x 92" 175 x 234 120" 305 101-1/2" 258 89 40.4 87' x 116" 221 x 295 150' 381 125-1/2" 319 100 45.4 105" x 140" 267 x 356 180" 457 149-1/21 380 106 48.1 120" x 160" 305 x 406 200" 508 169-1 /2" 431 123 55.8 HDTV FORMAT DIMENSIONS Viewing Area Nominal Diagonal Overall Length - of Case Approx. Ship. Wt. H x W Cm In. Cm In. Cm Lbs. Kg 45" x 80" 114 x 203 92" 234 89-1/2" 227 75 34.0 52' x 92' 132 x 234 106' 269 101-1/2" 258 88 39.9 54' x 96" 137 x 244 110' 279 105-1/2" 268 89 40.4 58" x 104" 147 x 264 119" 302 113-1/2" 288 95 43.1 65' x 116' 165 x 295 133' 338 125-1/2" 319 98 44.5 _78'x 139" 198 x 353 159' 404 149-1/2' 380 104 47.2 DIMENSIONS Sizes Overall Length of Case Approx. Shi . Wt. H x W Cm In. Cm Lbs. Kg 50'x 50' 127 x 127 55-1/2' 141 54 24.5 60" x 60" 152 x 152 65-1/2' 166 61 27.7 70" x 70" 178 x 178 75-1/2" 192 68 30.8 84" x 84" 213 x 213 89-1/2' 227 79 35.8 6' x 8' 183 x 244 101-1 /2" 258 89 40.4 8' x 8' 244 x 244 101-1/2" 258 91 41.3 7'x 9' 213 x 274 113-1/2' 288 96 43.5 9' x 9' 274 x 274 113-1/2" 288 97 44.0 8' x 10 244 x 305 125-1/2" 319 100 45.4 10' x 10 305 x 305 125-1/2* 319 102 46.3 9' x 12' 274 x 366 149-1/2" 380 106 48.1 12' x 12' 366 x 366 149-1/2" 380 119 54.0 Electrical junction box extends 2-1/8' past case length on left end of case (1-1/8' past ceiling flange). Internal junction box available (will add 3-1/2' to overall case length and must be specified at time of order). Detail dimensional drawings, wiring diagrams and installation instructions available upon request. Specifications subject to change without notice. Letterbox formats and custom sizes available upon request. Overall case length dimensions x 1/4'. -WHEN ORDERING, MAKE APPROPRIATE SESONS: Select size from charts above. Select viewing surface: ❑ Matte White ❑ Video Spectra 1.5 ❑ Glass Beaded ❑ High Power ❑ High Contrast Matte White Optional Accessories: ❑ Black "Extra Drop" to lower picture area more than normal. Maximum total drop 13' including picture area. ❑ White "Extra Drop" to lower picture area more than normal. Maximum total drop 13' including picture area. ❑ Single Motor Low Voltage Control (LVC) - external. ❑ Single Motor Low Voltage Control (LVC) - built-in. ❑ Wireless Remote Control for LVC. ❑ Radio Frequency Remote. ❑ Infrared Remote. ❑ Locking Switch Cover Plate for 120V or LVC Switch. ❑ Key Operated Switch for 120V only (NOTE: Cannot be used with LVC). ❑ No Borders (Black masking borders standard). ❑ 220 Volt (50 Hz) Motor. ❑ Video Projector Interface Control, 12V or 5V. Project: Architect: Phone: Contractor: Phone:' Supervisor:' Phone: Supplier: Date: Revised: ❑ SCB-100 RS-232 Serial Control Board - external. ❑ NET-100 Ethernet-Serial Adapter ❑ SCB-100 RS-232 Serial Control Board - built-in. (adds 10" to overall length of case) ❑ NET-100 Ethernet-Serial Adapter ❑ SCB-200 RS-232 Serial Control Board - built-in only. (adds 10" to overall length of case) ❑ NET-200 Ethernet-Serial Adapter ❑ WC-200 Wall Controller ❑ IR-200 Infrared Remote ADVANTAGE ELECTROP SUGGESTED METHODS OF INSTALLATION VARIABLE POSITION MOUNTING BRACKET O 6-1/16' THREADED fl00 (NOT (NOT SUPPLIEDI SIDE ATTACHED TO HANGER BRACKET MOTOR ENO oo 0 ELECTRICAL ACCESS DOOR 6-3/B" JUNCTION BOX e SELF-TRIMMING FIANGE FINISHED CEILING SEE DETAIL A 3.41" IF 3/s" THREADED ROD 6~, (NOT SUPPLIED) ll _ _ HANGER BRACKET DETAILA Rev. 6/06 213EAVtf THAT WAS THEN. THIS IS EAW. FEATURES DX8 8X2 DIGITALMI ER AND SIGNAL PROCESSOR vv vv.eavv.com • 32-bit DSP and 24-bit Analog/Digital Conversion • 8 balanced XDRTM Mic/Line inputs with trim • 2 balanced