CAPITAL IMPROVEMENT BOARD OF MANAGERS OF MARION COUNTY, INDIANA 100 SOUTH CAPITOL AVENUE INDIANAPOLIS, INDIANA 46225

Size: px
Start display at page:

Download "CAPITAL IMPROVEMENT BOARD OF MANAGERS OF MARION COUNTY, INDIANA 100 SOUTH CAPITOL AVENUE INDIANAPOLIS, INDIANA 46225"

Transcription

1 CAPITAL IMPROVEMENT BOARD OF MANAGERS OF MARION COUNTY, INDIANA 100 SOUTH CAPITOL AVENUE INDIANAPOLIS, INDIANA LUCAS OIL STADIUM REQUEST FOR PROPOSALS

2 LUCAS OIL STADIUM REQUEST FOR PROPOSALS Table of Contents RFP Documents PROPOSAL AND PROCUREMENT REQUIREMENTS Section # Title Request for Proposals RFP Process/Instructions to Offerors Proposal Form Events Schedule Lucas Oil Stadium Form of Supply Contract TECHNICAL REQUIREMENTS Scope and Specifications for Procurement Specification Section Video Production System prepared by WJHW, dated June 15, 2018 and consisting of 94 pages Drawings See WJHW Sheet Index attached hereto

3

4 DRAFT LUCAS OIL STADIUM PROPOSAL AND PROCUREMENT REQUIREMENTS SECTION REQUEST FOR PROPOSALS Notice is hereby given that the CAPITAL IMPROVEMENT BOARD OF MANAGERS OF MARION COUNTY, INDIANA (hereinafter also referred to as CIB ), will receive sealed Proposals for the supply, sale, delivery, and installation of a Video Production System, including required changes or upgrades to the video and audio ties, at Lucas Oil Stadium in Indianapolis, Indiana. The Request for Proposals ( RFP ) and all documents related thereto ( RFP Documents ) can be viewed at and downloaded from the CIB s website The RFP and RFP Documents will be available for download by 10:00 AM, E.D.T., June 15, If problems are encountered in either accessing or downloading the RFP and/or the RFP Documents, contact Tom Boyle at tom.boyle@icclos.com or Danielle Arnold at danielle.arnold@icclos.com. A MANDATORY pre-proposal and walk through meeting ( Pre-Proposal Meeting ) will be held on June 21, 2018, commencing at 10:00 a.m. (local time). The Pre-Proposal Meeting will be held at Lucas Oil Stadium, 500 S. Capitol Avenue, Indianapolis, Indiana 46225, and those interested in submitting a Proposal to the RFP shall proceed to the entrance gate located on the northwest side of Lucas Oil Stadium at the designated date and time. Attendance at the Pre-Proposal Meeting is mandatory for all Offerors and an Offeror s failure to attend will be grounds for its Proposal being deemed non-responsive. The RFP process, including the preparation, submittal and consideration of Proposals, shall be conducted in accordance with the procedures and requirements of the RFP Documents and consistent with Indiana s Request for Proposal statutes for public purchasing Indiana Code (I.C.) The procedure and deadline for submitting questions regarding the RFP and/or the RFP Documents, or to seek clarifications or interpretations thereof, is set forth in the RFP Documents. Proposals must be submitted on or before 2:00 PM, E.D.T., July 9, 2018, by delivery of two (2) hard copies to the CIB s Administrative Office, located at the Indiana Convention Center, 100 South Capitol Avenue, Indianapolis, Indiana 46225, and delivery of an electronic version as set forth in the RFP Documents. The hard copy Proposals shall be submitted in a sealed envelope marked to the attention of Tom Boyle Director of Operations and the outside of the envelope must include, in the lower-left hand corner and in bold letters, the notation SEALED PROPOSAL LUCAS OIL STADIUM. Proposals received after 2:00 PM, E.D.T., on July 9, 2018 will be returned unopened. In accordance with I.C , all Proposals received shall be opened so as to avoid disclosure of contents to competing Offerors during the process of clarification, evaluation and negotiation, if any. After the Proposals are opened, the CIB may initiate and conduct discussions with one or more of the Offeror(s) who submitted a Proposal, as further described in the RFP Documents. During the course of discussion between the CIB and Offerors whose Proposals are determined to be reasonably susceptible of being selected for award, the CIB may request best and final offers. The CIB reserves the right to reject any and all Proposals and to elect not to proceed with the Procurement. The CIB also reserves the right to waive any irregularities or informalities discovered in the Proposals or that may otherwise arise during the course of the RFP process. If the CIB awards a contract, it will be to the Offeror whose Proposal is determined to be the most advantageous to the CIB, taking into consideration price and other evaluation factors set forth in the RFP Documents. The successful Offeror for this Procurement will enter into a contract directly with the CIB. CAPITAL IMPROVEMENT BOARD OF MANAGERS OF MARION COUNTY, INDIANA

5 1. DEFINITION OF TERMS: A. CIB: LUCAS OIL STADIUM PROPOSAL AND PROCUREMENT REQUIREMENTS SECTION RFP PROCESS/INSTRUCTIONS TO OFFERORS The Capital Improvement Board of Managers of Marion County, Indiana Indiana Convention Center 100 South Capitol Avenue Indianapolis, IN B. CIB s Representative: Tom Boyle Director of Operations 100 South Capitol Avenue Indianapolis IN tom.boyle@icclos.com C. CIB s Consultant: D. Colts: Wrightson Johnson Haddon & Williams, Inc Midcourt Road, Suite 124 Carrollton, TX Attn: Charles Adkinson cadkinson@wjhw.com Indianapolis Colts, Inc. Indiana Farm Bureau Football Center 7001 W. 56 th Street Indianapolis, IN E. Procurement: The supply, sale, delivery and installation of the Video Production System at Lucas Oil Stadium in Indianapolis, Indiana, including required changes and upgrades to the video and audio ties to ensure that the video and audio systems once complete are compatible, interfaced and operate in sync with one another, as more fully defined and described in the RFP Documents. F. RFP Documents: In addition to the RFP, the RFP Documents include the RFP Process/Instructions to Bidders, the Proposal Form, the Events Schedule for Lucas Oil Stadium, the form of Supply Contract, the Technical Requirements, any Addenda issued with respect to the RFP and all exhibits and attachments to such Documents. Offeror shall be responsible to review and become familiar with all of the RFP Documents and all requirements contained therein Page 1 -

6 G. Addendum or Addenda: Written document(s) issued by the CIB s Consultant (on behalf of the CIB) after the RFP has been issued and before the Proposal deadline, which provide responses to questions, interpretations, clarifications, supplemental instructions and/or modifications or additions to the RFP and/or RFP Documents. These are to be read in conjunction with and as a supplement to the RFP and RFP Documents, but in the event of a conflict between an Addendum and the previously issued RFP or RFP Documents, the Addendum will take precedence and modify the RFP and/or RFP Documents as to any such conflict. H. Technical Requirements: The drawings, specifications and/or other technical requirements specific to the Procurement as prepared by the CIB s Consultant (or by others if so designated) and included in the RFP Documents. I. Offeror: Any responsive and responsible individual, firm, partnership or corporation submitting a Proposal to the CIB for the Procurement in accordance with the RFP and RFP Documents. J. Proposal: The written submittal delivered to the CIB by which an Offeror proposes to supply, sell, deliver and install the Procurement, all in accordance with the procedures and requirements set forth in the RFP and the RFP Documents. K. Base Price: The specific amount stated by the Offeror in its Proposal to be paid by the CIB, if the Offeror is awarded the Supply Contract, in full consideration for the supply, sale, delivery and installation of the base Procurement as defined and described in the RFP and RFP Documents. L. Alternate Price: The specific amount stated by the Offeror in its Proposal to be added to, or deducted from, the Base Price amount (to the extent the RFP Documents require or permit an Offeror to submit an Alternate), which shall adjust the Base Price only if the CIB expressly and in writing accepts the Alternate Price as part of awarding the Supply Contract. M. Unit Cost Price: The specific amount stated by the Offeror in its Proposal to be added to, or deducted from, the Base Price amount, which shall adjust the Base Price only if the CIB expressly and in writing adds or deletes one or more of the Unit Cost items from the scope of the Procurement. N. Supplier: The Offeror whose Proposal, after review and considering the Evaluation Criteria set forth in the RFP Documents, is determined to be the most advantageous to the CIB and to whom the CIB awards the Supply Contract for the Procurement Page 2 -

7 O. Supply Contract: 2. OVERVIEW The written Contract that the CIB and the Supplier shall execute, after award, covering the supply, sale, delivery and installation of the Procurement and consistent with and subject to the terms, conditions and requirements set forth in the RFP and the RFP Documents. The RFP and Procurement shall be subject to the procedures outlined in the RFP Documents and in accordance with Indiana s Request for Proposals statutes for Public Purchasing, I.C Any Offeror failing to submit information in accordance with the procedures set forth in the RFP Documents may be considered non-responsive and subject to disqualification. In accordance with and subject to the terms and conditions of a Lease Agreement and a Video Board Agreement as between the CIB and Colts, the Colts play their National Football League ( NFL ) home games in Lucas Oil Stadium and have certain rights to occupy, use and conduct business in Lucas Oil Stadium, including the right to occupy, use and operate the Video Production System and the Video Control Room at Lucas Oil Stadium. To the extent the CIB enters into discussion with one or more Offerors or awards the Supply Contract to a Supplier, such Offerors and the Supplier agree, as reasonably requested and arranged by the CIB, to meet, confer and share information with appropriate representatives of the Colts. Notwithstanding the above, the Colts do not have authority to direct the Procurement or the services or work provided by the Supplier (if the CIB awards a Supply Contract) or to amend, change, add to or otherwise alter the terms and conditions of the RFP, the RFP Documents, the Supply Contract or the Contract Documents, as such authority rests solely with the CIB. 3. FAMILIARITY WITH LAWS An Offeror is required to be familiar with all Federal, State and Local laws, ordinances, codes, rules, regulations and standards that in any manner apply to the RFP and/or the Procurement, including the performance to be provided by the Supplier should the CIB award a Supply Contract. Lack of familiarity on the part of an Offeror with such applicable requirements will in no way relieve it from responsibility. 4. QUESTIONS AND ADDENDA To the extent an Offeror has questions regarding the RFP process or the RFP Documents, including any required interpretation or clarification thereof, those shall be presented in writing to the CIB s Consultant by (with a copy to CIB s Representative) on or before the deadline for submitting questions as set forth in Section 10 below. An Offeror or potential Offeror shall not otherwise contact, request information from, submit questions to or communicate with any other representatives of the CIB, the CIB s Consultants and/or the Colts (including their employees, officers, board members, agents, consultants and/or legal counsel) regarding the RFP or any matters related thereto, except to the extent specifically authorized in the RFP Documents. Permitted contact with representatives of the CIB will include: at the Pre-Proposal Meeting; in response to inquiries from the CIB; or during discussion or negotiations initiated by the CIB after Proposals have been submitted, including CIB s possible request for best and final offers. A violation of this provision by an Offeror will be grounds to disqualify that Offeror from further consideration as to the RFP. Any verbal response or interpretations regarding the RFP or the RFP Documents will not bind the CIB. All responses, interpretations, clarifications and supplemental instructions will be in the form of written Addenda issued by the CIB s Consultant (on behalf of the CIB). Only a response, interpretation, clarification, correction or supplemental instruction supplied by the CIB s Consultant in a written Addendum shall be binding. Prospective Offerors are advised that no person or entity, other than the CIB s Consultant, is authorized to issue Addenda to clarify, explain, interpret or supplement the RFP or RFP Documents Page 3 -

8 All Addenda so issued shall become a part of the RFP Documents. Each Offeror shall list in its Proposal all Addenda received. If no Addenda have been issued prior to submittal of Proposals, the Offeror shall insert NONE in the appropriate section of the Proposal. 5. SUBSTITUTIONS By submitting a Proposal an Offeror agrees to supply, sale, deliver and install the Procurement in accordance with all requirements, terms and conditions of the RFP Documents, including but not limited to all of the Technical Requirements. This shall include the supply, sale, delivery and installation of all products, equipment, materials, software and systems specifically listed in the Technical Requirements, unless under the procedures set forth in this Section 5: (i) an Offeror proposes that another product, equipment, material, software or system be considered as a substitution; and (ii) such request is approved by the CIB (after consultation with the CIB s Consultant) in the form of a written Addendum issued in advance of the deadline for submittal of Proposals. The products, equipment, materials, software and systems listed and described in the Technical Requirements establish a standard of required function, performance, dimension, appearance and/or quality for the Procurement. Any substitution proposed by an Offeror must provide required information to allow the CIB s Consultant and the CIB to consider whether the product, equipment, material, software and/or system proposed as a substitution meets or exceeds all performance, dimension, appearance and/or quality standards of the item as specifically listed in the Technical Requirements. No request for substitution will be considered, unless the written request has been delivered by an Offeror to the CIB s Consultant via (with a copy to the CIB s Representative) on or before the deadline for requesting substitutions as set forth in Section 10 below. Such request shall include the name, manufacturer and a complete description of the product, equipment, material, software or system which is proposed for substitution, including drawings, performance and test data, operational and maintenance information and all other information necessary for CIB s Consultant and CIB to undertake and complete their evaluation and review. To the extent that a substitution, if approved, would require changes to any other materials, equipment, software, systems or other portions of the Procurement, the request for substitution shall identify and describe, in detail, all such changes or modifications that would be required. If such changes or modifications are material, it may be grounds to deny the substitution. By submitting a request for substitution, the Offeror represents that: (i) it has thoroughly investigated the proposed substitution and has determined that it meets or exceeds, in all respects, the specified product, equipment, material, software or system; (ii) it will provide at least the same warranty for the substituted product, if approved, as required for the specified product; (iii) it will coordinate the delivery and installation and make other changes, if any, which may be required for the Procurement to be timely and properly completed in accordance with all requirements of the RFP Documents; and (iv) it waives all claims for additional costs or time that may be incurred as a result of using the substitute product, if approved. The burden to prove the merits of the proposed substitution is upon the Offeror who makes the request. The CIB, after conferring with the CIB s Consultant, shall retain sole discretion whether to approve or deny a proposed substitution and such decision by the CIB shall be final. If the CIB approves a proposed substitution, after conferring with the CIB s Consultant, such approval will be confirmed by a written Addendum issued by the CIB s Consultant that will be provided to all prospective Offerors. Offerors shall not be entitled to rely upon approvals of substitutions, unless and until approval of the substitution is confirmed in a written Addendum issued by the CIB s Consultant. Any Offeror who includes an approved substitution in its Proposal (irrespective of whether or not that Offeror originally proposed the substitution) shall, by submitting its Proposal, make all the same representations to the CIB as specifically set forth in the preceding paragraph. Notwithstanding the procedures set forth in this Section 5 above, for any Proposal which is based on equipment manufactured by entities listed in the Technical Requirements, or equipment manufactured by entities which have been approved as substitutes under the procedures set forth in this Section 5, the Offeror Page 4 -

9 may include in its Proposal (without prior notice or approval) proposed value engineering options or voluntary Alternates which are consistent with such manufacturers equipment, if and to the extent such options or Alternates are expressly authorized by the Technical Requirements and are specifically set forth in the Proposal form included in the RFP Documents (Section 00300). The CIB retains sole and absolute discretion on whether to accept or reject any such options or Alternates, if a decision is made by the CIB to award a Supply Contract for the Procurement. No substitutions of products, equipment, materials, software or systems will be allowed after award of the Supply Contract, unless specifically reviewed and approved by the CIB, in advance and in writing, after conferring with the CIB s Consultant and to the extent permitted by and in accordance with the RFP Documents and/or the Supply Contract. 6. EVALUATION PROCESS After Proposals are received, the CIB and the CIB s Consultant shall review and consider each Proposal. The CIB and/or the CIB s Consultant may contact Offerors if there are questions regarding one or more of the Proposals or as needed to clarify information contained within a Proposal. If the CIB determines that a Proposal was not submitted in accordance with or does not otherwise satisfy the procedures and requirements of the RFP Documents, that Proposal may be rejected as non-responsive. The CIB also reserves the right to waive irregularities or informalities discovered within a Proposal or that may otherwise arise in the RFP process. To the extent responsible Offerors submit Proposals which the CIB, after consultation with the CIB s Consultant, determines to be reasonably susceptible of being selected for award of the Supply Contract, those Proposals will be considered by the CIB and the CIB s Consultant in light of the Evaluation Criteria set forth in Section 20 below. These Offerors may be requested to participate in discussions with the CIB, including CIB s solicitation of best and final offers to the extent deemed necessary and appropriate by the CIB, and such Offerors will be accorded fair and equal treatment with respect to the opportunity for discussion and revisions of Proposals. An Offeror s receipt of the RFP and RFP Documents, its submittal of a Proposal or the fact that the CIB may engage in discussions with an Offeror, confers no right upon such Offeror, nor imposes any duty or obligation on the CIB. The CIB reserves its right to: (i) award a Supply Contract to the Offeror whose Proposal is deemed to be the most advantageous to the CIB, after considering Proposals in light of the evaluation criteria set forth in the RFP Documents; or (ii) reject all Proposals received. 7. COSTS OF PREPARATION All costs incurred by an Offeror in preparing, submitting and discussing its Proposal shall be borne by the Offeror, as well as any costs to demonstrate any product or equipment, the cost to forward and return delivery of any sample products or equipment and any other cost incurred by the Offeror as part of participating in the RFP process. 8. OWNERSHIP AND DISCLOSURE OF PROPOSALS All documents submitted by an Offeror in response to this RFP shall become the property of CIB and will not be returned to the Offeror. If a Supply Contract is awarded for the Procurement, CIB shall also have the right to duplicate, use or disclose such information as determined to be in the best interest of the CIB, except to the extent such use or disclosure is expressly limited in the RFP Documents and/or the Supply Contract. Each Offeror shall familiarize itself with the provisions of the Indiana Public Records Act, I.C (the Public Records Act ). All Proposals, including the materials and information submitted by Offerors in connection with the RFP, are subject to the Public Records Act. Specifically, Offerors are advised that the Proposals, except for any portion of a Proposal that falls under a specific disclosure exemption of the Public Records Act, may be produced by the CIB following the conclusion of the RFP process Page 5 -

10 If an Offeror believes that information which it makes available to CIB as part of its Proposal constitutes a trade secret or is otherwise exempt from disclosure under the Public Records Act, such Offeror shall specifically and conspicuously identify and designate all such information by placing CONFIDENTIAL in the header or footer of each such page affected. The Offeror shall be solely responsible for all determinations made by it under applicable laws and for clearly and prominently marking each and every page or sheet of materials with CONFIDENTIAL as it determines to be appropriate. Each Offeror is advised to contact its own legal counsel concerning the effect of applicable laws to its own circumstances. Any designation of information as CONFIDENTIAL shall be accompanied by a concise written statement from the Offeror setting forth the specific information deemed to be confidential and the reasons supporting the claim, including citation to the specific section(s) of the Public Records Act that Offeror believes authorizes the exemption from disclosure. Blanket designations that do not identify the specific information deemed confidential and/or designations that do not cite the legal authority supporting such claim, shall not be acceptable and may be cause for CIB to treat the entire Proposal as public information. Should a third party request, pursuant to Indiana s Public Records Act (I.C ) or otherwise, production of information which the Offeror has designated as CONFIDENTIAL, the CIB shall so notify the Offeror. The Offeror shall, promptly upon receipt of such notice, take such action as the Offeror deems necessary and appropriate in an effort to establish the confidential or propriety nature of such information and to avoid the disclosure of the same. Offeror shall inform the CIB of its intentions no later than ten (10) business days after receiving the aforementioned notice. It is understood that CIB will produce documents in accordance with applicable law, unless the Offeror is successful in obtaining a ruling or otherwise establishing to the CIB s satisfaction that certain information is CONFIDENTIAL and should not be produced, as it falls within one of the statutory exceptions to disclosure. An Offeror further agrees to indemnify and hold the CIB harmless from all claims, damages, losses and expenses, including reasonable attorney s fees, incurred by the CIB in response to efforts to compel disclosure of such information. Nothing contained in this provision shall modify or amend requirements and obligations imposed on CIB by the Public Records Act or other applicable law. The provisions of the Public Records Act or other applicable laws shall control in the event of a conflict between the procedures described herein and the applicable law. Submission of a Proposal constitutes an Offeror s agreement to all provisions of this Section. Subject only to the Offeror s ability to successfully contest the production of CONFIDENTIAL information as set forth above, the Offeror consents to the disclosure of its Proposal (or portions thereof) and waives any claim against the CIB for production of documents which include all or parts of the Offeror s Proposal. 9. EVENTS SCHEDULE The current copy of the Events Schedule for Lucas Oil Stadium ( LOS ) as applicable to the Procurement is included in the RFP Documents (Section 00400). The Events Schedule identifies events which are currently scheduled to occur in or about LOS during the anticipated duration of the Procurement and which may impact the Supplier s preparation, delivery and installation activities. Offerors shall review the Events Schedule in developing their Proposals and the information contained in the Events Schedule will be considered during the review and approval of the Supplier s delivery and installation schedule, consistent with the scheduling requirements and procedures set forth in the RFP Documents and Contract Documents for the Procurement. The Events Schedule is subject to change as additional events are booked in Lucas Oil Stadium or if the CIB and promoters agree to any scheduling changes for existing events. The Events Schedule, by its nature, also cannot foretell all conditions that may affect the scheduling of events which are booked in Lucas Oil Stadium and the corresponding availability of portions of Lucas Oil Stadium for the delivery and installation of the Procurement. Should a change in the Events Schedule result in a change to the Supplier s schedule, the Supplier is required, under the terms of the Contract Documents, to waive all claims against the CIB and all other parties for any and all damages which may arise from such schedule change or any required stoppage and resumption of the delivery and installation of the Procurement Page 6 -

11 10. TIME/SCHEDULE/LIQUIDATED DAMAGES Time is of the essence as to the RFP process, the Procurement and the Supply Contract. Milestone Dates applicable to the schedule for the RFP process, the Procurement and the Supply Contract (if the CIB makes an award), are listed below. Such Milestone Dates may be modified and amended from time to time by the CIB, as set forth in a written Addendum provided to all prospective Offerors. Publish Notice of RFP June 15, 2018 Mandatory Pre-Proposal Meeting June 21, 2018 Deadline for Offerors to Submit Questions regarding the RFP Documents and/or Requests for Substitution June 26, 2018 Deadline for CIB and CIB s Consultant to provide responses to Questions and/or Requests for Substitutions July 2, 2018 Deadline for submittal of Proposals to CIB July 9, 2018 on or before 2:00 PM, E.D.T. Notification to Offerors of Interview Schedule (if CIB elects to conduct Interviews or otherwise engage in discussions with certain Offerors) July 18, 2018 Award of Supply Contract September 14, 2018 Commencement of Installation/Integration of Procurement at Lucas Oil Stadium February 1, 2019 Substantial Completion of Procurement July 1, 2019 If the CIB awards a Supply Contract and the selected Supplier fails to achieve Substantial Completion of the Procurement on or before the date for Substantial Completion set forth above, as that date may be adjusted only as permitted by and confirmed in accordance with the Contract Documents, the CIB and Colts will sustain damages that are now difficult to determine with specificity, but will include the following: (i) (ii) The schedule for Substantial Completion of the Procurement as set above and to be confirmed in the Supply Contract, includes a period of time between Substantial Completion and Events thereafter scheduled in Lucas Oil Stadium (as set forth in the Events Schedule included in the RFP Documents at Section 00400), to provide the operators of the Video Control System an appropriate and reasonable time to undertake and complete their training and to practice operation of the finished system prior to the scheduled Events. If Substantial Completion is delayed, the period for training and test operations will be shortened and compressed, which may require the operators to work on a second shift and/or overtime basis, including additional costs attendant therewith, and could result in improper operation during Events, including damages resulting therefrom, due to the time for training and practice not being sufficient as a result of the delay; and To the extent the Procurement is not Substantially Complete at the time Events are held in Lucas Oil Stadium (which Events occur after the contractually required date for Substantial Completion), the CIB will be required to rent TV trucks to provide a Video Control System for such Events Page 7 -

12 Based on the above, if Supplier does not Substantially Complete the Procurement by the contractually required date, the Supplier shall pay to the CIB (for the CIB s and/or Colts interest), the amounts set forth below (which are reasonable estimates of the damages now foreseeable) as liquidated damages and not as a penalty. For each calendar day that Substantial Completion is delayed during the first fifteen (15) day period beyond the contractually required date for Substantial Completion, the Supplier shall pay to the CIB liquidated damages in the amount of one thousand and no/00 dollars ($1,000.00) per day; For each calendar day that Substantial Completion is delayed for the period of sixteen (16) to and including thirty eight (38) days beyond the contractually required date for Substantial Completion, the Supplier shall pay to the CIB liquidated damages in the amount of one thousand five hundred and no/00 dollars ($1,500.00) per day; and To the extent Substantial Completion of the Procurement is delayed beyond the contractually required date for Substantial Completion and such delay extends beyond the following Events which are scheduled and held in Lucas Oil Stadium (as set forth in the then current Events Schedule), the Supplier shall pay to the CIB, in addition to the per diem amounts set forth above, additional liquidated damages as described below: For each Colts home football game of the 2019 NFL Season (including preseason, regular season and/or play-off games) held in Lucas Oil Stadium, the Supplier shall pay to the CIB a single payment (for each game missed) of liquidated damages in the amount of one hundred five thousand and no/00 dollars ($105,000.00). The Event Schedule included in the RFP Documents at Section identifies certain dates on which Colts home games may be held, but the actual Colts schedule for the 2019 season will not be known until hereafter issued by the NFL. The assessment of liquidated damages for Colts home games (in the event the Procurement is not Substantially Complete and the game occurs after the contractually required date for Substantial Completion) will be based on the actual Colts home game dates for the 2019 season once issued by the NFL; For the DCI World Championships to be held in Lucas Oil Stadium August 8, 9 and 10, 2019, the Supplier shall pay to the CIB a single payment of liquidated damages in the amount of sixty thousand and no/00 dollars ($60,000.00); For the Ball State University versus Indiana University football game to be held in Lucas Oil Stadium August 31, 2019, the Supplier shall pay to the CIB a single payment of liquidated damages in the amount of forty five thousand and no/00 dollars ($45,000.00); For the Circle City Classic to be held in Lucas Oil Stadium September 29, 2019, the Supplier shall pay to the CIB a single payment of liquidated damages in the amount of thirty thousand and no/00 dollars ($30,000.00); and For each Indy Eleven home soccer game of the 2019 United Soccer League (including regular season and/or playoff games) held in Lucas Oil Stadium, the Supplier shall pay to the CIB a single payment (for each game missed) of liquidated damages in the amount of fifteen thousand and no/00 dollars ($15,000.00). The Event Schedule included in the RFP Documents at Section identifies certain dates on which Indy Eleven home games may be held, Page 8 -

13 11. PREPARATION AND SUBMISSION OF PROPOSALS but the actual Indy Eleven schedule for the 2019 season will not be known until hereafter issued by the United Soccer League. The assessment of liquidated damages for Indy Eleven home games (in the event the Procurement is not Substantially Complete and the game occurs after the contractually required date for Substantial Completion) will be based on the actual Indy Eleven home game dates for the 2019 season once issued by the United Soccer League. Each Offeror shall submit its Proposal using the Proposal Form included in the RFP Documents (Section 00300), with all blanks to be appropriately filled in. Each Offeror shall also provide with its Proposal all other documents and information required by the RFP Documents, including but not limited to documents and information as identified in Section 19 below, the Technical Requirements and the Proposal Form. Two (2) hard copies of the full Proposal (including all other required documents and information) shall be submitted to the CIB in a sealed envelope, addressed to the attention of Tom Boyle, Director of Operations, and delivered to the Administrative Offices of the CIB, located in the Indiana Convention Center, 100 South Capitol Avenue, Indianapolis, Indiana The transmittal envelope shall be sealed and clearly marked in the lower left hand corner with the following notation: Sealed Proposal Lucas Oil Stadium Video Production System Any hard copy Proposals which are delivered by mail or express delivery shall be enclosed in a second envelope to avoid accidental opening of the sealed Proposal. In addition to the delivery of the hard copies as set forth above, each Offeror shall also upload one electronic copy of its full Proposal to a Dropbox established by the CIB, which will be further identified and described in an Addendum to be issued before the submittal date. Each Offeror shall be responsible to see that its Proposal (both the hard copies and the electronic copy) are submitted to and received by the CIB no later than the indicated date and time for submittal of Proposals as set forth in the RFP and in Section 10 above. Failure to timely submit a Proposal shall be grounds for rejection by the CIB, in which case the rejected Proposal shall be returned to the Offeror unopened. Proposals will be opened by the CIB in accordance with I.C , to avoid disclosure to competing Offerors during the process of clarification, evaluation and negotiation, if any. 12. WITHDRAWAL OF PROPOSALS Proposals that have been submitted early may be withdrawn by written request delivered by the Offeror to the CIB s Representative, so long as such request is made prior to the deadline for the submittal and opening of Proposals. A Proposal that has been timely withdrawn may be resubmitted, but only if the revised Proposal is delivered to the CIB in advance of the submittal deadline. A Proposal may not be withdrawn, modified or cancelled after the deadline for submittal of Proposals and shall remain valid, for the CIB s consideration and potential award of a Supply Contract, for one hundred twenty (120) days after Proposal deadline. 13. MULTIPLE PROPOSALS More than one Proposal from an individual, firm, partnership, corporation or association under the same name or different names will not be considered. Should CIB have reasonable grounds to believe that an Offeror has an interest in more than one Proposal, the CIB may reject all Proposals in which such Offeror is believed to be interested Page 9 -

14 14. REVIEW, DISCUSSION AND REQUEST FOR INFORMATION The CIB may make such investigation as it deems necessary to determine if the Offeror is responsible and if the Proposal has been submitted in accordance with and includes all information required by the RFP and the RFP Documents. The CIB or the CIB s Consultant may contact Offerors after Proposals are received in order to clarify information submitted and to consider matters relevant to the Procurement. The Offeror shall furnish to the CIB or the CIB s Consultant, as directed, all such information and data for this purpose as the CIB may request. With respect to Proposals that CIB determines to be reasonably susceptible of being selected for award, the CIB may also request, at its discretion, best and final offers. If requested, the Offeror shall furnish to the CIB a letter from its insurance company (or companies) confirming that the coverages, limits and terms of insurance required by the RFP Documents can be provided, should the Supply Contract be awarded to the Offeror. An Offeror that is a foreign corporation must be registered with the Indiana Secretary of State to do business in Indiana and shall provide evidence that such registration is in place (and is in good standing) if requested by the CIB. 15. COLLUSION/FALSE ENTRIES/OMISSIONS If the CIB has reasonable grounds to believe that collusion exists among two or more Offerors, or between an Offeror and a third party, the Proposals submitted by those Offerors shall be rejected and the CIB shall have authority to either terminate the current RFP and to recommence the Procurement process at a later date, or the CIB may proceed with the current RFP after rejecting the Proposals of all Offerors believed to be involved in collusion. The CIB shall also have discretion to preclude those involved in such collusion from participating in future RFPs that are issued or contracts that are awarded by the CIB, whether related to the current Procurement or a different procurement. Should an Offeror include false information in its Proposal, that will be deemed a material irregularity and will be grounds, at the CIB s discretion, for rejection of such Proposal. Failure of an Offeror to completely fill out the Proposal Form constitutes an irregularity and will be grounds, at the CIB s discretion, for rejection of such Proposal. 16. REJECTION OF PROPOSALS The CIB reserves the right to reject any and all Proposals and to waive any irregularities and informalities in the RFP Process. 17. EXECUTION OF SUPPLY CONTRACT To the extent a Supply Contract is awarded by the CIB, it will be in the form included within the RFP Documents (Section 00500) and it will be tendered to the Offeror whose Proposal, after considering the Evaluation Criteria set forth in Section 20 below, is determined to be the most advantageous to the CIB. The Offeror to whom the CIB awards the Supply Contract shall execute and return the Supply Contract to the CIB, along with other documents and information required by the RFP Documents or the Supply Contract (Certificates of Insurance, etc.), within five (5) days of the CIB notifying the Offeror of the award. Failure to return the Supply Contract correctly executed and/or to provide all other required information within five (5) days, without written extension by the CIB, shall be grounds, at the CIB s discretion, for withdrawal of the award to that Offeror, in which event the CIB may award the Supply Contract to another Offeror or may reject all Proposals Page 10 -

15 18. SALES TAX The Procurement is exempt from Indiana sales tax, pursuant to IC A copy of the CIB s General Sales Tax Exemption Certificate will be made available upon request. 19. REQUIRED SUBMITTALS IN RESPONSE TO RFP The Proposal must be organized in a logical manner so that the CIB can quickly find all pertinent information. Proposals shall include all required information in a clear, comprehensive and concise manner. (A) Proposal Form and Price 1.1 Each Offeror must complete and submit a written Proposal, utilizing the Proposal Form included in the RFP Documents (Section 00300). 1.2 The Base Price (and Alternate Prices and Unit Cost Prices) set forth in the Proposal Form shall include all costs to be paid by the CIB if the Supply Contract is awarded to that Offeror (as modified by the Alternate Price(s) and Unit Cost Price(s) specifically accepted and approved by the CIB, if any), including all costs for the supply, sale, delivery, installation and performance of all obligations related to the Procurement, as required by and consisted with the RFP and the RFP Documents. 1.3 Each Offeror shall acknowledge receipt of all Addenda as issued by the CIB s Consultant with respect to the RFP, by identifying the number and date of all Addenda in the space provided on the Proposal Form (if no Addenda have been issued, the Offeror shall insert NONE in the appropriate section of the Proposal Form). 1.4 By submitting a Proposal, the Offeror acknowledges that it has taken steps necessary to ascertain all requirements set forth in the RFP and RFP Documents and that it is committing, in accordance with those requirements, to supply, sell, deliver and install the Procurement for the price(s) set forth in the Proposal and as required by and consistent with the RFP and RFP Documents, should the CIB accept the Proposal and award a Supply Contract based thereon. (B) Statement of Qualifications The Offeror shall submit with its Proposal (either as an attachment to the Proposal Form or as a separate document) a Statement of Qualifications. The Statement of Qualifications shall be no more than five (5) pages long and shall outline the Offeror s background, qualifications and experience to properly undertake and timely complete the Procurement in accordance with the RFP Documents. The Statement of Qualifications shall include a description of the last three projects which the Offeror performed in stadia which are home venues for National Football League teams. (C) Financial Statements Each Offeror shall provide an audited or reviewed copy of the Offeror s most recent financial statement for consideration by the CIB. (D) Project Plan, BOM and Other Submittals In addition to the information set forth above, the Offeror shall also provide with its Proposal the following: A Project Plan that generally outlines and describes the sequence, schedule and procedures that will be implemented and followed by the Offeror to supply, sell, deliver and install the Procurement, if awarded the Supply Contract Page 11 -

