:

SHEET LIST SECURITY SYMBOLS LEGEND ABBREVIATIONS: Architecture, Engineering, SHEET DESCRIPTION SYMBOL DESCRIPTION WIRING REQUIREMENTS CONDUIT SIZE BACK BOX MOUNTING HEIGHT ACP ACCESS CONTROL PANEL Interior Design, TY001 SECURITY SHEET LIST, SYMBOLS AND ABBREVIATIONS AFC ABOVE FINISHED CEILING Asset Management, SECURITY CONTROL TOUCHSCREEN MONITOR (1) CATEGORY 6 UTP, CMP (1) 1" 2 GANG 3 -1/2" DEEP REFER TO FLOOR PLANS AFF ABOVE FINISHED FLOOR TY100 EXTERIOR CAMERA FIELD OF VIEW PLAN - OVERALL TS Specialty Consulting AV AUDIO VISUAL TY101 SITE PLAN - SECURITY AWG AMERICAN WIRE GAUGE VIDEO SURVEILLANCE DISPLAY MONITOR (1) CATEGORY 6 UTP, CMP (1) 1" 2 GANG 3 -1/2" DEEP REFER TO FLOOR PLANS TY102 EAST PARKING LOT SITE PLAN - SECURITY VM BFC BELOW FINISHED CEILING TY200 LOWER LEVEL FLOOR PLAN - SECURITY BLDG BUILDING 200 S. Meridian Street, #550 Indianapolis, IN 46225 TY201 LEVEL 1 FLOOR PLAN - SECURITY PB BMS BUILDING MANAGEMENT SYSTEM DOOR RELEASE PUSH BUTTON (1) 18 AWG TWO CONDUCTOR (1) 3/4" SINGLE GANG 3 -1/2" DEEP WALL MOUNTED = 48" AFF C, COND CONDUIT TY202 LEVEL 2 FLOOR PLAN - SECURITY OR DESK MOUNTED CAB CABINET URL: www.k2mdesign.com TY203 LEVEL 3 FLOOR PLAN - SECURITY REFER TO FLOORPLANS CUP CENTRAL UNIT PLANT TY204 LEVEL 4 FLOOR PLAN - SECURITY CR PROXIMITY CARD READER. (6) #22 AWG SHIELDED (1) 3/4" SINGLE GANG 3 -1/2" DEEP 48" AFF TO TOP OF BOX. CCTV CLOSED CIRCUIT TELEVISION TY205 LEVEL 5 FLOOR PLAN - SECURITY CR COMMUNICATIONS ROOM OR CARD READER Building Relationships PROVIDE ELECTRIC STRIKE AND TRIM LEVER EXIT Based on Trust and Results TY601 SECURITY RISER AT NEW LOCATIONS DEMARC DEMARCATION POINT TY901 DOOR ROUGH-IN DETAILS DWG DRAWING Cleveland | Columbus | Indianapolis | Key Largo | Key D EC ELECTRICAL CONTRACTOR West | Marathon | Charlotte | Baltimore | Bentonville TY902 CAMERA ROUGH-IN DETAILS WIRELESS DURESS BUTTON N/A N/A N/A COORDINATE MOUNTING LOCATION WITH OWNER F/UTP FOILED UNSHIELD TWISTED PAIR TY903 SECURITY ROUGH-IN DETAILS FO FIBER OPTIC TY904 CAMERA DETAILS FOPP FIBER OPTIC PATCH PANEL C DOOR TYPE C (4) #14 THHN (3) #18 TFFN (1) 3/4" 4 SQUARE REFER TO FLOOR PLANS Seal: TY905 HELP POINT ROUGH-IN DETAILS REMOTELY CONTROLLED AND MONITORED ELECTRIC LOCK FT FEET TY906 GT SERIES ROUGH-IN DETAILS EX = EXISTING TO BE REUSED FTU FIBER TERMINAL UNIT G, GRD GROUND TY907 TRANSCORE ROUGH-IN DETAILS E DOOR TYPE E (3) #18 TFFN (1) 3/4" 4 SQUARE REFER TO FLOOR PLANS GEN GENERAL TY908 PEDESTAL PRO ROUGH-IN DETAILS LOCALLY CONTROLLED AND MONITORED ELECTRIC LOCK GWY GATEWAY EX = EXISTING TO BE REUSED ICR INTERMEDIATE COMMUNICATION ROOM IN INCHES O DOOR TYPE O (6) #18 TFFN (1) 3/4" 4 SQUARE REFER TO FLOOR PLANS IP INTERNET PROTOCOL OVERHEAD ROLL -UP DOOR CONTROLLER KVA KILOVOLT -AMPERE EX = EXISTING TO BE REUSED KW KILOWATT LAN LOCAL AREA NETWORK MAX MAXIMUM REFER TO FLOOR PLANS 01/06/2020 CAM INTERIOR/EXTERIOR FIXED DOME CAMERA (1) CATEGORY 6 UTP, CMP (1) 1" 2 GANG 3 -1/2" DEEP MC MEDIA CONVERTER RR = REMOVE EXISTING DEVICE AND CABLE / REPLACE WITH NEW MCR MAIN COMMUNICATIONS ROOM EX = EXISTING TO BE REUSED MIN MINIMUM MM MULTIMODE Saad Dimachkieh, OH License # E-75098 REFER TO FLOOR PLANS Expiration Date 12/31/2021 FIXED 1.5 MP HIGH SECURITY NO -GRIP CORNER MOUNT CAMERA (1) CATEGORY 6 UTP, CMP (1) 3/4" REFER TO MANUFACTURER MTD MOUNTED N/A NOT APPLICABLE FIXED 20MP (4) MULTI -IMAGER DOME CAMERA (1) CATEGORY 6 UTP, CMP (1) 3/4" 4 SQUARE REFER TO FLOOR PLANS NIC NOT IN CONTRACT CAM NO, # NUMBER Consultants: NTS NOT TO SCALE MEP, ENGINEER: FIXED 20MP (4) MULTI -IMAGER DOME CAMERA WITH PTZ (1) CATEGORY 6 UTP, CMP (1) 3/4" 4 SQUARE REFER TO FLOOR PLANS OD OUTSIDE DIAMETER PTZ OSP OUTSIDE PLANT Heapy Engineering