Line inputs direct to mix bus • 2 Independent Mix Buses and balanced Outputs • 2 unbalanced Record Outputs • 8 unbalanced Direct Channel Outputs • Individual Level/Peak metering on each Input and Output • 3-band sweepable Hi/Lo shelving and a mid-peaking ED on each Input • 2-band sweepable shelving ED on each Output • 31-band Graphic ED on each Output • 5-band Parametric ED on each Output • One fully variable Compressor on each Output • Independent Automixing function for each Output to maximize acoustic gain and prevent feedback • 10 Programmable Logic Inputs • 10 Programmable Logic Outputs • 2 independent RS-232 interface ports • 48VDC Phantom Power switch per input • 24VDC Backup Power input • Hardware Expansion Port accepts optional modules • PC Software application included DIGITAL SERIES The DX8 is a Digital Signal Processing-based digital audio mixer and processor designed for use in a variety of installations such as churches, courtrooms, convention centers and hotels. It provides eight universal inputs and two balanced outputs allowing true 8x2 mixing for stereo or dual zone applications. In its base configuration, the DX8 includes powerful signal processing software to complement the 8x2 mixing structure. The automixing function allows the DXB to be used in applications requiring little or no human operation. Optional software and hardware is available to further expand the DXB's capabilities, allowing it to meet the needs of more sophisticated applications. Each of the eight input channels is capable of being terminated to one of two Phoenix-type detachable connectors, each optimized to accept either microphone or line-level signals. Microphone preamplifiers use XDRTM technology to offer studio-quality audio performance. Phantom power, of 48VDC, is svvitchable individually on each microphone input. Two Auxiliary, line-level inputs with trim are provided, allowing analog signals to be mixed with the A and B master mixes. Master outputs deliver balanced line level signals to detachable Phoenix-type connectors as well as buffered unbalanced signals to RCA connectors intended for recording. The DXB offers an intuitive front panel user interface, consisting of dual-function LED bar graph meters for each input and output. Input meters indicate the presence of signal before signal processing (pre-fader), while output meters indicate actual level at the output (post-fader]. Levels are set by means of front panel, UP/DOWN pushbuttons dedicated to each input and output. A MODE button is used to select between Mix A and B, allowing adjustment of levels to both mix outputs from the sameset of input controls. A third function of the MODE button allows the user to LOCK the front panel controls until a security unlock code is entered. The DX8 offers flexible interface options through dedicated inputs and outputs for control and programming purposes. Two independent RS232 connectors are provided, one on the front panel and one on the rear, for connection to a computer or control system. A multi- pin (DB25) connector on the rear panel allows interface between the 10 Logic Inputs and 10 Logic Outputs to switches, LEDs and other devices, enabling hardware control and indication from custom control panels. All logic inputs and outputs are fully programmable in software. A proprietary remote control bus allows connection of the optional DX8 wired remotes over a three-conductor cable. Remotes are available in both Volume Control and 4-switch versions and may be combined in any configuration. The DX8 is