16 An itemized Bill of Materials (BOM). The fully itemized BOM must include all proposed Video Production System equipment and software, including system and applications servers and/or appliances, system licenses, client licenses, racks or cabinets and all wire, cable and patch cables necessary for interconnection to any existing customer-provided equipment. Separate BOMs must be provided for: Base Bid configuration Each Add Alternate Each Voluntary Alternate proposed by the Offeror. A completed Schedule of Power and Environmentals listing the requirements for all proposed Video Production System equipment included in the Proposal to be part of the Procurement. A detailed Manufacturer Data Sheet for each component and software of the proposed Video Production System. Construction schedule adherence statement for the Offeror for the last 3 years. Proposed project schedule and manpower loading. Identification of key subcontractors and their responsibilities Proposed Project Management Staff and Organization Chart 20. EVALUATION CRITERIA The following evaluation criteria will be used to evaluate all Proposals that have been timely submitted and are determined to be reasonably susceptible of being selected for award. 1. Purchase Price. The price(s) proposed by Offeror in the Proposal Form. 2. Qualifications and Previous Experience. The Offeror s experience in providing products, equipment, materials, systems and services of a similar nature to those set forth in the RFP Documents. 3. Project Plan, BOM and Other Submittals. The extent to which the Offeror s detailed Project Plan, BOM and other submittals for the supply, sale, delivery and installation of the Procurement demonstrate an understanding of the necessary preparation, staging, implementation, after-hours work and acceptance testing requirements for the Procurement, including the extent to which Offeror s detailed description of how the Procurement will be managed and implemented demonstrates an understanding of the specific requirements and challenges, including coordination with the CIB, its consultants/advisors, other trades and the Colts. 4. Compliance to RFP Requirements and Specifications. The extent to which the Proposal conforms to the requirements of the RFP Documents and effect of the Offeror s proposed changes and/or exceptions to the RFP requirements and specifications proposed by the Offeror, if any. 5. Local Support. The Offeror demonstrates that local support, using manufacturer trained/certified personnel, shall be provided through installation and substantial Page 12 -

17 completion, post-acceptance warranty period and the duration of any post-warranty maintenance agreements covering the Procurement or portions thereof, if any. 6. Technical Specifications. Offeror s demonstrated understanding of the performance requirements for the equipment specifications and configuration design, including support and confirmation that the Video Production System, once complete, will meet or exceed the requirements set forth in the RFP Documents. 7. Value. The value for money as determined by the CIB s evaluation team. 8. Financials. The CIB s assessment of the financial stability of the Offeror. All of the Evaluation Criteria listed above shall be considered collectively in reaching a determination and the CIB believes the Evaluation Criteria are of comparable importance. Pricing will be considered in this evaluation but will not, in and of itself, be determinative of the selection process. 21. SELECTION The CIB will evaluate the Proposals consistent with the RFP Documents and in accordance the Evaluation Criteria set forth in Section 20 above and, if a Supply Contract is awarded, that award shall be made to the Offeror whose Proposal is determined to be the most advantageous to the CIB Page 13 -

18 DRAFT LUCAS OIL STADIUM PROPOSAL AND PROCUREMENT REQUIREMENTS SECTION PROPOSAL FORM TO: Capital Improvement Board of Managers of Marion County, Indiana ( CIB ) c/o Indiana Convention Center 100 South Capitol Avenue Indianapolis, Indiana Attention: Tom Boyle, Director of Operations Offeror s Name: Offeror s Full Address: Offeror is a Individual, Partnership, Corporation, Joint Venture or (Other, please state) organized and existing under the Laws of. [To be considered responsive, a foreign corporation must be registered with the Indiana Secretary of State to do business in Indiana and that registration must be in good standing.] The Offeror, in response to the Request for Proposal (RFP) for the above referenced Procurement, has examined the RFP Documents and is familiar with the requirements of and all terms and conditions applicable to the RFP Process and the Procurement. Offeror does hereby propose, in consideration for the price(s) set forth below, to supply, sell, furnish, deliver and install the Procurement in accordance with all information and requirements set forth in the RFP Documents, consistent with the representations made by Offeror in this Proposal Form (and in all materials transmitted with this Proposal) and within the time period set forth in the RFP Documents. Offeror understands that the CIB reserves the right to reject any or all Proposals, to waive any irregularities or informalities in the RFP Process and to hold discussions with Offerors in accordance with the RFP Documents. Offeror acknowledges receipt of the following Addenda (if no Addenda were issued, state None ) and represents that all additions or modifications to, or deletions from, the RFP or the RFP Documents set forth in these Addenda, have been included in the price(s) proposed below. Addendum Addendum Addendum Addendum Date Date Date Date BASE PRICE Offeror proposes to supply, sell, furnish, deliver, install and otherwise satisfy all the base Procurement equipment, systems and components as set forth in the Technical Requirements of the RFP Documents for the following price, which includes the cost of all equipment, material, labor, supplies, software, services, freight, delivery, installation and all other costs necessary to satisfy the base Procurement, in accordance with the RFP Documents, including overhead, profit and applicable taxes. BASE PRICE: $ (words) Page 1 -

19 The following is a breakdown of the proposal for the Base Procurement: Video Production Systems Base Proposal Equipment costs Materials Project Management and Engineering Off Site Labor On Site Labor (own forces) On Site Labor (subcontractors) Taxes Shipping, Transportation, handling, insurance Allowances ALTERNATE PRICES Base Proposal Total Overhead for change orders Labor rate for change orders With respect to the following Alternates as set forth in the Technical Requirements of the RFP Documents, Offeror proposes to provide (or delete) the portion of the Procurement as described in each Alternate, if such Alternate is specifically accepted and approved by the CIB in awarding the Supply Contract. In the event the CIB decides, in its sole discretion, to accept one or more of the Alternates, the Base Price shall either be increased (or decreased) in the specific amount listed below for each of the Alternate(s) accepted and approved by the CIB. Each Alternate Price set forth below shall include all costs to be added to (or deleted from) the Base Price, if such Alternate is accepted and approved by the CIB, including all costs for equipment, material, labor, supplies, software, services, freight, delivery, installation and all other costs associated with the Alternate, including overhead, profit and applicable taxes. Alternate A1 Provide an incremental cost to supply an acceptable Grass Valley Production Switcher Solution in lieu of base bid solution. $ Alternate A2 Provide an incremental cost to supply an acceptable Sony Production Switcher Solution in lieu of base bid solution. $ Add/Deduct Add/Deduct Page 2 -

20 2 Alternate A3 3 Provide an incremental cost to supply an acceptable Ross Video Production Switcher Solution in lieu of base bid solution. $ 4 Alternate B1 5 Provide an incremental cost to supply an acceptable Evertz Microsystems Routing Switcher Solution in lieu of base bid solution $ 6 Alternate B2 7 Provide an incremental cost to supply an acceptable EVS based Routing Switcher Solution in lieu of base bid solution. $ 8 Alternate B3 Provide an incremental cost to supply an acceptable Imagine Video Routing Switcher Solution in lieu of base bid solution. $ 9 Alternate B4 Provide an incremental cost to supply an acceptable Lawo Routing Switcher Solution in lieu of base bid solution. $ 10 Alternate C1 Provide an incremental cost to supply an acceptable Calrec Audio Mixer Solution in lieu of base bid solution. $ 11 Alternate C2 Provide an incremental cost to supply an acceptable Yamaha Audio Mixer Solution in lieu of base bid solution. $ 12 Alternate D1 Provide an incremental cost to supply an acceptable Grass Valley Camera Solution in lieu of base bid solution. $ 13 Alternate D2 Provide an incremental cost to supply an acceptable Sony Camera Solution in lieu of base bid solution. $ Add/Deduct Add/Deduct Add/Deduct Add/Deduct Add/Deduct Add/Deduct Add/Deduct Add/Deduct Add/Deduct Page 3 -

21 14 Alternate E1 Provide an incremental cost to supply an acceptable Chyron Character Generator Solution in lieu of base bid solution. $ 15 Alternate E2 Provide an incremental cost to supply an acceptable Ross Video Character Generator Solution in lieu of base bid solution. $ 16 Alternate F1 Provide an incremental cost to supply an acceptable Evertz Slow Motion Solution in lieu of base bid solution. $ 17 Alternate F2 Provide an incremental cost to supply an acceptable EVS Slow Motion Solution in lieu of base bid solution. $ 18 Alternate G1 Provide an incremental cost to upgrade all Type 1 intercom panels (ICOM 1) to Type 2 intercom Panels (ICOM 2). $ 19 Alternate G2 Provide an incremental cost to upgrade LED position Type 4 intercom panels (ICOM4) to Type 5 intercom Panels (ICOM5). $ 20 Alternate H1 Provide incremental cost to upgrade Type 1 Router Switcher Button Per Source Panel (RSBPS 1) to Type 2 Router Switcher Button Per Source Panel (RSBPS 2) at all Slo Mo positions $ Add/Deduct Add/Deduct Add/Deduct Add/Deduct Add/Deduct Add/Deduct Add/Deduct 21 Alternate H1 Provide incremental cost to provide a second Type 1 Audio monitor (AMON 1) at all Slo Mo positions $ Add/Deduct 22 Alternate H2 Provide incremental cost to provide a second Type 1 Audio monitor (AMON 1) at all Slo Mo positions $ Add/Deduct 23 Alternate H Page 4 -

22 Provide incremental cost to provide a second 1x3 Monitor Wall with Mounts, Type 1 MIV, and conversion equipment in front of the 120 Series Millwork $ 24 Alternate I Provide incremental cost to provide upgraded slow motion and camera systems as described in $ Add/Deduct Add/Deduct a. Voluntary Savings. This is an area where a vendor may suggest alternate resolutions, sizes, or deviation from technical specifications. Attach a separate enumeration of items UNIT COSTS With respect to the following Unit Costs as set forth in the Technical Requirements of the RFP Documents, Offeror proposes that the Unit Costs set forth below shall be used in adding/deleting one or more of the following pieces of equipment, supplies or materials from the Procurement, to the extent directed in writing by the CIB either before or after the award of the Supply Contract. The following Unit Costs shall include all additional costs to supply, deliver and install the items listed below if added to the scope of the Procurement, or all the savings that will be incurred if the items listed below are removed from the scope of the Procurement. Such added costs or savings shall include the cost of the equipment, material, labor, supplies, software, services, freight, delivery, installation and all other costs associated with the Unit Costs, including overhead, profit and applicable taxes. These Unit Costs shall be utilized to determine the corresponding change to the Contract Sum, in the event that the CIB adds or deletes one or more of the following items from the scope of the Procurement. Unit Cost A1 Unit Costs to add/deduct one (1) Type 1 Camera, CCU, and RCP with associated equipment $ Unit Cost A2 Unit Costs to add/deduct one (1) Type 2 Camera and RCP with associated equipment $ Unit Cost A3 Unit Costs to add/deduct one (1) Type 3 Camera, CCU, and RCP with associated equipment $ Unit Cost A4 Unit Costs to add/deduct one (1) Type 4 Camera, CCU, and RCP with associated equipment $ Unit Cost A Page 5 -

23 Unit Costs to add/deduct one (1) Type 1 POV Controller $ Unit Cost A6 Unit Costs to add/deduct one (1) Type POV $ Unit Cost A7 Unit Costs to add/deduct one (1) Type 2 POV $ Unit Cost B1 Unit Costs to add/deduct one (1) Type 1 Lens and Support Configuration $ Unit Cost B2 Unit Costs to add/deduct one (1) Type 2 Lens and Support Configuration $ Unit Cost B3 Unit Costs to add/deduct one (1) Type 3 Lens and Support Configuration $ Unit Cost B4 Unit Costs to add/deduct one (1) Type 4 Lens and Support Configuration $ Unit Cost C Unit Costs to add/deduct one (1) Type 1 Character Generator and associated KVM transmitter $ Unit Cost D1 Unit Costs to add/deduct one (1) Type 1 Multi- Image Viewer $ Unit Cost D2 Unit Costs to add/deduct one (1) Type 2 Multi- Image Viewer $ Page 6 -

24 Unit Cost D3 Unit Costs to add/deduct one (1) Type 3 Multi- Image Viewer $ Unit Cost E1 Unit Costs to add/deduct six (6) channels of 1080p60 record and two (2) channels of 1080p60 slow motion playout with associated control and KVM extension $ Unit Cost E2 Unit Costs to add/deduct four (4) channels of 1080p60 playout with associated control and KVM extension $ Unit Cost E3 Unit Costs to add/deduct two (2) channels of 1080p High Frame Rate record and two (2) channels of 1080p60 slo motion playout with associated control and KVM extension $ Unit Cost E4 Unit Costs to add/deduct two (2) channels of 4kp60 record and two (2) channels of 1080p60 pan and scan slow motion playout with associated control and KVM extension $ Unit Cost F Unit Costs to add/deduct one (1) Type 1 Audio Monitor and associated connectivity $ Unit Cost G1 Unit Costs to add/deduct one (1) Type 1 Intercom Panel $ Unit Cost G2 Unit Costs to add/deduct one (1) Type 2 Intercom Panel $ Unit Cost G Page 7 -

25 Unit Costs to add/deduct one (1) Type 3 Intercom Panel $ Unit Cost G4 Unit Costs to add/deduct one (1) Type 4 Intercom Panel $ Unit Cost G5 Unit Costs to add/deduct one (1) Type 1 Wireless Intercom Belt Pack $ Unit Cost G6 Unit Costs to add/deduct one (1) Type 1 Wireless Intercom Antenna $ Unit Cost H1 Unit Costs to add/deduct one (1) Type 1 Routing Switcher Button Per Source Panel $ Unit Cost H2 Unit Costs to add/deduct one (1) Type 1 Routing Switcher XY Panel $ Unit Cost I1 Provide annual costs for all software and hardware support for full Routing Switcher, IP Gateways and Multi-image viewing Systems provided as base bid. Annual costs shall be for ten years following expiration of the project warranty period. $ Unit Cost I2 Provide annual costs for all software and hardware support for Production Switcher provided as base bid. Annual costs shall be for ten years following expiration of the project warranty period. $ Page 8 -

26 Unit Cost I3 Provide annual costs for all software and hardware support for all Character Generators provided as base bid. Annual costs shall be for ten years following expiration of the project warranty period. $ Unit Cost I4 Provide annual costs for all software and hardware support for all Slow Motion and Clip Players provided as base bid. Annual costs shall be for ten years following expiration of the project warranty period. $ ATTACHMENTS Offeror certifies that all information contained in, attached to or submitted with this Proposal is true and accurate, including but not limited to the following: Statement of Qualifications provided in accordance with Section 19(B) of the RFP Process/Instructions to Offerors. Financial Statements provided in accordance with Section 19(C) of the RFP Process/Instructions to Offerors. The following Submittals provided in accordance with Section 19(D) of the RFP Process/Instructions to Offerors: o Project Plan o Bill of Materials (BOM) o Schedule of Power and Environmentals o Manufacturer Data Sheets Construction schedule adherence statement for the Offeror for the last 3 years. Proposed project schedule and manpower loading. Identification of key subcontractors and their responsibilities. Proposed Project Management Staff and Organization Chart Offeror also confirms that CIB may review and rely upon all such information in its consideration of this Proposal and in its award of the Supply Contract, if this Proposal (after discussion and taking into account best and final offers, if any) is determined to be the most advantageous to the CIB considering price and the other evaluation criteria set forth in the RFP Documents. ADDITIONAL DECLARATIONS The Offeror certifies that it has thoroughly reviewed the RFP Documents (including all Addenda, if any) and has had the opportunity to pose questions and obtain interpretations or clarifications concerning the RFP Documents. Offeror certifies for itself (and for all its sub-consultants and subcontractors, if any) compliance with existing laws of the City of Indianapolis, the State of Indiana and the United States regarding prohibition of discrimination in employment practices on the basis of race, religion, color, sex, sexual orientation, gender identity, disability, national origin, disabled veteran status and Vietnam-era veteran status. Offeror further certifies that it (a) has formulated its own Affirmative Action Plan for the recruitment, training and employment of minorities and women, including goals Page 9 -

27 and timetables; and (b) strongly encourages the use of small businesses, minority-owned businesses, women-owned businesses and veteran-owned businesses in its operation. Offeror further certifies that if awarded the Supply Contract it shall confirm that Offeror is not engaged in investment activities in Iran as described in I.C Offeror understands and agrees that this Proposal shall remain open and shall not be withdrawn or modified for a period of one hundred twenty (120) days following the date for submittal of Proposals as set forth in the RFP Documents. If notified by the CIB of the acceptance of this Proposal and the CIB s intent to award a Supply Contract within that one hundred twenty (120) day period, the undersigned Offeror shall within five (5) days of receiving that notice: (i) promptly execute and return the Supply Contract to the CIB; (ii) provide evidence of the insurance coverages and limits as required by the RFP Documents; and (iii) provide any other information required by the RFP Documents. Offeror also understands and agrees that the CIB reserves the right to reject all Proposals received and elect not to proceed with the Procurement (or to postpone the Procurement to a later date) if the CIB determines that to be in its best interest. NON-COLLUSION AFFIDAVIT The undersigned Offeror or its agent, being duly sworn under oath, says that he or she has not, nor has any other member, representative or agent of the firm, company, corporation or partnership represented by him or her, entered into a combination, collusion or agreement with any other person relative to the price to be proposed by anyone with respect to the current Request for Proposals, nor to prevent any person from submitting a Proposal, nor to induce anyone to refrain from submitting a Proposal; and that this Proposal is made without reference to any other Proposal and without agreement, understanding or combination with any person in reference to such Proposal. The undersigned further says that no person or persons, firms or corporations has, have or will receive, directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such Procurement Page 10 -

28 OATH AND AFFIRMATION I affirm, under penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief. Dated this day of, 20. (Name of Organization) (Full Address) BY: Printed Name: Title: Telephone: ( ) ACKNOWLEDGEMENT Important Notary Signature and Seal Required in the Space Below STATE OF COUNTY OF SS: Subscribed and sworn to before me this day of, 20. My commission expires: Residing in (Signed) County, State of Page 11 -

29 DRAFT LUCAS OIL STADIUM PROPOSAL AND PROCUREMENT REQUIREMENTS SECTION EVENTS SCHEDULE A. A current copy of the Events Schedule for Lucas Oil Stadium applicable to the Procurement is attached hereto for reference purposes. B. This Events Schedule identifies events which are currently scheduled to occur in, on or about Lucas Oil Stadium and which may impact the installation, integration, start-up and testing of the Procurement should the CIB award a Supply Contract. C. The Events Schedule and the information contained therein will be considered in the review and approval of the Supplier s schedule for the installation, integration, start-up and testing of the Procurement, consistent with the scheduling requirements and procedures set forth in the RFP Documents and the Contract Documents. D. The Events Schedule, by its nature, cannot foretell all conditions that may affect the scheduling and operation of Events and the corresponding availability of portions of Lucas Oil Stadium for the installation, integration, start-up and testing of the Procurement. The Events Schedule is also subject to revisions and additions as new Events are booked in Lucas Oil Stadium or as schedule changes are made to existing Events, including changes for Colts NFL home football games and Indy Eleven home soccer games. The current Events Schedule identifies certain dates on which Colts home games and Indy Eleven home games may be held in Lucas Oil Stadium, but the actual Colts schedule for the 2019 season will not be known until issued by the NFL and the actual Indy Eleven schedule for the 2019 season will not be known until issued by the United Soccer League. The CIB will provide updated and current Event Schedules on request. Should the CIB award a Supply Contract and should a change in the Events Schedule require a change in the Supplier s schedule, the Supplier shall make the required change to its schedule without claim against the CIB or others for alleged damages resulting therefrom, including without claim for stoppage and resumption of the Procurement, if necessary Page 1 -

30 Page 2 -

31 Page 3 -

32 DRAFT LUCAS OIL STADIUM PROPOSAL AND PROCUREMENT REQUIREMENTS SECTION SUPPLY CONTRACT This Supply Contract ( Contract ) is made and entered into this day of, 2018, by and between the Capital Improvement Board of Managers of Marion County, Indiana ( CIB ) and ( Supplier ). RECITALS: WHEREAS, the CIB is a political subdivision organized and existing under the laws of the State of Indiana for, among other purposes, the financing, constructing, equipping, operating and maintaining of capital improvements; WHEREAS, the CIB operates Lucas Oil Stadium located in Indianapolis, Indiana, which is a multi-purpose venue that hosts various sporting, entertainment, conventions and other public/private events; WHEREAS, in accordance with and subject to the terms and conditions of a Lease Agreement and a Video Board Agreement as between the CIB and the Indianapolis Colts, Inc. ( Colts ), the Colts play their National Football League home games in Lucas Oil Stadium and have certain rights to occupy, use and conduct business in Lucas Oil Stadium, including the right to occupy, use and operate the Video Production System and the Video Control Room at Lucas Oil Stadium; WHEREAS, the CIB previously issued a Request for Proposal dated, 2018 (including RFP Documents as referenced and defined therein) with respect to the supply, sale, delivery and installation of a Video Production System for Lucas Oil Stadium ( Procurement ); WHEREAS, CIB retained Wrightson, Johnson, Haddon & Williams, Inc. ( CIB s Consultant ) to assist in the development of the RFP Documents and to provide certain administrative services during the supply, sale, delivery and installation of the Procurement; WHEREAS, the Proposal submitted by the Supplier in response to the RFP was found to be the most advantageous to the CIB, considering price and the other evaluation criteria set forth in the RFP Documents; and WHEREAS, the CIB and Supplier now agree that Supplier shall supply, sell, deliver and install the Video Production System, all in accordance with and subject to this Contract and the RFP Documents. NOW, THEREFORE, the CIB and Supplier enter into this Contract in consideration of and subject to all terms and conditions as set forth herein, including all of the Recitals which are incorporated as a part of this Contract. SECTION 1: Introduction 1.1 All capitalized terms in this Contract shall be as defined in the RFP Documents, unless otherwise expressly defined herein. 1.2 The RFP Documents are incorporated into and made a part of this Contract by reference. This Contract and the RFP Documents are to be read in conjunction with and as supplements to one another and shall hereafter collectively be referred to as the Contract Documents. However, in the event of any direct conflict between a specific term or condition of this Contract and an RFP Document, this Contract shall prevail and control as to that specific term or condition. The Contract Documents include the current Events Schedule for Lucas Oil Stadium applicable to the Procurement, which is attached to this Contract as Exhibit A. As set forth in the RFP Documents, the Events Schedule is subject to change, including, but not limited to, identification of the actual dates

33 for Colts home football games to be held in Lucas Oil Stadium during the 2019 season once issued by the National Football League and identification of the actual dates for Indy Eleven home soccer games to be held in Lucas Oil Stadium during the 2019 season once issued by the United Soccer League. The Supplier shall schedule, undertake and complete the Procurement so as not to prevent, disrupt or unreasonably interfere with Events held in Lucas Oil Stadium, as set forth in the Events Schedule attached hereto as Exhibit A or as hereafter revised and updated, all without claim for increased cost as against the CIB or others. SECTION 2: Term of the Contract/Milestone Dates 2.1 The term of the Contract shall commence as of the date first set forth above and shall continue until the Procurement is completed in accordance with the terms and conditions of this Contract, including adherence to the milestone dates set forth herein. Upon execution of this Contract, Supplier shall promptly proceed to acquire, purchase and compile the supplies, materials, equipment, software, and systems which are required for the Procurement (hereafter collectively referred to as the Supplies ), with the installation and integration of the Video Production System to commence on-site at Lucas Oil Stadium on February 1, Supplier shall substantially complete the Procurement on or before July 1, 2019, meaning that all Supplies required as part of the Procurement shall have been procured, furnished, delivered, installed, integrated, tested and shown to operate in a fully functional manner, consistent with the Contract Documents and so that the Video Production System can be utilized for its intended purpose by the CIB and the Colts ( Substantial Completion ). 2.2 If the Supplier believes that its performance of the Procurement is delayed by an act or neglect of the CIB, the CIB s Consultants or the Colts, or by changes ordered in the Procurement, by fire, unavoidable casualties or other causes beyond the Supplier s control, the Supplier shall promptly notify the CIB and CIB s Consultant, in writing, of the alleged cause of such delay and the alleged impact to the schedule for Supplier s performance of the Procurement. To the extent the CIB agrees with the Supplier s notice and the alleged grounds for delay, in whole or in part and after consultation with the CIB s Consultant, the milestone dates directly affected by such delay shall be adjusted as confirmed by the CIB in writing. If the CIB disagrees with the Supplier s notice and the alleged grounds for delay, in whole or in part, the Supplier may assert a claim in accordance with the Dispute Resolution procedures set forth in Section The date for Substantial Completion as set forth in Section 2.1 may be adjusted only as permitted by and in accordance with Section 2.2. In the event Supplier fails to timely achieve Substantial Completion of the Procurement, the Supplier shall pay liquidated damages to the CIB (for the CIB s and/or the Colts interest) as set forth below: For each calendar day that Substantial Completion is delayed during the first fifteen (15) day period beyond the contractually required date for Substantial Completion, the Supplier shall pay to the CIB liquidated damages in the amount of one thousand and no/00 dollars ($1,000.00) per day; For each calendar day that Substantial Completion is delayed for the period of sixteen (16) to and including thirty eight (38) days beyond the contractually required date for Substantial Completion, the Supplier shall pay to the CIB liquidated damages in the amount of one thousand five hundred and no/00 dollars ($1,500.00) per day; and To the extent Substantial Completion of the Procurement is delayed beyond the contractually required date for Substantial Completion and such delay extends beyond the following Events which are scheduled and held in Lucas Oil Stadium (as set forth in then current Events Schedule), the Supplier shall pay to the CIB, in addition to the per diem amounts set forth above, additional liquidated damages as described below: For each Colts home football game of the 2019 NFL Season (including pre-season, regular season and/or play-off games) held in Lucas Oil Stadium, the Supplier shall pay to the CIB a single payment (for each game missed) of liquidated damages in the amount of one hundred five thousand and no/00 dollars ($105,000.00). The Event Schedule Page 2 -

34 attached to this Contract as Exhibit A, identifies certain dates on which Colts home games may be held in Lucas Oil Stadium, but the actual Colts schedule for the 2019 season will not be known until hereafter issued by the NFL. The assessment of liquidated damages for Colts home games (in the event the Procurement is not Substantially Complete and the game occurs after the contractually required date for Substantial Completion) will be based on the actual Colts home game dates for the 2019 season once issued by the NFL; For the DCI World Championships to be held in Lucas Oil Stadium August 8, 9 and 10, 2019, the Supplier shall pay to the CIB a single payment of liquidated damages in the amount of sixty thousand and no/00 dollars ($60,000.00); For the Ball State University versus Indiana University football game to be held in Lucas Oil Stadium August 31, 2019, the Supplier shall pay to the CIB a single payment of liquidated damages in the amount of forty five thousand and no/00 dollars ($45,000.00); For the Circle City Classic to be held in Lucas Oil Stadium September 29, 2019, the Supplier shall pay to the CIB a single payment of liquidated damages in the amount of thirty thousand and no/00 dollars ($30,000.00); and For each Indy Eleven home soccer game of the 2019 United Soccer League (including regular season and/or playoff games) held in Lucas Oil Stadium, the Supplier shall pay to the CIB a single payment (for each game missed) of liquidated damages in the amount of fifteen thousand and no/00 dollars ($15,000.00). The Event Schedule attached to this Contract as Exhibit A identifies certain dates on which Indy Eleven home games may be held, but the actual Indy Eleven schedule for the 2019 season will not be known until hereafter issued by the United Soccer League. The assessment of liquidated damages for Indy Eleven home games (in the event the Procurement is not Substantially Complete and the game occurs after the contractually required date for Substantial Completion) will be based on the actual Indy Eleven home game dates for the 2019 season once issued by the United Soccer League. Supplier and CIB acknowledge and agree that it is now difficult to determine the actual damages that will be sustained by the CIB and Colts should there be a delay in Substantial Completion of the Procurement. Supplier and CIB further acknowledge and agree that the amounts listed above are reasonable estimates of foreseeable damages that will be incurred by the CIB and/or Colts should there be a delay (including damages as listed in the RFP Documents) and, as such, will be paid by the Supplier as liquidated damages and not as a penalty. Owner may recover liquidated damages which accrue under this Section 2.3, if any, from amounts otherwise due and owing pursuant to this Contract and, if the unpaid balance of the Contract Sum is not sufficient to cover full payment of the liquidated damages, the Supplier shall pay the difference to the CIB. SECTION 3: Supplier s Obligations 3.1 Supplier shall promptly commence and diligently proceed with the Procurement as necessary to timely achieve completion of the Procurement, as set forth in Section 2 above and consistent with the requirements of the Contract Documents, with any adjustment to the milestone dates only to the extent permitted by the Contract Documents and as approved by the CIB in writing. All time periods stated above or as otherwise required by the Contract Documents are of the essence of this Contract. The Supplier shall schedule and perform its services and work so as not to prevent, disrupt or unreasonably interfere with events held in Lucas Oil Stadium (as described in the current Events Schedule attached to this Contract as Exhibit A, which may be subject to additions and revisions as set forth herein), including, if and to the extent necessary, performing its services and work on a second or third shift, on an overtime basis and/or supplementing its crew size, all without claim for increase to the Contract Sum. Prior to installation and integration of the Procurement commencing at Lucas Oil Stadium, Supplier shall prepare and deliver to the CIB a detailed schedule of how the Supplier intends to undertake and complete the installation and integration process. Such schedule shall be consistent with the milestone date and other scheduling requirements set Page 3 -

35 forth in the Contract Documents and shall be subject to the review and written approval of the CIB. The CIB s review and approval shall be limited to consideration of the Supplier s proposed schedule in light of the Events Schedule and operation and maintenance requirements for Lucas Oil Stadium, in order to prevent conflicts and unreasonable disruption to scheduled events and the operation and maintenance of the Stadium. The CIB s review and approval shall not extend to the means, methods, techniques, sequences and procedures by which Supplier intends to install and integrate the Procurement, for which the Supplier shall retain sole responsibility. Once the CIB approves the proposed schedule, Supplier shall not deviate therefrom without CIB s written approval, granted in advance and in writing. 3.2 Supplier shall provide from its own manufacturing facilities (or shall purchase and acquire from other manufacturers) the Supplies which make up the Procurement and shall deliver and transfer the title of such Supplies to the CIB (or as otherwise directed by the CIB), all in accordance with and subject to the terms and conditions of the Contract Documents. 3.3 Supplier shall (or shall arrange for) the delivery and installation of all such Supplies which are part of the Procurement, including undertaking ancillary construction as necessary to complete the delivery and installation of the Video Production System, all in accordance with and subject to the terms and conditions of the Contract Documents. 3.4 Supplier shall provide (to the extent of Supplies which it manufactures) or shall obtain from the entities who manufacture other Supplies, all warranties as required by the Contract Documents and as are consistent with industry standards applicable to the individual components which are part of the Procurement. All such warranties shall be delivered to the CIB as a requirement of and condition to Supplier s final completion of the Procurement. Without limiting the obligations as set forth above, the Supplier warrants to the CIB and Colts that the Supplies will be procured, furnished, delivered and installed pursuant to the Contract Documents, will be of good quality and new, will be free from faults and defects and that all aspects of the Procurement will conform to the requirements of the Contract Documents. If any portion of the Supplies or the Procurement do not conform to these requirements, including substitutions not properly approved and authorized, that portion will be considered defective and will be corrected by the Supplier without additional charge or cost to the CIB. 3.5 If a defect or deficiency is discovered in the Procurement within one year of substantial completion (as defined in Section 2 above), or such longer period to the extent of an extended warranty specifically required by the Contract Documents, the Supplier shall correct such defect or deficiency promptly after being provided notice thereof, without cost to the CIB, unless the CIB has previously given the Supplier a written acceptance of the condition. The period for correction of defects or deficiencies as stated herein shall not establish a statute of limitation or otherwise limit or restrict the period in which the CIB may enforce the Supplier s other obligations under this Contract, including but not limited to the Supplier s warranties under Section The Supplier s obligations under Sections 3.4 or 3.5 shall not extend to: defects or deficiencies caused by abuse of third parties for whom the Supplier is not responsible; alterations to the Procurement not executed by the Supplier or those for whom the Supplier is responsible; or improper or insufficient maintenance by others (unless Supplier directed the maintenance to be performed or failed to adequately train the Colts or CIB s operating and maintenance personnel as required by the Contract Documents). 3.7 Supplier and those operating under its direction and control shall adhere to all laws, rules, codes, statutes and other governmental or regulatory requirements applicable to its supply, sale, delivery and installation of the Procurement. 3.8 Supplier shall be responsible for its employees, consultants, subcontractors and its other representatives, if any, with respect to all their acts or omissions in providing the Supplies or otherwise delivering and installing the Procurement. The Supplier shall be responsible for initiating, maintaining and supervising all safety precautions and programs applicable to its performance under this Contract, including the safety of persons or property and their protection from damage, injury or loss and for compliance with all requirements of OSHA and/or IOSHA. Supplier shall remain the controlling employer of all persons and entities who, in whole or in part, are Page 4 -

36 involved with procuring, delivering, installing, starting up and/or testing/commissioning of the Procurement while they are in or about Lucas Oil Stadium. 3.9 To the extent the Contract Documents require Supplier to provide design or other professional services for portions of the Procurement that are to be provided on a design-build or delegated design basis: (A) (B) (C) (D) (E) (F) Such services shall be provided in accordance with all performance specifications or other design criteria set forth in the Contract Documents; The Contract Sum includes the cost to provide all required professional services; The professional services shall be provided in accordance with the standard of skill and care as performed or furnished by other entities who routinely provide the same type or discipline of professional services under similar circumstances; The professional services shall conform to all applicable laws, statutes, codes, rules or other governmental or regulatory requirements; To the extent required by law and/or as necessary to comply with the applicable standard of care, the professional services shall be provided by (or under the direct supervision of) licensed professionals who shall also stamp drawings, specifications or other submittals; and Professional Liability insurance shall be procured in accordance with Section 5.1 of this Contract. SECTION 4: Compensation 4.1 In consideration for all Supplies, labor, professional or other services, freight and other incidental costs as incurred or to be incurred by the Supplier in order to supply, sell, deliver and install the Procurement in accordance with the Contract Documents (which the Supplier expressly acknowledges having received and carefully reviewed and which are incorporated herein by reference), the CIB agrees to pay to the Supplier the following stipulated sum ( Contract Sum ): Dollars ($ ) [INSERT If the Contract Sum includes one or more Alternates, or if agreed Unit Prices or other cost factors were part of the award, insert herein an identification and description of all such items] 4.2 Partial payments on the Contract Sum shall be made on a monthly basis consistent with Applications for Payments that are submitted, reviewed and approved as set forth herein. All Applications for Payment submitted by the Supplier must be reviewed by the CIB s Consultant and the CIB s Representative and approved by the CIB s Board of Managers at its monthly meetings held in accordance with Indiana law applicable to public boards. Supplier shall submit its monthly Applications for Payment to the CIB s Consultant (with a copy to the CIB s Representative) by the twentieth (20 th ) of each month. The amount requested in each Application for Payment shall be limited to the percentage of the Procurement which has been properly completed as of the date of each Application for Payment is submitted and reflecting amounts which were included in prior Applications for Payment and paid by the CIB. Each Application for Payment shall be reviewed by the CIB s Consultant who shall certify the amount which is then due and owing. The CIB shall pay the portion of each Application for Payment that has been timely and properly submitted, reviewed and certified by the CIB s Consultant and as approved by the CIB, no later than the twentieth (20 th ) day of the following month. Any Application for Payment submitted after the twentieth (20 th ) day of the month, will not be reviewed, processed and paid until the twentieth (20 th ) day of the second month thereafter Page 5 -