PA PUBLIC ADDRESS STRUCTURAL ENGINEER: IM INTERCOM MASTER STATION (1) CATEGORY 6 UTP, CMP (1) 3/4" 2 GANG 3 -1/2" DEEP 52" AFF TO CENTER PB PULL BOX K2M Design, Inc. PKG PARKING PVC POLYVINYL CHLORIDE CIVIL ENGINEER: 48"AFF, FRAME/WALL IC INTERCOM SUB -STATION (2) #18/2 STP JACKETED CABLES (1) 3/4" 2 GANG 3 -1/2" DEEP PWR POWER LJB, Inc. MOUNTED QTA QUICK TURN AROUND PROVIDE AS PER MANUFACTURERS SECURITY: RM ROOM REQUIREMENTS Hellmuth, Obata & Kassabaum, RU RACK MOUNT UNIT PC (HOK) E EMERGENCY HELP POINT FIBER OPTIC COMMUNICATION 120VAC (2) 1" N/A 48" TO BUTTON IF POLE MOUNTED OR STANTION SCS STRUCTURED CABLING SYSTEM POWER CIRCUIT HEIGHT SEC SECURITY SM SINGLE -MODE POLE MOUNTED HEIGHT PER MANUFACTURER TR TAG READER. PER MANUFACTURER REQUIREMENTS (1) 1" N/A SPEC SPECIFICATION Revisions: REQUIREMENTS. INTEGRATE TAGS INTO ACCESS STS SHARED TENANT SERVICES CONTROL SYSTEM. TBD TO BE DETERMINED TE TELECOMMUNICATIONS ENCLOSURE TV TELEVISION TYP TYPICAL UON UNLESS OTHERWISE NOTED UPS UNINTERRUPTIBLE POWER SUPPLY UTP UNSHIELDED TWISTED PAIR VA VOLT -AMPERES VSS VIDEO SURVEILLANCE SYSTEM WP WEATHER PROOF DAYTON, OH 43113 DAYTON, 41 NORTH PERRY STREET 41NORTH PERRY michael morland 451WEST OH. 45422 THIRD DAYTON, STREET, MONTGOMERY COUNTY MONTGOMERY COURTS SECURITY MONTGOMERY COUNTY MONTGOMERY BOARD OF COMMISSIONERS x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1,