supplied with PC software that allows access to all of the system's settings and configurations. The software offers Stereo and Mono mixer views, as well as access to the two 1/3-octave equalizers, two 5-band parametric equalizers and two compressors dedicated to the two master outputs. In addition, it allows configuration and recall of up to 16 Presets, 8 input Priority Levels, 6 Mute Groups and 8 Control Groups. Force ON and OFF functions are provided, with a selection of Relative or Absolute changes, which can be used with the Priority settings to create sophisticated audio management systems. All settings and text labels are retained in the DX8 as well as stored to the computer's local drive. The DX8 is UL and CE approved and designed for continuous use in professional fixed installation systems. An internal auto-ranging power supply allows connection to mains voltages from 90-240VAC at 50/6OHz without requiring jumper or switch setting changes. A 24VDC input is provided for applications where backup battery power is required. Switchover to backup power is automatic and silent. APPLICATIONS 11 • Meeting Rooms Hotels ! Houses of Worship Boardrooms "'Courtrooms tibMulti-Purpose Facilities; Multizone Paging/Yusic Systems EAvvOne Main Street. Whidnsville. MA 01588 USA I tel toll free within USICanada 888.337.7404 tel outside US 425 485.1152 Part No. 0009774 Rav. 8 OEAVL?l D,a 8X2 DIGITAL MIXER AND SIGNAL PROCESSOR THAT WAS THEN. THIS IS EAW. I www.eaw.com INPUTS / OUTPUTS Inputs 1-B: _ Balanced. Phoenix-type terminals Bus A and B: Balanced, Phoenix-type terminals, Master Outputs: Balanced. Phoenix-type terminals Record Outputs A/B: Unbalanced, FICA Direct Outputs 1-8: Unbalanced on DB15 Logic Inputs: 10 inputs on OB25 Logic _Outputs _:,10 opencollector outputs on D6_2_5_ Serial Ports 2 RS-232C on D69 Input Tnm 8 Rotary potentiometers Input Gain_2 Pushbuttons per ED:2 Pushbuttons for low, 2 for high Master Output Gain:2 Pushbuttons per output Phantom Power Select:8 DIP switches INDICATORS Input Levels. 12-segment LEDs per ch. ED Levels 12 segment LEDs per-ch__ _ Mode Status:3 LEDs; AB/LOCK Output Levels.12-segment LEDs per ch. _ Volume Setting _12-segment LED bar graph ELECTRICAL AC Power: 90-240 VAC, 5680 Hz. 1A DC Power 24 VDC, 3A Fuse Ratings 1 6A Slo Blo 250V SIGNAL PROCESSING Five, 32-bit floating point DSPs. 24-bi[ Total Harmonic Distortion OHO+NI (I kHz 0 +10 dBu (unity level! 20 Hz-20 kHz) Mic in to Master OwBelaw 0.005% Crosstalk 1 kHz relative to 0 d8u. 20 Hz-20 kHz bandwidth, Any line input to adjacent Direct Output. Trim to unity: Less Ulan -90 dB Frequency Response Mic Input to Direct Outputs:3 Hz-192 kHz, +1-3 on Mic Input to Master Outputs:20 Hz-20 kHz. +/-0.5 dB Equivalent Input Noise (EIN) Mic in to Direct out Max Gain 150 ohm TerminaUOn -129.5 dBm unweighted _ Common Mode Rejection (CMR) Mic in to Direct out. Max gain 1 kHz signal; _Better than 80 d8 Maximum and Nominal Levels and Ranges Mic Inputs +18 dBu, +4 dBu. 0 to 60 dB gain Line Inputs:+18 dBu, +4 dBu, -30 to +3D dB gain Bus AID Inputs:+18 den, +4 d8u. -20 to +20 dB gain All Outputs +1 B dOu, +4 dBu Impedances Mic Inputs: 1.3K ohms Line Inputs: 40K ohms All Other Inputs:10K ohms or greater AIIOutputs:___ 120 ohms Phantom Power+48 VDC current limited to 7 mA per input channel PHYSICAL Dimensions (HxWxD): 3.5- x 19' x 13.25' (89 mm -x 483 mm x 337 mm) Net Weight: 12.5 lb 15.7 kgl_____-______. PC SYSTEM REQUIREMENTS OS: Windows®'95,'98, M®. 2000. %P - Processor: Pentium(g) or faster _ RAM:16MB minimum. 