37 4.3 CIB shall be entitled to withhold payment from the Supplier in the following circumstances and in such amount as reasonably necessary to protect the CIB against costs, damages or expenses which the CIB has incurred, or to which the CIB may be exposed, due to acts or omissions of the Supplier or those for whom the Supplier is responsible: (A) (B) (C) Failure of Supplier to make proper or timely payment to its employees, vendors, consultants, subcontractors or other parties for whom it is responsible with respect to the Supplies or the Procurement; Damage to the CIB caused by the acts or omissions of the Supplier, its employees, vendors, consultants, subcontractors or other parties for whom the Supplier is responsible; and/or Failure of the Supplier to provide its services and/or work in accordance with the terms of the Contract Documents. If the CIB withholds payment of any amount on an Application for Payment submitted by the Supplier, the CIB shall so notify the Supplier, in writing, and payment shall be made on any portion of the Application for Payment which has been approved. Once the reason for withholding payment has been corrected or resolved, the CIB shall make payment of the amount previously withheld. 4.4 Amounts which are due under this Contract (not including amounts withheld by the CIB per the terms of this Contract) and which are unpaid fifteen (15) days after the date for payment as set forth herein, shall bear interest at the lesser of the following two rates: (i) prime rate (as reported by the Wall Street Journal) plus 2%; or (ii) eight percent (8%). 4.5 CIB shall be entitled to withhold retainage in the amount of five percent (5%) on all approved Applications for Payments, until the Procurement is substantially complete. To the extent there are written modifications to this Contract in accordance with Section 4.8 below which adjust the amount of Contract Sum, retainage shall also be appropriately adjusted so that the retained amount equals five percent of all Applications for Payment as approved and paid by the CIB. In the event there are any uncompleted or defective items at Substantial Completion of the Procurement (as defined in Section 2), the CIB shall be entitled to withhold one hundred fifty percent (150%) of the value of such items until they are completed or corrected. 4.6 Supplier warrants that title to all Supplies covered by an Application for Payment will pass to the CIB (or others as designated by the CIB) no later than the date of payment by the CIB. Payment shall be made only on account of the Supplies which have been actually delivered to and installed at Lucas Oil Stadium, unless the CIB has agreed, in advance and in writing, to make payment for Supplies that have been procured and are suitable stored at an off-site location. Payment for Supplies stored off-site shall be conditioned upon Supplier s compliance with procedures, satisfactory to the CIB, which establish the CIB s title to such Supplies, provide adequate insurance for such Supplies and confirm and protect the CIB s interest in, access to and control over such Supplies. 4.7 Supplier shall provide with each Application for Payment, on a form approved by the CIB, an Affidavit and Partial Waiver and Release of Claims for Payment (which will become effective upon the CIB s payment of the Application for Payment). If requested by the CIB, Supplier shall also provide Affidavit(s) and Partial Waiver and Release of Claims from its vendors, consultants and/or subcontractors, as designated by the CIB, confirming they have received their appropriate share of payments from amounts previously paid by the CIB pursuant to the Supplier s prior Application for Payment. 4.8 CIB shall have the right to change, expand or decrease the scope of the Procurement to be provided by the Supplier pursuant to this Contract, subject to an equitable adjustment being made to the Contract Sum and/or the schedule for completion of the Procurement to the extent directly caused by such Change. If CIB requests or identifies a potential change, the Supplier shall promptly provide to the CIB its estimate of additional costs (or savings) associated with such change and the impact on the schedule for completion of the Procurement, if any. It is acknowledged and agreed that Supplier shall proceed with the change and the Contract Sum and/or Page 6 -

38 schedule shall be adjusted only if authorized and directed by the CIB, in advance and in writing. Failure of the Supplier to obtain the CIB s prior written approval shall constitute a waiver of any claim by the Supplier to later request a change to the Contract Sum or a change to the schedule for completion of the Procurement. SECTION 5: Insurance 5.1 Supplier shall purchase and maintain throughout the term of this Contract (including extended periods for designated coverages as set forth below) the following minimum coverages, limits and terms of insurance as will provide coverage for claims that may arise out of or result from the supply, sale, delivery and installation of the Procurement in accordance with the Contract Documents and any other activities provided by Supplier, its employees, consultants, subcontractors or other parties, if any, for whom Supplier is responsible. Workers Compensation Statutory Requirement Employer s Liability Bodily Injury by Accident Bodily Injury by Disease Bodily Injury by Disease $1,000,000/each accident $1,000,000/policy limits $1,000,000/each employee Commercial General Liability General Aggregate $2,000,000 Products/Completed Operations Aggregate $2,000,000 Personal Injury (with Employment Exclusion Deleted) and Advertising Injury $1,000,000 Each Occurrence Limit $1,000,000 Damages to Rented Premises $100,000 Coverage provided by this policy shall include contractual coverage for liability assumed by contract. Products/Completed Operations Coverage shall be maintained for three (3) years following the end of the term of this Contract and Supplier shall provide a Certificate of Insurance (at substantial completion of the Procurement and periodically during the three year period to the extent requested by CIB), showing that this coverage remains in effect. Endorsement providing additional insured status for ongoing Products/Completed Operations shall be ISO Forms CG , or a combination of ISO Forms CG and CG , or substitute forms approved by the CIB, in writing, which provide equivalent coverage. Automobile (for all owned, non-owned and hired vehicles, as well as uninsured and underinsured vehicles) Combined Single Limit $1,000,000 Umbrella/Excess Separate Umbrella policy (written in excess of the Commercial General Liability, Employer s Liability and Auto policies on a follow form basis). General Aggregate $5,000,000 Each Occurrence $5,000,000 Professional Liability To the extent Supplier is required by the Contract Documents to provide professional design or other professional services (either individually or through its vendors, consultants or subcontractors), Supplier shall provide a policy providing coverage for claims arising out of the performance of such professional services and caused by any error, omission or negligent act, with a per claim limit of $1,000,000, an aggregate limit of $1,000,000 and a self Page 7 -

39 insured retention or deductible not to exceed $25,000. This policy may be procured by the Supplier or by its vendor, consultant or subcontractor who will actually provide the professional services. If written on a claims made basis the coverage shall be maintained not only throughout the term of this Supply Contract, but also for a minimum of three (3) years following substantial completion of the Procurement. Supplier shall provide a Certificate of Insurance showing that the coverage is in effect prior to commencing such professional services and periodically during the 3 year period following substantial completion of the Procurement as may be requested by CIB. 5.2 The Worker s Compensation, Employer s Liability, Commercial General Liability, Automobile and Umbrella/Excess policies required of the Supplier as set forth above, shall be endorsed to provide waiver of subrogation in favor of CIB, the Colts, the Indiana Stadium and Convention Building Authority ( ISCBA ) and their respective officers, board members, employees, agents and representatives. 5.3 The CIB, Colts, ISCBA and their respective officers, board members, employees, agents and representatives shall be added as additional insureds to the Supplier s Commercial General Liability, Automobile and Umbrella/Excess policies. 5.4 The coverage provided by the Supplier s insurance as set forth herein shall be primary and noncontributory (including Supplier s Umbrella/Excess policy to be exhausted vertically above Supplier s Commercial General Liability, Employer s Liability and Automobile policies), with any and all insurance maintained by the CIB, the Colts and/or ISCBA to be excess of Supplier s insurance as specified and required above. 5.5 All insurance required of the Supplier shall be procured from insurance companies authorized to do business in the State of Indiana and having an A.M. Best Rating of A- VII (or better). Supplier shall deliver to CIB a Certificate or Certificates of Insurance evidencing that the required coverages, limits and terms of insurance are in effect. If one or more of the policies providing the required coverages, limits and terms of insurance set forth above expire or renew during the term of this Contract, an updated Certificate of Insurance shall be provided by the Supplier to the CIB, at least ten (10) days before the expiration or renewal of the existing policy, confirming that the required coverages, limits and terms of insurance will remain in place under either a renewal of the existing policy or the procurement of a new policy. CIB shall also have the right at any time during the term of the Contract (and during any period in which extended coverage is required) to periodically request that an updated Certificate or Certificates of Insurance be provided to confirm that the required coverages, limits and terms of insurance remain in effect. Supplier shall provide such updated Certificate or Certificates within ten (10) days of receiving such request. If Supplier fails to timely provide a Certificate or Certificates of Insurance as required herein, the CIB may suspend further payments due to the Supplier until the required evidence of insurance is provided. If requested by the CIB, the Supplier shall also provide certified copies of all insurance policies Supplier is required to carry pursuant to Section Before Supplier commences installation of the Procurement at Lucas Oil Stadium, the CIB shall purchase and maintain property insurance written on a builder's risk "all-risk" or equivalent policy form in the amount of the Contract Sum, plus any change orders or other modifications agreed to by the CIB, in writing, so as to cover the total value of the Procurement on a replacement cost basis. Such policy shall include the interests of the CIB, the Supplier, including its direct consultants or subcontractors, and the CIB s Consultant. Coverage under the Builder's Risk policy shall apply only to the Supplies once delivered to Lucas Oil Stadium and to the installation work as performed at Lucas Oil Stadium. The Builder's Risk coverage shall be maintained until installation of the Procurement is complete and coverage is provided under the CIB's standard property insurance for Lucas Oil Stadium. Supplier and CIB waive all rights for subrogation or otherwise against each other and their respective subcontractors, and consultants, for any damage or loss covered by the Builder's Risk coverage, except such rights as they may have to the proceeds of such insurance. SECTION 6: Dispute Resolution The CIB and Supplier shall endeavor to resolve claims or disputes which may hereafter arise regarding the Supplies, the Procurement, this Contract or the breach thereof, by mediation. The mediator shall be selected by mutual agreement of the parties and, if an agreement cannot be reached, the mediator shall be selected and the Page 8 -

40 mediation shall be administered by the American Arbitration Association in accordance with its Construction Industry Mediation Procedures then in effect. A request for mediation shall be made in writing, delivered to the other party to this Agreement and filed with the person or entity administering the mediation. The request may be made concurrently with the filing of litigation but, in such event, mediation shall proceed in advance of litigation, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed for a longer period by agreement of the parties or court order. The parties shall share the mediator s fee and any mediation expenses equally. The mediation shall be held in Marion County, Indiana, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. Any claim not resolved by mediation shall be heard and decided in litigation, with both the Supplier and the CIB agreeing that the exclusive venue for any such cause of action shall be either the state or federal Courts located in Marion County, Indiana. To the extent that one or more third parties are involved with or may have some responsibility for a pending claim or dispute, CIB and Supplier agree that such third parties may be added to the mediation or litigation (subject to applicable trial and court rules), so that complete resolution of the claim or dispute can be achieved in one consolidated proceeding. In the event a claim is decided by a judgment in litigation, the prevailing party shall be entitled to recover its reasonable attorney s fees, expert costs, witness fees, court costs and other litigation expenses which it incurred in prosecuting or defending the litigation. Unless the court s rules or procedures provide otherwise, the Judge who presided over litigation of the underlying claim shall consider and rule on the prevailing party s request for expenses and fees, which hearing shall be held after judgment has been entered on the underlying claim. SECTION 7: Termination 7.1 This Supply Contract may be terminated by either party upon not less than seven (7) days written notice should the other party fail substantially to perform in accordance with the terms of this Supply Contract through no fault of the party initiating the termination. Termination for cause under this provision shall not be allowed if the failure to perform is cured within the seven (7) day period. In the event of termination for cause, the defaulting party shall be responsible for all costs, claims and expenses incurred by the other party as a result of its breach of this Contract, including all reasonable attorney fees. 7.2 CIB shall also have the right, by providing seven (7) days prior written notice to the Supplier, to terminate this Contract for the CIB s convenience and without the Supplier being at fault. In the event of termination for convenience, Supplier shall be compensated for the Supplies delivered and installed prior to termination, reasonable overhead and profit on the Supplier s performance up to the effective date of termination and termination expenses as defined below. Supplier shall not be compensated for any portion of the Procurement not performed as a result of the termination or any overhead or profit related thereto. Termination expenses are limited to those costs directly incurred by the Supplier prior to the effective date of termination which expenses: (i) arise out of binding commitments made by the Supplier with respect to the Procurement which cannot be cancelled; (ii) for which the Supplier has not otherwise been compensated; and (iii) are ultimately paid by the Supplier. Upon CIB s payment of termination expenses, the Supplier shall deliver to CIB all Supplies covered by such payment. SECTION 8: Miscellaneous Provisions 8.1 With respect to its performance under this Contract, Supplier is an independent contractor and shall have neither the power nor the authority to bind or create liability for the CIB or Colts by its intentional or negligent acts. 8.2 Supplier acknowledges and agrees that the Supplies are being sold, delivered and installed as a public Procurement under Indiana law and that no lien shall attach to Lucas Oil Stadium, or to any improvements now existing or to be installed therein, in favor of the Supplier, its employees, consultants, subcontractors or any Page 9 -

41 other persons or entities for whom Supplier is responsible. Supplier shall provide notice of the no-lien status of the Procurement to its employees, consultants, subcontractors and others who provide any Supplies, services or work with respect to the Procurement. Supplier shall indemnify and hold the CIB, the Colts and the ISCBA harmless from any damages, losses and expenses, including reasonable attorneys fees, arising out of or relating to any lien filed against Lucas Oil Stadium and/or any of its improvements, by the Supplier, its employees, consultants, subcontractors or others for whom the Supplier is responsible. Supplier shall also, at the request of the CIB, take all available action to have any such lien released, bonded-off or otherwise removed from Lucas Oil Stadium and/or its improvements, within thirty (30) days of receiving notice of such lien from the CIB. 8.3 Supplier understands that Lucas Oil Stadium will remain in operation throughout the delivery and installation of the Procurement. Supplier also acknowledges that it has been provided the current Events Schedule for Lucas Oil Stadium and that Events Schedule is subject to revisions and additions as the CIB reaches agreement to host new events or as revisions to currently scheduled events are agreed to by the CIB. Supplier shall undertake and complete the Procurement in a manner which will: (i) provide for the safety of individuals who are working at or visiting Lucas Oil Stadium (including the general public and the CIB's and/or Colt's invitees, licenses or employees); (ii) allow for the continued operation of Lucas Oil Stadium in accordance with all applicable laws, ordinances, rules, regulations and lawful orders of public authority; (iii) avoid unreasonable disruption to the continued operation of Lucas Oil Stadium, including scheduling the delivery and installation of the Procurement in a manner approved by the CIB and Colts so as not to preclude or unreasonably interfere with the events that are now or hereafter booked in Lucas Oil Stadium; and (iv) avoid situations which would compromise the security and protection of Lucas Oil Stadium. 8.4 In light of the Colts rights under the Lease Agreement and Video Board Agreement with the CIB, including the right to occupy, use and operate the Video Production System and the Video Control Room, the Supplier agrees to meet, confer and share information with appropriate representatives of the Colts, as reasonably requested, arranged and coordinated by the CIB. It is, however, recognized and agreed that the Colts do not have authority to direct the Procurement or the services or other work provided by the Supplier, or to amend, change, add to or otherwise alter the terms and condition of this Contract or any other Contract Documents, as such authority rests solely with the CIB. 8.5 Supplier and its vendors, consultants and subcontractors are authorized to use and reproduce the Contract Documents solely and exclusively for purposes of the Procurement and may not use the Contract Documents on other projects, without the specific written consent of the CIB obtained in advance of such use, with the CIB retaining sole discretion of whether or not to grant such consent. 8.6 Supplier shall have the right to include references of its involvement in the Procurement in its promotional and marketing materials, subject to the following: (i) Supplier shall not include in such materials information which the CIB or Colts have identified as confidential or propriety; and (ii) Supplier shall not include images of the exterior or interior of Lucas Oil Stadium, unless it receives a limited license to use such images signed by both the CIB and Colts. 8.7 In delivering and installing the Supplies and Procurement at Lucas Oil Stadium, Supplier shall comply with the CIB's rules, regulations and requirements which are then in effect and are applicable to persons and/or entities that are providing work or services in Lucas Oil Stadium, including, but not limited to, requirements as to check-in, credentialing/identification badges and other security measures applicable to Lucas Oil Stadium, timely and proper clean-up of work areas and coordination of all services with the operation and maintenance of Lucas Oil Stadium by the CIB. These rules, regulations and requirements are subject to change at any time, with notice to be provided to Supplier and, upon receipt of such notice, Supplier agrees to adhere to such rules, regulations and requirements as so changed or otherwise amended. To the extent the CIB establishes any safety rules or regulations applicable to its employees, or if the CIB's employees, representatives or agents undertake or provide any safety related services, such rules, regulations or services are rendered solely for the benefit of the CIB and not for the benefit of the Supplier. The Supplier, individually and/or through its employees, vendors, consultants, subcontractors or any of their respective employees, remains solely responsible for all safety precautions, programs and requirements applicable to the Procurement and the CIB does not assume any duty or responsibility with respect thereto Page 10 -

42 8.8 Nothing in this Contract shall create a contractual relationship with, or a cause of action in favor of, a third party against either the CIB or Supplier, other than Supplier's agreements relating to additional insured coverage and indemnification, which also extends to the Colts and ISCBA as expressly set forth herein. 8.9 Supplier shall, during the term of this Contract and for a period of three (3) years following completion of the Procurement, maintain all of its books and records applicable to the Supplies, the Procurement and/or this Contract. CIB shall have the right, at any time during this period, to review and/or audit such books and records of the Supplier. CIB may conduct such review or audit by its own employees or may retain an auditor, accountant or other consultant to perform such review or audit. Supplier agrees to fully cooperate with the CIB's review or audit, including making its books and records available during normal working hours at no cost to the CIB Supplier shall have no responsibility for discovery, handling, removal or disposal of hazardous materials or toxic substances in any form at Lucas Oil Stadium, except for hazardous materials or toxic substances, if any, which Supplier, or those for who Supplier is responsible, bring to Lucas Oil Stadium. If Supplier encounters or is concerned that there are hazardous substances or toxic materials existing at Lucas Oil Stadium, Suppliers shall immediately notify the CIB in writing and suspend all services or work in the affected area until the CIB is able to determine whether hazardous materials or toxic substances do or do not exist CIB and Supplier waive claims against each other for consequential damages arising out of or relating to this Contract. This mutual waiver includes: (A) (B) Damages incurred by CIB for rental expense, for losses of use, income, profit, financing, business and reputation and for loss of management or employee productivity or of the services of such persons; and Damages incurred by the Supplier for principal office expenses, including the compensation of personnel stationed there, for losses of financing, business and reputation, and for loss of profit, except anticipated profit arising directly from the Procurement as properly performed and completed. This mutual waiver is applicable, without limitation, to all consequential damages due to either party's termination in accordance with Section 7. Nothing in this Section 8.11 shall, however, be deemed to preclude an award of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents The CIB has retained a separate Contractor responsible for construction of the new server room adjacent to the truck dock in Lucas Oil Stadium ("New Server Room") and remodeling of the video control room at the press box level of Lucas Oil Stadium ("Video Control Room"). As part of the Procurement, the Supplier will deliver and install Supplies in both the New Server Room and the Video Control Room and will provide connections between the two. Supplier shall confer and cooperate with the CIB and the Contractor to properly coordinate and schedule the work being performed by the Contractor with the Supplier's delivery and installation of the Procurement. Supplier shall provide Contractor reasonable opportunity for the delivery and construction of its work and CIB will include, in its agreement with the Contractor, a similar obligation running in favor of the Supplier. If deemed necessary after joint review by Supplier, Contractor and CIB, Supplier shall make revisions to its delivery and installation schedule and/or the Contractor shall make revisions to its construction schedule as required to facilitate the proper and timely completion of both the Procurement and the construction work. Such revisions shall be consistent with mutual agreements as between the CIB, Supplier and Contractor, or as directed by the CIB if agreement cannot be reached. To the extent delivery and installation of the Procurement depends on proper execution of the Contractor's work, the Supplier shall promptly report to the CIB any discrepancies or defects which it observes in the Contractor's work or about which the Supplier has any questions or concerns. Failure of Supplier to so advise the CIB shall constitute an acknowledgement that the Contractor's completed work is fit and proper to receive the Procurement, except as to latent defects which are not then reasonably discoverable Supplier shall defend, indemnify and hold harmless the CIB, the Colts, ISCBA and their respective board members, officers, employees and agents, from and against all claims, damages, losses and expenses, Page 11 -

43 including but not limited to attorney s fees, arising out of or relating to the Procurement and/or Supplier s performance under this Contract, but only to the extent caused by the acts or omissions of the Supplier, or those for whom the Supplier is responsible, and regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. The indemnification obligation set forth herein shall survive completion of the Procurement and/or termination of this Contract. In claims against any person or entity indemnified under this Section by an employee of the Supplier (or by an employee of those for whom the Supplier is responsible) the indemnification obligation set forth herein shall not be reduced or limited by any statutory cap or other limitation on the amount or type of damages, compensation or other benefits payable by Supplier (or by those form whom Supplier is responsible) under worker s compensation acts, disability benefit acts or other employee benefit acts Provider shall not make any public disclosure, press release or presentation relating to the Supplies or the Procurement, without the prior written consent of the CIB Provider shall not discriminate any against any employee or applicant for employment in the performance of this Contract, with respect to hire, tenure, terms, conditions or privileges of employment, because of race, religion, color, sex, sexual orientation, gender identity, disability, national origin, disabled veteran status and Vietnam-era veteran status. Any violation of this covenant may result in the institution of penalties prescribed by law and may be regarded as a material breach of this Contract Supplier certifies, in accordance with I.C , that it is not engaged in any investment activities in Iran Supplier certifies that none of the Supplies provided pursuant to the Procurement have been or will be manufactured or derived using forced labor The CIB and Supplier, respectively, bind themselves, their successors, assigns and legal representatives to the other party to this Contract and to the successors, assigns and legal representatives of such other party with respect to all undertakings and covenants of this Contract. Neither the CIB nor Supplier shall assign this Contract without the written consent of the other, except that Supplier acknowledges and agrees that the CIB may, upon Substantial Completion of the Procurement, assign to the Colts the right to enforce the Supplier s warranty obligations as to designated equipment or systems that are part of the Procurement and the obligations of the Supplier to correct defects or deficiencies in such designated equipment and systems, as set forth in Sections 3.4 and 3.5 of this Contract or as otherwise required by the Contract Documents. The CIB shall provide Supplier with notice of such assignment, including the specific equipment and/or systems to which the assignment applies If any part of this Contract is later found to be contrary to, prohibited by or invalid under applicable law, that provision shall not apply and shall be omitted to the extent so contrary, prohibited or invalid, but the remainder of the Contract shall be given full force and effect insofar as possible This Contract constitutes the entire agreement between the parties and incorporates all prior understandings in connection with the subject matter hereof. This Contract may not be changed, discharged or modified, except by a written instrument hereinafter signed by both parties to this Contract Any written notice to be provided pursuant to this Contract shall be delivered (by hand delivery, by a recognized delivery service that provides written confirmation of delivery or by U.S. Certified Mail, return receipt requested with notice to be effective upon receipt) to the individuals set forth below, with each party having the right to change its representative by sending written notice to the other party: CIB Tom Boyle, Director of Operations Capital Improvement Board of Managers of Marion County, Indiana 100 South Capitol Avenue Indianapolis, IN Page 12 -

44 Supplier 8.22 Each party represents and warrants that: (a) the person signing this Contract on its behalf is fully empowered by all necessary action to execute this Contract; and (b) this Contract is a valid and binding obligation of such party. CAPITAL IMPROVEMENT BOARD OF MANAGERS OF MARION COUNTY, INDIANA SUPPLIER Printed: Title: Printed: Title: Page 13 -

45 DRAFT EXHIBIT A EVENTS SCHEDULE [ATTACH EVENTS SCHEDULE] END OF SECTION

46 DRAFT TECHNICAL REQUIREMENTS Scope and Specifications for Procurement Specification Section Video Production System prepared by WJHW, dated June 15, 2018 and consisting of 94 pages, are included as part of the RFP Documents Drawings Drawings prepared by WJHW for the Procurement, as listed on the Sheet Index attached hereto, are included as part of the RFP Documents

47 DRAFT

48 LUCAS OIL STADIUM SECTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Special Conditions apply to this section. 1.2 SCOPE OF WORK A. Capital Improvement Board of Marion County (CIB) are undertaken a project to modernize the existing video production system. The system will be comprised of newly constructed spaces and rehabilitated/renovated spaces all contained within the existing Lucas Oil stadium. A newly created technical rack room called the Production Data Center (PDC) will be constructed on the event level. A renovated Production Control Room and Production Control Data Center (PCR AND PCDC) will be created in the existing footprint of the press level control room. Several sub rooms will be created. The rooms will be connected via single mode fiber optic and other data cabling. B. Work under this Contract includes all labor, materials, tools, transportation services, supervision, coordination, etc., necessary to complete the installation of the Video Production System, as described in these specifications and illustrated on the associated drawings. The systems shall be called the Video Production System. The systems include the following major items: 1. Video Control Room technology 2. Relocation of the existing RF modulation from existing Rack Room to existing RF Headend. a. Equipment is moved by owner b. Fiber extension and video distribution is by contractor 3. All electrical distribution within each system at each installation point. 4. Technical Millwork and Furniture Consoles 5. Installation of multi-level ladder style cable tray in the production data center as shown on AV drawings. 6. Demolition and selective salvage of the existing equipment, at the end of the season prior to room construction, that will be re-used. 7. Salvage value for all equipment not re-used in this project; or designated as salvaged by operator. C. The Contract also includes: 1. Verification of dimensions and conditions at the job site. 2. Preparation of all submittal information as specified 3. Coordination with other trades. 4. Installation in accordance with the contract documents, manufacturer s recommendations, and all applicable code requirements WJHW

49 LUCAS OIL STADIUM 5. Manufacturer s commissioning for all major items of equipment. 6. Initial tests and adjustments, written report, and documentation. 7. Instruction of operating personnel; provision of manuals. 8. Maintenance services; warranty. D. The nature of this Contract is design-build. That is the Installer is responsible for all subsequent design and engineering not included within the RFP documents. The Installer is responsible for providing all components necessary for complete and operational system. Any system changes or revisions necessary to make the system conform to the building, walls, electrical services etc, shall be included at time of proposal and installed without claims for additional compensation. E. The Contract Documents are complementary and are intended to include or imply all items required for the proper execution and completion of the work. Any item of work required by the Specifications or other portion of the work shall be included. F. Demo tasks: 1. Mark and label all field related cabling entering room for extension/re-termination. 2. Pull existing cable back into the cable tray beyond the perimeter of the room. 3. Remove all Operator furnished equipment that will be re-used. 4. After owner has salvaged equipment complement, remove all unused cabling from rack room, control room or interconnecting spaces. Palletize all equipment removed from room that is not being re-used. Dispose of un-used millwork. 5. Relocate existing satellite TV receivers and extend current signal to PDC 6. Pull back and keep alive during renovation existing Cnario Ad Display System and Cnario Elevator display system a. Relocate entire system to owner designated room during interim b. For final system 1) Relocate content generation and routers to PDC 2) Extend video signal via fiber to room designated by owner for distribution 1.3 SYSTEM DESCRIPTION A. The Video Production System shall refer to both the operational spaces and technical rack rooms located on the Event Level and Press Level as well as related technical interconnect spaces. B. The Video Production System will generate 1. Video signals to be displayed on the Sporting Facility s Main Seating Bowl Video Display(s) as well as additional displays located throughout the facility. 2. Video distribution to the Stadium existing RF Distribution system 3. Ad signage throughout the facility C. Video System Operation 1. The video Production System shall be operated in 1080p60 adhering to SMPTE 2110 IP signal infrastructure WJHW

50 LUCAS OIL STADIUM 2. The principal components of the Video Production System are specified to be High Dynamic Range (HDR) capable as base bid although licenses where required are to be configured as Alternates. 3. The routing switcher is specified as a full SMPTE 2110 based IP solution with IP Gateways (IPG) used where required (equipment that does not offer a native SMPTE 2110 IP interface). While a single vendor is used as basis of design, alternative vendors and solutions are encouraged. a. The routing switcher (with video, audio, and ancillary data) is used to route sources throughout the Video Production System, Video Board Processor(s), and related systems. b. Audio Devices shall be connected via a secondary Dante network and bridged to the main routing network. 4. A number of cameras are dedicated to the Video Production System a. Each wired camera may be connected at a number of locations throughout the facility via a Single Mode Fiber Optic (SMFO) infrastructure and the use of SMPTE Hybrid Elimination Devices. b. A number of wireless cameras are specified for use in the Video Production System 1) Antenna mounting locations shall be investigated by the Contractor in association with the wireless manufacturer: Coverage shall be provided throughout the seating bowl as well as the north and south tunnel approaches to the field. 2) Contractor is responsible for mounting antenna and extending cables (video and RF) from receiver to antennas and connection to equipment specified herein. 3) It is essential that the integrator work with the manufacturer on correctly locating these antennas, as well as selecting appropriate transmit and receive antennae. c. A Number of new remote operated cameras are specified for use in the Video Production System 1) Joystick controller and Digital Servo Pan/Tilt head allow for live control of each camera and/or rapid selection of presets from controller provided under video production package. 2) Responsibilities: a) Coordinate mounting location with Operator s Representative as well as: 1) Do not mount cameras until given permissions. 2) Expect to provide mockups of each location at least 1 time. b) Mount camera c) Connect to power (within 150') d) Interconnect cabling between camera and the fiber location. 3) Fixed Locations a) Event Level North (Lucas Oil Plaza) b) South West Corner Above 600 level (Beauty) 2018 WJHW

51 LUCAS OIL STADIUM 4) One remote operable camera is to be provided as a movable resource 5. In addition to the above, the following equipment and sub-systems are provided for use in the Video Production System a. Production Switcher b. Multiple Character Generators 1) A data feed will be made available from the scoring computer system; this scoring computer system shall be interfaced to the Character Generators and text/stat capable Clip and Still Store Devices to allow automatic extraction and CG display of scoring and statistics information from the scoreboard system. 2) Character Generators are to be configured to receive remote commands from the Production Switcher c. Multi-channel file server used for multi-camera slow motion playback. d. Multi-channel file server used for spot playback. e. Video Recorders are provided to: 1) Make archival video recordings of game and truck program 2) Playback individual plays in the event of a failure of a file server 3) Make archival video recordings of the individual camera iso angles. 4) Create dubs and duplications of footage for common distribution. 5) Certain recorders are provided to provide video tape interchange within existing team tape footage. f. Video sources (camera isos ) are introduced to the system from the Outside Broadcast (OB) Television Trucks parked in the Video Truck Area via IP Gateways and cross converters supplied and installed by the Contractor. g. Intercom Systems 1) A Matrix based intercom system is to be provided for the Video Production system 2) Interconnect Matrix Intercom System with the house party line System a) Multi-channel circuits are connected to a intercom connectivity panel panel for ease of configuration. b) Cabling exterior to the Video Production Room is existing. The Contractor is responsible for coordinating terminations, supplying equipment, and assisting in balancing and configuring the system. c) Interface Intercom System with the Multi-Image Viewer systems to allow for operators to engage a count up/countdown clock for segment timing. 3) A Matrix Based wireless intercom system is to be provided for the Video Production System h. The installation of the Video Control Room should be coordinated with the LED System, Broadcast Cabling System, Structured Cabling, and Facility Sound Systems (among others). i. The actual camera, video, and audio cabling from the Video Production Room to the camera locations is provided as tie lines to the camera locations 2018 WJHW

52 LUCAS OIL STADIUM and Event Level broadcast equipment racks. The Contractor is responsible for terminating this cable in the video replay room, on patch panels supplied by the Contractor. 1.4 RESPONSIBILITIES AND RELATED WORK A. Supply accessories and minor equipment items needed for a complete system, even if not specifically mentioned herein or on the drawings, without claim for additional payment. B. Notwithstanding any detailed information in the Contract Documents, it is the responsibility of the Contractor to supply systems in full working order. Notify the Owner s Representative of any discrepancies in part numbers or quantities before bid. Failing to provide such notification, supply items and quantities according to the intent of the Specification and Drawings, without claim for additional payment. C. Obtain all permits necessary for the execution of any work pertaining to the installation. D. The drawings included with this specification convey general system concepts. The plans do not show complete and accurate building details. The Contractor is responsible for making field measurements necessary to establish exact locations, relationships, and load capacities necessary for the installation of these systems. E. If a conflict develops between the contract documents and the appropriate codes and is reported to the Owner s Representative prior to proposal opening, the Owner s Representative will prepare the necessary clarification. Where a conflict is reported after contract award, propose a resolution of the conflict and, upon Owner's approval, perform work. F. All structural support, design, and engineering for installation of all system components. G. Power shall be provided within the Video Production Room at a breaker panel. The Contractor shall be responsible for distributing electrical power from the isolator to the equipment racks and millwork as required. This will include necessary distribution boards, changes to breaker to accommodate UPS, and cabling for a complete installation. H. The Installer shall be responsible for connecting appropriate grounds to all equipment in accordance with applicable codes and standards. I. Coordinate work with other trades to avoid causing delays in construction schedule. J. Paint all remote operable camera housings to a color selected by Owner. 1.5 QUALITY ASSURANCE A. Contractor s Qualifications: Firm experienced in the installation of systems similar in complexity to those required for this project. Specific proposal submission requirements are: 1. Experience with at least three (3) comparable scale Football (or professional baseball/basketball) projects within the last three years. At least 1 shall be a renovation project WJHW

53 LUCAS OIL STADIUM a. Provide reference information and contact information for each project. b. In the event sport specific projects are not available, other projects may be considered. 2. Maintain a fully staffed and equipped service facility. In the event the Contractor is outside a one (1) hour support time for the project, identify local resource(s) to be developed and assigned to support the project during the warranty duration. 3. Contractor authorized to sell all equipment specified within this system. 4. The Contractor shall demonstrate that they have: a. Adequate plant, equipment bonding and insurance capabilities to complete the work. b. Adequate staff with commensurate technical experience. Identify the following roles for the project and provide appropriate resumes: 1) Senior Project Engineer(s). 2) IT Project Engineer 3) Project/Site Supervisor (aka lead installer). 4) Project/Off-site project manager. 5) Purchasing and expediting staff 6) Vice President/Operator for escalation contact in the event of difficulties 7) Other staff and their experience that may assist in evaluating the installer s proposed deployment team c. Suitable financial status to meet the obligations of the work. 5. Any installation, labor or electrical subcontractor (this does not include millwork) whose contract value will exceed $10, A proposed project schedule with man power loading diagram (based on a system of this complexity). 7. Sample submittals are encouraged as part of the proposal submittal. This is including but not limited to: a. One-line diagrams b. As-built documentation c. Photographs of work (showing the rear of equipment racks, not the fronts). d. Commissioning procedure(s) e. Training documentation f. Other information that may assist in evaluating the vendor s past performance. 1.6 SUBMITTALS A. Submit all shop drawings and submittals in accordance with Project Requirements. B. Shop drawings and submittal data shall contain sufficient information to describe the Work to be performed. Drawings shall be executed at an appropriate scale. Submit all Shop Drawing information at one time. C. The following outlines expected submittal packages: 1. Project and Submittal schedule WJHW