Drawing Size Project #: 24x36 19074 Drawn By: Checked By: AH JUD

Title:

SECURITY SHEET LIST, SYMBOLS AND ilding\E-Design\E6-Models\CAD\Architecture\Links\24 ABBREVIATIONS

Sheet Number: TY001

Date: January 06, 2020

©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville W:\2018\18.09003.00 Circleville Juvenile Programilding\E-Design\E6-Models\CAD\Architecture\Links\24 Bu x36 Title Block.dwg, 8/29/2013 2:26 PM, scale:michael 1:1, morland SECOND ST. 2 EXTERIOR CAMERA FIELD OF VIEW CAMERA EXTERIOR OF FIELD 1" = 40'-0" DNIIAINRECOGNITION IDENTIFICATION 0' 0' - 45'

90.00° 45' 45'

ST. MARY'S ST. - 90'

45.00° DETECTION (NOT SHOWN ON PLAN) ON SHOWN (NOT DETECTION CCL Parking CCL Parking Sign(s) 90' 90' - 190' MCJC

CCL 22.50°

CCL ONLY 66

Y NL O

1 2 3 4 5 L CC CCL ONLY 77 14SPACES CORONERCRIME LABPARKING

CCL ONLY 88

CCL ONLY 99

LY

CCL ONLY 10 10 ON L CC 1

CCL ONLY LY 11 11 ON L CC CCL ONLY 12 12 LY ON L XEIRCMR IL FVE LN-OVERALL - PLAN VIEW CAMERAEXTERIOR OF FIELD CC 1" = 40'-0" CCL ONLY 13 13

LY ON L CC CCL ONLY 14 14

NEW 4 ADDITIONAL CITY PARKING 39 59 58 57 56 3 2 1 44 64 84 05 25 54 53 52 51 50 49 48 47 46 45 44 14 13 12 11 10 9 8 7 6 5 4 11 38 JUVENILE JUVENILE JUVENILE JUVENILE JUVENILE JUVENILE JUVENILE SHERIFF'S SHERIFF'S SHERIFF'S SHERIFF'S SHERIFF'S SHERIFF'S SHERIFF'S 40 40 43 37 41 41 36 42 22 SIDE WALK 35 41 42 42 34 33 40 33 43 43 39 32 SAFETY BLDG. 44 SERGEANTS ANDDETECTIVES STAFF CITY DAYTONOF PARKING AREA ONLY 31 38 SHERIFF'S VAULT 30 1 44 44 37

55

29

X X 36 28

SHERIFF'S

X X

X X

X X

T 2 27 66

Y

1

1

0

X X 26

2 SHERIFF'S 25 77 45 45 JAIL 3 24 23 46 46 SHERIFF'S 88 22 4

21 CROSS WALK 20 SHERIFF'S 19 5 47 47 GATE 17 49 49 16 50 50 SIDE ALKNEW W 15 51 51 14 52 52 13 53 53 54 54 SHERIFF'S CPC PARKING 17 SECURED 6 55 55 RIGHT TURN SECURIT Y PA R K I N G DMCC 11 SECURED ONLY EXIT GATE SECURIT Y GATE ENTRY UP UP UP 3 2 1 UP