32MB recommended Storege_10MB free disk space Display_800 x 600 pixels,.25fi colors minimum 512k x i 6 Flash. l RBk x 32 SRAM (batteryback-upl Inputs: 3-band shelving/peaking EO20 Hz-20 kHz, variable frequency Automatic Level Control (ALC)Range: 0 dB to -20 dB Antonini: NOM On/Off Gate Attenuation Depth: 0 tlB th -60 dB Gate Release Time: 0.5 s or 1.5 s Outputs: Automatic Level Control IALC)Range: 0 dB rn -20 dB Automix MAC NOM: 1-8 Automix Last Mic On:None, Last. Input 1 2-band shelving EO:20 Hz-2D kHz, variable frequency 1/3 Octave graphic ED 5-band parametric E6 Noise (20 Hz-20 kHz bandwidth, Master Out, channel Trims @ unity gam, channel EDs flat. all odd channels panned left, even channels panned right, Master Level ® Unity, Channel Levels 0 Unity: -82 dBu Single Channel to Master Out-100 dB - (reference to 1%THD+N)_____ t. 2 x Red (scale: OIL): Yellow (scale 2) I II :~gry is it ~ it >-2dB full-scale (>16dBu) >-4dB full-scale (>14dBu) 3. Yellow (scale: 4): >-7dBfull-scale (>11dBu) 4. Yellow (scale: 7): >-10dB full-scale (>BdBu) 5. Green (scale: 10): >-15dB full-scale (>3dBu) 6. 7. Green (scale: 15): Green (scale: 20): >-20dB full-scale (>-2dBu) >-25dB full-scale MBu) B. Green (scale: 25): >-30dB full-scale (>-12dBu) 9. 10. Green (scale: 30): Green (scale: 35): >-35dB full-scale (>-17dBu) >-4OdB full-scale (r22dBu) It 12. Green (scale: 40): Green (scale: 50): >-50dB full-scale (>-32dBu) -1 >-60dB full-scale (>-42dBu) EAW I One Main Street, Whitinsville, MA 01588 USA I tel toll free within US/Canada 888.337.7484 1 tel outside US 425.485.1152 1 Part No. OD09774 Rev. 8 2REAVtf DX8 8X2 DIGITALMI ER AND SIGNAL PROCESSOR THAT WAS THEN. THIS IS EAW. I vvvVVV.eaW.Com ® 0 9 D%B DIGITAL MIXER ° ° hour panel manual adjustments 12 segment via UP/DOWN pushbunons LED ladders Direct outputs) IExtra Bus A and B input trim caneols A/B/Lock Iut selector I Front panel RS232 port Rear panel RS 232 Port O Q Q D%8 DIGITAL MIXER O O e'.rs• L 2 i a OO "s" e i "s" (D O Cc ®I w O~ ~pRRRReeee n 4O E) T ®O O Universal Power Input' 24VDCI ' Extra inputs fed 90-240 volt 50I60Hz power input directly to Bus A and B Input Phoenix-type terminals ReooMing output from Bus A and 8 Remote cement Individual 48 VDC phantom Logic V0 bus Main Bus power selectors for each expansion Pon A 8 B outputs mic input channel EAW I One Main Street. V✓hitnaville, MA 015BB USA I tel toll free within USTanada 888.3327404 1 tel outside US 425.485.1152 I Part No. 0009774 Rev. B EAVir THAT WAS THEN. THIS IS EAW. DXB 8X2 DIGITAL MIX•AND SIGNAL PROCESSOR www.eaw.com OH8 SOFTWARE FOR THE PC The DX8 is supplied with a real-time PC software application that allows access to all of the unit's features. The user interface employs a mixer metaphor, making settings and operation clear and intuitive. Several of the mixer's elements are fixed, allowing immediate access to Master output controls, Preset selection and editing, as well as Active Device selection. Indicators for Active Logic Inputs and Mute Groups are always visible, as are the input and output signal meters. Mixer, equalizer, compressor, automix, and setup screen views are recalled from direct-select buttons. The DX8 Mixer view offers two faders for each input the two master outputs EAW One Main Street, Whitinsville. MA 01588 USA tel full free within US/Canada B88.337.7404 tel outside US 425.485.1152 Part No. 0009774 Rev. 0 The DX8 Automix view includes an Automatic Level Control and a Gate control The DX8 has a full-featured Compressor for each output The DXB Graphic ED view offers 31 bands of control on ISO-centered