54 LUCAS OIL STADIUM 2. Product Data a. A material list of all equipment to be furnished, arranged in specification order. This list shall be followed by catalog data sheets, arranged in specification order, of all equipment to be furnished. Where a data sheet shows more than one product, indicate the model being proposed with an arrow or other appropriate symbol. b. Proposed cable labeling technique. 3. Equipment layout and Millwork details (with console elevations) a. Location of all equipment in racks, consoles, or on tables, with dimensions; wire routing and cabling within housings; AC power outlet and terminal strip locations. 4. One Line diagrams for all signals (without cable numbering or patch points) a. Wiring diagrams. Complete, detailed wiring diagrams for all systems, based on the contract documents but including cable types, identification and color codes, and detailed wiring of connections, both at equipment and between equipment racks and wiring in conduit. b. Schematic drawings of any custom circuitry or equipment modifications, including connector pinouts and component lists. 5. Detail Submittal a. Patch panel layouts and designation (labeling) strips. b. Custom Plates. Provide complete shop drawings on custom fabricated plates or panels. Drawings to include dimensioned locations of components, component types, engraving information and plate material and color. c. Representative equipment labeling sizes, styles, and numbering. d. Any structural mounting details (including structural engineers seal as appropriate) e. Samples as required in various specification paragraphs. 6. User Interface (UI) Submittal. This submittal is to provide sufficient information to indicate that the Installer has appropriately configured software and user interfaces in accordance with user requests, as well as in common scoreboard/video replay configuration. The submittal can be in PDF, Excel, or as configuration files as appropriate. In some cases this submittal may need to be incremental, with multiple deliveries. Items covered by this submittal shall include, but not be limited to: a. Routing Switcher, inputs, outputs, virtual naming, intercom panel configuration, alphanumeric references and the like. A dummy version of the configuration file is preferred for review. b. Production Switcher c. Intercom d. Tally e. Control System (e.g. Crestron, AMX, etc.) if any 7. Commissioning Plan and Training Resume Submittal a. Provide integrators commissioning plan, if it differs from the plan in Part 3. b. Part 3 lists training that is to occur on the system. Provide resumes where required for training on specific device(s) WJHW

55 LUCAS OIL STADIUM c. If Installer desires to utilize own forces for specified manufacturers commissioning, submit resume and relevant references for approval. 8. Commissioning Completion Submittal. a. At the conclusion of the commissioning process provide a written submittal indicating the completion of each commissioning task. 9. Training and Event Attendance Submittals: a. All Operations and Maintenance manuals, as well as as-built drawings must be on site for all sessions of training. b. Following discussions with Operator and Tenant, formally submit a Training and Event Attendance submittal 2-4 weeks prior to first training. Submittal shall: 1) Include a separate page/entry for every training session. 2) Indicate date, time, and approximate length of training session. 3) Indicate person(s) conducting training. 4) Indicate whether training will be recorded. 5) Intended curriculum and most appropriate attendees (e.g. engineer, operations, IT, etc.) 6) Include signature and title lines for: a) Operator acknowledgement and acceptance of training schedule. Include both an accepted and rejected box. An alternate schedule time should be suggested by the Operator in the event the schedule is rejected. b) Countersigning by Contractor actually completing the training indicating that training occurred. c) All persons attending training. Where attendees do not stay for the entire session, this should be noted on the form and initialed by Operator s representative attending training. d) Owner s representative attending training at the end of the session shall initial that: 1) Training Occurred. 2) Training Materials were provided and left with operator 3) Training was not interrupted or shortened by equipment or system troubleshooting. If it is, then there should be a line where Operator and Contractor can indicate when make-up training will be provided and how long it should be. 4) Training was generally sufficient for the proposed curriculum. 7) Include Notes section for Operator and Contractor to note any issues during training (areas requiring further development, etc.). c. Following training occurrence, submit completed daily training records no later than the following business day. When training is conducted over a period of weeks, completed daily training submittals shall be consolidated into a single submittal and submitted every 2 weeks WJHW

56 LUCAS OIL STADIUM 10. Final Inspection Notification Report. Two copies of a typed, neatly prepared checkout report for each piece of equipment and the entire system shall be prepared and submitted; it shall include: a. A complete listing of every piece of equipment, the date it was tested and by whom, the results and date re-tested (if failure occurred during any previous tests). b. The final report shall indicate that every device tested successfully. c. A performance test report indicating that the system meets all of the Installer testing requirements of Part III. 11. Contract Close Out Submittal a. Keep a complete set of drawings on the job, note any changes made during installation, and submit 1 corrected set of reproducible drawings showing Work as installed. b. Submit the following data for review, prepared as indicated, at least one week prior to acceptance testing (exceptions noted): 1) System Operation and Instructions. Prepare a complete and typical procedure for the operation of the equipment as a system, organized by subsystem or activity. This procedure should describe the operation of all system capabilities. Assume the intended reader of the manual to be technically inexperienced and unfamiliar with this facility. 2) Final Documents: a) A list of all equipment, indicating manufacturer, model, serial number, power consumption, warranty terms if greater than the specified warranty and equipment rack location. Update following acceptance testing, if changed. b) Manufacturer s Instruction Manuals for all items of equipment, incorporating or followed by manufacturer's warranty statements. c) Where manufacturer registration is required, register warranty in Operator s name, and at an address determined by Operator. Provide copy of registration. d) For custom circuits or modifications, a description of the purpose, capabilities, and operation of each item. e) A list of settings of all semi-fixed controls. Update following acceptance testing. (This shall specifically include all computerbased software settings, e.g. IP addresses, gateways, drive mapping, backup procedures etc.) f) Schematic wiring diagrams of the video replay sub-system, based on the as-built documentation, at a reduced scale easy to handle but fully legible. g) Maintenance Instructions, including Installer s maintenance phone number(s) and hours; maintenance schedule; description of products recommended or provided for maintenance purposes, and instructions for the proper use of these products WJHW

57 LUCAS OIL STADIUM h) A legend of acronyms and abbreviations must accompany all documentation. i) Any other pertinent data generated during the Project or required for future service. j) System Reference Manual: Furnish multiple copies as required by Project Requirements, in 3 ring binders, sized to hold the material plus 50% excess, with clear vinyl pockets on cover and spine for project title. c. Electronically editable files for all project work: 1) AutoCAD DWG 2) Excel 3) Word 4) PDF is not considered an editable file. 1.7 PROJECT CONDITIONS A. Verify all conditions on the job-site applicable to this work. Notify Operator s Representative in writing of discrepancies, conflicts, or omissions promptly upon discovery. B. The drawings diagrammatically show cables, conduit, wiring, and arrangements of equipment fitting the space available without interference. If conditions exist at the job site which make it impossible to install work as shown, recommend solutions and/or submit drawings to the Operator s Representative for approval, showing how the work may be installed. 1.8 ACCEPTANCE TESTING A. Upon completion of installation and initial tests and adjustments specified in Part 3, acceptance testing shall be performed by the Architect s Consultant. B. Provide two persons familiar with all aspects of the system to assist the Architect s Consultant during acceptance testing. C. The process of acceptance testing the System may necessitate moving and adjusting certain component parts; perform such adjustments without claim for additional payment. 1.9 SPECIFIED PRODUCTS AND MANUFACTURERS A. Model numbers and manufacturers included in this specification are listed as a standard of quality. Regardless of the length or completeness of the descriptive paragraph herein, each device shall meet all of its published manufacturer s specifications. Verify performance as required. Where two or more acceptable products are listed, the Installer may select from the acceptable at their discretion WJHW

58 LUCAS OIL STADIUM B. Other qualified manufacturers will be considered subject to approval of complete technical data, samples, and results of independent testing laboratory tests of proposed equipment, submitted in accordance with project requirements. C. If proposed system includes equipment other than specified model numbers, submit a list of major items and their quantities, with a one-line schematic diagram for review. D. Include a list of previously installed projects using proposed equipment that are similar in nature to specified system. E. If product is discontinued or made obsolete due to continuing product development, replace it with manufacturers equivalent at time of installation at no additional cost subject to approval by the Architect and Owner s representative ALLOWANCES A. Provide all allowances outlines in this specification within the contract amount. All allowances shall include all Overhead and Profit, outside the allowance amount B. Wireless Camera Allowance 1. Provide a Wireless Camera Allowance of $150,000 per each for a total of one (1) cameras. Hardware only; installation of hardware and required cabling should be outside this allowance. a. Devices shown on drawing and referred to in specification as RX1 and TX1 C. Radio Communications Allowance 1. Provide a Radio Communications Allowance for the radio bases, antennas, cabling, combiners and hardware of $31,000. a. Devices shown on drawing and referred to in specification as RAD OPERATOR OR TENANT FURNISHED EQUIPMENT A. Certain Equipment is identified as Owner or Tenant Furnished Equipment, Contractor Installed (OFCI). This Owner Furnished Equipment will be available from the Owner. Coordinate pickup and/or delivery of Owner furnished equipment with the Owner. B. Inspect the Operator Furnished Equipment and advise the Operator of damage or defect and the extent of repair and/or adjustment required to bring the Operator Furnished Equipment to original operating specifications. Any repair service is beyond the current scope. Service the Operator Furnished Equipment, as directed by the Operator, as change to this contract or under separate agreement. C. Incorporate into the system as if new including all relevant firmware/software updates, excepting warranty coverage. D. Existing Owner or Tenant Furnished Equipment 1. Video Tape Recorders a. Type A Video Tape Recorder (VTRA) 1) Panasonic AJ-HD WJHW

59 LUCAS OIL STADIUM b. Type B Video Tape Recorder (VTRB) 1) Sony HDW DVD Recorders a. Type A DVD 1) JVC SR-HD Frame Syncs a. Type A Frame Sync (FSA) 1) AJA FS1 4. RF Components a. Type A QAM Modulator (MODA) 1) Blonder Tongue HDE CSV-QAM b. Type A Set Top Box Receiver (STBA) 1) DirecTV Receiver c. Type B Set Top Box Receiver (STBB) 1) Dish Network Receiver 5. NFL Specific Equipment a. Type A NFL RedZone (REDZONEA) 1) Standalone NFL Red Zone Computer b. Type A NFL Stats In a Box (SIBA) 1) Standalone NFL Stats In a Box Server for Video Production System c. Type B NFL Stats In a Box (SIBB) 1) Standalone NFL Stats In a Box Server for RF modulated channels d. Type A NFL Compliance Recorder (NFL RECA) 1) Standalone NFL Compliance Recorder for game recording 6. Audio Sources a. Type A Click FX Audio Player (CLICKA) 7. Existing LED Computers a. Assorted Daktronics control computers (DAKA) 1) Provide KVM components to owner and Installation of computers by other 8. CNARIO Content System a. Type A CNARIO Master Controller (CNR MASTERA) b. Type A CNR Playout Out Computer (CNRA) c. Type A VGA DA (VGA DAA) d. Type A VGA SW (VGA SWA) 9. Tracking System a. Type A Routing Switcher (RSA) b. Type A Switch (SWITCHA) c. Type A Tracking Computer (TRKRA) d. Type A F-Ten Workstation (FTENA) E. New Owner or Tenant Furnished, Contractor Installed Equipment 1. Type 1 Network Switch (SWITCH1) a. A main edge switch is furnished by owner. Connect to it and coordinate any necessary configuration WJHW

60 LUCAS OIL STADIUM 1.12 ALTERNATES b. Provide final port count and type to Owner 4 months prior to completion. A. Alternates should reflect the net cost (add or deduct) for the Alternate and all impacted elements. In the event supplier cannot quote a specific product; list NA on bid form. B. Alternate A: Production Switcher Replacement Alternate. Provide incremental cost to replace the base bid Production Switcher Solution. 1. Alternate A1: Supply acceptable Grass Valley Solution in lieu of base bid solution. 2. Alternate A2: Supply acceptable Sony Solution in lieu of base bid solution 3. Alternate A3: Supply acceptable Ross Video Solution in lieu of base bid solution C. Alternate B: Routing Switcher Replacement Option. Provide incremental cost to replace the base bid Routing Switcher Solution. 1. Alternate B1: Supply acceptable Evertz Microsystems Solution in lieu of base bid solution 2. Alternate B2: Supply acceptable EVS Based Solution in lieu of base bid solution 3. Alternate B3: Supply acceptable Imagine Video Solution in lieu of base bid solution 4. Alternate B4: Supply acceptable Lawo Solution in lieu of base bid solution D. Alternate C: Audio Mixer Replacement Alternate. Provide incremental cost to replace the base bid Audio Mixer. 1. Alternate C1: Supply acceptable Calrec Solution in lieu of base bid solution 2. Alternate C2: Supply acceptable Yamaha Solution in lieu of base bid solution E. Alternate D: Camera Replacement Alternate. Provide incremental cost to replace the base bid Camera Solution. 1. Alternate D1: Supply acceptable Grass Valley Solution in lieu of base bid solution 2. Alternate D2: Supply acceptable Sony Solution in lieu of base bid solution F. Alternate E: Character Generator Replacement Alternate. Provide incremental cost to replace the base bid Character Generator Solution. 1. Alternate E1: Supply acceptable Chyron Solution in lieu of base bid solution 2. Alternate E2: Supply acceptable Ross Video Solution in lieu of base bid solution 2018 WJHW

61 LUCAS OIL STADIUM G. Alternate F: Slow Motion Replacement Alternate. Provide incremental cost to replace the base bid Slow Motion Solution. 1. Alternate F1: Supply acceptable Evertz Solution in lieu of base bid solution 2. Alternate F2: Supply acceptable EVS Solution in lieu of base bid solution H. Alternate G: Intercom Panel Upgrade 1. Alternate G1: Provide incremental cost to upgrade all Type 1 Intercom Panels (ICOM1) to Type 2 Intercom Panels (ICOM2) 2. Alternate G2: Provide incremental cost to upgrade LED position Type 4 Intercom Panels (ICOM4) to Type 5 Intercom Panels (ICOM5) a. Type 5 Intercom Beltpack (ICOM5) 1) Four Channel POE Dante based party line intercom beltpack 2) Acceptable Product a) Studio Technologies M374 I. Alternate H: Operational Positions Upgrade 1. Alternate H1: Provide incremental cost to upgrade Type 1 Router Switcher Button Per Source Panel (RSBPS1) to Type 2 Router Switcher Button Per Source Panel (RSBPS2) at the following locations: a. Slo Mo 1 b. Slo Mo 2 c. Slo Mo Dir d. Slo Mo 3 e. Slo Mo 4 f. Slo Mo 5 2. Alternate H2: Provide incremental cost to provide a second Type 1 Audio monitor (AMON1) at the following positions: a. Slo Mo 1 b. Slo Mo 2 c. Slo Mo Dir d. Slo Mo 3 e. Slo Mo 4 f. Slo Mo 5 3. Alternate H3: Provide incremental cost to provide a second 1 x 3 Monitor Wall with mounts, Type 1 MIV and conversion equipment in front of the 120 Series Millwork J. Alternate I: Upgraded Camera System 1. Provide incremental cost to provide upgraded slow motion and camera systems as described below a. Cameras 1) Provide two (2) Type 1 Cameras, CCUs, and RCPs with associated support equipment 2018 WJHW

62 LUCAS OIL STADIUM 2) Provide one (1) Type 2 Camera, and RCP with associated equipment. Include a $75,000 allowance for the fiber transmitter and receiver 3) Provide four (4) Type 3 Cameras, CCUs, and RCPs with associated support equipment b. Lenses 1) Provide two (2) Type 1 Lens and Support Configuration. Include Lens, Tripod Package, Rain Slicker, Custom Case, and associated equipment. 2) Provide two (2) Type 2 Lens and Support Configuration. Include Lens, Tripod Package, Rain Slicker, Custom Case, and associated equipment. 3) Provide one (1) Type 3 Lens and Support Configuration. Include Lens, Tripod Package, Rain Slicker, Custom Case, and associated equipment. 4) Provide two (2) Type 4 Lens and Support Configuration. Include Lens, Tripod Package, Rain Slicker, Custom Case, and associated equipment. c. Slow motion 1) Remove six channels of 1080p60 record 2) Provide four (4) channels of 1080pHFR record 1.13 UNIT COST TO SUPPLY AND INSTALL A. Unit Cost A: Unit Cost to add/deduct cameras 1. Unit Cost A1: Unit cost to add/deduct one (1) Type 1 Camera, CCU, and RCP with associated equipment 2. Unit Cost A2: Unit cost to add/deduct one (1) Type 2 Camera, and RCP with associated equipment (exclude the wireless allowance) Unit Cost A3: Unit Cost to add/deduct one (1) Type 3 Camera, CCU, and RCP with associated equipment a. Camera Chains are to be configured for 1080p60 as well as 1080p180 high frame rate (or higher) as base bid b. Camera Chains are based on an IP workflow. The following signals are expected to be connected to the Routing switcher. Provide IP Gate Ways (IPG) as required to accommodate manufacturers configuration. 1) 1080p60 Video Out with audio 2) All High Frame Rate Phases 3) Character Video Out with audio 4) Return Video 1 (with return audio) 5) Return Video 2 (with return audio) c. Acceptable Product 1) Grass Valley Solution a) Type 3 Field Production Camera (CAM3) 1) Grass Valley LDX 86 N XtremeSpeed Camera Head 2) Grass Valley XF Universe Adapter 3) Tripod adapter Plate a) Grass Valley LDK 5031/10 b) Grass Valley ) 7 View Finder with bracket and hood 2018 WJHW

63 LUCAS OIL STADIUM a) Grass Valley LDK 5307/00 View Finder b) Grass Valley LDK 6992/12 field hood 5) SMPTE Hybrid Fiber Eliminator a) Grass Valley HDX-PLUS b) Grass Valley UFP-2ST b) Type 3 Field Production Camera Control Unit (CCU3) 1) Grass Valley XCU UNIVERSE UXF IP Base Station 2) SMPTE Hybrid Fiber Elimination Device a) Grass Valley Shed-BS b) Grass Valley UFP-2ST c) Grass Valley UFP-304F c) Type 1 Field Production Camera Control Panel (CCP3) 1) Grass Valley LDK OCP 400 Control Panel 2) Grass Valley LDK 5903/00 Power Supply 2) Sony Solution a) Type 1 Field Production Camera (CAM3) 1) Sony HDC4300 2) High Frame Rate Option a) Sony SZC4002 3) Tripod Adapter plate a) Sony VCT-14 4) 7 View Finder a) Sony HDVF-EL75 5) SMPTE Hybrid Fiber Elimination Device a) Multidyne HUT-CP-U1-SPP-D2R-XXF b) Type 3 Field Production Camera Control Unit (CCU3) 1) Sony HDCU3100 2) Sony HKCU-SFP30 3) Sony RMM-301/A 4) Sony BPU-4500A 5) Sony RMM-301/A 6) SMPTE Hybrid Fiber Elimination Device a) Multidyne HUT-BS-U1-SPR-ST2XXR c) Type 3 Field Production Camera Control Panel (CCP3) 1) Sony RCP-1500 d. 4. Unit Cost A4: Unit Cost to add/deduct one (1) Type 4 Camera, CCU, and RCP with associated equipment a. Camera Chains are to be configured for 1080p60 as well as 4k60 b. Camera Chains are based on an IP workflow. The following signals are expected to be connected to the Routing switcher. Provide IP Gate Ways (IPG) as required to accommodate manufacturers configuration. 1) 1080p60 Video Out with audio 2) 4k60 Video Out with audio 2018 WJHW

64 LUCAS OIL STADIUM 3) Character Video Out with audio 4) Return Video 1 (with return audio) 5) Return Video 2 (with return audio) c. Acceptable Product 1) Grass Valley Solution a) Type 4 Field Production Camera (CAM4) 1) Grass Valley LDX 86 N 4K Camera Head 2) Grass Valley XF Universe Adapter 3) Tripod adapter Plate a) Grass Valley LDK 5031/10 b) Grass Valley ) 7 View Finder with bracket and hood a) Grass Valley LDK 5307/00 View Finder b) Grass Valley LDK 6992/12 field hood 5) SMPTE Hybrid Fiber Eliminator a) Grass Valley HDX-PLUS b) Grass Valley UFP-2ST b) Type 3 Field Production Camera Control Unit (CCU3) 1) Grass Valley XCU UNIVERSE UXF IP Base Station 2) SMPTE Hybrid Fiber Elimination Device a) Grass Valley Shed-BS b) Grass Valley UFP-2ST c) Grass Valley UFP-304F c) Type 1 Field Production Camera Control Panel (CCP3) 1) Grass Valley LDK OCP 400 Control Panel 2) Grass Valley LDK 5903/00 Power Supply 2) Sony Solution a) Type 1 Field Production Camera (CAM4) 1) Sony HDC4300 2) 4K Option a) Sony SZC4001 4k Output software 3) Tripod Adapter plate a) Sony VCT-14 4) 7 View Finder a) Sony HDVF-EL75 5) SMPTE Hybrid Fiber Elimination Device a) Multidyne HUT-CP-U1-SPP-D2R-XXF b) Type 4 Field Production Camera Control Unit (CCU4) 1) Sony HDCU3100 2) Sony HKCU-SFP30 3) Sony RMM-301/A 4) Sony BPU-4500A 5) Sony RMM-301/A 6) SMPTE Hybrid Fiber Elimination Device 2018 WJHW

65 LUCAS OIL STADIUM a) Multidyne HUT-BS-U1-SPR-ST2XXR c) Type 4 Field Production Camera Control Panel (CCP4) 1) Sony RCP Unit Cost A5: Unit Cost to add/deduct one (1) Type 1 POV Controller 7. Unit Cost A6: Unit Cost to add/deduct one (1) Type 1 POV 8. Unit Cost A7: Unit Cost to add/deduct one (1) Type 2 POV B. Unit Cost B: Unit Cost to add/deduct lenses and support configurations 1. Unit Cost B1: Unit Cost to add/deduct one (1) Type 1 Lens and Support Configuration. Include Lens, Tripod Package, Rain Slicker, Custom Case, and associated equipment. 2. Unit Cost B2: Unit Cost to add/deduct one (1) Type 2 Lens and Support Configuration. Include Lens, Tripod Package, Rain Slicker, Custom Case, and associated equipment. 3. Unit Cost B3: Unit Cost to add/deduct one (1) Type 3 Lens and Support Configuration. Include Lens, Tripod Package, Rain Slicker, Custom Case, and associated equipment. 4. Unit Cost B4: Unit Cost to add/deduct one (1) Type 4 Lens and Support Configuration. Include Lens, Tripod Package, Rain Slicker, Custom Case, and associated equipment. a. Type 4 Lens (LENS4) 1) 80x class semi-servo lens with support equipment 2) Acceptable Solutions a) Canon Solution: 1) Canon UJ90X9 B IE W SEMI SERVO CONTROLS 2) Canon semi servo lens controls b) Fujinon Solution: 1) Fujinon UA80x9 Digi with Stabilizer 2) Fujinon MS-21 D Digi Semi Servo 3) Fujinon Protection Filter for UA 80 3) Provide large lens adapter/support a) Vendors with possible solutions 1) Canon 2) Fujinon 3) Grass Valley 4) Sony b. Type 4 Support Configuration Package (PAK4) 1) Support configuration to be comprised of the following systems and equipment a) Shotgun microphone 1) Sony ECM 678/9X 2) Audio Technica BP4073 3) As Approved b) Tripod Package 2018 WJHW

66 LUCAS OIL STADIUM 1) Cartoni Solution 2) 1) Cartoni M901 Head with 1 stage superpod tripod and mid-level spreader 3) Vinten Solution a) Vinten Vector 75 head, includes two pan bars, male wedge plate and Mitchell base b) Vinten HDT-1 Single Stage heavy duty tripod with mid-level spreader c) Rain Slicker 1) M.T.O. Unlimited Shooterslicker S5 Rain/Shoot 2) M.T.O. Unlimited Shooterslicker S7 Overnight Bag d) Case 1) Custom Castered Case sized to accommodate Camera and lens while connected as well as ancillary viewfinders, tripod adaptor plates, microphone holders, intercom headsets, 5 meter cable, etc. 2) Manufacturers with potential solutions a) IndyCase b) Viking c) As Approved C. Unit Cost C: Unit Cost to add/deduct Character Generator 1. Unit Cost to add/deduct one (1) Type 1 Character Generator and associated KVM transmitter (EXT1). D. Unit Cost D: Unit Cost to add/deduct Multi-Image Viewers 1. Unit Cost D1: Unit Cost to add/deduct one (1) Type 1 Multi-Image Viewer (MIV1) 2. Unit Cost D2: Unit Cost to add/deduct one (1) Type 2 Multi-Image Viewer (MIV2) 3. Unit Cost D3: Unit Cost to add/deduct one (1) Type 3 Multi-Image Viewer (MIV3) E. Unit Cost E: Unit Cost to add/deduct Slow motion and Clip Players 1. Unit Cost E1: Unit Cost to add/deduct six (6) Channels of 1080p60 record, and two (2) Channels of 1080p60 slow motion playout with associated control and KVM Extension 2. Unit Cost E2: Unit Cost to add/deduct four (4) Channels of 1080p60 playout with associated control and KVM Extension 3. Unit Cost E3: Unit Cost to add/deduct two (2) Channels of 1080p High Frame Rate record, and two (2) Channels of 1080p60 slow motion playout with associated control and KVM Extension 4. Unit Cost E4: Unit Cost to add/deduct two (2) Channels of 4k60, and two (2) Channels of 1080p60 pan and scan slow motion playout with associated control and KVM Extension 2018 WJHW

67 LUCAS OIL STADIUM F. Unit Cost F: Unit cost to add/deduct one (1) Type 1 Audio Monitor and associated connectivity G. Unit cost G: Unit cost to add/deduct intercom equipment 1. Unit Cost G1: Unit Cost to add/deduct one (1) Type 1 Intercom Panel (ICOM1) 2. Unit Cost G2: Unit Cost to add/deduct one (1) Type 2 Intercom Panel (ICOM2) 3. Unit Cost G3: Unit Cost to add/deduct one (1) Type 3 Intercom Panel (ICOM3) 4. Unit Cost G4: Unit Cost to add/deduct one (1) Type 4 Intercom Panel (ICOM4) 5. Unit Cost G5: Unit Cost to add/deduct one (1) Type 1 Wireless Intercom Belt Pack (ICOM WL1) 6. Unit Cost G6: Unit Cost to add/deduct one (1) Type 1 Wireless Intercom Antenna (ICOM ANT1) H. Unit cost H: Unit cost to add/deduct Router Control equipment 1. Unit Cost H1: Unit Cost to add/deduct one (1) Type 1 Routing Switcher Button Per Source Panel (RS BPS1) 2. Unit Cost H2: Unit Cost to add/deduct one (1) Type 1 Routing Switcher XY Panel (RS XY1) I. Unit Cost I Unit Cost to add Extended Support 1. Annual support costs shall be following the warranty period. They shall be exercised 30 days before the expiration of the warranty or preceding annual support period whichever is later. Note: base bid shall include 1st year of support as base bid. In the event that vendor provides support for 2nd, 3rd or other years at no cost, then indicate annual costs and at which month and year they begin. 2. Unit Costs I1: Provide annual costs for all software and hardware support for full Routing Switcher, IP Gateways and Multi-image viewing Systems provided as base bid. Annual costs shall be for ten years following expiration of the project warranty period. Note: if base bid product is significantly higher than alternate products, a note to the order of magnitude would be appreciated. 3. Unit Costs I2: Provide annual costs for all software and hardware support for Production Switcher provided as base bid. Annual costs shall be for ten years following expiration of the project warranty period. Note: if base bid product is significantly higher than alternate products, a note to the order of magnitude would be appreciated. 4. Unit Costs I3: Provide annual costs for all software and hardware support for all Character Generators provided as base bid. Annual costs shall be for ten years following expiration of the project warranty period. Note: if base bid product is significantly higher than alternate products, a note to the order of magnitude would be appreciated. 5. Unit Costs I4: Provide annual costs for all software and hardware support for all Slow Motion and Clip Players provided as base bid. Annual costs shall be 2018 WJHW

68 LUCAS OIL STADIUM PART 2 - PRODUCTS 2.1 GENERAL for ten years following expiration of the project warranty period. Note: if base bid product is significantly higher than alternate products, a note to the order of magnitude would be appreciated. A. All equipment and materials shall carry original manufacturer s warranty. B-stock or floor demonstration equipment is allowed and encouraged for all equipment, other than video and audio monitors and patch panels. Given the construction cycle, NAB or IBC or intervening trade shows may be accounted for. Take care during installation to prevent scratches, dents, chips, etc. B. Regardless of the length or completeness of the descriptive paragraph herein, each device shall meet all of its published manufacturer s specifications. Verify performance as required. Where two or more acceptable products are listed, the Installer may use either at their option. C. Provide engraved lamicoid labels at the front and rear of all signal processing equipment mounted in racks. Mount labels on the equipment and attach in a neat, plumb, and permanent manner. Embossed labels will not be accepted. Provide engraved labels at the rear only of equipment mounted in furniture consoles. D. Custom rack panels shall be 1/8" thick aluminum, standard rack sizes, brushed black anodized finish unless otherwise noted. (Brush in direction of aluminum grain only.) Custom connector plate (speaker, microphone, etc.) finishes shall be selected from manufacturer s full range of standard finishes. Plastic plates will not be accepted, even if they are building standard in other areas. E. All engraving shall be 1/8" high block sans serif characters unless noted otherwise. On dark panels or push buttons, letters shall be white; on stainless steel or brushed natural aluminum plates, or light-colored push buttons, letters shall be black. F. In accordance with IEC-268 standard, all XLR connectors shall be wired pin 2 hot (high), pin 3 low, and pin 1 screen (shield). G. All patch panels shall be wired so signal sources (outputs from devices) appear on the upper row of a row pair; all loads (inputs to devices) appear on the lower row of a row pair. All patch panel designation strips shall utilize alphanumeric and descriptive labels. The jack positions in each horizontal row shall be numbered sequentially from left to right. The horizontal jack rows shall be lettered sequentially from top to bottom. The alphanumeric identification of each jack shall be included on the functional block drawings. 2.2 CAMERAS AND SUPPORT EQUIPMENT A. Field Production Camera Chains 2018 WJHW

69 LUCAS OIL STADIUM 1. Select the same manufacturer for all Field Production Camera Chains 2. Type 1 Field Production Camera Chain a. Camera Chains are to be configured as 1080p60 as base bid b. Camera Chains are to be field licensable to High Frame Rate and 4k60 c. Camera Chains are based on an IP workflow. The following signals are expected to be connected to the Routing switcher. Provide IP Gate Ways (IPG) as required to accommodate manufacturers configuration. 1) Video Out with audio 2) Character Video Out with audio 3) Return Video 1 (with return audio) 4) Return Video 2 (with return audio) d. Acceptable Product 1) Grass Valley Solution a) Type 1 Field Production Camera (CAM1) 1) Grass Valley LDX 86 N WorldCam Camera Head 2) Grass Valley XF Universe Adapter 3) Tripod adapter Plate a) Grass Valley LDK 5031/10 b) Grass Valley ) 7 View Finder with bracket and hood a) Grass Valley LDK 5307/00 View Finder b) Grass Valley LDK 6992/12 field hood 5) SMPTE Hybrid Fiber Eliminator a) Grass Valley HDX-PLUS b) Grass Valley UFP-2ST b) Type 1 Field Production Camera Control Unit (CCU1) 1) Grass Valley XCU UNIVERSE UXF IP Base Station 2) SMPTE Hybrid Fiber Elimination Device a) Grass Valley Shed-BS b) Grass Valley UFP-2ST c) Grass Valley UFP-304F c) Type 1 Field Production Camera Control Panel (CCP1) 1) Grass Valley LDK OCP 400 Control Panel 2) Grass Valley LDK 5903/00 Power Supply 2) Sony Solution a) Type 1 Field Production Camera (CAM1) 1) Sony HDC4300 2) Tripod Adapter plate a) Sony VCT-14 3) 7 View Finder a) Sony HDVF-EL75 4) SMPTE Hybrid Fiber Elimination Device a) Multidyne HUT-CP-U2-SPP-D2R-XXF b) Type 1 Field Production Camera Control Unit (CCU1) 2018 WJHW

70 LUCAS OIL STADIUM 1) Sony HDCU3100 2) Sony HKCU-SFP30 3) Sony RMM-301/A 4) Sony BPU-4500A 5) Sony RMM-301/A 6) SMPTE Hybrid Fiber Elimination Device a) Multidyne HUT-BS-U2-SPR-ST2XXR c) Type 1 Field Production Camera Control Panel (CCP1) 1) Sony RCP Type 2 Field Production Camera Chain a. Camera Chains are to be configured as 1080p60 as base bid b. Camera Chains are to be operated wirelessly through TX1 and RX1 c. Acceptable Product 1) Grass Valley Solution a) Type 2 Field Production Camera (CAM2) 1) Grass Valley LDX 86 N WorldCam Camera Head 2) Tripod adapter Plate a) Grass Valley LDK 5031/10 b) Grass Valley ) Ocular View Finder a) Grass Valley Eye Catcher EC200 View Finder b) Type 2 Field Production Camera Control Panel (CCP2) 1) Grass Valley LDK OCP 400 Control Panel 2) Grass Valley LDK 5903/00 Power Supply 2) Sony Solution a) Type 1 Field Production Camera (CAM2) 1) Sony HDC2400 with a) Sony HZCPRV20 60p Software License b) Sony HKCWL20 Wireless Module Adapter c) Sony HKCCN20 Wireless adapter 2) Tripod Adapter plate a) Sony VCT-14 3) Ocular View Finder a) Sony HDVF-EL 20 b) Type 1 Field Production Camera Control Panel (CCP2) 1) Sony RCP Field Production Camera Accessories a. Ocular View finder 1) Grass Valley Solution a) Grass Valley Eye Catcher EC200 View Finder 2) Sony Solution a) Sony HDVF-EL 20 3) Quantity: 3 b. Rechargeable Battery 2018 WJHW

71 LUCAS OIL STADIUM 1) Acceptable Product a) Anton Bauer Digital 150 b) As Approved 2) Quantity: 8 c. Rechargeable Battery Quad Charger 1) Acceptable Product a) Anton Bauer Performance Quad Gold Mount Charger with: 1) Anton Bauer XLR 2) Mount to Middle Atlantic Sliding Shelf b) As Approved 2) Quantity: 2 B. Field Production Lenses and Support Configurations 1. Type 1 Field Production Lens and Support Configuration Package (LENS PAK1) a. Type 1 Lens (LENS1) 1) 22x class semi-servo lens with support equipment 2) Acceptable solutions a) Canon Solution: 1) Canon CJ24ex 7.5 B IRSE 2) Canon MS-210D full servo lens control 3) Tiffen 105CCLRP lens protection filter b) Fujinon Solution: 1) Fujinon UA 22x8 BERD 2) Fujinon MS 12D Digi Semi Servo Kit 3) Fujinon Protection Filter # b. Type 1 Support Configuration Package (PAK1) 1) Support configuration to be comprised of the following systems and equipment a) Shotgun microphone 1) Sony ECM 680S 2) Audio Technica BP4029 3) As Approved b) Tripod Package 1) Cartoni Solution a) Cartoni SDS22CXM 2) Satchler Solution a) Satchler 20 SB SL HD MCF b) Satchler Second Pan Arm 3) Vinten Solution a) Vinten V100-CP2M b) Vinten Second Pan Arm c) Rain Slicker 1) M.T.O. Unlimited Shooterslickers S10 Rain/Shoot d) Case 2018 WJHW

72 LUCAS OIL STADIUM 1) Custom Castered Case sized to accommodate Camera and lens while connected as well as ancillary viewfinders, tripod adaptor plates, microphone holders, intercom headsets, 5 meter cable, etc. 2) Manufacturers with potential solutions a) IndyCase b) Viking c) As Approved 2) Quantity: 2 2. Type 2 Field Production Lens and Support Configuration Package (LENS PAK2) a. Type 2 Lens (LENS2) 1) 40x class semi-servo lens with support equipment 2) Acceptable Solutions a) Canon Solution: 1) Canon CJ45X13.6B IASE with semi servo controls 2) Canon UV/127 P0.75 UV/protection filter 3) Canon semi servo lens controls b) Fujinon Solution: 1) Fujinon UA46X9.5BERD with Stabilizer 2) Fujinon ALH-117C-01A ENG Camera Support 3) Fujinon MS-12D Digi Semi Servo Kit b. Type 2 Support Configuration Package (PAK2) 1) Support configuration to be comprised of the following systems and equipment a) Shotgun microphone 1) Sony ECM 678/9X 2) Audio Technica BP4073 3) As Approved b) Tripod Package 1) Cartoni Solution a) Cartoni Master 40-1AM with mid level spreader 2) Vinten Solution a) VB250-CP2M c) Rain Slicker 1) M.T.O. Unlimited Shooterslickers S10 Rain/Shoot d) Case 1) Custom Castered Case sized to accommodate Camera and lens while connected as well as ancillary viewfinders, tripod adaptor plates, microphone holders, intercom headsets, 5 meter cable, etc. 2) Manufacturers with potential solutions a) IndyCase b) Viking c) As Approved 2018 WJHW

73 LUCAS OIL STADIUM 2) Quantity: 2 3. Type 3 Field Production Lens and Support Configuration Package (LENS PAK3) a. Type 3 Lens (LENS3) 1) 14x class wide angle semi-servo lens with support equipment 2) Acceptable Solutions a) Canon Solution: 1) Canon CJ14ex4.5 B IRSE 2) Canon MS-210D full servo lens control 3) Tiffen lens protection filter b) Fujinon Solution: 1) Fujinon UA 14x4.5 BERD 2) Fujinon MS 12D Digi Semi Servo Kit 3) Fujinon Protection Filter # b. Type 3 Support Configuration Package (PAK3) 1) Support configuration to be comprised of the following systems and equipment a) Shotgun microphone 1) Sony ECM 680S 2) Audio Technica BP4029 3) As Approved b) Wireless microphone system 1) Wireless Handheld Microphone Transmitter a) Lectrosonic HM 2) Wireless Lavaliere a) Lectrosonic UM400A 3) Wireless Microphone Receiver Mount a) Lectrosonic Duo Pack 4) Wireless Microphone Reciever a) Lectrosonic SRB with Lectrosonics SRUNI mounting plate 5) Wireless Microphone System Power Supply a) Lectrosonics DCR15/1A6U c) Tripod Package 1) Cartoni Solution a) Cartoni SDS22CXM 2) Satchler Solution a) Satchler 20 SB SL HD MCF b) Satchler Second Pan Arm 3) Vinten Solution a) Vinten V100-CP2M b) Vinten Second Pan Arm d) Rain Slicker 1) Acceptable Solutions 2018 WJHW

74 LUCAS OIL STADIUM a) Porta brace (K & H Products) Rain Slicker (Sized for camera, wireless adapter, lens and viewfinder). b) M.T.O. Custom Cover Solution e) Case 1) Custom Castered Case sized to accommodate Camera and lens while connected as well as ancillary viewfinders, tripod adaptor plates, microphone holders, intercom headsets, 5 meter cable, etc. 2) Manufacturers with potential solutions a) IndyCase b) Viking c) As Approved 2) Quantity: 1 C. Remote Operated Pan/Tilt Zoom Cameras 1. Type 1 Remote Operated Pan/Tilt Zoom Camera (POV1) a. Remote Operated PTZ with 1/3 inch sensor permanently installed b. Acceptable Product 1) Panasonic AW-HE130 with appropriate wall/ceiling mount 2) As Approved 2. Type 2 Remote Operated Pan/Tilt Zoom Camera (POV2) a. Remote Operated PTZ with 1/3 inch sensor mounted to movable tripod b. Acceptable Product 1) Panasonic AW-HE130 with a) Tripod 1) Cartoni Solution a) Cartoni Tripod Smart Stop 2 st. Carb 2) Satchler Solution a) Satchler Speed Lock CF HD b) Provide mounting solution to securely mount POV to tripod while allowing tool free disconnect 2) As Approved 3. Type 1 POV Transmitter (POV TX1) a. Transport Video, Audio, IP Control and Sync from remote location to Video Production System 1) Embrionix Solution a) Embrionix embox-6 configured with 1) SDI to 2110 conversion a) Embrionix EB22 HDRT-LM0514 licensed with Embrionix EMOPT-2E-2110 b) Quantity: 1 2) Network based control a) Embrionix 1GE RJ45 b) Quantity: 1 3) PTP to analog reference conversion 2018 WJHW

75 LUCAS OIL STADIUM a) Embrionix OSA5401 b) Quantity: 1 4) Power Supplies a) EM2PS 2) Multidyne Solution a) Note: Multidyne solution relies upon equipment at both the remote location and in the Video Production System. Provide IPG conversion as required b) Multidyne HD-3521-GE-TX-ST-S configured for IP control c) Multidyne HD-3521-GE-RX-ST-S configured for IP control d) Multidyne RM-BD-2LBUX (Quantity: As Required) 4. Type 1 POV Controller (POVCNTL1) a. Acceptable Product 1) Panasonic AW-RP-120 2) As Approved 2.3 VIDEO PRODUCTION SWITCHER A. Primary Production Switcher 1. Baseline Production Switcher requirements that may not be included in the part numbers listed below. a. Seventy-two (72) 1080p60 inputs 1) Include IPGs as necessary to facilitate Production Switcher inputs. b. Thirty (30) 1080p60 outputs 1) Include IPGs as necessary to facilitate Production Switcher outputs. c. 4 ME Control Panel 1) Include Aux Panel 2) Include software configuration panel d. Software control remote via network e. Routing Switcher and Tally interface f. VDCP over Ethernet g. Production Switcher Commissioning, see commissioning section. h. Production Switcher Training/Operations, See Part 3 i. VDCP, AMP or other protocol interface to support communication existing LED Processor j. Bluetooth Mouse and Keyboard k. Upgradable path to 4k 2. Acceptable Solutions a. Grass Valley Solution 1) Grass Valley KAYN M-KSX-I Kayenne System Package comprised of the following a) Production Switcher Frame (PS1): K-FRM-100SX-I 15 RU Frame with 1) Grass Valley K-FRM-PSU 2018 WJHW

76 LUCAS OIL STADIUM 2) Grass Valley K-FRM-LIC-2DDDPM software licensing for all 2d DPMs 3) Grass Valley K-FRM-ME-DPM K-Frame ME/DPM Module (Quantity: 2) 4) Grass Valley K-FRM-LIC-ME Software License enabling mix/effects functionality on the K-FRM-ME/DPM Module (Quantity: 4) b) Production Switcher Panel(PS2): 1) KAYN-PNL a) 4 M/E Panel with 35 source selectors b) Panel Control Unit c) 15:9 Touchscreen menu panel d) Four (4) thirty-five (35) button source select modules e) One (1) thirty-five (35) button local aux module f) Four (4) Local E-MEM Modules g) One (1) Master E-MEM Modules h) Four (4) Transition Modules i) One (1) Multifunction Module c) Production Switcher IO 1) Inputs: 32 2) Outputs: 16 3) Grass Valley K- K-FRM-IO-FULL-X-I boards (Quantity: 4) comprised of the following a) Sixteen (16) 1080p60 video essence inputs b) Eight (8) 1080p60 video essence outputs 2) Grass Valley KAYN-Elite-PS a) Grass Valley Elite Performance Suite enabling the following: 1) Image Store with license to enable 32 GB of stills operation 2) License to enable all chromakeyers 3) License to enable FlexiKey 4) License to enable All idpms available in the frame 5) License to enable DoubleTake 3) Grass Valley K-FRM-LIC-3G-SX K-Frame Standard 3G licensing 4) Grass Valley K-FRM-RAMR K-Frame Ram Record licensing 5) Grass Valley K-FRM-PSU K-Frame Power supply 6) Grass Valley K-FRM-IO-FULL-X-I K-Frame input/output module a) Four (16) inputs b) Four (8) outputs c) Quantity: 1 7) Grass Valley KSP-LIC-1ME-SW K-series software panel control license 8) Grass Valley KSP-PNL-1ME-KBD soft panel interface keyboard 9) Grass Valley SFP a) Grass Valley SFP-ETH10G-RT-M85-LC 2018 WJHW

77 LUCAS OIL STADIUM 1) Note: 25 G SFP is also acceptable if available b) Quantity: As Required 10) Provide IP Gateways as specified herein, not unique to production switcher supplier. b. Ross Video Solution 1) Ross Video ACU8-Frame-NOIO (PS1) configured with the following: a) Inputs: 1) Ross Video ACU8-IN20 Input card (Quantity: 4) b) Outputs: 1) Ross Video ACU8-OUT20 Output card (Quantity: 2) c) ME Hardware 1) Ross Video ACU8-ME1 2) Ross Video ACU8-ME2 3) Ross Video ACU8-ME3 4) Ross Video ACU8-ME4 5) Ross Video ACU8-ME5 d) 3D DVE Licensing 1) Ross Video ACU8-MV1 2) Ross Video ACU8-3DDVE-MV1 3) Ross Video ACU8-MV2 4) Ross Video ACU8-3DDVE-MV2 e) Redundant Power 1) Ross Video ACU8-REPSU f) External Router Control 1) Ross Video ACU8-ROUTER 2) Ross Video A4-Panel (PS2) configured with the following: a) Ross Video A4P-REDPSU Redundant power supply b) Ross Video AP-AUX2RU40 Auxiliary panel c) Ross Video AP-SHOTBOX-SL1 ShotBox Module 3) IP Gateways as specified herein, not unique to production switcher supplier. c. Sony solution 1) Sony XVS-8000 (PS1) configured with the following: a) Inputs: 1) Sony XKSS8110 Serial Digital Input Board (Quantity: 5) b) Outputs: 1) Sony XKSS8165 Serial Digital Output Board (Quantity: 3) 2) Sony XKS8160 Output Processing Card (Quantity: 1) c) Mix/Effect Boards 1) Sony XKS8210 Single Mix Effect Board (Quantity: 5) 2) Sony XKS8440 Frame Memory Board 3) Sony XKS8460 Format Converter Board 4) Sony XKS8470 HD DME Board (Quantity: 2) d) Licensing 2018 WJHW

78 LUCAS OIL STADIUM 1) Sony XZS8200 Multi Program 2 Software 2) Four (4) Stripe Control Panel (PS2) a) Sony MKSX7011 Menu Panel for MVS 7000X b) Sony MVSARM LCD ARM c) Sony MKSX XPT Module (Quantity: 5) d) Sony MKSX7024 Flexipad Module (Quantity: 4) e) Sony MKSX7020 Standard Transition Module (Quantity: 4) f) Sony MKSX Key PAD Module g) Sony MKSX7031TB Track Ball Module h) Sony MKSX7033 Utility/ShotBox Module i) Sony MKSX7035 Key Control Module j) Sony MKSX7099 CPU Module for Single Row of X Panel (Quantity: 5) k) Sony UNIPOWERCORD8 Universal Figure8 Power Cord (Quantity: 6) 3) System Control Station a) Sony PWS110SC1 b) Sony RMM10 Rack Mount Kit c) Sony UNIVPOWERCORD Universal 3 Foot Power Cord T9 (Quantity: 2) 4) System Interface Unit a) Sony MKSX7700 System Interface Unit b) Sony RMM10 Rack Mount Kit c) Sony UNIVPOWERCORD Universal 3 Foot Power Cord T9 (Quantity: 2) d) Sony MKSX7701 Tally/GPI Output Board e) Sony MKSX7702 Serial Interface Board 5) System Networking a) Sony BZP7010 MVS Data Manager Software b) Sony MDMSVR9 MVS Data Manager Software 6) Software remote control via network a) Sony BZPS-7020 Virtual ShotBox License. (Quantity; 2) b) Samsung Galaxy Tab Pro 10.1" 32GB (Wi-Fi), White. (Quantity: 2) 7) IP Gateways as specified herein, not unique to production switcher supplier. B. Utility Production Switcher (PS3) 1. Provide system for utility keying, color correction, switching and resizing 2. Acceptable Product a. Ross Carbonite CBF-113 b. As Approved 2.4 ROUTING SWITCHER, ROUTING SWITCHER CONTROL, IP GATEWAYS, AND TALLY 2018 WJHW

79 LUCAS OIL STADIUM A. Type 1 Routing Switcher (RS1) 1. Routing Switcher Core a. Physical Infrastructure Basis of Design 1) The basis of design for the routing switcher is IP utilizing commercial off the shelf (COTS) networking appliances. 2) The COTS network fabric devices may be supplied by a video broadcast manufacturer (in order to facilitate pre-configuration) or through traditional network appliance sales channels. White label OEM products by this contractor will not be acceptable. 3) The network design shall be a coalesced network supporting both broadcast industry proprietary protocols and traditional layer 2 and layer 3 network protocols. This includes a mix of multicast and unicast traffic on the same fabric. 4) The routing switcher shall not support business operations but may require a NAT or other interface to existing building business data networks. 5) The basis of the network topology design is around a leaf spine architecture. A 3 Tier Core/Aggregation/Access configuration is acceptable as well provided it meets the specified performance requirements. 6) Network interfaces, appliances, and associated equipment shall further be referred to as router or routing switcher 7) Due to the decentralized nature of the COTS based leaf-spine architecture a top of rack approach for distribution of leaf/edge (or access) switches shall be used. 8) Equip all network appliances with redundant power supplies, indicate non complying devices. 9) Routing Switcher shall utilize 100G (one hundred Gigabit) interfaces for access-aggregation or leaf-spine connection. b. Routing Switcher Core performance requirements 1) Routing Switcher shall provide routing of multiple IP signals with general line interface infrastructure of 10G (ten Gigabit). system shall be capable of 25/100G (twenty-five or one hundred Gigabit) ports via SFP and/or expansion. 2) Each IP interface shall be comprised of one or more SMPTE 2110 essences including video, ancillary data, and up to 32 audio streams. 3) Switch management shall be in band and not require additional networking appliances to manage. 4) All interconnections shall be via single mode fiber optic connection. Use of copper, CATx, twinax are unacceptable. 5) Network design shall support full actual saturation of all ports without introducing latency or packet loss. For the basis of this calculation the system shall be planned around a 1080p 3Gb/s infrastructure, with 2018 WJHW

80 LUCAS OIL STADIUM contractor s chosen IPG or highest density native IP device determining number of essences per 10G line interface. 6) Core fabric assembly shall be sized as required while accommodating 15% expansion in a non-blocking configuration. 7) Routing Switcher shall be expandable to a minimum of 1024 ports in a non-blocking configuration. 8) Switching shall provide full mono audio level control. Breakaway of Audio, Ancillary Data, and video assignments is expected 9) Support for PTP/IEE-1588 timestamping and clock reference 10) Switching shall be controlled by a broadcast standard routing switcher control system. 11) Equip all devices with redundant power supplies, indicate noncomplying devices 12) Switching shall be visually artifact free switched (VAFS) for devices indicated on drawings. If VAFS support is via optional, ancillary, or otherwise limited capacity approach provide additional 10% capacity for expansion of destinations requiring VAFS. c. Vendors with acceptable COTS based Routing Switcher Core solutions: 1) Arista 2) Cisco (with DCNM if required, preferential to be implemented without) 3) Embrionix. d. Vendors with acceptable Monolithic (non COTS) Routing Switcher Core solutions: 1) Evertz 2. Broadcast Standard Routing Switcher Control System requirements a. A broadcast standard router control and network orchestration system capable of controlling the network appliances including routing switchers, switches, NATs, gateways, routers, and other appliances to create a homogenous video and audio flat routing switcher which operates in a mannerr similar to baseband broadcast video/audio matrix type routers b. System must be capable of network orchestration c. System must be capable of Software Defined Network control. d. System must be capable of addressing network appliances via their own native API language. e. Fully redundant system with automated synchronization and failover f. Support for traditional physical router control panel interfaces g. Support for web based router control interfaces for operational use only (excludes use of main router programming GUI) h. Support for standard broadcast router control system features including but not limited to 1) Web based management 2) Assembly of physical sources and destinations into virtual sources/destinations 2018 WJHW

81 LUCAS OIL STADIUM 3) route planning and completion from web management interface 4) Import/export of mnemonics and virtual source/destination assignments 5) Building and sending of router control panel interfaces using a GUI or WYSIWYG interface 6) Full router report capability (current status, previous activities both successful and failed) 7) Extended logging and preservation of logs. 8) Salvos/memory/preprogrammed routes executed from single operative step 9) Support for level breakaway via virtual routing and ad-hoc from operational interfaces including mono audio, multi-level video, and multiple individual levels of ancillary data i. Support for management tools to monitor 1) Network route paths 2) Sources and destinations for request completion, health, status etc. 3) Network architecture health and link usage (leaf spine or aggregation link saturation, links up/down etc) j. Support for router map state and mnemonic transfer to tally management system via established protocols including providing successfully completed route updates. k. Support for NMOS AMWA IS-04 discovery and registration 1) This includes full support including both registering devices and accepting spurious unsolicited registrations as dictated and specified via AMWA NMOS IS-04 l. Support for NMOS AMWA IS-05 connection management 1) This includes running IS-05 and accepting, reporting, and receiving connection configuration information as dictated and specified via AMWA NMOS IS-05 m. Documented vendor commitment for AMWA NMOS IS-06 network control/overview support as it is developed, released, and specified by AMWA NMOS IS-06. n. Support for PTP/IEEE1588 timestamping and clock reference o. Ability to request routes from any source to any destination p. Ability to control routes as required for destinations indicated as requiring VAFS such that a VAFS takes place with a single source to destination route request requiring no additional operational effort. q. Vendors with acceptable COTS based Broadcast Standard Routing Switcher Control System 1) Basis of Design a) EVS 2) Other acceptable vendors a) Imagine Communications b) Lawo 2018 WJHW

82 LUCAS OIL STADIUM r. Vendors with acceptable proprietary monolithic based Broadcast Standard Routing Switcher Control System 1) Evertz B. Web Service Routing Control solution 1. Provide system to allow users to browse to a specific web address to route local video monitors and device IO. 2. Setup for user profiles to simplify routing and setup at user stations. 3. Capacity for 10 simultaneous users 4. Vendors with acceptable solution: a. Evertz b. EVS c. Imagine Communications d. Lawo C. Type 1 Routing Switcher Button Per Source Control Panel (RS P1) 1. Programmable button per source panel supporting a minimum of 40 relegendable buttons 2. Support source to destination, macros, salvos, audio breakaway, metadata breakaway. 3. Support joystick integration at shading positions for input switching vie general purpose interface. 4. POE capable 5. Acceptable Product: a. Evertz CP-1040E b. EVS CP-A c. Imagine Communications RCP-48LCD-OLED with RCP-GPI32P d. Lawo LBP42 D. Type 2 Routing Switcher Button Per Source Control Panel (RS BPS2) 1. Programmable button per source panel supporting nominally 62 re-legendable buttons 2. Support source to destination, macros, salvos, audio breakaway, metadata breakaway. 3. Acceptable Solutions a. Evertz solution 1) Evertz CP-2272E b. EVS Solution 1) EVS CP-A (Quantity: 2) a) Configure as Buddy panels c. Imagine Communications Solution 1) Imagine Communication RCP-64LCD d. Lawo Solution 1) Lawo LBP84 E. Type 1 XY Routing switcher Control Panel (RS XY1) 1. Programable XY router 2018 WJHW

83 LUCAS OIL STADIUM 2. Support source to destination, macros, salvos, audio breakaway, metadata breakaway. 3. Acceptable Product a. Evertz Solution 1) Evertz CP-2232E b. EVS Solution 1) EVS CP-A (Quantity: 3) a) Configure as buddy panels b) Configure Buddy panels as XY router interface c. Imagine Communications Solution 1) Imagine Communications RCP 48LCD-OLED d. Lawo Solution 1) Lawo LBP51 F. Routing Switcher Control Hardware and Software 1. Provide all appropriate Routing Switcher Control Hardware Software required for proper operation. System shall: a. Be interfaced to a tally interface system to allow transfer of alphanumeric switcher information to/from: 1) Production Switcher 2) Multi-image Display System 3) CPXM supporting UMD b. Be interfaced to the production switcher to allow transfer of alphanumeric information as well as remote switching. c. Allow control panels to intercommunicate. In the event that Ethernet protocol is used for the communication and it requires a separate physical network, then this supplier shall provide the network hardware required. G. Multi-Image Viewers 1. Type 1 Multi-Image Viewer (MIV1) a. Thirty-six (36) sources with four (4) distinct; separately programmable 1920x1080 outputs b. 10G/CXP Input c. 10G Output d. Provide configuration software e. Basic A/V monitoring parameters with +SM f. Acceptable Solutions 1) Evertz Microsystems Solution a) Evertz 3067VIP10G-3G-HW-CXP+SM+36x4 1) Evertz Magnum-Multiviewer 2) Evertz EMX6-FR-1000W+6PS configured with redundant power supply (Quantity: as required) 2) Imagine Communications Solution a) Imagine Communications EPIC-MV-2PRO-HW b) Imagine Communications EPIC-MV-2PRO-SW 2018 WJHW

84 LUCAS OIL STADIUM c) Imagine Communications EPIC-MV-UCIP 3) Other Vendors with Acceptable Solution a) Grass Valley 2. Type 2 Multi-Image Viewer (MIV2) a. Four (4) sources with one (1) programable 1920x1080 output b. SMPTE 2110 input and output c. Provide configuration software d. Basis of Design 1) Embrionix EMVIEW-SDI-4-SM IP to quad SDI monitor with a) EMOPT-2D-2110 SMPTE 2110 de-encapsulation option (Quantity: 2) b) EMOPT-2E-2110 SMPTE 2110 encapsulation option e. Vendors with acceptable solutions 1) Evertz 2) Grass Valley 3) Imagine Communications 3. Type 3 Multi-Image Viewer (MIV3) a. Baseband MIV b. Nine (9) sources with one (1) programable 1920x1080 output c. Acceptable Product 1) Decimator DMON-12S 2) As Approved 4. Type 1 Protocol Converter (PTX1); for Video Display Programming a. Basis of Design 1) Evertz 7700-PTX (Quartz) b. Other Vendors with acceptable solutions 1) Grass Valley 2) Imagine Communications c. Quantity: 1 5. Type 2 Protocol Converter (PTX2); for Video Display Programming: a. Capable of passing alphanumeric information between production switcher and Multi-Image Viewers. b. Basis of Design 1) Evertz 7700-PTX (Production Switcher ) c. Other Vendors with acceptable solutions 1) Grass Valley 2) Imagine Communications d. Quantity: 1 6. Type 1 Announcer Timing Interface (ATI1) a. Interface Announcer's footswitch to MIV/Tally system to allow countdown timing on designated/interfaced MIVs. 1) Custom b. Quantity: 1 H. Test and Sync Generation 2018 WJHW

85 LUCAS OIL STADIUM 1. Type 1 Sync Generator (SYNC1) a. Support for the following signals: 1) Integral test generator 2) Digital black 3) Two independently adjustable black burst outputs 4) PTP b. Basis of Design 1) Evertz 5700MSC-IP with a) PTP option b) PCR Option c) GPS Option d) 10G test Generator c. Other Vendors with acceptable solutions: 1) Grass Valley 2) Imagine Communications 3) Tektronix 2. Type 2 Sync Change Over (SYNC2) a. Support sync change over for all signals from Type 1 Sync Generator b. Basis of Design: 1) Evertz 5601ACO2 c. Other Vendors with acceptable solutions: 1) Grass Valley 2) Imagine Communications 3) Tektronix I. IP Gateways (IPG) 1. Type 1 IP Gate Way (IPG1) a. Encapsulation and De-encapsulation of baseband SDI signals supporting up to quad link 4k60 to and from SMPTE 2110 b. Provide appropriate IP based connectivity back to Routing Switcher c. Support for redundant Routing Switcher switch fabric 1) Note: Redundant switcher fabric is not to be implemented at this time. 2) Acceptable Solutions a) Embrionix solution: 1) Input SFP a) Embrionix EB22 HDRT-LM0514 licensed with Embrionix EMOPT-2E ) Output SFP a) Embrionix EB22 HDRT-LM-0516 licensed with Embrionix EMOPT-2D ) Frame a) Select appropriate frame based on quantity of IO b) Embrionix emmodular-48-8-f with appropriate fiber optic SFP 2018 WJHW

86 LUCAS OIL STADIUM c) Embrionix embox-x with appropriate fiber optic SFP b) Everts Solution: 1) Evertz 570IPG-HW-X19-10g c) Imagine Communications Solution: 1) Imagine Communications SNG-GW-3GX32 Selenio Network Processor d) Lawo Solution: 1) c100+vm_streaming 2. Type 1 Multiformat IP Gateway (MIG1) a. Encapsulation and De-encapsulation of baseband SDI signals supporting up to three (3) 1080p60 inputs and three (3) 1080p60 outputs to and from SMPTE 2110 b. Provide network connectivity to allow transport of traditional data, intercom, control, and AES67/Dante c. Transport all required signals over a single 10G link back to routing switcher d. Acceptable Solutions: 1) Embrionix Solution: a) Embrionix embox-6 configured with 1) SDI to 2110 encoding a) Embrionix EB22 HDRT-LM0514 licensed with Embrionix EMOPT-2E-2110 b) Quantity: 2 2) 2110 to SDI decoding a) Embrionix EB22 HDRT-LM0414 licnesed with Embrionix EMOPT-2D-2110 b) Quantity: 2 3) Network extension a) Embrionix 1GE RJ45 b) Quantity: 1 4) Rack Mount a) Embrionix EMBOX-MBR-18 5) Power Supplies a) EM2PS 2) Evertz Solution: a) Scorpion-4 (+NETAD, + Scorpion-4-PSX, + Scorpion-4-RP1, +MIO-IT-IP, + MIO-VB-2-12G, + Required Copper/Fiber SFP/QSFP s) b) 7892MG + Required SFP Modules c) Scorpion-X18 (+NETAD, + SCORPION-18-PS, SCORPION- 18-FC, +MIO-IT-IP, + MIO-VB-2-12G, + Required Copper/Fiber SFP/QSFP s) J. Type 1 Tally Interface (TALLY1) 2018 WJHW

87 LUCAS OIL STADIUM 1. Provide interface to Scoreboard Feed (existing Daktronics) for transfer of GIP information to any Multi-image viewer. 2. Provide GPI interface from Announcer's footswitch to support count down/up timing to be displayed on Multi-image Viewer. 3. Video Tally connections are to be provided to indicate when a particular source is next-to-air. Connections shall be provided between the video switcher and: a. All control console monitors, b. All shading and tape machine monitors c. Producer s monitors multi-viewer d. Camera control units e. All devices that supplied herein that accept contact closure or serial tally 4. Acceptable solution a. Image Video TSI4000 b. Evertz Magnum Tally c. As Approved 5. Quantity: 1 system 2.5 TEST AND MEASUREMENT A. Waveform Vector Scopes and Rasterizers 1. Type 1 Waveform Vector Scope(WVS1) a. Support 1080p60 inputs b. Provide support for SMPTE 2110 and network packet analysis c. Provide future upgradable path to HDR d. Acceptable Solution 1) Tektronix Solution a) Tektronix PRISM MPI b) Tektronix OPTION MP-IP-STD c) b) Tektronix OPTION MP-IP-MEAS d) b) Tektronix OPTION MP-IP-CAP 2) As Approved 2. Type 1 Rasterizer (RAST1) a. Support 1080p60 inputs b. Provide support for SMPTE 2110 and network packet analysis c. Provide future upgradable path to HDR d. Acceptable Solutions: 1) Phabrix Solution a) Phabrix Qx01-IP Hybrid IP/SDI analyzer b) Phabrix PHSFP-10GE-SR short range SFP c) Phabrix PHQXK1 rack mount d) Phabrix PHQXO-IP-NAT network packet analyzer e) License for SMPTE ) Tektronix Solution a) Tektronix PRISM MPX b) Tektronix OPTION MP-IP-STD 2018 WJHW

88 LUCAS OIL STADIUM c) b) Tektronix OPTION MP-IP-MEAS d) b) Tektronix OPTION MP-IP-CAP 2.6 VIDEO MONITORS AND ASSORTED USER INTERFACE DEVICES A. Color Picture Monitors 1. Type 1 Color Picture Monitor (CPXM1) a. 22 Flat Screen Monitor b x 1080 resolution c. Support for multiple input types including DVI, and HDMI d. Acceptable Product 1) Ikegami ULE 217 2) Samsung SF350 LED 3) As Approved 2. Type 2 Color Picture Monitor (CPXM2) a. 22 Flat Screen Monitor b x 1080 resolution c. Support for multiple input types including DVI, HDMI, and HD-SDI d. Acceptable Product 1) Ikegami ULE 217 2) As Approved 3. Type 3 Color Picture Monitor (CPXM3) a. 22 Touch Screen Monitor b x 1080 resolution c. Acceptable Product 1) Dell P2314T 2) NEC E232WMT-BK 3) Viewsonic TD2220 4) As Approved 4. Type 4 Color Picture Monitor (CPXM4) a. 49 Diagonal Monitor b x 1080 minimum resolution c. Acceptable Product 1) NEC P484 2) Sony FWD-49X900E 3) As Approved 5. Type 5 Color Picture Monitor (CPXM5) a. 55 Diagonal Monitor b x 2160 minimum resolution c. Acceptable Product 1) NEC X551UHD 2) Sony FWD-55X900E 3) As Approved 6. Type 6 Color Picture Monitor (CPXM6) a. Rack mountable dual 9 monitor 2018 WJHW

89 LUCAS OIL STADIUM b x 1080 minimum resolution c. In monitor display for source and tally support d. Acceptable Solutions 1) Osee solution a) OSEE RMM1024 2) Sony solution a) Sony LMD-941W(Quantity: 2 per solution) b) Sony MB-531 3) As Approved 7. Type 7 Color Picture Monitor (CPXM7) a. Rack mountable 17 quality control monitor b x 1080 resolution c. In monitor display for source and tally support d. Acceptable Solutions 1) Ikegami HEM-1770WR WITH RS-1710T rack mount adapter 2) Sony BVM-E171 with MB-P17 B. Computer Mouse 1. Type 1 Mouse (MOUSE1) a. Acceptable Products: 1) Dell MS116 2) As Approved 2. Type 2 Mouse (MOUSE2) a. Retractable rack mount mouse and keyboard b. Acceptable products: 1) Middle Atlantic RM-KB 2) As Approved C. Keyboards 1. Type 1 Keyboard (KEY1) a. Full size keyboard b. Acceptable Products: 1) Dell KB212-B 2) Kensington K64370A 3) As Approved 2. Type 2 Keyboard (KEY2) a. Reduced size keyboard b. Acceptable Products: 1) ZF Electronics MO-G844100PTAUS 2.7 CHARACTER GENERATOR, CLIP PLAYERS, AND SLOW MOTION A. Character Generators and Support 1. Type 1 Character Generator (CG1) a. Provide two (2) key/fill outputs per system b. Provide one (1) canvas output to Routing Switcher per system 2018 WJHW

90 LUCAS OIL STADIUM c. Provide one preview output to Routing Switcher per system d. Acceptable Solutions: 1) Chyron Solution a) Chyron 7A IP, Single/Dual Channel IP character Generator configured with the following 1) Chyron 5A Lyric X Expert software license 2) Chyron 5A01738 Automation support for AMP/P- Bus/VDCP/Intelligent Interface 3) Chyron 5A31585 Sports Scoreboard for Lyric 4) Chyron 5A31644 GSIS database integration 2) Ross Video Solution a) Ross Video XPN-2RU-M7 configured with the following 1) Ross Video XST3-001 Xpression Studio Triple Channel Software 2) Ross Video XST-CLIP-SERV 3) Ross Video XST-DLQ 4) Ross Video XPN-CII-CGI-BDL 2. Social Media Integration a. Acceptable Product 1) Chyron Solution a) Chyron5A ) Provide one (1) Type 1 Computer to operate software package 2) Ross Solution a) Ross Video INC-SYS-SOCIAL 3. Offline CG Creation a. Offline creation of projects and scenes for Type 1 Character Generators b. Acceptable Product: 1) Chyron Solution a) Chyron 5A Lyric X Expert software license for external PC 2) Ross Solution a) Ross Video XDS XPression Designer Edition, 3D CG Software Only Bundle c. Quantity: 3 4. Type 3 Keyboards a. Provide specialty keyboard to match selected Type 1 CG solution 1) Acceptable Product a) Chyron Solution 1) Chyron 7A Intellicommander USB keyboard b) Ross Solution 1) Ross Video XPN-KBD 2) Quantity: As Required plus 1 5. Type 1 Bug Box (BUG1) 2018 WJHW

91 LUCAS OIL STADIUM a. Acceptable Product 1) AJT Systems 2 Rack Server Scorebug for Football 2) Graphic Outfitters Score HD Pro in rack mount configuration 3) Sound Creations CFHDDC with GFXSDDC with RAID-4TB 4) As Approved 6. Type 1 First Down (DOWN1) a. Support for three channels of first down overlay b. Acceptable Solutions 1) Chyron solution a) Chyron 5A00457 Virtual First Down system b) Chyron 5A01810 Additional Virtual First Down Inputs c) Chyron 5A11810 Additional Virtual First Down Outputs 7. Type 1 Telestration (TELE1) a. One channel of single operator telestration and capture b. Acceptable solutions 1) Fingerworks Telestrators Solution a) Fingerworks Telestrators Studio Telestrator b) Fingerworks 5 Software package 2) As Approved B. Slow Motion and Clip Players (CLIPS1, LOG1, SCP1, SLO MO P1, SLO MO R1, SLO MO SWITCH1) 1. Base bid Performance specification a. Record channels: 20 channels 1080p60 b. Playout channels: 1) Slow motion playout: 10 channels 1080p60 2) Clips playout: 4 channels 1080p60 c. Operator positions: 5 slow motion operator positions d. Tagging/logging positions: 1 Tagging position e. Storage: 1) Provide adequate storage to record all slow motions channels for 16 hours. 2) Stats integration 3) IDM/XML ties f. Feature Set 1) 4k record and playback capable, not base bid 2) High Frame Rate (3x, 1080p180 minimum) capable, not base bid 3) Keyframable, 4k pan and scan 4) All Players access all recorded content directly 5) File export/import to DNX, ProRes, MPEG I-Frame Only 6) API for clip export 7) Binning/banking of clips to automatically export 8) Synchronous playback across multiple players 9) Players to have Clip name, clip duration, countdown information able to be displayed via selected multiviewer WJHW

92 LUCAS OIL STADIUM 10) Production Switcher control of playback--vdcp or AMP 11) Dedicated Controller 2. Where Slow Motion provides DVI multi-viewer output, provide DVI/HDMI to SDI converter (HDMI2). Provide appropriate DVI to HDMI adapter as required. 3. Vendors with solutions a. Evertz 1) Evertz contact: Rodrick Smith b. EVS 1) EVS contact: Jeff Gouch - j.gouch@evs.com 2.8 KEYBOARD-VIDEO-MOUSE (KVM) MATRIX AND INTERFACES A. Matrix based KVM Solution 1. Acceptable solutions a. Avocent solution 1) Type 1 KVM User Station (EXR1) a) Avocent HMX5200R-001 2) Type 1 KVM Computer Interface (EXT1) a) Avocent HMX5200T-001 3) Type 1 KVM Matrix (KVM MTX1) a) Control Module 1) Avocent HMXAMGR (Quantity: 2) 2) Avocent HMXLIV-100BNDL. (Quantity: 2) b) Switch Fabric 1) Cisco WS-C P-E; Catalyst 3850X 48 Port Data IP Services. 2) Cisco STACK-T1-1M 3) Cisco PWR-C1-350WAC 4) Cisco CAB-TA-NA 5) Cisco C3850-NM-2-10G= 6) SFP: Single mode 7) IGMP Snooping Enabled 8) IGMP Quereier Enabled 9) Custom configuration to support KVM use 10) Quantity: As Required b. G & D Solution 1) Type 1 KVM User Station (EXR1) a) G&D A DVI-U-CON-Fiber(S) w/ USB2.0 at16mbps 1) Quantity: 2 per User Station 2) Type 1 KVM Computer Interface (EXT1) a) G&D A DVI-U-CPU w/ USB2.0 at 16MBps 1) Quantity: 2 per Computer Interface 3) Type 1 KVM Matrix (KVM MTX1) a) G&D A CCD160 Control Center Digital Modular KVM Matrix 2018 WJHW