frequencies for each of The DX8 Parametric ED view includes 5 bands of control, as well as display windows that graphically represent the selected curves 0EAVV THAT WAS THEN. THIS IS EAW. • LYE=i www.eaw.com o e~ a e ~ 8X2 DIGITAL MIXER AND SIGNAL PROCESSOR EAW I One Main Street, Whitinsville, MA 01588 USA I tel toll free within US/Canada 888.337.7404 1 tel outside US 425.485.1152 1 Part No. 0009774 Rev. 8 2REAVIr DX8 8X2 DIGITAL MIX AND SIGNAL PROCESSOR THAT WAS THEN. THIS IS EAW. I WWw.eaw.COM CSI PRODUCT SPECIFICATIONS FOR DESIGNERS, SPECIFIERS, AND CONSULTANTS (Also known as "A&E Specifications") The following are "Part 2 Products" CSI-type specifications. It is assumed that "Part 1 General - Administrative and Procedures" and "Part 3 Execution - Installation and Maintenance" are part of an overall audio system or project specification. PART 2 PRODUCTS 2.01 Approved Manufacturer/Product A. EAW Commercial, One Main Street, Whitinsville, MA 01588 USA B. Model number: DXB 2.02 Design A. Configuration: 8-channel digital audio mixer 1. Inputs: a. Eight balanced mono mic inputs (Eight 3-pin Phoenix-type connectors) b. Ten balanced mono line inputs (Ten 3-pin Phoenix-type connectors) 2. Outputs: a. Two balanced line outputs (Two 3-pin Phoenix-type connectors) b. Eight unbalanced direct line outputs (one OB15 connector) c. Two unbalanced RECORD outputs (two RCA line-level output jacks) 3. Other a. Ten logic inputs and ten logic outputs [one OB25 connector) b. One remote bus connector (one 3-pin Phoenix-type connector) c. Two RS-232C serial ports (two DES connectors) B. Powering Mode 1. Internal AC power supply, 90 - 240 VAC, 50/60 Hz, 1 A 2. External OC power supply, 22 - 28 VDC, 3 A 2.03 Electrical Properties A. Frequency Response 0.5 dB): 20 Hz to 20 kHz B. Total Harmonic Distortion 120 Hz to 20 kHz @ 0 dBu output): < 0.005% C. Noise (20 Hz to 20 kHz BW, 150 ohm source impedance): 1. Equivalent Input Noise [EIN): -129.5 dBm unweighted 2. Output Noise a. Master level at unity, channel levels at unity: -82 dBu b. Single channel to Master out: -100 dBu D. Common Mode Rejection (@ 1 kHz, Gain at maximum): 80 dB E. Crosstalk (@ 1 kHz, any input to adjacent direct output): -90 dB F. Input Gain Control Range: 1. Mic In: O dB to +60 dB 2. Line In: -30 dB to +30 dB G. Phantom Power: +48 VDC @ 7 mA per input channel H. Rated Output: 1. Nominal Output: +4 dBu 2. Maximum Output: +18 dBu 2.04 Physical Properties A. Dimensions 1. Height: 3.5 in/89 mm 2. Width: 19 in/483 mm 3. Depth: 13.25 in/337 mm B. Weight 1. Net Weight: 12.5 lb/5.7 kg EAW T One Main Street, Whitinsville, MA 01 San USA I cel toll free within US(Canada 888.337.7404 1 tel outside US 425.485.1152 1 Part No. 0009774 Rev. 8 0EAVO THAT WAS THEN. THIS IS EAW. FEATURES lJ Ill 10 8X10 DIGITAL MATRIX MIXER AND SIGNAL PROCESSOR www.eaw.com • 32-bit DSP and 24-bit Analog/Digital Conversion • 8 balanced XDRTM Mic/Line inputs with trim • 2 balanced Line inputs direct to mix buses A and B • 10 Independent Mix Buses and balanced Outputs • 2 unbalanced Record Outputs • 8 unbalanced Direct Channel Outputs • Individual Level/Peak (PPM) metering on Inputs and Outputs • 2-band sweepable High and Low shelving ED with a parametric Mid control on each Input • Gating on each Input • Solo button on each Input • 31-band Graphic ED or 8-band Parametric ED on each Output • Fully variable Compressor on each Input and Output • Variable delay on each Output • Configurable crossover for up to five bands • 10 Programmable Logic Inputs • 10 Programmable Logic Outputs • 2 