93 LUCAS OIL STADIUM b) G&D A CCD-IO16-Card-Fiber(S) I/O Card (Quantity: As Required) c) G&D A CCD-IO16-Card-CAT I/O Card (Quantity: As Required) d) G&D A TS-Function (Cross Display Switching) 4) Power supplies and Mounting Hardware a) G&D A MultiPower 12 1) Quantity: As Required b) G&D A RU Aluminum Rack Frame to mount up to 12 Std. CPU Modules on 19 Rack 1) Quantity: As Required c) G&D A Mounting Hardware for Std. CPU Modules (105mm x 26mm) on 19 Rack Frames 1) Quantity: As Required d) G&D A Under Desk Brackets for mounting CON units 1) Quantity: As Required 5) Contact a) Carlos Yanez cyanez@gd-northamerica.com c. IHSE Solution 1) Type 1 KVM User Station (EXR1) a) IHSE R474-2SESA b) Mounting Solution 1) IHSE 474-BODY6BP Chassis (Quantity: As Required) 2) IHSE 474-6RMK Rack mount (Quantity: As Required) 3) IHSE 474-BRACKET (Quantity: As Required) 2) Type 1 KVM Computer Interface (EXT1) a) IHSE L474-2SECA b) Mounting Solution 1) IHSE 474-BODY6BP Chassis (Quantity: As Required) 2) IHSE 474-6RMK Rack mount (Quantity: As Required) 3) IHSE 474-BRACKET (Quantity: As Required) 4) Note: IHSE 474-BODY6BP Chassis and IHSE 474-6RMK RACKM may be used in place of (2) IHSE 474-BODY 2 Chasis and (2) IHSE 474-2RMK Rackmount where possible. 3) Type 1 KVM Matrix (KVM MTX1) a) K : KVM MATRIX SWITCH, 160 Port, Draco tera, empty frame, 9RU chassis, includes PS VAC, CPU card, Order I/O cards separately. b) 480-C8: I/O card with eight RJ-45 Ports (Quantity: As Required) c) 480-S8: I/O card with eight LC Duplex Ports (Quantity: As Required) d) 480-BLND 2: Blank panel for switch frame (Quantity: As Required) 2018 WJHW

94 LUCAS OIL STADIUM 4) Contact: a) John Jensen: d. Think Logical Solution 1) Type 1 KVM User Station (EXR1) a) Think Logical VDM-U00024-LCRX Velocity Desktop 24 Module, DVI 2 DISPLAYS, HID, USB 2.0, RX, LC b) Single mode-optics VOP-S06 SM10kmOpPkg-Mod R3,V3,3A, D4,R4,X4,4A,D5,R5,X5,5A,6,8,24, TX/RX c) Think Logical VED VELOCITY KVM DESKTOP CHASSIS 2) Type 1 KVM Computer Interface (EXT1) a) Think Logical VTM-U00024-LCTX VELOCITY T-SERIES 24 MODULE, DVI 2 DISPLAYS, HID, USB 2.0, TX, LC b) Think Logical Single mode-optics VOP-S06 SM10kmOpPkg- Mod R3,V3,3A,D4,R4,X4,4A,D5,R5,X5,5A,6,8,24, TX/RX c) Think Logical VTS VELOCITY T-SERIES 4200 RACK MOUNT CHASSIS 1) Note: Only one (1) Rack Mount is required per two (2) Type 1 EXT 3) Type 1 KVM Matrix (KVM MTX1) a) Think Logical TLX-MSC TLX Matrix Switch Chasis b) Think Logical TLX-MSM-C00160 TLX Switch control card c) Think Logical TLX-MSD-SV0010 TLX Matrix Switch single mode I/O card (Quantity: As Required) d) Think Logical SMP-AXS0160 SMP Single Mode 160 port software package e) Think Logical SMPC0S0001 System Management Portfolio client module f) Think Logical CHS Modular rack mount chassis 4) Contact a) Richard Cooper: Richard.cooper@thinklogical.com e. Quantities 1) Type 1 KVM User Station (EXR1) a) Quantity: As Required plus 5 2) Type 1 KVM Computer Interface (EXT1) a) Quantity: As Required plus VIDEO RECORDING EQUIPMENT A. Type 1 Video Disk Recorder (VDR1) 1. Acceptable products a. AJA Solution 1) AJA Ki Pro Ultra Plus 2) AJA Pack Media 1 TB (Quantity: 2) 3) AJA KPU- Shelf (Quantity: 1 for every 2 VTR Type 1) 2018 WJHW

95 LUCAS OIL STADIUM b. Atomos Solution 1) NOTE THIS IS A DUAL SYSTEM SOLUTION 2) Atomos Shogun Studio 3) Samsung 850 PRO 1TB (Quantity: 4) 4) HDD/SDD CADDIESX5 (Quantity: 1 for solution) B. Type 1 DVD Player/Recorder (DVD1) 1. Blu-ray, DVD and HDD recorder 2. HD-SDI inputs and out puts 3. Acceptable Product a. JVC SR-HD2700UA 1) RKHD1500 FEC Rack Mount Kit for JVC DVD Player/Recorder 2) Recordable discs (Quantity: 50) 2.10 DISTRIBUTION GEAR AND SIGNAL PROCESSING A. Type 1 Distribution Gear Card frame (FRAME1): 1. Frame with cooling fan, network card with 1 power supply a. Connect Frame to network switch b. Acceptable solutions 1) Evertz a) Evertz 500FR with single power supply and 500FC frame controller b) Evertz 7800QT c) Evertz 3505FR-32-BNC4. 2) Grass Valley a) Grass Valley Densite 3 Frame w/single power supply, Ethernet network interface. b) Grass Valley Lumo-BNC with Lumo-PSU-AC c) Grass Valley Rack Kit for ADV-G products 3) Imagine Communications a) Imagine Communications FR6822+QXFE with single power supply and Ethernet resource card, b) Imagine Communications Selenio: SEL-FR3-AC-RR with SELOPT-LCP, (14 slot, 3 RU frame with single controller, single power supply and local control panel) 4) Lawo a) Lawo V_Matrix2 b) Lawo V_Matrix5 c) Lawo V_Matrix8 5) Ross a) Ross OGX 2. Spare Power Supply: a. Mounts in selected Distribution Gear Card Frame b. Acceptable product: 2018 WJHW

96 LUCAS OIL STADIUM 1) Evertz backup/redundant power supply. (Quantity: 1 for every 4 trays, round fractional numbers up) 2) Grass Valley Densite 3-PSU-AC 3) Imagine Communications 6822+AC power supply, 4) Imagine Communications Selenio Family: SELOPT-PSU-AC (Quantity: One per frame) 5) Ross PS OGX. (Quantity: 1 for every 4 trays, round fractional numbers up) B. Type 1 Serial Equalizing Amplifier (SDA1) 1. 1 x 4 general distribution amplifier 2. Mounts in selected Distribution Gear Card Frame 3. Acceptable Solutions a. Evertz Solution 1) Evertz3405DA5 2) Evertz 3505FR-32-BNC4 b. Imagine Communications Solution 1) Imagine Communications DA-H6802+S, D 4. Other Manufacturers with Acceptable Solutions a. Grass Valley b. Ross Video c. As Approved C. Type 1 Analog Video Distribution Amplifier (VDA1) 1. Mounts in selected Distribution Gear Card Frame 2. Acceptable Solutions a. Evertz Solution 1) Evertz 501ADA-EQ b. Grass Valley Solution 1) Grass Valley VDA RU 2) Grass Valley VDA-1002-DRP-3RU c. Imagine Communications Solution 1) Imagine communications VEA S/D d. Ross Video Solution 1) Ross Video UDA-8705A-R2 D. Type 1 DVI/VGA Scaler (SCALER1) 1. Rack mount scan converter and scaler 2. Provide IO Plate to facilitate inputs into system 3. Acceptable Product a. Barco Image Pro II R b. As Approved E. Fiber Optic Transport 1. Type 1 Fiber Optic Transceiver a. Bidirectional HDTV electrical to optical converter. b. Support formats up to 3Gb/s 2018 WJHW

97 LUCAS OIL STADIUM c. Acceptable Product 1) AJA Solution a) AJA FIDO-TR 2) Grass Valley Solution a) Grass Valley FIO-991p-RT-S13-LC (Rx/Tx) 3) Multidyne Solution a) Multidyne HD-3000-TRX-ST F. Frame Synchronizers 1. Type 1 Frame Synchronizer (FS1) a. Note that single, dual, and multipath solutions are specified here in. Verify exact quantity against the functionals and adjust rack elevations accordingly. b. Acceptable Solutions 1) AJA Solution a) AJA FS-HDR 2) Evertz solution a) Evertz HD G 3) Imagine Communications Solution a) Imagine Communications X Type 2 Frame Synchronizer (FS2) a. Provide Up/Down/Cross Conversion b. Accept Component Analog Video as an input c. Output HD-SDI 3G d. Acceptable Product 1) AJA Solution a) AJA FS1 2) Evertz solution a) Evertz HD G 3) Imagine Communications Solution a) Imagine Communications X50 G. HDMI Conversion 1. Type 1 HDMI Converter (HDMI1) a. Convert IP based video signal to HDMI b. Note that single and dual path solutions are specified here in. Verify exact quantity against functionals and adjust final counts accordingly. c. Acceptable Solutions 1) AJA Solution a) IPR-10G-HDMI 2) Embrionix Solution a) Embrionix emview-7-sdi-sm b) Embrionix EmOPT-1D-2110 SMPTE 2110 De-encoder option 3) Evertz Solution a) Evertz 2430RX2-10G b) Include necessary SFP 2018 WJHW

98 LUCAS OIL STADIUM 4) As Approved 2. Type 2 HDMI Converter (HDMI2) a. Convert HDMI to HD-SDI 3G b. Acceptable Product 1) AJA Ha5-Plus 2) As Approved c. Quantity: As Required plus 4 3. Type 3 HDMI Converter (HDMI3) a. Convert HD-SDI 3G to HDMI b. Acceptable Product 1) AJA Hi5-Plus 2) As Approved c. Quantity: As Required plus 4 H. Closed Caption 1. Type 1 Closed Caption Encoder/Decoder (CCE1) a. Acceptable Product 1) Evertz 7825CCE-3G 2) As Approved I. VGA Fiber Transport 1. Type 1 VGA Transmitter (VGA EO1) a. Acceptable Product 1) Extron FOXBOX TX VGA/YUV SM 2. Type 1 VGA Receiver (VGA OE1) a. Acceptable Product 1) Extron FOXBOX RX VGA SM 2.11 AUDIO, TIME CODE, CONTROL A. Mixing Consoles 1. Type 1 Mixing Console (MIXER1) a. Basis of design to include the following features: 1) Minimum of stereo mixing input channels 2) Minimum of 8 analog inputs and 8 analog outputs 3) Minimum of 24 available mix buses 4) Redundant power supply 5) Replaceable fader modules 6) Touch-panel display user-interface 7) Native Dante primary and secondary connections 8) Available MADI interface solutions 9) Available remote I/O expansion solutions 10) Acceptable Solutions: a) Yamaha Solution 1) Yamaha CL5 digital mixing console 2018 WJHW

99 LUCAS OIL STADIUM 2) Yamaha RMio64-D Dante/Madi conversion I/O rack module 3) Yamaha Rio3224-D remote I/O expansion 4) Yamaha MY16-MD64 MADI interface card 5) Yamaha MY16-EX MADI I/O expansion card b) Calrec Solution 1) Calrec Artemis mixing console 2) Calrec JM5831 dual MADI I/O rack module 3) Calrec JM6199 MADI I/O card 4) Calrec BI6192 Dante card c) Lawo Solution 1) Lawo mc²36 mixing console 2) Lawo mc² compact I/O rack module 3) Lawo A_madi4 MADI to IP interface B. Power Amplifiers 1. Type 1 Control Room Audio Amplifiers (AMP1) a. Eight (8)-channel amplifiers as required. b. Amplifiers to have proprietary network functionality for control and DSP interface. c. Amplifiers to have on-board signal processing resources. d. Amplifier to adhere to the EIA standards RS-490 power rating at 1% THD into 70-volt constant voltage load or 8Ω load as applicable. e. Provide protection of circuit components in the event of input over-drive, output overload, or short circuits. f. Frequency Response: ±1dB, 20Hz to 20kHz with less than 1% THD at rated output. g. Input Impedance: 10kΩ balanced. h. Output Regulation: 2dB from no load to full load conditions. i. Noise Generation: at least 85dB below rated output with input shorted. j. Acceptable Product 1) Crown DCi 8 300N 2) As Approved 2. Type 2 Control Room Audio Amplifiers (AMP2) a. Four (4)-channel amplifiers as required. b. Amplifiers to have proprietary network functionality for control and DSP interface. c. Amplifiers to have on-board signal processing resources. d. Amplifier to adhere to the EIA standards RS-490 power rating at 1% THD into 70-volt constant voltage load or 8Ω load as applicable. e. Provide protection of circuit components in the event of input over-drive, output overload, or short circuits. f. Frequency Response: ±1dB, 20Hz to 20kHz with less than 1% THD at rated output. g. Input Impedance: 10kΩ balanced WJHW

100 LUCAS OIL STADIUM h. Output Regulation: 2dB from no load to full load conditions. i. Noise Generation: at least 85dB below rated output with input shorted. j. Acceptable Product 1) Crown DCi 4 300N 2) As Approved 3. Type 3 Control Room Audio Amplifiers (AMP3) a. Two (2)-channel amplifiers as required. b. Amplifiers to have proprietary network functionality for control and DSP interface. c. Amplifiers to have on-board signal processing resources. d. Amplifier to adhere to the EIA standards RS-490 power rating at 1% THD into 70-volt constant voltage load or 8Ω load as applicable. e. Provide protection of circuit components in the event of input over-drive, output overload, or short circuits. f. Frequency Response: ±1dB, 20Hz to 20kHz with less than 1% THD at rated output. g. Input Impedance: 10kΩ balanced. h. Output Regulation: 2dB from no load to full load conditions. i. Noise Generation: at least 85dB below rated output with input shorted. j. Acceptable Product 1) Crown DCi 2 300N 2) As Approved C. Speakers 1. Audio Control Room 5.1 Reference Monitors a. Type 1 Speaker (SPEAKER1) 1) Eight (8) inch two-way speaker system 2) Passively powered 3) Frequency Response: 45Hz 23kHz 4) Power Rating: 100W minimum 5) Nominal Impedance: 8Ω 6) Acceptable Product: a) JBL LSR 708i master reference monitor b) As Approved b. Type 2 Speaker (SPEAKER2) 1) Twelve (12) inch driver 2) Capability of bypassing the active circuitry to facilitate remote amplification 3) Frequency Response: 28Hz 80Hz 4) Acceptable Product: a) JBL LSR6312SP subwoofer b) As Approved c. Type 3 Speaker (SPEAKER3) 1) Ceiling speakers 2) Acceptable Product: 2018 WJHW

101 LUCAS OIL STADIUM a) JBL Control 26CT b) As Approved D. Audio Format Converters 1. Type 1 Analog to Digital Converter (AD/DA1) a. Redundant Dante connectivity b. 16 Stereo I/O channels c. Acceptable Product 1) Focusrite Rednet A16R analog I/O 2) Atterotech Synapse D16Mio interface 3) As Approved 2. Type 2 Analog to Digital Converter (AD/DA2) a. Four (4) mono analog audio inputs b. Four (4) mono analog outputs c. Dante conversion d. Acceptable Products 3. Type 1 Madi to Dante Converter (MADI1) a. Convert 64 audio streams from Madi to Dante/AES67 b. Convert 64 audio streams from Dante/AES67 to Madi c. Acceptable Product 1) Focusrite Rednet D64R 2) SSL Network I/O MADI-Bridge 3) As approved E. Audio Networking 1. Type 2 Network Switch (SWITCH2) a. 12 Port POE b. 2 ports configured as 10 Gb overfiber c. Provide rack mount solution d. QOS capable with 4 quees e. Diffserv QOS capable f. Disable Energy Efficient Ethernet g. Configure to support AoIP h. Acceptable Solutions: 1) Cisco Solution a) C3560CX-12PD b) With 10G Fiber SFP (Quantity: 2) 2) As Approved F. IFB System 1. Type 1 IFB Transmitter (IFB TX1) a. Lectrosonic Solution 1) Lectrosonic T4 2) Lectrosonic #A500RA 3) Lectrosonic RMP 165 (Quantity: 1 for every 3 Lectrosonic T4) 2. Type 1 IFB Receiver (IFB RX1) 2018 WJHW

102 LUCAS OIL STADIUM a. Lectrosonic Solution 1) Lectrosonic IFBR1A 2) Whetstone UM1 (Quantity: 5) 3) Energizer e2 Rechargeable, Size 9V (Quantity: 3) 3. IFB Battery Charger a. Acceptable Product 1) MAHA 10 CELL SMART CHARGER FOR 9 VOLT NIMH - CHARGE 7.2V, 8.4V 9.6V. b. Quantity: 5 G. Booth Kit Announcer Equipment 1. Type 1 Cough Box (COUGH1) a. Built-in Dante connectivity b. PoE capability c. XLR mic input d. TRS headphone output e. Acceptable Product: 1) Studio Technologies Model 214 announcer s console 2) As Approved 2. Type 2 Cough Box (COUGH2) a. Built-in Dante connectivity b. PoE capability c. XLR mic input d. TRS headphone output e. Acceptable Product: 1) Studio Technologies Model 380 announcer s beltpack 2) As Approved H. Audio Distribution Amplifiers 1. Time Code Distribution Amplifier (TDA1) a. Acceptable Product b. Evertz 7700ADA-AUD 2. Word Clock Synthesizer and Distribution Amplifier (ADA1): a. Acceptable Product 1) Drawmer D-Clock 2) Evertz 500ADA-W 3) Imagine Communications WCLK6801+DL I. Audio Monitors 1. Type 1 Audio Monitor (AMON1) a. Eight (8) Channel Rack mount audio monitor b. Accpetable Product 1) VMDA-SUM8 2) TSL MPA1-ASB-8 2. Type 2 Audio Monitor (AMON2) a. Two (2) Channel Rack mount audio monitor 2018 WJHW

103 LUCAS OIL STADIUM b. Accpetable Product 1) Wohler AMP1A-PLUS 2) As Approved 3. Type 3 Audio Monitor (AMON3) a. Two Channel Counter based Audio Monitor with adjustable volume b. Acceptable Solution 1) Fostex Solution a) Fostex 6301NX Active Monitor Speaker 1) Quantity: 2 per solution 2) Anchor Solution a) Anchor AN130+ 1) Quantity: 2 per solution 2.12 INTERCOM A. Wired Matrix Intercom Solution 1. Network based distribution via Dante and/or AES67 2. Provide analog intercom connections where required for camera or partyline support 3. Provide any required configuration software. 4. Matrix Intercom solution is to be interfaced with Owner furnished radio system 5. Type 1 Intercom Matrix a. Acceptable Solutions 1) Riedel Solution a) Riedel MFR-128-G2 b) Riedel CPU-128F-G2 (Quantity: 2 per Solution) c) Riedel PSU-128 G2 (Quantity: 2 per Solution) d) Riedel ART-Z-ASM-G2 (Quantity: 2 per Solution) e) Riedel ART-Z-SFP-CPU-SM (Quantity: 4 per solution) f) Riedel AES G2 SET (Quantity: As Required Plus 1) g) Riedel AIO-108 G2 (Quantity: As Required) 2) RTS/Telex Solution a) RTS F.01U Adam-M Frame with Redundant Power Supply b) RTS F.01U MCIIE-S Ethernet master controller. (Quantity: 2 per frame). c) RTS F.01U MC-XCP master controller breakout panel d) RTS F.01U OMI-16 OMNEO 16 channel (Quantity: As Required) e) RTS F.01U CAP16TO64UPG 16 to 64 channel OMNEO license (Quantity: As Required) f) RTS F.01U AIO-16A Front Card 16 port analog card (Quantity: As Required) 2018 WJHW

104 LUCAS OIL STADIUM g) RTS F.01U RJ45BC RJ45 backcard for AIO-16 (Quantity: As Required) h) RTS AZ edit Software 6. Matrix Intercom Panels a. Use same manufacturer for Matrix Intercom Panels as selected for Type 1 Intercom Matrix (ICOM MTX1) b. Coordinate sex and pin out of headset connectors to correlate with headset and camera connections c. Type 1 Intercom Panel (ICOM1) 1) One (1) RU matrix intercom panel 2) Network based connectivity 3) Acceptable Solutions a) Riedel Solution 1) Riedel RCP-112 b) RTS Solution 1) RTS KP ) Quantity: As Required Plus 2 d. Type 2 Intercom Panel (ICOM2) 1) Two (2) RU matrix intercom panel 2) Network based connectivity 3) Acceptable Solutions a) Riedel Solution 1) Riedel RSP-1232HL 2) Riedel RSP 1232HL-APP-PRO b) RTS Solution 1) RTS KP ) Quantity: As Required Plus 2 e. Type 3 Intercom Panel (ICOM3) 1) Desktop matrix intercom panel 2) Network based connectivity 3) Acceptable Solutions a) Riedel Solution 1) Riedel DCP1116 b) RTS Solution 1) RTS DKP ) Quantity: As Required Plus 2 7. Matrix Intercom Panel Accessories a. Microphones 1) Riedel Solution a) Riedel MIC-30 2) RTS Solution a) RTS MCP90X 3) Quantity: 8 b. Footswitch 2018 WJHW

105 LUCAS OIL STADIUM 1) Include any licensing required to connect foot switch to Matrix Intercom Panels 2) Acceptable Product a) Linemaster 632-S 3) Quantity: 10 B. Wireless Matrix Intercom 1. Wireless based matrix intercom 2. A minimum of 6 discrete channels of intercom per beltpack 3. DECT based transport 4. Expandable up to one hundred (100) Antennas and one hundred (100) belt packs 5. Provide Wireless Intercom coverage a. Provide adequate coverage in the bowl to support 40 simultaneous packs in the North East corner. b. Provide adequate coverage in the bowl to support 40 simultaneous packs in the South West corner. c. Provide coverage for the Production Control Center to support 8 simultaneous packs d. Provide coverage for the Production Data Center to support 8 simultaneous packs e. Provide coverage for the Home Coaches Booth to support 8 simultaneous packs f. Provide coverage Visitors Coaches Booth to support 8 simultaneous packs g. Provide coverage for a remote booth kit to support 8 simultaneous packs h. Provide coverage for truck dock interconnect to support 8 simultaneous packs i. Provide coverage for home locker room to support 8 simultaneous packs 6. Riedel Solution a. Matrix connection 1) Riedel AES G2 Set (Quantity: 6) 2) Note: If Riedel is not matrix intercom manufacturer then provide the following as part of matrix connection: a) Riedel MFR-064 G2 b) Riedel CPU-128-F-G2 c) Riedel PSU-064-G2 (Quantity: 2) d) Riedel AIO-108 G2 (Quantity: 2) b. Type 1 Wireless Intercom Beltpack (ICOM WL1) 1) Riedel BL-BPK-19-US with a) Riedel BL-BAT-1015-ST spare battery b) ICOM BL-BCL c. Wireless Intercom Beltpack Charger 1) Acceptable Product a) Riedel BL-CHG-1005-R 2) Quantity: One (1) for every five (5) Type 1 Wireless Intercom Beltpack d. Type 1 Wireless Intercom Antenna Distribution (ICOM ANT1) 1) Provide coverage as noted 2018 WJHW

106 LUCAS OIL STADIUM 2) Acceptable Product a) Riedel BL-ANT-1015-ST with 1) Riedel BL-EPS External Power Supply 2) Riedel Single Mode fiber Optic SFP C. Party Line Intercom Systems 1. Type 1 Intercom Interface (ICOM IF1) a. Convert two (2) 4 wire intercom to two (2) 2 wire intercom b. Acceptable Product 1) Studio Technologies Model 47A 2. Type 2 Intercom Interface (ICOM IF2) a. Convert Dante audio to partyline intercom b. Acceptable product 1) Studio Tech Model Type 4 Intercom Beltpack (ICOM4) a. Two Channel POE Dante based party line intercom beltpack b. Acceptable Product 1) Studio Technologies M370 c. Quantity: As Required plus 5 D. Headsets 1. Provide appropriate XLR connector at end of each unit 2. Type 1 Headset (HEADSET1) a. Light duty, single muff headset b. Acceptable product 1) Clearcom CC-26K-XX 2) RTS/Telex PH-88R5 c. Quantity: Type 2 Headset (HEADSET2) a. Medium duty, single muff headset b. Acceptable Product 1) Bose Soundcomm B30 Single muff headset 2) David Clark 8592 c. Quantity: Type 3 Headset (HEADSET3) a. Medium duty, dual muff headset b. Acceptable Product 1) Bose Soundcomm B30 Dual muff headset 2) David Clark 8530 c. Quantity: Type 4 Headset (HEADSET4) a. Listen only headphones b. Acceptable Product 1) Sony MDR-7506 c. Quantity: WJHW

107 LUCAS OIL STADIUM 2.13 UTILITY COMPUTERS A. Type 1 Utility Computer (COMP1) 1. Acceptable Solutions a. Dell New XPS Tower configured with: 1) 6th Generation Intel Core i Processor 2) Windows 10 Pro 64-bit 3) 8GB, 2133MHz, DDR4 4) 1 TB 7200 rpm Hard drive 5) NVIDIA GeForce GT 730 with 2GB DDR3 Graphics Memory 6) Provide additional Intel PRO 1000 GT PCI Desktop Adapter b. Other solutions as approved 2.14 RF PRODUCTS A. Type 1 DBS Satellite Multi-Switch (SWM1): 1. Single Wire Multi-Switch. 2. LNB Inputs: Six (6). 3. Ports 1-4 cover 99 /101 & 103 /110 / Ports 5-6 cover 72.5 & 95 respectively. 5. Outputs: Four (4) SWM Ports. 6. Include Power Supply. 7. Acceptable product: a. DirecTV SWM-16 B. Type 1 Electrical to Fiber Satellite Converter with Power Inserter (EO1) 1. Convert electrical LNB to fiber optic 2. Provide power for dish 3. Acceptable Solutions a. Evertz Solution 1) Evertz 2408LT13 b. Olson Tech Solution 1) Olson Tech OLAT Advanced L-Band transmitter with a) Sonora 4SATPL-T C. Type 1 Fiber to Electrical Satellite Converter (OE1) 1. Acceptable Solutions a. Evertz Solution 1) Evertz7708LRA b. Olson Tech Solution 1) Olson Tech OLAR Advanced L-Band Receiver D. Type 1 RF Switch with Power Inserter (SWT1) 1. Dish Pro Plus 44 with a. Dish DP44 E. RF Demodulator and tuner (TUNER1) 2018 WJHW

108 LUCAS OIL STADIUM 1. Contemporary Research ATSC-SDI 4 Tuner with rack mount F. Type 1 Combiner (CMB1) 1. Provide an eight by one passive RF combiner. 2. Bandwidth: 5 to 1000 MHz 3. Return loss: 22 db 4. Acceptable product: a. Blonder Tongue HPC-8. G. Type 1 Splitters (SPL1) 1. Provide an one by three passive RF splitter 2. Bandwidth: 5 to 1000 MHz 3. Return loss: 25 db. 4. Acceptable product: a. Blonder Tongue DGS-3 H. Type 1 Directional Coupler Distribution Multitap (AT1) 1. Multiport with 2, 4, or 8 port tap plates 2. Two (2) to forty-eight (48) port tap plates 3. Bandwidth: 5 to 1000 MHz 4. Return loss minimum: 16 db 5. Tap value: 12, 16, 20, & 24 db 6. Terminate unused taps with 75-ohm terminator 7. Acceptable Product: a. Blonder Tongue SRT-4a I. Directional Coupler: 1. Provide 1000 MHz, directional coupler. 2. Tap Values: 3, 6, 9, 12, 16, 20, 24, 27, & 30 db 3. Acceptable product: a. Blonder Tongue DGT series J. Fixed Attenuator (PAD): 1. Provide as necessary to meet performance requirements. 2. Provide 10 spares of 3, 6, 10 and 20 db values. 3. Acceptable product: a. Blonder Tongue FAM Series ASSORTED FURNITURE, MILLWORK, AND RACKS REQUIREMENTS A. Equipment Rack to be frame and panel type constructed of 16-gauge cold-rolled steel. Racks to have locking rear door mounted on the frame (not the rails) at the shading racks. Empty mounting panel spaces to be filled with blank or vent panels, in a finish to match rack. Provide end panels and top panels as required. Provide shelving as required for equipment mounting within racks. Provide rack supports as required. Provide seven rack keys of each type. Rack color to be gloss or flat black. Provide a 815 lumen LED 2018 WJHW

109 LUCAS OIL STADIUM rough service lamp in a locally switchable fixture mounted in the top rear of each rack. Include extra set of mounting rails in each rack for rear support of panels or equipment. Verify exact rack space required. B. PDC and PCDC Racks and Rack Accesories 1. Racks a. Forty-four (44) RU, Thirty-six (36) inch deep gangable racks b. Acceptable Product 1) Middle Atlantic MRK4436 LRD 2) As Approved 2. Rack Tops a. Rack top with fan and fan controller b. Acceptable Product 1) Middle Atlantic MW-4QFT-FC 2) As Approved c. Quantity: 1 per rack 3. Rack Side Panels a. Provide only where side of rack is exposed. Panels are not needed in between racks and walls. b. Acceptable Product 1) Middle Atlantic SPN ) As Approved 4. Rack Light a. Magnetic Goose Neck Rack Light b. Acceptable product 1) Middle Atlantic LT-GN-WL 2) As Approved c. Quantity: 1 per rack 5. Rack Doors a. Split style, lockable rack doors b. Acceptable Product 1) Middle Atlantic MW-CLVRD-44 2) As Approved c. Quantity: 1 per rack 6. Raised Rack Supports a. Six (6) inch total support for racks b. Select gangable unit size (X) according to rack rows c. Acceptable Solution 1) Middle Atlantic Solution a) Middle Atlantic RIB-(X)-MRK-36 b) Middle Atlantic VFEET-(X)-3.5 c) Provide custom, removable metal flashing along exterior of support 2) As Approved 2018 WJHW

110 LUCAS OIL STADIUM C. Production Audio Booth Millwork, Racks and Rack accessories 1. Audio control booth shall house a custom-built desk for the mixing console with ample rack-space available in the desk and throughout the room. 2. A minimum of 32RU shall be built into the desk. 3. A 24RU standalone, acoustically isolated rack shall be located in the room. 4. A minimum of 30RU shall be provided in the audio bridge, which shall be securely mounted to the wall in front of the mixing console, above the display monitor. 5. Mixing Position a. Mixing Console Desk 1) Custom built to accommodate specified mixing console 2) Two (2) 12RU base racks under desk on either side of operator s position 3) Two (2) 4RU desktop racks on either side of mixing console 4) Provide active cooling as required 5) Provide power distribution as required b. Overhead Audio Bridge 1) Provide three (3) 10RU slant racks. 2) Orient rack angle down toward operator position to facilitate easy access to front panel. 3) Provide active cooling as required. c. Acceptable Product Manufacturers: 1) Beck TV 2) Forecast Consoles 3) TBC 6. Rack a. Twenty-four (24) rack units tall b. Twenty-four (24) inch deep rack c. Acoustically isolated with the following features: 1) Acoustically attenuated intake and exhaust 2) Acoustically absorbent interior lining 3) Acoustically sealed joinery 4) Provide power distribution as required d. Acceptable Product: 1) Sound Construction Supply ISOBOX series 2) As Approved D. Rack Support Equipment 1. Blank Rack Panels a. Steel blank panel b. Black powder coat c. Fill all unused rack space with blank panels rack panels d. Acceptable Product 1) Middle Atlantic EB Series 2) As Approved 2. Vented Rack Panels 2018 WJHW

111 LUCAS OIL STADIUM a. Steel vent panel b. Black powder coat c. Provide vented rack panel where required for cooling d. Acceptable Product 1) Middle Atlantic VTF Series 2) As Approved 3. Rack Screws a. Steel 10/32 rack screw b. Black finish c. Philips head d. Acceptable Product 1) Middle Atlantic HP Series 2) As Approved e. Quantity: As Required 4. Rack Shelves a. Heavy duty and sliding rack shelves 1) Acceptable Product a) Middle Atlantic SS b. General rack shelves 1) Acceptable product a) Middle Atlantic RSH with escutcheon. 5. Horizontal Cable Management a. Acceptable Product 1) Middle Atlantic HHCM-1 2) Middle Atlantic HHCM-2 3) As Approved 6. Additional Cable Management a. Acceptable Product 1) Middle Atlantic BR1/BR2 Cable brush grommet panels 2) Middle Atlantic LPB 7. Power distribution a. Mount to both sides of rack b. Feed each side of rack from separate circuits for increased redundancy c. Acceptable Product 1) Middle Atlantic PDT-2020TL-NS 8. For all devices with detachable power cord, provide a shortened cable to connect directly to power strip without bundling ; this power cable is preferred in a color other than black. Provide Owner 15 of the original length power cables. E. PCR Furniture Consoles 1. System Description a. Console shall be constructed to house audio, video, control and other equipment as shown on drawings. Console shall be constructed by expert craftsman in a fully qualified cabinet shop regularly in business for technical millwork furniture WJHW

112 LUCAS OIL STADIUM b. The term console includes actual consoles housing equipment for work while seated; console desks housing little or no equipment; and other millwork or furniture housing monitors, timing or cueing devices, etc. c. All shelves, counters and edges to be designed to support 250 pound point load at edge of counter in addition to equipment mounted in or on shelf. d. Equipment rack frames with drilled and tapped mounting holes shall be included as shown on drawings (reference EIA standards). Unused rack space shall be filled with black blank panels, brushed anodized aluminum. e. AC power distribution and other requirements shall be as in Part 3; for routing between sections of cabinet, metal conduit and/or wireway shall be used for shielding and protection of circuits or as required by applicable codes. Power distribution must be hardwired into the millwork; pre-fabricated whips and related may not comply with regional expectations. f. Cabling access is required at each and every counter location. Preferred cabling system is a slot or reveal in the millwork that allows user a great deal of flexibility in locating cabling. Where slot exists in a flat millwork piece, then slot should be equipped with a brush cover or other suitable filler material that allows cables to be easily connected and dressed through openings (e.g. brush wire manager series). 1) Circular grommets are not allowed 2) A slot or cable reveal at the intersection of counter with vertical "rack" elements is preferred wherever possible. g. Certain equipment shall be mounted into the millwork (e.g. console mount intercom stations, camera control shading joysticks, etc.); do not cut into millwork, until on site and user can evaluate operating configuration. h. Seismic bracing and bases for millwork as required. i. Field verify all site conditions prior to final shop drawing submittal to Architect. j. Steel Components 1) Steel components shall be 11g. or 3/16 cold rolled (type B), laser cut, de-burred and press break formed for strength and accuracy. 2) Powder coating finish is polyester/epoxy oven baked with Airstatic process. k. Aluminum Extrusion 1) Aluminum extrusion to be 6061 with clear anodizing. 2) Slot for attachment of standard, custom and client supplied components. 3) Steel components to be factory placed for speed of on-site assemble and accuracy. l. Wood Components 1) Wood components to meet AWI Premium Grade Standards, construction to include solid woods, multiply plywood sheet, medium density fiber board and high density/high quality particle board WJHW

113 LUCAS OIL STADIUM 2) All components to be permanently plant assembled with screws, glue and staples. 3) Black Melamine surfaces to cover equipment bay interiors and there are no exposed raw wood surfaces. 2. Millwork Locations a. Free Standing Control Room Locations 1) Rear monitor Track; 2) Turret, shelf, or recessed monitor configuration on an individual bay basis 3) Front and rear access to lower equipment bays 4) Fully articulating monitor support arms 5) Integral cable management 6) Locations a) Bays 110 through 11F b) Bays 120 through 129 c) Bays 130 through 139 d) Bays 140 through 149 e) Bays 150 through 151 7) Basis of design a) TBC Consoles Intellitrac style series with 1) FP750 LCD mounts 2) Manufacturers standard counter finish 8) Acceptable Manufacturers a) Beck tv b) Forecast Consoles c) Time Base Consoles b. Free Standing Control Room Locations 1) Rear monitor Track; 2) Integrated audio bridge above mixing console 3) Front and rear access to lower equipment bays 4) Fully articulating monitor support arms 5) Integral cable management 6) Locations a) Bays 310 through 312 7) Acceptable Manufacturers a) Beck tv b) Forecast Consoles c) Time Base Consoles c. Rack Based Counter 1) Counter with Camera Control Panels, POV Control Panels, and Routing Switcher Control Panels mounted recessed 2) Locations a) Racks 710 through Hardware/furniture issues: 2018 WJHW

114 LUCAS OIL STADIUM a. Data and power cable terminations--millwork 1) Custom rack panels b. Type 1 IO Plate (IO PLATE1) 1) Provide data, power and serial connections at operators position 2) Acceptable Product a) Extron Based Solution 1) Extron AAP 301 (Quantity: 1) 2) Extron Dual 3) Extron One USB A to 4-pin Captive Screw Terminal Connector, One RJ-45 Female to Female Barrel (Quantity: 2) a) Note: Use specified RJ45 termination in place of provided barrel 4) Extron Dual US AC AAP(Quantity: 1) c. Type 2 IO Plate 1) Provide the following connectivity a) One (1) USB port b) One (1) HD-SDI Output c) Seven (7) HD-SDI Input d) One (1) Reference Output e) Two (2) Category Cables f) Two (2) HDMI Inputs F. BOOTH KIT RACK 1. Intended to house booth kit equipment and cabling 2. Four (4) RU front rack 3. Ten (10) RU slant top 4. Side access ports 5. Removeable front and back doors 6. Lockable lid 7. Enough clearance for wireless antenna with lid secured 8. Acceptable Product: a. SKB 1SKB-R104 rack case b. As Approved 2.16 PATCHING AND CABLES A. Patch Panels: 1. Identification strips to be printed labels of different color for each major connector grouping. Use a combination of colored fonts on white background and black fonts on colored backgrounds. a. Video and AES (unbalanced) patch panel with normal through patch jacks. 1) Acceptable Products a) ADC PPI4632RS-MVJ-BK. (Quantity: As required with 10% excess capacity) 2018 WJHW

115 LUCAS OIL STADIUM b) Equivalent products from AVP and ADC are also acceptable b. Audio and Intercom Patch Panels Note these panel(s) shall be located in the PA equipment racks adjacent to the PA analog patches. 1) Non-terminated inputs to be shorted through normalling contacts on rear panel. 2) Provide one punch down tool and one replacement tip. 3) Acceptable product: a) ADC PPP1248-ES-HN-S 4) Provide additional panels for termination of existing, external cabling; terminations at patch panels by Video Production System Installer. c. Machine Control Patch Panels (Serial Jack Field) 1) Acceptable product: a) Bittree B N16 T 24 b) Equivalent products from AVP and ADC are also acceptable d. OpticalCon Patch Panel 1) 12 OpticalCon ports broken out to 12 pairs of LC SMFO 2) Acceptable Product a) Joseph OCON-PP-12-NOSB-LC2P b) As Approved e. General Purpose Interface contact closures available on the DVE, Still Store, Character Generator, Editor, and any other devices shall be brought to a patch panel (normals out) for wiring purposes. 1) CAT6. (Quantity: As required) B. Patch Cables: 1. Video Patch Cables. Standard Video Patch Cords; each length in a different color a. Basis of Design 1) 3' in length. a) Provide in four (4) different colors b) Acceptable Product 1) ADC G3V-STM. c) Quantity: 12 2) 4' in length. a) ADC B4V-STM. 3) 6' patch to male BNC a) Acceptable Product: 1) ADC 06V-STM-B. b) Quantity: 12 4) Conversion adapter a) ADC MBNC-3. b. Other Vendors with acceptable solutions 1) ADC 2) AVP 2. Machine Control Patch Cables: a. Acceptable Product 2018 WJHW

116 LUCAS OIL STADIUM 1) Bittree GPI b. Other Vendors with acceptable solutions 1) ADC 2) AVP 3) Quantity: Audio Patch Cables a. Acceptable Product 1) Bittree BPC b. Other Vendors with acceptable solutions 1) ADC 2) AVP c. Quantity: Patch Cord Holder OPTIONS: a. Acceptable Product 1) Pomona ) Trompeter CH50 3) ADC PPH b. Quantity: 2 C. Camera Cables 1. SMPTE Camera Cabling a. Length four (4) foot 1) Acceptable Product a) Gepco GHF92A-0-4-PS. b) Clark X-HFCTP-4-MF c) Joseph Electronics JSCBLDN(BLACK)PUWFUW-4 2) Quantity: 4 b. Length fifteen (15) foot 1) Acceptable Product a) Gepco GHF92A-0-15-PS. b) Clark X-HFCTP-15-MF c) Joseph Electronics JSCBLDN(BLACK)PUWFUW-15 c. Length Twenty-five (25) foot 1) Acceptable Product a) Gepco GHF92A-0-25-PS. b) Clark X-HFCTP-25-MF c) Joseph Electronics JSCBLDN(BLACK)PUWFUW-25 2) Quantity: 10 d. Fifty (50) foot 1) Acceptable Product a) Gepco GHF92A-0-50-PS. b) Clark X-HFCTP-50-MF c) Joseph Electronics JSCBLDN(BLACK)PUWFUW-50 2) Quantity: 10 e. One Hundred (100) foot 2018 WJHW

117 LUCAS OIL STADIUM 1) Acceptable Product a) Gepco GHF92A PS. b) Clark X-HFCTP-100-MF c) Joseph Electronics JSCBLDN(BLACK)PUWFUW-100 2) Quantity: 5 f. Two Hundred fifty (250) foot 1) Acceptable Product a) Gepco GHF92A PS with 1) Canare R460S (w/casters) b) Clark X-HFCTP-250-MF with 1) Canare R460S (w/casters) c) Joseph Electronics JSCBLDN(BLACK)PUWFUW-250 with 1) Canare R460S (w/casters) 2) Quantity: 5 g. Five Hundred (500) foot 1) Acceptable Product a) Gepco GHF92A PS with 1) Canare R460S (w/casters) b) Clark X-HFCTP-500-MF with 1) Canare R460S (w/casters) c) Joseph Electronics JSCBLDN(BLACK)PUWFUW-500 with 1) Canare R460S (w/casters) 2) Quantity: 2 2. Neutrik OpticalCon Cables a. Three (3) foot patch cable 1) Acceptable Product a) Camplex HF-OC2-SX003 b) Neutrik NKO2S-L-0-1 c) As Approved 2) Quantity: Video Cables a. Twenty-five (25) foot length 1) Acceptable product a) Belden/Gepco GVC11-BLACK-25 b) Clark X-CD7506-BLACK-25 c) Joseph Electronics JVC1694A(BLACK)KBB-25 2) Quantity: 10 b. One hundred (100) foot length 1) Acceptable product a) Belden/Gepco GVC11-BLACK-100 b) Clark X-CD7506-BLACK-100 c) Gepco GVC11-BLACK-100 d) Joseph Electronics JVC1694A(BLACK)KBB-100 2) Quantity: WJHW

118 LUCAS OIL STADIUM 4. Audio Cables a. Ten (10) Foot Length 1) Acceptable Product a) Gepco GMC-5-BLACK-10-MF-NBG b) Joseph Electronics JAC1192A(BLACK)XMBXFB-10 c) Clark Solution 2) Quantity: 4 b. Twenty-five (25) Foot Length 1) Acceptable Product a) Gepco GMC-5-BLACK-25-MF-NBG b) Joseph Electronics JAC1192A(BLACK)XMBXFB-25 c) Clark Solution 2) Quantity: 10 c. Fifty (50) Foot Length 1) Acceptable Product a) Gepco GMC-5-BLACK-50-MF-NBG b) Joseph Electronics JAC1192A(BLACK)XMBXFB-50 c) Clark Solution 2) Quantity: 2 d. One hundred (100) Foot Length 1) Acceptable Product a) Gepco GMC-5-BLACK-100-MF-NBG b) Joseph Electronics JAC1192A(BLACK)XMBXFB-100 c) Clark Solution 2) Quantity: FIBER CLEANING TOOLS A. Fiber Optic Microscope Kit 1. Scope, with LCD display. 2. Battery and charger included. 3. Includes adapters for viewing ST, SC, LC, FC and SMPTE Connectors. 4. Acceptable product: a. Clark FOT-SCP3-F2 5. Quantity: 1 B. SMPTE Tester 1. Battery powered SMPTE304m compliant cable tester: 2. Fiber: test fiber optic loss and polarity. 3. Copper: checks electrical continuity shorts and pin out. 4. Provide 5 foot launch SMPTE cables. 5. Acceptable product: a. Clark CWT-SMPTE b. Gepco SMPTE-304TS 6. Quantity: WJHW

119 LUCAS OIL STADIUM C. ST Cleaning Tool: 1. Acceptable product to include the following: a. One click cleaner: 1) Clark FOC-CK-OC (Qty 2) b. Two Swab Pak (one wet, one dry): 1) Clark FOC-CS (Qty. 10) 2) LEMO WST.KI c. Universal cleaning sticks: 1) Clark FOC-CK-CSP (Qty 1) 2. Quantity: 2 D. SMPTE Cleaning Tool 1. One click cleaner for 2mm SMPTE contacts. 2. Acceptable product: a. Clark FOC-CK-OCS (Qty. 2) b. LEMO DCS.F2.NOW.PA (Qty. 2) 2.18 GENERAL PURPOSE CONTROL WIRING, FIBER OPTIC AND RF CABLE/CONNECTORS A. Cabling to be in accordance with Owner standards, with the following exceptions/enhancements: 1. Precision Video Cables a. Type 1 Video Cable and AES-U Cable. 1) For Video Cables under one hundred (100) feet in length and all AES- U applications 2) Precision video cable 3) PVC jacketed 4) Solid center conductor. 5) Cable to be ordered in 6 colors (other than black) for each separate cabling system: 6) Acceptable Product a) Gepco VDM-230 b) CommScope as approved c) Belden 1855 d) Clark CD 7523 b. Type 2 Video Cable 1) Video cable for intra-room applications 2) Precision video cable 3) PVC jacketed 4) Solid center conductor. 5) Cable to be ordered in 6 colors (other than black) for each separate cabling system: 6) Acceptable Product a) Gepco VSD WJHW

120 LUCAS OIL STADIUM b) CommScope as approved c) Belden 1694A d) Clark CD 7506 c. Type 3 Video Cable 1) Video Cable for runs outside of Production Data Center Or Production Control Center 2) Precision video cable 3) PVC jacketed 4) Solid center conductor. 5) Cable to be ordered in 6 colors (other than black) for each separate cabling system: 6) Acceptable Product a) Gepco VHD7000 b) CommScope as approved c) Belden 7855A d) Clark CD Audio Cabling a. Type 1 AES-B Audio Cable 1) Acceptable Product a) Gepco DS401 b) Clark 801 b. Type 1 Analog Audio Cable 1) Acceptable Product a) Gepco 61801EZ b) CommScope 4201EZ 3. SMPTE Cabling a. Type 1 SMPTE Cable 1) Single HD (SMPTE) Camera Cable 2) Riser Rated Single HD (SMPTE) Camera Cable: 3) For general use where allowed by code 4) High Definition Television (HDTV) hybrid fiber optic camera cable. 5) Cable to provide copper and fiber connectivity for a single SMPTE line. 6) Acceptable Product: a) Belden 7804R b) Clark HFCPV c) Gepco HDC920R d) Mohawk M96921 b. Type 2 SMPTE Cable 1) Plenum Rated Single HD (SMPTE) Camera Cable: 2) For use within plenum spaces or as required by Code 3) High Definition Television (HDTV) hybrid fiber optic camera cable. 4) Cable to provide copper and fiber connectivity for a single SMPTE line. 5) Acceptable Product: a) Belden 7804P 2018 WJHW

121 LUCAS OIL STADIUM b) Mohawk M96924 c) Clark HFCPL c. Type 3 SMPTE Cable 1) Riser Rated Three Channel HD (SMPTE) Camera Cable: 2) For general use where allowed by code 3) High Definition Television (HDTV) hybrid fiber optic camera cable. 4) Cable to provide copper and fiber connectivity for a single SMPTE line. 5) Acceptable Product: a) Belden 7824R b) Gepco HC3R c) Mohawk M97673 d) Clark HFC3R d. Type 4 SMPTE Cable 1) Underground Rated Single HD (SMPTE) Camera Cable: 2) For use when cable is exposed to moisture and allowed by code 3) High Definition Television (HDTV) hybrid fiber optic camera cable. 4) Cable to provide copper and fiber connectivity for a single SMPTE line 5) Water blocking Tape or Gel Filled 6) Acceptable Product: a) Belden 7804WB b) Clark HFCDB e. Type 5 SMPTE Cable 1) Plenum Rated Three Channel HD (SMPTE) Camera Cable: 2) For use within plenum spaces or as required by Code 3) High Definition Television (HDTV) hybrid fiber optic camera cable. 4) Cable to provide copper and fiber connectivity for a single SMPTE line. 5) Acceptable Product: a) Belden 7824P b) Mohawk M97767 c) Clark HFC3P 4. Loose Cabling a. OpticalCon to ST Breakout Box 1) OpticalCon Duo to two (2) female ST SMFO connectors 2) Quantity two (2) 3) Acceptable Product: a) BTX-BX2STSM b) Camplex CMX-NEMA2 OpticalCon Duo NO2-4FDW-A to (2) ST Female Singlemode B. Connectors to be in accordance with Owner standards, with the following exceptions/enhancements: 1. Single Mode Fiber Optic ST Connector: a. Connector Type: Single Mode Fiber ST connector. b. Temperature Cycling: 0.3dB change, -40 to +75 C. c. Insertion Loss Average: 0.2 db WJHW

122 LUCAS OIL STADIUM d. Reflectance: 40 db typical. e. Re-matings: minimum of 500. f. Mechanical splicing not acceptable g. Acceptable Manufacturers 1) Belden 2) Corning 3) As Approved h. Provide 25 spare connectors after turn over. 2. Single Mode Fiber Optic LC UPC Connector: a. Connector Type: Single Mode Fiber LC connector for use with Neutrik opticalcon connector. b. Temperature Cycling: 0.3dB change, -40 to +75 C. c. Insertion Loss Average: 0.2 d. Reflectance: 55 db typical. e. Re-matings: minimum of 500. f. Mechanical splicing not acceptable g. Acceptable Manufacturer: 1) Belden 2) Corning 3) As approved h. Provide 25 spare connectors after turn over. 3. Triax/SMPTEOpticalCon Plug/Jack Panel a. Panel is to be a modular system type to provide flexibility between triax and SMPTE connectors. b. Connectors are to be electrically isolated from the panel via nonconductive plastic modules. c. Triax connectors: Field = Kings or approved equal, Truck Interconnect = Kings or approved equal. d. Netruik opticalcon: NO2-4FDW-1-A for field and interconnect. e. Canare Field SMPTE hybrid connectors: Canare FCS015A-FR. f. Clark Field SMPTE hybrid connectors: Field = Clark X-HFC-FXW-ST-A g. Canare Truck Interconnect SMPTE hybrid connectors: FCS015A-MR. h. Clark Truck Interconnect SMPTE hybrid connectors: Clark X-HFC-EDW- ST-A6-1.5 i. Acceptable product: 1) Field (camera platform) panel: a) Clark Modular Frame RP-MPA-I with MP-T Kings triax module, Neutrik opticalcon or MP-S SMPTE module. MP-B blank module 2) Interconnect (rack) panel: a) Clark Modular Frame RP-MPA-O with MP-T Kings triax module, Neutrik opticalcon, MP-S SMPTE module. MP-B blank module 2018 WJHW

123 LUCAS OIL STADIUM 4. SMPTE Hybrid Components a. In House Production Field Enclosure: 1) Rack mount enclosure. 2) Provide for internal fusion splicing and cable management. 3) Provide for external strain relief for cables. 4) Front Panel: Zirconia sleeve SMFO ST feed through with metal dust caps attached to front panel with stainless steel mounting hardware. 5) Blank unused ports. 6) Acceptable product: a) Clark X-FB1-STSM-06 b. Cross Connect and Video Replay Rack SMPTE Components: 1) Rack mounted angle panel with electrically isolated connectors. c. Splice Box or Triax/SMPTE panels: Terminate field SMPTE cable including spare conductors. Provide for internal connections and cable management. Splice box is to be mounted to the sides of the interconnect rack or vertical ladder rack. Pigtails are used between the splice box and Triax/SMPTE panel. d. Coordinate pigtails with splice box or enclosure. e. Provides external strain relief for cables. f. Acceptable product: 1) Canare FCE-6 splice box 2) Clark HFC-SB6 5. Male SMPTE Connector and Pigtails: a. Provide SMPTE socket connector with 1-meter cable to terminate to above splice box. b. Dust cap to be attached to angled panel. c. Provide isolation plate for electrical isolation if required (depending on configuration). d. Provide 3 spare pigtails of each type. e. Acceptable product: 1) Canare FCS015A-MR with dust cap 2) Clark X-HFC-EDW-ST-A ) Lemo MDT (coordinate pigtail connectors with splice box) 6. Female SMPTE Connector and Pigtail: a. Provide connector with isolation plate and dust cap. b. Provide quantity of pigtails in accordance with cable schedule. c. In additional to the above, provide Owner with three spare cables. d. Acceptable product: 1) Canare FCS015A-FR with IU-FCF-SET and dust cap 2) Clark X-HFC-FXW-ST-A6-1.5 and dust cap 3) Lemo ECU (coordinate pigtail connectors with splice box) 7. Male EtherCON Plug a. CAT6A RJ45 Plug b. Integrated strain relief c. Acceptable Product: 2018 WJHW

124 LUCAS OIL STADIUM 1) Neutrik NE8MX6-B 8. Female EtherCON Jack a. CAT6A RJ45 Plug b. Integrated strain relief c. Acceptable Product: 1) Neutrik NE8FDX-P6-B 2.19 MANUFACTURERS COMMISSIONING A. Provide manufacturers commissioning and setup for all systems provided as part of the Video Production System including any selected options. B. Commissioning shall include, but not be limited to: 1. Cameras 2. Lenses 3. Production Switcher; including interface to 3rd party devices such as file servers, audio mixers, routing switchers, cameras, etc. 4. Routing Switcher and multi-image viewers 5. Clip Server(s); including interface to other devices such as production switcher and data networks 6. Tally System 7. Intercom Systems 8. Slow Motion Systems; including interface to other devices such as production switcher, Edit system and data networks C. If Contractor shall be using their own forces for commissioning then they need to submit qualifications of persons performing commissioning and three references for similarly commissioned projects. D. Unless otherwise noted, Contractor is not responsible for providing commissioning of Existing Owner Furnished equipment (with the exception of Network switches and computers which the Owner may provide to the project for installation of configuration and operating software) DEMONSTRATION AND TRAINING A. Off site Training at manufacturer s facility with the same models of equipment and software. 1. Production Switcher--24 hours. 2. CG/graphics--24 hours B. On Site Training. Manufacturer s trainers or manufacturer s authorized or approved trainers to provide operations and service training on the following major equipment components and subject matter to the Operator (this is not commissioning): 1. Production Switcher (130 hours; minimum). Submit resume on trainer on this device for approval WJHW

125 LUCAS OIL STADIUM a. Provide an experienced switcher TD to program macros, custom controls, DVE moves, etc. for first events. This will include consultation on: creative content, programming of content, interfacing to file servers, etc. b. Switcher TD is specifically to be experienced in game entertainment production (not just broadcast production), preferably in a sporting facility with unique aspect ratio displays. c. It is expected that some of this involvement and time will be in advance to actual on site time and work. d. It is expected that trainer will need to attend two (2) games. e. Curriculum: 1) Internal timing adjustments 2) Normal switcher operations 3) Use of aux busses with DVE 4) Programming switcher effects memory 5) Software configuration for: 6) DVE 7) Editor 8) GPIs 9) Automation System 10) Routing Switcher 11) Camera/robotic interfaces, 12) Other interfaced devices f. Trainer s Daily reports shall be ed to those being trained, the Owner s representative, the manufacturer s training department, Contractor. 1) The reports should include information required as part of the submittal; as well as detailed information on setup and operational training specific to the project installation. 2) The Daily reports should be cumulative and edited as appropriate during the training duration. 2. Character Generator implementation specialist (150 hours, minimum). Submit resume on implementation specialist on this device for approval. a. Provide an experienced CG operator to assist in development and implementation of CG templates. This will include consultation on: creative content, programming of content, interfacing to graphic and statistical systems, etc. b. CG implementation is specifically to be experienced in game entertainment production (not just broadcast production), preferably in a sporting facility with unique aspect ratio displays. c. CG Operator is specifically to be experienced with database interfacing to Daktronics DakStats, Statvision, RTD and summary database or other scoring systems (e.g. MLBAM XML; Scorepad, Status Pro, etc.). d. It is expected that some of this involvement and time will be in advance to actual on site time and work. e. It is expected that trainer will need to attend two (2) games WJHW

126 LUCAS OIL STADIUM f. No more than 40 hours of this time shall be as traditional CG training; the bulk of the time shall be in assistance of building templates, transitions, 3D effects, clip playout and the like. g. Trainer s Daily reports shall be ed to those being trained, the Owner s representative, the manufacturer s training department, Contractor. 1) The reports should include information required as part of the submittal; as well as detailed information on setup and operational training specific to the project installation. 2) The Daily reports should be cumulative and edited as appropriate during the training duration. 3. Clips and Graphic Server(s) (16 hours ON EACH TYPE): Submit resume on trainer on the device(s) for approval. a. Trainer s Daily reports shall be ed to those being trained, the Owner s representative, the manufacturer s training department, Contractor. b. The reports should include information required as part of the submittal; as well as detailed information on setup and operational training specific to the project installation. c. The Daily reports should be cumulative and edited as appropriate during the training duration. 4. Routing Switcher Training (24 hours at no more than 6 hours per day; in at least two separate trips ). Training shall be separate from commissioning a. Include all costs for trainer and commissioning. b. See part 3 of this specification regarding other training considerations. c. Specific Issues: 1) Programming switcher 2) Programming and using salvos 3) Interfacing routing switcher to the Tally Interface system with appropriate programming 4) This training shall be distinct from any time that switcher manufacturer may spend commissioning switcher. 5) Commissioning will be separate from training. d. Trainer s Daily reports shall be ed to those being trained, the Owner s representative, the manufacturer s training department, Contractor. 1) The reports should include information required as part of the submittal; as well as detailed information on setup and operational training specific to the project installation. 2) The Daily reports should be cumulative and edited as appropriate during the training duration. 5. Slow Motion training (36 hours; scheduled in at least three (3) separate sessions separated by 3-6 weeks as determined by operator). Training shall be separate from commissioning. Plan on original trainer to be present at first designated sporting event. a. Trainer s Daily reports shall be ed to those being trained, the Owner s representative, the manufacturer s training department, Contractor WJHW

127 LUCAS OIL STADIUM 1) The reports should include information required as part of the submittal; as well as detailed information on setup and operational training specific to the project installation. 2) The Daily reports should be cumulative and edited as appropriate during the training duration. 6. Intercom Training (8 hours). Training shall be separate from commissioning. Training shall be both technical and operational. 7. Camera training (16 hours) a. Engineering Training b. Operational Training c. Lens use d. SMPTE connector cleaning, care and maintenance. 8. Manufacturer s training should be assumed to take place on the project site, unless agreed to by the operator. a. Training should be scheduled to be non-overlapping, unless agreed to by the Operator. b. Actual training schedule shall be by agreement with Operator. Do not assume that training will occur over 8 hour days. It is more likely that training will be scheduled in 2-4 hour increments; perhaps over a period of weeks (or even months). c. In the event that a portion of the training time is occupied in troubleshooting the equipment installation, commissioning the equipment, then the training time shall be extended an equal amount of time. 9. The following is a general idea of the training curriculum : a. A general familiarization of the architecture of the device. b. An explanation of how the device interfaces to the rest of the Video Control Room (including data connections; timing requirements and the like). c. General training on operating the device. d. Specific training on device operation (e.g. on the CG, entering statistics; how to access data retrieval sources; how to create repeatable formats and layouts). e. Saving information; backing information up. f. Basic troubleshooting g. Specific troubleshooting (this information may be conveyed to personnel other than the device s operators ). h. How to upgrade software; precautions taken while doing (e.g. backing-up existing software). C. Provide not less than 24 hours of systems operation and maintenance instruction to Operator designated personnel on the use and operation of the System. This instruction will consist of two portions: 1. A minimum of five separate sessions, by an instructor fully knowledgeable and qualified in system operation. The System Reference Manuals should be complete and on site at the time of this instruction. 2. Event Attendance within the following requirements: 2018 WJHW

128 LUCAS OIL STADIUM 3. Be present at the first three home games or other events as designated by the operator. a. During these events, attendance shall begin at the first crew call and conclude when the crew is released. During these events perform such tasks (e.g. assistance with timing, patching, routing, shading, troubleshooting cabling problems, etc.) as requested by user. Tasks shall be strictly assistance, not operation. b. In the event that the system is used prior to final acceptance, attendance in support of system usage shall not be construed as acceptance, or as event attendance. 4. Schedule 2 days with team during mid-season to review systems and equipment operation. 5. Coordinate these schedules with the Operator EVENT ATTENDANCE A. In addition to training and warranty requirements, this installer shall provide event support services to facilitate troubleshooting and effect repair of the specified systems during critical events. 1. Be present on game day from at least 4 hours before gates open, until the time released by the Owner. 2. During these events, attendance shall begin at the first crew call and conclude when the crew is released. During these events perform such tasks (e.g. assistance with timing, patching, routing, shading, troubleshooting cabling problems, etc.) as requested by user. B. Event support personnel shall be a project engineer associated with the original system design, configuration and engineering. C. During warranty, provide these services for 10 events as designated by Owner. PART 3 - EXECUTION 3.1 GENERAL A. All equipment and materials shall be new. Take care during installation to prevent scratches, dents, chips, etc. B. Mount equipment and enclosures plumb and square. Permanently installed equipment to be firmly and safely held in place. Design equipment supports to support loads imposed with a safety factor of at least three. Seismic bracing shall be installed on appropriate equipment where local codes require such installation. C. Cover edges of cable pass-through holes in chassis, racks, boxes, etc., with rubber grommets or Brady GRNY nylon grommetting WJHW

129 LUCAS OIL STADIUM 3.2 AC POWER AND GROUNDING A. Coordinate and make final connection of power and ground wiring to racks. Hard wire power wiring directly to internal AC receptacles to ensure uninterrupted operation. B. Install 3-conductor, isolated ground outlets in each rack. Provide a minimum of two spare outlets in each rack. Label each outlet as to which AC circuit is feeding it and provide the same information in the circuit breaker panel. C. Install a copper ground buss bar top to bottom in each rack, insulated from the rack. Ground equipment chassis not having a three wire power cord to these busses using nuts, bolts and lock washers with No. 12 wire. Connect ground wire from each AC outlet in rack to this buss bar. Connect each rack buss bar to main ground wire in local power panel with properly sized insulated cable. D. For all devices with detachable power cord, provide a shortened cable to connect directly to power strip without bundling ; this power cable is preferred in a color other than black. Provide Operator 15 of the original length power cables. 3.3 EQUIPMENT RACKS AND CONSOLES A. Mount equipment in racks and consoles and fully wire and test before delivery to job site. If field conditions prevent prior assembly of racks, notify Operator s Representative in writing that racks will be fabricated on site and the reasons for the change. B. Provide adequate whisper type ventilation. C. Looking at the rack from the rear, locate AC power wiring on the left; line level audio, video, and RF wiring on the right. Panels or equipment mounted on the rear rack rails shall not block access to any front mounted components. D. Where power supplies exist on both sides of the rack provide second power strip on the left (excepting patch panel racks). 3.4 SYSTEM WIRING A. Take precautions to prevent and guard against electromagnetic and electrostatic hum. For line level audio signals, float cable shields at the output of source device. Shields not connected to be folded back over cable jacket and covered with heat-shrink tubing. Do not cut off unused shields. B. Exercise care in wiring; damaged cables or equipment will not be accepted. Isolate cables of different signals or different levels; and separate, organize, and route to restrict channel 2018 WJHW

130 LUCAS OIL STADIUM crosstalk or feedback oscillation in any amplifier section. Keep wiring separated into groups for microphone level circuits, line level circuits, loudspeaker circuits, and power circuits. C. Make joints and connections with rosin-core solder or with mechanical connectors approved by the Architect s Consultant; where spade lugs are used, crimp properly with ratchet type tool. Spade lugs mounted on 22 gauge or smaller cable to be soldered after crimping. D. Execute wiring in strict adherence to: 1. Phillip Giddings. Audio System Design and Installation. Indianapolis: Howard W. Sams & Co., Don Davis and Carolyn Davis. Appendix II, Recommended Wiring Practices. In Sound System Engineering, 2nd Edition. Indianapolis: Howard W. Sams & Co., Kenneth T. Deschler. Cable Television Technology. New York: McGraw-Hill, Inc., In accordance with standard professional practice. E. Neatly lace vertical and horizontal wiring inside rack with lacing bars. Horizontal wiring in rack to be neatly tied in manageable bundles with cable lengths cut to minimize excess cable slack but still allow for service and testing. Provide horizontal support bars if cable bundles sag. Neatly bundle excess AC power cable from rack mounted equipment with velcro cable ties; where short power cables are not available. Rack wiring to be bundled with velcro cable ties. Electrical tape and adhesive backed cable tie anchors are not acceptable. F. Provide adequate service loops so that equipment mounted on rack slides may be pulled fully out, to their locked position without straining cable. G. All mini-bnc, mini-din and RCA/phono connections shall be made directly to the cable in question; whips and adapters are not acceptable. H. Wiring and connections shall be completely visible and labeled in rack. Termination resistors shall be 1% tolerance; fully visible and not concealed within equipment or connectors WJHW

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS Cass County, Michigan invites qualified vendors to submit proposals for the purchase, installation, and programming of a centralized

More information

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS Cass County, Michigan invites qualified vendors to submit proposals for the purchase, installation, and programming of: a door card

More information

ADVANCED TELEVISION SYSTEMS COMMITTEE, INC. CERTIFICATION MARK POLICY

ADVANCED TELEVISION SYSTEMS COMMITTEE, INC. CERTIFICATION MARK POLICY Doc. B/35 13 March 06 ADVANCED TELEVISION SYSTEMS COMMITTEE, INC. CERTIFICATION MARK POLICY One of the core functions and activities of the ADVANCED TELEVISION SYSTEMS COMMITTEE, INC. ( ATSC ) is the development

More information

TERMS AND CONDITIONS OF THE OFFER FROM. TRIBUNE TELEVISION COMPANY (COMPANY) WXIN/WTTV (STATION) Indianapolis, IN (DESIGNATED MARKET AREA)

TERMS AND CONDITIONS OF THE OFFER FROM. TRIBUNE TELEVISION COMPANY (COMPANY) WXIN/WTTV (STATION) Indianapolis, IN (DESIGNATED MARKET AREA) TERMS AND CONDITIONS OF THE OFFER FROM TRIBUNE TELEVISION COMPANY (COMPANY) WXIN/WTTV (STATION) Indianapolis, IN (DESIGNATED MARKET AREA) For the Distribution Broadcast Rights to the Sony Pictures Television

More information

Request for Proposals Fiber Optic Network Backbone Upgrades

Request for Proposals Fiber Optic Network Backbone Upgrades Introduction Request for Proposals Fiber Optic Network Backbone Upgrades RFP Released on February 18, 2015 The Dexter R-11 Public School District is seeking proposals from qualified service providers to

More information

ELIGIBLE INTERMITTENT RESOURCES PROTOCOL

ELIGIBLE INTERMITTENT RESOURCES PROTOCOL FIRST REPLACEMENT VOLUME NO. I Original Sheet No. 848 ELIGIBLE INTERMITTENT RESOURCES PROTOCOL FIRST REPLACEMENT VOLUME NO. I Original Sheet No. 850 ELIGIBLE INTERMITTENT RESOURCES PROTOCOL Table of Contents

More information

CLEAR CHANNEL BROADCASTING, INC. (COMPANY) WHP/WLYH (STATION) HARRISBURG, PA (MARKET)

CLEAR CHANNEL BROADCASTING, INC. (COMPANY) WHP/WLYH (STATION) HARRISBURG, PA (MARKET) TERMS AND CONDITIONS OF THE OFFER FROM CLEAR CHANNEL BROADCASTING, INC. (COMPANY) WHP/WLYH (STATION) HARRISBURG, PA (MARKET) For the Distribution Broadc a s t Rights to the Sony Pictur e s Television Inc.

More information

MTN Subscriber Agreement

MTN Subscriber Agreement MTN Subscriber Agreement MOBILE TELEPHONE NETWORKS (PTY) LTD Head Office: 216 14th Ave Fairland 2195 Private Bag 9955 Cresta 2118 South Africa Tel +2711 912 3000 Fax +2711 912 3001 http://www.mtn.co.za

More information

NOW THEREFORE, in consideration of the mutual covenants and conditions herein contained, the parties hereto do hereby agree as follows:

NOW THEREFORE, in consideration of the mutual covenants and conditions herein contained, the parties hereto do hereby agree as follows: NOW THEREFORE, in consideration of the mutual covenants and conditions herein contained, the parties hereto do hereby agree as follows: ARTICLE 1 RECOGNITION AND GUILD SHOP 1-100 RECOGNITION AND GUILD

More information

SAG-AFTRA COMMERCIALS INFOMERCIAL ONE PRODUCTION ONLY ( OPO ) INFOMERCIAL LETTER OF AGREEMENT 2013

SAG-AFTRA COMMERCIALS INFOMERCIAL ONE PRODUCTION ONLY ( OPO ) INFOMERCIAL LETTER OF AGREEMENT 2013 SAG-AFTRA COMMERCIALS INFOMERCIAL ONE PRODUCTION ONLY ( OPO ) INFOMERCIAL LETTER OF AGREEMENT 2013 This Agreement is made and entered into this day of, 2013, between SAG-AFTRA and ( Producer ) covering

More information

TV Translator Relocation Grant Program

TV Translator Relocation Grant Program TV Translator Relocation Grant Program Contact: Susana M. Lopez Director of Grants Administration TV Translator Relocation (703) 739-5268 1. Guidelines..........................................................................................