independent RS-232 interface ports • 48 VDC Phantom Power switch per input • 24 VDC Backup Power input • PC software application included • Remote Mapping feature provides individual button assignments for the DX-SW4 remote control DIGITAL SERIES EAW Commercial's DX810 is a OSP-based digital audio mixer and signal processor. It is designed for use in a variety of installations such as churches, courtrooms, convention centers, and hotels. It provides eight balanced mic/line inputs and ten balanced outputs allowing true 8x10 mixing. Each of the eight mic/line input channels is accessed by means of two Phoenix-type detachable connectors. Each input is optimized to accept either mic or line-level signals. Microphone preamplifiers use XDRTM technology to offer studio-grade audio performance. Phantom power of 46 VDC is switchable individually on each mic input. Two auxiliary line-level inputs with trim are provided. This allows analog signals to be mixed with the A and B outputs. Master outputs provide balanced line-level signals to Phoenix-type connectors. Each of the ten outputs represents a discrete mix of the eight inputs, resulting in a true Bx10 mixing matrix with virtual faders at each crosspoint. Any combination of gain elements can be assigned to one of 32 groups. The DXB10 offers an intuitive front panel user interface, consisting of dual-function LED bar graph meters for each input and the A and B outputs fall ten outputs can be monitored in the software interface). Input meters indicate the presence of signal prior to any signal processing (pre-fader). Output A and B meters indicate actual level at the output (post-fader). Levels for Mix A and B are set by means of UP/DOWN pushbuttons dedicated to each input and output. A MODE button is used to select between Mix A and B. This allows adjustment of levels to two mix outputs from the same set of input controls. A third function of the MODE button allows the user to LOCK the front panel controls until a security unlock code is entered. Two independent RS232 connectors are provided, one on the front panel and one on the rear. This allows for connection to a computer or control system. A DB25 connector on the rear panel allows for interfacing with the 10 Logic Inputs and 10 Logic Outputs. Logic 1/0 enables hardware control and indication from custom control panels. All logic inputs and outputs are programmable in software. A proprietary remote control bus allows connection of the optional DX wired remotes. These remotes can use a variety of three- conductor cable. Remotes are available in Volume Control (DX- RVC) and 4-switch versions (DX-SW4), and may be combined to provide flexible configurations. The DX810 is supplied with the DX-810-PC software that allows access to all of the system's settings and configurations. The software provides access to the three-band input ED, eight-band parametric or 31-band graphic ED for the outputs, compressors, gates, delays, and crossover configuration. In addition, the software allows saving and recalling up to 32 presets, configuration for 32 control groups, for input force on/force off functions with priority, and for the logic input and output connections. All settings and text labels are retained in the DXB10 as well as stored on the computer's local drive. The DX810 is UL and CE approved and designed for continuous use in professional fixed installation systems. An internal auto- ranging power supply allows connection to mains voltages from 90-240 VAC at 50/60 Hz. This requires no jumper or switch