More information

SYMPHONIC LIMITED PRESSING AGREEMENT (For Use By Canadian Orchestras)

SYMPHONIC LIMITED PRESSING AGREEMENT (For Use By Canadian Orchestras) CND Symphonic Ltd. Pressing 1 SYMPHONIC LIMITED PRESSING AGREEMENT (For Use By Canadian Orchestras) 1. This Agreement is made and entered into by and between the (Name of Orchestra - hereinafter called

More information

Rural Development Department Old secretariat, Patna. Sub: - Invitation for Quotations for Printing & Supply of Booklets and Pamphlets To

Rural Development Department Old secretariat, Patna. Sub: - Invitation for Quotations for Printing & Supply of Booklets and Pamphlets To Rural Development Department Old secretariat, Patna Sub: - Invitation for Quotations for Printing & Supply of Booklets and Pamphlets To Dear Sir(s), 1. You are invited to submit your most competitive quotation

More information

Metuchen Public Educational and Governmental (PEG) Television Station. Policies & Procedures

Metuchen Public Educational and Governmental (PEG) Television Station. Policies & Procedures Metuchen Public Educational and Governmental (PEG) Television Station Policies & Procedures TABLE OF CONTENTS Introduction 3 Purpose 4 Station Operations 4 Taping of Events 4 Use of MEtv Equipment 5 Independently

More information

REQUEST FOR PROPOSAL RFP # AUDIOVISUAL TECHNOLOGY ENHANCEMENT FOR THE CITY COUNCIL CHAMBER. City of San Leandro. RFP Coordinator: Michael Hamer

REQUEST FOR PROPOSAL RFP # AUDIOVISUAL TECHNOLOGY ENHANCEMENT FOR THE CITY COUNCIL CHAMBER. City of San Leandro. RFP Coordinator: Michael Hamer REQUEST FOR PROPOSAL RFP # 52593 AUDIOVISUAL TECHNOLOGY ENHANCEMENT FOR THE CITY COUNCIL CHAMBER City of San Leandro RFP Coordinator: Michael Hamer Systems Analyst 1 of 46 Contents 1 INTRODUCTION 4 1.1

More information

City of Winter Springs, FL

City of Winter Springs, FL City of Winter Springs, FL Request for Quote RFQ/006/17/LS Commission Chambers Audio Visual System Upgrades The City of Winter Springs will be upgrading its Commission Chambers (Chambers) audio visual

More information

SESAC LOCAL TELEVISION DIGITAL MULTIPLEX CHANNEL LICENSE AGREEMENT

SESAC LOCAL TELEVISION DIGITAL MULTIPLEX CHANNEL LICENSE AGREEMENT SESAC LOCAL TELEVISION DIGITAL MULTIPLEX CHANNEL LICENSE AGREEMENT AGREEMENT made between SESAC, LLC ("SESAC") and, ("LICENSEE") (corporate name or legal ownership) with regard to the television station

More information

ARTICLE 23. OTHER USES OF TELEVISION PROGRAMS

ARTICLE 23. OTHER USES OF TELEVISION PROGRAMS ARTICLE 23. OTHER USES OF TELEVISION PROGRAMS SECTION A. In the event the Company intends to release a program produced for broadcast under this Agreement in media other than television, radio, closed

More information

REQUEST FOR QUOTATION 3992Q Supply and Installation of Sound Video and Control Equipment - OVAL

REQUEST FOR QUOTATION 3992Q Supply and Installation of Sound Video and Control Equipment - OVAL REQUEST FOR QUOTATION 3992Q Supply and Installation of Sound Video and Control Equipment - OVAL Quotations will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the

More information

Terms of Use and The Festival Rules

Terms of Use and The Festival Rules Terms of Use and The Festival Rules General Provisions By submitting to The International Action Adventure Horror Thriller Film Festival MoviePark (hereinafter referred to as the festival) on the Festival

More information

The App That Pays Contest CONTEST RULES

The App That Pays Contest CONTEST RULES CONTEST PERIOD The App That Pays Contest CONTEST RULES 1. "The App That Pays" contest will run from 12:01 a.m. ET on September 1, 2014, to 11:59 p.m. ET on March 31, 2015 (the "Contest Period"). It is

More information

TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM

TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM I. APPLICATION OF THESE TERMS & CONDITIONS (1) The following terms and conditions (the Terms ) govern the submission of a film (the Film

More information

DATED day of (1) THE BRITISH BROADCASTING CORPORATION

DATED day of (1) THE BRITISH BROADCASTING CORPORATION DATED day of.. 2017 BBC IP COMMISSIONING AGREEMENT BETWEEN (1) THE BRITISH BROADCASTING CORPORATION (2). LIMITED [PROGRAMME TITLE] THIS PROGRAMME PRODUCTION AGREEMENT FOR A BBC-OWNED FORMAT/PROGRAMME Dated...

More information

CENTENNIAL SCHOOL DISTRICT 2015 GRADUATION BROADCAST AND VIDEO SERVICES QUOTE #Q15-005

CENTENNIAL SCHOOL DISTRICT 2015 GRADUATION BROADCAST AND VIDEO SERVICES QUOTE #Q15-005 General Conditions CENTENNIAL SCHOOL DISTRICT 2015 GRADUATION BROADCAST AND VIDEO SERVICES QUOTE #Q15-005 William Tennent High School is requesting quotes for Graduation Broadcast and Video Services for

More information

BUFORD COMMUNITY CENTER, TOWN PARK & THEATRE THEATRE AND STAGE RENTAL AGREEMENT

BUFORD COMMUNITY CENTER, TOWN PARK & THEATRE THEATRE AND STAGE RENTAL AGREEMENT Revised December 28, 2016 BUFORD COMMUNITY CENTER, TOWN PARK & THEATRE THEATRE AND STAGE RENTAL AGREEMENT Facility Usage Usage of the theatre and stage facilities for production of a performance is subject

More information

TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM

TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM I. APPLICATION OF THESE TERMS & CONDITIONS (1) The following terms and conditions (the Terms ) govern the submission of film (the Film

More information

Licensing & Regulation #379

Licensing & Regulation #379 Licensing & Regulation #379 By Anita Gallucci I t is about three years before your local cable operator's franchise is to expire and your community, as the franchising authority, receives a letter from

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL ELECTRICAL PROTECTIVE RELAY Indefinite Delivery Indefinite Quantity (IDIQ) New and Existing Medium Voltage Switchgear University of Arkansas Campus Fayetteville, Arkansas October 25,

More information

SIDELETTER ON LITERARY MATERIAL WRITTEN FOR PROGRAMS MADE FOR NEW MEDIA. As of February 13, 2008 Revised as of May 2, 2011

SIDELETTER ON LITERARY MATERIAL WRITTEN FOR PROGRAMS MADE FOR NEW MEDIA. As of February 13, 2008 Revised as of May 2, 2011 SIDELETTER ON LITERARY MATERIAL WRITTEN FOR PROGRAMS MADE FOR NEW MEDIA As of February 13, 2008 Revised as of May 2, 2011 Carol A. Lombardini Alliance of Motion Picture & Television Producers, Inc. 15301

More information

TELEVISION STATION'S BARTER MOVIES OFFER

TELEVISION STATION'S BARTER MOVIES OFFER TELEVISION STATION'S BARTER MOVIES OFFER DATE:December 6, 2010 STATION 1 :WSYR PACKAGE TITLE: SONY WEEKLY VIII STATION 2: ESYR WILL AIR ON STATION(S) _WSYR/ESYR NUMBER OF PICTURES: 56 MARKET: Syracuse,

More information

ATTACHMENT J.10. [Offeror s Letterhead]

ATTACHMENT J.10. [Offeror s Letterhead] ATTACHMENT J.10 [Offeror s Letterhead] [Insert Date] District of Columbia Public Library 1990 K Street, NW - Suite 500 Washington, DC 20006 Attn: Reference: Ms. Diane Wooden Chief Procurement Officer Solicitation

More information

REQUEST FOR PROPOSALS AND TERMS OF REFERENCE

REQUEST FOR PROPOSALS AND TERMS OF REFERENCE REQUEST FOR PROPOSALS AND TERMS OF REFERENCE Request for Proposals (RFP) and Terms of Reference (TOR) for consultancy services to establish technical standards for FM radio broadcasting in The Bahamas

More information

THE RYEDALE BOOK FESTIVAL SHORT STORY COMPETITION IN ASSOCIATION WITH THE BLACKTHORN PRESS

THE RYEDALE BOOK FESTIVAL SHORT STORY COMPETITION IN ASSOCIATION WITH THE BLACKTHORN PRESS THE RYEDALE BOOK FESTIVAL SHORT STORY COMPETITION IN ASSOCIATION WITH THE BLACKTHORN PRESS There is an award of 250 for the winner 150 for the second place and 100 for the third place. The ten best stories

More information

ARRIS Solutions Inc. TERMS OF USE ARRIS SOFTWARE APPLICATIONS

ARRIS Solutions Inc. TERMS OF USE ARRIS SOFTWARE APPLICATIONS ARRIS Solutions Inc. TERMS OF USE ARRIS SOFTWARE APPLICATIONS (Effective as of February 10, 2015) PLEASE READ CAREFULLY This ARRIS Solutions, Inc. Terms of Use Agreement (this "Agreement") is a legal agreement

More information

Rose Bowl LED Sports Lighting Request for Qualifications (RFQ) May 02, 2018

Rose Bowl LED Sports Lighting Request for Qualifications (RFQ) May 02, 2018 Rose Bowl LED Sports Lighting Request for Qualifications (RFQ) May 02, 2018 Invitation The Rose Bowl Operating Company ( RBOC ), as agent for the City of Pasadena ( City ), is seeking qualified professional

More information

Legally Responsible Party (Producer): SAMPLE

Legally Responsible Party (Producer): SAMPLE SCREEN ACTORS GUILD-AMERICAN FEDERATION OF TELEVISION AND RADIO ARTISTS INFORMATION SHEET AND APPLICATION SHORT FILM AGREEMENT TITLE: FILMMAKER: Legally Responsible Party (Producer): SS/Fed.ID#: Address:

More information

TELEVISION STATION S BARTER MOVIES OFFER. NUMBER OF RUNS: One run guaranteed; second run optional MARKET: See Rider A

TELEVISION STATION S BARTER MOVIES OFFER. NUMBER OF RUNS: One run guaranteed; second run optional MARKET: See Rider A TELEVISION STATION S BARTER MOVIES OFFER DATE:_October 29, 2010 PACKAGE TITLE: SHOWCASE X NUMBER OF PICTURE(S): _25 STATION 1: See Rider A STATION 2: See Rider A WILL AIR ON STATION: See Rider A_ NUMBER

More information

UTILITIES (220 ILCS 5/) Public Utilities Act.

UTILITIES (220 ILCS 5/) Public Utilities Act. Information maintained by the Legislative Reference Bureau Updating the database of the Illinois Compiled Statutes (ILCS) is an ongoing process. Recent laws may not yet be included in the ILCS database,

More information

Regulation No. 6 Peer Review

Regulation No. 6 Peer Review Regulation No. 6 Peer Review Effective May 10, 2018 Copyright 2018 Appraisal Institute. All rights reserved. Printed in the United States of America. No part of this publication may be reproduced, stored

More information

The New BPI & MU Agreement

The New BPI & MU Agreement www.bpi.co.uk www.themu.org The New BPI & MU Agreement The New BPI & MU Agreement 01 PREFACE The partnership between musicians and record labels is the very heart of the recorded music business. Working

More information

PART II: To be submitted with your completed Team Film.

PART II: To be submitted with your completed Team Film. PART II: To be submitted with your completed Team Film. Shootout Submission Requirements: To be completed and sent via PDF along with a PRIVATE vimeo or wetransfer link of your completed Shootout film

More information

STATE OF NEW JERSEY Board of Public Utilities Two Gateway Center Newark, NJ

STATE OF NEW JERSEY Board of Public Utilities Two Gateway Center Newark, NJ Agenda Date: 8/4/10 Agenda Item: IIIG STATE OF NEW JERSEY Board of Public Utilities Two Gateway Center Newark, NJ 07102 www.ni.aov/bdu/ IN THE MATTER OF CABLEVISION OF NEWARK FOR THE CONVERSION TO A SYSTEM-WIDE

More information

47 USC 534. NB: This unofficial compilation of the U.S. Code is current as of Jan. 4, 2012 (see

47 USC 534. NB: This unofficial compilation of the U.S. Code is current as of Jan. 4, 2012 (see TITLE 47 - TELEGRAPHS, TELEPHONES, AND RADIOTELEGRAPHS CHAPTER 5 - WIRE OR RADIO COMMUNICATION SUBCHAPTER V-A - CABLE COMMUNICATIONS Part II - Use of Cable Channels and Cable Ownership Restrictions 534.

More information

Verizon NY Section 2 Network Services Issue C, December, 2001

Verizon NY Section 2 Network Services Issue C, December, 2001 Verizon NY Section 2 Evaluating Requests 2.01 While inquiries for information will be accepted in any form, requests for licensing agreements regarding Pole Attachments, Conduit Occupancy and/or (private

More information

Request for Proposals PIO. Installation of Broadcast System for Community Services Building (CSB) 104

Request for Proposals PIO. Installation of Broadcast System for Community Services Building (CSB) 104 Request for Proposals 2016-001-PIO Installation of Broadcast System for Community Services Building (CSB) 104 Proposals Due: May 26, 2016 2:00 P.M. City of Burbank, California 0 Table of Contents I. INTRODUCTION

More information

X X X Ad in printed event guide Full Page ½ Page ¼ Page Option to purchase additional sponsorship items

X X X Ad in printed event guide Full Page ½ Page ¼ Page Option to purchase additional sponsorship items CentralSquare 2019 EVENT INFORMATION Event Dates: March 17-20, 2019 (March 17 is early registration and welcome reception only.) Trade Show Dates: March 18-19, 2019 Location: San Antonio, Texas (Henry

More information

Chesapeake Public Schools Purchasing Department School Administration Building 312 Cedar Road Chesapeake, Virginia 23322

Chesapeake Public Schools Purchasing Department School Administration Building 312 Cedar Road Chesapeake, Virginia 23322 Chesapeake Public Schools Purchasing Department School Administration Building 312 Cedar Road Chesapeake, Virginia 23322 DATE: February 12, 2008 FROM: RE: Chesapeake Public Schools Invitation to Bid BID

More information

CHARLOTTE MECKLENBURG PUBLIC ACCESS CORPORATION

CHARLOTTE MECKLENBURG PUBLIC ACCESS CORPORATION CHARLOTTE MECKLENBURG PUBLIC ACCESS CORPORATION REGULATIONS & PROCEDURES A. MISSION STATEMENT Effective 12/19/18 1. Charlotte Mecklenburg Public Access Corporation (CMPAC) was created to manage and operate

More information

TERMS AND CONDITIONS OF THE OFFER FORM. Lin Television Corporation (LICENSEE) for the Station(s) WANE-TV (STATION(S)) broadcasting in

TERMS AND CONDITIONS OF THE OFFER FORM. Lin Television Corporation (LICENSEE) for the Station(s) WANE-TV (STATION(S)) broadcasting in TERMS AND CONDITIONS OF THE OFFER FORM Lin Television Corporation (LICENSEE) for the Station(s) WANE-TV (STATION(S)) broadcasting in Fort Wayne, IN (MARKET(S)) For the Distribution Broadcast Rights to

More information

MARK OF EXCELLENCE INFORMATION PACKET 2016

MARK OF EXCELLENCE INFORMATION PACKET 2016 INFORMATION PACKET 2016 National Orchestra Honors Recorded Music Competition ryancey@choicemusicevents.org The Foundation for Music Education is a not-for-profit organization committed to raising funds

More information

Colorado River Union High School District 1004 Hancock Rd Bullhead City, AZ (928)

Colorado River Union High School District 1004 Hancock Rd Bullhead City, AZ (928) Colorado River Union High School District 1004 Hancock Rd Bullhead City, AZ 86442 (928) 758-3961 NOTICE OF REQUEST FOR PROPOSAL RFP NAME: 2018 MHS Office Low Voltage. MATERIAL OR SERVICE: CRUHSD is seeking

More information

SUPREME COURT OF COLORADO Office of the Chief Justice DIRECTIVE CONCERNING COURT APPOINTMENTS OF DECISION-MAKERS PURSUANT TO , C.R.S.

SUPREME COURT OF COLORADO Office of the Chief Justice DIRECTIVE CONCERNING COURT APPOINTMENTS OF DECISION-MAKERS PURSUANT TO , C.R.S. SUPREME COURT OF COLORADO Office of the Chief Justice DIRECTIVE CONCERNING COURT APPOINTMENTS OF DECISION-MAKERS PURSUANT TO 14-10-128.3, C.R.S. I. INTRODUCTION This directive is adopted to assist the

More information

Enable-IT 821P PoE Extender Quickstart Guide Professional Grade Networking

Enable-IT 821P PoE Extender Quickstart Guide Professional Grade Networking ! Enable-IT 821P PoE Extender Quickstart Guide Professional Grade Networking All Rights Reserved 1997-2016 Enable-IT, Inc. INSTALLING THE 821P POE EXTENDER The Enable-IT 821P PoE Extenders have a distance

More information

A. The Cable Operator shall provide Subscribers a toll-free or local telephone number for installation, service, and complaint calls.

A. The Cable Operator shall provide Subscribers a toll-free or local telephone number for installation, service, and complaint calls. I. STANDARDS A. The Cable Operator shall provide Subscribers a toll-free or local telephone number for installation, service, and complaint calls. B. Telephone and Office Availability. The Cable Operator

More information

TERMS AND CONDITIONS OF THE OFFER FORM. Meredith Corporation (COMPANY) WSMV Nashville, TN (MARKET)

TERMS AND CONDITIONS OF THE OFFER FORM. Meredith Corporation (COMPANY) WSMV Nashville, TN (MARKET) TERMS AND CONDITIONS OF THE OFFER FORM Meredith Corporation (COMPANY) WSMV Nashville, TN (MARKET) For the Distribution Broadcast Rights to the Series DR. OZ The following sets forth the terms and conditions

More information

Local Television Station Music Performance Per Program License

Local Television Station Music Performance Per Program License Local Television Station Music Performance Per Program License AGREEMENT, made between BROADCAST MUSIC, INC., a corporation organized under the laws of the State of Delaware with principal offices at 7

More information

Enable-IT 824WP Outdoor Waterproof PoE Extender Kit Quickstart Guide Professional Grade Networking

Enable-IT 824WP Outdoor Waterproof PoE Extender Kit Quickstart Guide Professional Grade Networking ! Enable-IT 824WP Outdoor Waterproof PoE Extender Kit Quickstart Guide Professional Grade Networking All Rights Reserved 1997-2018 Enable-IT, Inc. INSTALLING THE 824WP GIGABIT ETHERNET EXTENDER The Enable-IT

More information

AABB Trademark Usage Guidelines

AABB Trademark Usage Guidelines AABB Trademark Usage Guidelines AABB's Philosophy on Trademarks AABB's trademarks, service marks, member logos and accreditation logos, currently consist of the AABB logo, AABB logo with Member, AABB logo

More information

CITY OF DIXON REQUEST FOR PROPOSAL

CITY OF DIXON REQUEST FOR PROPOSAL CITY OF DIXON REQUEST FOR PROPOSAL PROFESSIONAL AND SPECIALIZED SERVICES FOR REMOVAL AND REPLACEMENT OF AUDIO AND VIDEO EQUIPMENT IN THE CITY COUNCIL CHAMBER FOR THE CITY OF DIXON Publishing Date: November

More information

Cable Rate Regulation Provisions

Cable Rate Regulation Provisions Maine Policy Review Volume 2 Issue 3 1993 Cable Rate Regulation Provisions Lisa S. Gelb Frederick E. Ellrod III Follow this and additional works at: http://digitalcommons.library.umaine.edu/mpr Part of

More information

March 4 th, Addendum No. 1. Brooklyn College Systems Integrator Broadcast Television Equipment Project No: BY019/

March 4 th, Addendum No. 1. Brooklyn College Systems Integrator Broadcast Television Equipment Project No: BY019/ Facilities Planning, Construction, and Management Office of Financial Management Procurement Services 555 West 57 th Street 11 th Floor New York, New York 10019 CUNY.Builds@mail.cuny.edu March 4 th, 2013

More information

RULES & GUIDELINES 1. APPLICATIONS 4. COMPETITOR NOTIFICATION 2. PAYMENT TERMS 3. ELIGIBILITY

RULES & GUIDELINES 1. APPLICATIONS 4. COMPETITOR NOTIFICATION 2. PAYMENT TERMS 3. ELIGIBILITY Adelaide Festival Centre s 2O16 ADELAIDE INTERNATIONAL CLASSICAL GUITAR COMPETITION RULES & GUIDELINES 1. APPLICATIONS Artist applications for the 2018 Adelaide International Classical Guitar Competition

More information

NATIONAL FILM ARCHIVE OF INDIA MINISTRY OF INFORMATION AND BROADCASTING GOVT OF INDIA LAW COLLEGE ROAD, PUNE NOTICE INVITING TENDER

NATIONAL FILM ARCHIVE OF INDIA MINISTRY OF INFORMATION AND BROADCASTING GOVT OF INDIA LAW COLLEGE ROAD, PUNE NOTICE INVITING TENDER NATIONAL FILM ARCHIVE OF INDIA MINISTRY OF INFORMATION AND BROADCASTING GOVT OF INDIA LAW COLLEGE ROAD, PUNE 411004 NOTICE INVITING TENDER Ref No: 824/36/2014 - IFFI Dated: 12.10.2015 Sub: NOTICE INVITING

More information

Cotton Boll Weevil Control Act

Cotton Boll Weevil Control Act Cotton Boll Weevil Control Act Provides for the establishment of control districts, organic cotton regulations, collection of assessments and abolishment of control districts. 76-6A-1. Short title. Chapter

More information

This Chapter does not apply to applications and decisions on, development on land reserved in corridor maps.

This Chapter does not apply to applications and decisions on, development on land reserved in corridor maps. 1560 1561 1562 1563 1564 1565 1566 1567 1568 1569 1570 1571 1572 1573 1574 1575 1576 1577 1578 1579 1580 1581 1582 1583 1584 1585 1586 1587 1588 1589 1590 1591 1592 1593 1594 1595 1596 1597 1598 1599 1600

More information

ARTICLE 8. Directors' Credits Guild to Determine Controversy Over Credits

ARTICLE 8. Directors' Credits Guild to Determine Controversy Over Credits ARTICLE 8 Directors' Credits Section 8-100 GENERAL PROVISIONS 8-101 Guild to Determine Controversy Over Credits Should more than one Director do work on a motion picture, the Guild and all such Directors

More information

Table of Contents. Section E: Inspection and Acceptance

Table of Contents. Section E: Inspection and Acceptance Table of Contents Section E: Inspection and Acceptance Section Page E.1 52.252-2 Clauses Incorporated by reference (Feb 1998) 1 E.2 Cutover and Acceptance Testing of Services and Systems 1 E.2.1 Cutover

More information

2008 CREDENTIAL MEMO

2008 CREDENTIAL MEMO 2008 CREDENTIAL MEMO June 27, 2008 TO: FROM: WORKING MEDIA BOB HAGAN; MINNESOTA VIKINGS Enclosed is the credentials card granting privileged access to games of the Minnesota Vikings during the 2008 season.

More information

ALTERNATIVE BROADCAST INSPECTION PROGRAM

ALTERNATIVE BROADCAST INSPECTION PROGRAM ALTERNATIVE BROADCAST INSPECTION PROGRAM A Cooperative Effort of the FCC and ABA A Three-Year Insurance Policy with Low Premiums! The ABIP Program provides you with A Full Compliance Inspection Immunity

More information

Invitation to Bid SCOREBOARD - WHH

Invitation to Bid SCOREBOARD - WHH Invitation to Bid SCOREBOARD - WHH Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for SCOREBOARD

More information

PARTICIPATING ADDENDUM. Contract #

PARTICIPATING ADDENDUM. Contract # PARTICIPATING ADDENDUM Contract # 0000000000000000000022591 NASPO ValuePoint (formerly WSCA-NASPO) Public Safety Communication Support Equipment 05715 Administered by the State of Washington (hereinafter

More information

Term Sheet Reflecting the Agreement of the ACCESS Committee Regarding In-Flight Entertainment November 21, 2016

Term Sheet Reflecting the Agreement of the ACCESS Committee Regarding In-Flight Entertainment November 21, 2016 Term Sheet Reflecting the Agreement of the ACCESS Committee Regarding In-Flight Entertainment November 21, 2016 1. Definitions: a. IFE System: a system provided by an airline that provides entertainment

More information

BILOXI PUBLIC SCHOOL DISTRICT. Biloxi Junior High School

BILOXI PUBLIC SCHOOL DISTRICT. Biloxi Junior High School BILOXI PUBLIC SCHOOL DISTRICT Biloxi Junior High School Request for Proposals E-Rate 2014-2015 - Internal Connections Submit Proposals To: Purchasing Department Attn: Traci Barnett 160 St. Peter Street

More information

HONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA

HONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA Section 00000 SECURITY ACCESS AND SURVEILLANCE HONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA PART 1 GENERAL 1.01 SUMMARY The intent of this document is to specify the minimum criteria for the

More information

HIGH COURT OF BOMBAY AT GOA

HIGH COURT OF BOMBAY AT GOA HIGH COURT OF BOMBAY AT GOA Calling Quotations for Supply and Installation of Wireless Synchronized Digital Clocks Quotations are invited from the Manufacturers/Suppliers of Wireless Synchronized Digital

More information

BMI. Local Television Station Music Performance Per Program License

BMI. Local Television Station Music Performance Per Program License BMI Local Television Station Music Performance Per Program License AGREEMENT, made at New York, N.Y. on, 20, between BROADCAST MUSIC, INC., a corporation organized under the laws of the State of New York

More information

ADDENDUM NO. 1 CITY OF FREDERICK

ADDENDUM NO. 1 CITY OF FREDERICK September 19, 2017 ADDENDUM NO. 1 To: All Potential Proposers Subject: RFP 18-C AV Control Room Upgrade Consisting of: Pre-Proposal Meeting Minutes and Sign-in Sheet, Boardroom Diagram, City Hall As-Built

More information

Percussive Arts Society International Convention. Concert Chamber Percussion Ensemble Competition. Guidelines & Registration

Percussive Arts Society International Convention. Concert Chamber Percussion Ensemble Competition. Guidelines & Registration Percussive Arts Society International Convention Concert Chamber Percussion Ensemble Competition Guidelines & Registration Friday, November 10, 2017 Concert Chamber Percussion Ensemble Guidelines Register

More information

VIVO INDIAN PREMIER LEAGUE 2019 REGULATIONS FOR NEWS AND CURRENT AFFAIRS BROADCASTERS FOR AUDIO VISUAL BROADCASTING

VIVO INDIAN PREMIER LEAGUE 2019 REGULATIONS FOR NEWS AND CURRENT AFFAIRS BROADCASTERS FOR AUDIO VISUAL BROADCASTING VIVO INDIAN PREMIER LEAGUE 2019 REGULATIONS FOR NEWS AND CURRENT AFFAIRS BROADCASTERS FOR AUDIO VISUAL BROADCASTING I. INTRODUCTION A. These VIVO Indian Premier League 2019 Regulations For News And Current

More information

PROJECT MANUAL SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO. PROJECT: : LED Lighting Retrofit Bundle #2

PROJECT MANUAL SCHOOL DISTRICT NO. 1 IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO. PROJECT: : LED Lighting Retrofit Bundle #2 Denver Public Schools Construction Services / Strategic Sourcing 7 S. Acoma St. Denver, Colorado 0 -KN--B PROJECT MANUAL SCHOOL DISTRICT NO. IN THE CITY AND COUNTY OF DENVER AND STATE OF COLORADO PROJECT:

More information

Furnish & Install Video Surveillance System for Lot B. Exhibits

Furnish & Install Video Surveillance System for Lot B. Exhibits C-1443 Furnish and Install Video Surveillance System for Lot B Ernest N. Morial New Orleans Exhibition Hall Authority 900 Convention Center Boulevard New Orleans, LA 70130 ADDENDUM NO. 1 Project Name:

More information

TELEVISION STATION'S BARTER MOVIES OFFER

TELEVISION STATION'S BARTER MOVIES OFFER TELEVISION STATION'S BARTER MOVIES OFFER DATE: 4/12/11 STATION 1: WFXV PACKAGE TITLE: SHOWCASE IX STATION 2: WNPY NUMBER OF PICTURES: 28 NUMBER OF RUNS: CONTRACT START DATE: See Schedule A WILL AIR ON

More information

2018 Student Film Festival Submission Rules and Guidelines

2018 Student Film Festival Submission Rules and Guidelines 2018 Student Film Festival Submission Rules and Guidelines 1. Student film submissions will only be accepted on FilmFreeway so please go to: https://filmfreeway.com/festival/grandfoundationstudentfilmfestival.

More information

SAK Information Technology Department. Invitation to Bid For the Implementation Of IP-CCTV

SAK Information Technology Department. Invitation to Bid For the Implementation Of IP-CCTV SAK Information Technology Department Invitation to Bid For the Implementation Of IP-CCTV Release Date: Oct 22, 2013 Table of Contents. 1.1 Introduction 03 1.2 Brief About The design 03 1.3 RFP Contact

More information

Faribault Public Schools ISD # th Street SW Faribault, MN Band Equipment Request for Proposals

Faribault Public Schools ISD # th Street SW Faribault, MN Band Equipment Request for Proposals Faribault Public Schools ISD #656 710 17 th Street SW Faribault, MN 55021 Band Equipment Request for Proposals Due by 3:00 pm, Monday, April 17, 2017 (Central Time) PART 1 GENERAL 1.01 DEFINITIONS The

More information

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date Request Doc # April 15, see text below

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date Request Doc # April 15, see text below PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do

More information

TAMIL NADU ARASU CABLE TV CORPORATION LIMITED - Chennai. (A Government of Tamil Nadu Undertaking) AUCTION NOTICE

TAMIL NADU ARASU CABLE TV CORPORATION LIMITED - Chennai. (A Government of Tamil Nadu Undertaking) AUCTION NOTICE TAMIL NADU ARASU CABLE TV CORPORATION LIMITED - Chennai. (A Government of Tamil Nadu Undertaking) AUCTION NOTICE Auction No: TACTV/Satellite Channels/2/2018 dt.31.12.2018. Tamil Nadu Arasu Cable TV Corporation

More information

COST SHARING POLICY FOR COMCAST CABLE SYSTEM CONSTRUCTION FOR STREETS WHICH DO NOT MEET MINIMUM DENSITY REQUIREMENTS

COST SHARING POLICY FOR COMCAST CABLE SYSTEM CONSTRUCTION FOR STREETS WHICH DO NOT MEET MINIMUM DENSITY REQUIREMENTS AGENDA ITEM #6.B TOWN OF LOS ALTOS HILLS Staff Report to the City Council August 18, 2016 SUBJECT: FROM: COST SHARING POLICY FOR COMCAST CABLE SYSTEM CONSTRUCTION FOR STREETS WHICH DO NOT MEET MINIMUM

More information

BERMUDA STATUTORY INSTRUMENT BR 25/1987 TELEVISION BROADCASTING SERVICE REGULATIONS 1987

BERMUDA STATUTORY INSTRUMENT BR 25/1987 TELEVISION BROADCASTING SERVICE REGULATIONS 1987 Laws of Bermuda Title 24 Item 11(a) BERMUDA STATUTORY INSTRUMENT BR 25/1987 TELEVISION BROADCASTING SERVICE REGULATIONS 1987 [made under section 11 of the Broadcasting Commissioners Act 1953 [title 24

More information

Contract Award. Sherry Draper

Contract Award. Sherry Draper The University of Kansas Contract Award Date of Award: Contract Number: Replaces Contract: Buyer: Telephone: E-Mail Address: Web Address: Item: Agency: Location(s): Period of Contract: January 2, 2013

More information

Electronic M.O.P Card. Instruction Manual Model D

Electronic M.O.P Card. Instruction Manual Model D Electronic M.O.P Card Instruction Manual Model D10341-000 Table of Contents 1. General Description................................................................ 1 2. Specifications.....................................................................

More information

HATHWAY CABLE & DATACOM LIMITED

HATHWAY CABLE & DATACOM LIMITED HATHWAY CABLE & DATACOM LIMITED REFERENCE INTERCONNECTION OFFER This Reference Interconnection Offer (hereinafter referred to as RIO ) for Digital Addressable Cable Television Systems, inter alia, specifies

More information

ENFORCEMENT DECREE OF THE BROADCASTING ACT

ENFORCEMENT DECREE OF THE BROADCASTING ACT ENFORCEMENT DECREE OF THE BROADCASTING ACT Presidential Decree No. 16751, Mar. 13, 2000 Amended by Presidential Decree No. 17137, Feb. 24, 2001 Presidential Decree No. 17156, Mar. 20, 2001 Presidential

More information

LOW-BUDGET INDEPENDENT FEATURE FILM ASSISTANCE PROGRAM GUIDELINES FOR

LOW-BUDGET INDEPENDENT FEATURE FILM ASSISTANCE PROGRAM GUIDELINES FOR LOW-BUDGET INDEPENDENT FEATURE FILM ASSISTANCE PROGRAM GUIDELINES FOR 2002-2003 These Guidelines are specific to the terms and conditions of the program for the fiscal year of 2002-2003 (which ends on

More information

ASCRS Scientific Film Submission Instructions and Checklist

ASCRS Scientific Film Submission Instructions and Checklist ASCRS Scientific Film Submission Instructions and Checklist All lead producers on a film are required to register and pay an attendee fee for the meeting. ASCRS ASOA does not pay honoraria or travel/housing

More information

Special Specification 6293 Adaptive Traffic Signal Control System

Special Specification 6293 Adaptive Traffic Signal Control System Special Specification Adaptive Traffic Signal Control System 1. DESCRIPTION 2. MATERIALS Furnish, install, relocate, or remove adaptive traffic signal control (ATSC) system software and equipment at locations

More information

TELEVISION STATION'S BARTER MOVIES OFFER

TELEVISION STATION'S BARTER MOVIES OFFER TELEVISION STATION'S BARTER MOVIES OFFER DATE:8/29/07 STATION 1: WBND/WMWB/WMYS PACKAGE TITLE: SHOWCASE IX STATION 2: WBND/WMWB/WMYS NUMBER OF PICTURES: 35 NUMBER OF RUNS: CONTRACT START DATE: See Schedule

More information

SIDELETTER NO. 35. As of July 1, 2008; Renewed as of July 1, 2011

SIDELETTER NO. 35. As of July 1, 2008; Renewed as of July 1, 2011 SIDELETTER NO. 35 As of July 1, 2008; Renewed as of July 1, 2011 Ms. Carol A. Lombardini Alliance of Motion Picture and Television Producers, Inc. 15301 Ventura Boulevard, Building E Sherman Oaks, California

More information

VERIZON MARYLAND INC.

VERIZON MARYLAND INC. VZ MD 271 Attachment 207 VERIZON MARYLAND INC. Methods and Procedures for Access To Poles, Ducts, Conduits and Rights-of-Way for Telecommunications Providers VERIZON MARYLAND INC. Methods and Procedures

More information

Purchasing Department Finance Group INVITATION TO BID

Purchasing Department Finance Group INVITATION TO BID Purchasing Department Finance Group July 3, 2013 INVITATION TO BID The City of Norwalk is soliciting bids for the Building Management Department for Network Video Recording (NVR) Equipment for the existing

More information