setting changes. A 24 VDC input is provided for applications where backup battery power is required. Switchover to backup power is automatic and silent. APPLICATIONS • Meeting Rooms Hotels Houses of Worship': -Boardrooms ,-'Court rooms Multi-Purpose Facilities . MultizoIRe Paging/Mti§ic Systerns' EAW I One Main Street, Whipnwlle, MA 01588 USA I tel toll tree wiNin USICanada 888.337.7404 1 Lei outside US 425.485.1152 1 Part. No. 9909777 Rev. C i 2~VV 0X810 8X10 DIGITAL MATRIMIXER AND SIGNAL PROCESSOR THAT WAS THEN. THIS IS EAW. I www.eeiw.com SPECIFICATIONS INPUTS ! OUTPUTS Inputs LB: Balanced, Phoenix-type connectors Bus A and B: Balanced, Phoenix type connectors, Outputs A d_ Balanced, Photo x_type connectors__ _ Record Outputs A7B: Direct Outputs 1-8: Unbalanced, RCA Unbalanced an DBI5 (bottom row, is signal natural Logic Inputs; _ 10 Inputs on DB25 Series resistance: 570 a Internal pull-up_47 kD to +5 VOC _ Input voltage: +5.5 VDC maximum Active voltage: +1.0 VDC maximum Logic Outputs; 10 open collector outputs on OB25 1/3-Octave Graphic ED on each Output: Gain: ±15 dB ISO-Centered Frequencies: 20. 25. 31.5, 40, 50, 63, 80, 100, 125, 60, 200, 250, 315. 400,500, 630, 800, 1 k. 1-25 k, 1.6 k, 2 k, 2.5 k, 3.15 k, 4 k, 5 k, 6.3 it, 8 k, 10 k, 12,5 k, 16 k, 20k 5-Band Parametric ED on each Output: Gain: 315 dB Center Frequency: 20 Hz 20 kHz variable BW: 0.1 octave M 6 octaves Compressor/Limiter on each Input and Output: Threshold: -60.0 dB to -1 0 dB Attack: 0.1 ms to 2500 ms Release: 10 ms to 2500 ms Ratio: 11 to 201 Interval pull-up: 10 HO to +5 VDC Active current: 10 mA maximum _ _ Actye voltage: +0.8 VOC max ® 1 mA Serial Ports: 2 RS-232C on DB9 (COMM PORTS) PANEL CONTROLS Input Thom. _ 8 RotaryPotentiameters Input Gain: 2 Pushbuttons per Input Master Output Gain: 2 Pushbuttons per Output Mode Select: 1 Pushbutton Phantom Power Select B DIP Switches Geneml: Five 32-bit Floating-point DSP 24-bit AID and D/A converters 512Kx16 Flash ROM 12BKx32 SRAM Iwi h batterybackup) I Inputs: 3-band shelving FO with parametric mid Gain: x15 dB - Comer Frequency: L0: 20 Hz-500 Hz variable HC 500 Hz-20 kHz variable Center Frequency: MID: 20 Hz-20 kHz variable BW: 0.1 octave to 6 octaves Gate on each Input: Threshold: -60 dBfs to -1 dBfs Hold: 0 ms to 2550 ors Release: 10 ms to 2500 ms Outputs: Delay on each Output Temp: -40°F to 122°F 140°C to 50°C) Coarse: 0 ms to 200 ms Fine: 0 us to 997 us Crossover: Polarity: 0°, 1B0° Filter Type: High-Pass. Low-Pass, Band-Pass Alignment Linkwitz Flay, Butterworth Filter Slope: 12 dB/octave, 1B dB/octave, 24 dB/ecoave (Butterworth only) AUDIO Noise (20 Hz-20 kHz bandwidth. Master Out, channel Trims ® unity gain, channel EDs flat. all odd channels panned left, even channels panned right): Master level ® unity, channel levels ® unity: -82 dBu Single channel to Master Out. -100 dBu _(referenced to 1%THD+N) Total Harmonic Distortion (THD+N) 0 kHz ® +10 dBu )unity level) 20 Hz-20 kHz): Mic in to Master Out:__ _ < 0.0059fi__ Crosstalk 11 kHz relative to 0 dBu, 20 Hz-20 kHz bandwidth, any line input to adjacent Direct Out. Frequency Response Mic input to any output _ 20 Hz-20 kHz. i0.5 dB Equlvalent Input Noise IEIN) Mic in to Direct out, max gain, 150 ohm termination- 129.5 d6m unweighted Common Mode Rejection ICMRI Mic in to Direct out. max gain. 1 kHz signal: better than 80 dB Maximum and Nominal Levels and Ranges Mic inputs: +18 dBu, +4 dBu. 0 to +60 tlB gain Line inputs: +18 dBu, +4 dBu, -30 to +30 dB gain Bus A/B inputs: +18 dBu, +4 d8u, -20 co +20 dB gain All outputs: +18 dB.. +4 dBu Impedances Mic inputs: 1.3 K ohms Line inputs: 40 K ohms All other inputs: 10 K ohms or greater Dimensions IH%W%Dl: 3.52 RU x 19' x 13.25' 189 mm x 483 mm x 337 mm Net Weight 12.9His. (5.9 kg)_ AC Power: 90-240 VAC, 5MO Hz, 1.0 A Phantom Power: +48 VDC, current limited to 7 mA per Input channel Fuse Ratings__ 1.6 A Slo Blo. 250 V_ _ EAW I One Main Street Whitinsville, MA 01588 USA I tel tall free within USrCanada 888.337.7404 I tel outside US 425.485.1152 1 Part No. OOD9777 Rev. C 0EXAf DX810 8X10 DIGITAL M• IX MIXER AND SIGNAL PROCESSOR THAT WAS THEN. THIS IS EAW. I www.eaw.com SPECIFICATIONS PC SYSTEM REQUIREMENTS OS Wlndows® 95, 98, NTOD, 2000 XP Processor: Pentium® or faster RAM: 16 MB minimum 32 MB recommended Storage 10 MB free desk space _ Display,__- _ .000600.plxels 256 colors minimum 1. 2 Red (scale: OL): Yellow (scale: 2): >-20 full-scale (>16dBu) >-4dB full-scale (>14dBu) 3. Yellow (scale: 4): >-7dB full-scale (>lldBu) 4. Yellow (scale: 7): >-100 full-scale (>8dBu) 5. 6 Green (scale: 10): - Green (scale: 15). >-15dB full-scale (>3dBu) >-20dB full-scale (>-2dBu) 7. Green (scale: 20): >-25dB full-scale (>-7dBu) 8. 9. 10. Green (scale: 25): . Green (scale: 30): Green (scale: 35): >-3OdB full-scale (>-12dBu) - >-35dB full-scale (>-170u) >-400 full-scale (>-22dBu) if. Green (scale: 40): r50tIB full-scale (>-32dBu) 12, Green (scale: 50): >-600 full-scale (>-42dBu) O O _ - 0%810 GIGRRI MIXER ~ - - - ® O 4 v v 00 I) O O D LVJ v 020 O m O ~v CW III O R%BIDf]IGIT%LMIXER O O lam' no c~~ coa coa coa coJ oa o, O coa 009 _ ox•LBe 0 GED o O o O d6A 9XB 1 2 3 I 5 6 oh ~8 • cwuan a eeeaeee Q. ~(F) O EAW I One Main Street, Whitinsville, MA 01SBB USA I tel toll free within US/Cano da 888.337.7404 I tel outside US 425.485.1152 1 Part No. 0009777 Rev. C A ERROR: invalidfont OFFENDING COMMAND: findfont STACK: /Font /N716 -savelevel- $Rio ,f ]ma i n O c n i°v o0 ~ SA 5 q~ a Z i c n m ° om ny i i c o ~a ° y a F im Z z ~1 O g~~=9 a s o ~s8e~3 D HIM = MM $ ~~Sg gs~€ a E9 s E€ ~ ss e p9pF n F p pk ~ ~ C a tai 4 ¢ F b o a ~ 3 9. Aj 00 z r = DO pC 1 i 1 4 i! t ~i'J~ I I x x x-1 I I E I I IL } ~ ~ # .L OJ F____ I _______Z• ml n C m J F 9 O ~ 9 O r m m D m z ~O T D r D1 ~ O 00 W m Cl) 00 m D G D D r r m v UO n O m - G D 0 v T ° 0 c - - D r m K O r D Z T M m D Z r O O Z C D 1 V J O - O Z 20 W a e' Q . § y . 5 r s z ~ y S z £ y t D 3 5. X m m 4 ) in ~ z 3 F t D D 3 ^S o - ~ _ Z sS O _ O ~o ~ ea m a Z n . fi i . ¢ = 3 v D ~JJ1 D O <T eg "x"g ~,€m ~ym ppea 5 fi ~ ( e~~ F I i 0 0 0 0 0 0 0 4 z s s a O $ A ~ Y v g Z T _ X ~ O • GQ~^y D ~ ~ ~ - A A n ~S 50 7 z ~ ® z z ~ ~ z V ° cc =g ~r'.~ . 3 ~ . e e ~ I T F M v 000000 0 0 000 g ~ R m a ~S38m~g^ Bomb §gH g ~ Ia ° ;d ~ gRgn ~ 3 3 ~ ~ 6 § y ~ a ~ e v - p ~ 2 z - - - - - - - - - - - ga7y D y s~ z z a sz y I T 22 AO~ Z m G] ~ r 0 v p 3 F d E E R T Z g j S s ~ ; O c 3 ' n o~ o Z ~ ~ sx _°y D p c~ o f v s .e ` n D ~z z zo ~ ~ 'I I 4 v 4'-9' D Cl) D w o o C S 2 z ~ E x ` n- Z A o z a° ' y > r - s ~s§Y sa " 0 7 t ~ x o T cn m r D O Z Z ti A O m y O z m m r m D O Z W Z A e o o O_ > n O 7 ~ Z a w O c x m r m D O Z O ~n z~ 8 Z O x m r m D -1 O Z O Z N - ~D ZD I m- m 0 O y DO m a~ m O m D m Z O ~ Z D UI ~TJ D Ja (n r ~ N py D r m m D m m m T T Z m y T 2 Z m N O _ ➢ m Z 0 0 D Z O 1 Op Yi"a x ? 5g~j D ~ ae > A 4~ 2 op m n 0 ~ 5 ~ A s ~ 5 6 E om ' ' -c s O 3 x Z. Z ny ' 0 o z a nsfi^ a © ® Z m - o~ oyn io O 7 ZZ 3 4 3z _ _ n ® ~ n cc ~ 3 e~ . i 9 . E E ~ V a ~ r t 1 n r FI lW77777 r r 4- r z 14 i p t: i 4 _ _ I I r ~r b 1i1 e I T 1 N N C r; ~ ~ ^ i or, O O ~ ~ O C G ~ r~ •6