SITE002 SITE003 CPC / DMCC STAFF 14 SPACES UP 8 9 10 11 12 13 14 1 2 3 4 5 6 7

SITE005

SITE006 DMCC ENTRY STAFF NEW CPC CPC

T

Y

1

1

0

1

E E LOT01 LOT02

SITE0011 PUBLI C ENTRY NEW

E E LOT03 LOT04 UP UP

PTZ SITE007 SITE008 SITE010 RAMP UP RAMP E

SITE009 PTZ SheetNumber: Title: Revisions: Consultants: Seal: © CAMERA FIELD OF FIELD CAMERA Date: Cleveland | Columbus | Indianapolis | Key | Indianapolis K | Largo| Cleveland Columbus | West | Marathon | Charlotte | Baltimore | Bentonvil | Baltimore Marathon| | Charlotte | West PC (HOK)PC Hellmuth, Obata & Kassabaum, SECURITY: Inc.LJB, CIVILENGINEER: Design,K2M Inc. STRUCTURALENGINEER: Heapy Engineering ENGINEER:MEP, DrawnBy: DrawingSize 2019 by K2M Design, Inc. byK2M Design, 2019 200 S. Meridian Street, #550 URL: Based on Trust and Results and Trust on Based Architecture, Engineering, Indianapolis, IN 46225 VIEW PLAN - PLAN VIEW Saad Dimachkieh, OH License # E-75098 License OH Saad Dimachkieh, 24x 36 Building Relationships Building Specialty Consulting Asset Management,Asset AH January 06, 2020January06, EXTERIOR TY100 OVERALL 01/06/2020

MONTGOMERY COUNTY COURTS SECURITY Interior Design, ExpirationDate 12/31/2021 www.k2mdesign.com 41 NORTH PERRY STREET ARCHITECT: Project #: Project CheckedBy: DAYTON, OH 43113 19 074 JUD MONTGOMERY COUNTY BOARD OF COMMISSIONERS le 451 WEST THIRD STREET, DAYTON, OH. 45422 ey GENERAL NOTES: ARCHITECT:

A. CABLING SHALL BE ROUTED TO THE CPC AND DMCC. REFER TO FLOORPLANS FOR EQUIPMENT ROOM LOCATIONS. B. PROVIDE FIBER OPTIC CONVERTERS AND FIBER OPTIC CABLING FOR ALL DEVICES NOT ATTACHED TO THE CPC AND DMCC. C. COORDINATE MOUNTING NEW DEVICES WITH EXISTING CONDITIONS. D. ENSURE ALL WEATHER PROOFING PROVISIONS ARE MET FOR ANY EXTERIOR TO INTERIOR PENETRATIONS. Architecture, Engineering, E. ALL EXTERIOR DEVICES SHALL BE EXTERIOR WEATHER RATED FOR LOCAL Interior Design, CONDITIONS AS APPLICABLE. Asset Management, F. PROVIDE ALL NECESSARY EQUIPMENT, ENCLOSURES, COMPONENTS, Specialty Consulting CONNECTORS, CONVERTERS AND OTHER DEVICES OR ADAPTERS NECESSARY FOR A COMPLETE FUNCTIONAL SYSTEM AS INTENDED. G. REFER TO ELECTRICAL DRAWINGS FOR POWER, PULLBOX AND RACEWAY 200 S. Meridian Street, #550

R ROUTING INFORMATION.

S

S I Indianapolis, IN 46225

G

E

E

C

O E

H

C

E

G

X

U

T

N

X U KEYED NOTES:

I

R

A

L

T

T

I R IC 1 URL: www.k2mdesign.com

T

Y SITE004

T

I

U

T

I

E

T

R Y 1 2 3 Y CR 2

N 1. INTERCOM SHALL CALL TO FIRST FLOOR COMMAND CENTER FOR REMOTE OPERATION OF VEHICLE GATE. Building Relationships

G S T IC CR R 2. CARD READER SHALL INITIATE ENTRY SEQUENCE OF VEHICLE GATE UPON Based on Trust and Results

G

E

A

E

C

A T N VALID READ.

E

U T Cleveland | Columbus | Indianapolis | Key Largo | Key T R 3

E

R T R 3. TAG READER SHALL AUTOMATICALLY INITIATE ENTRY SEQUENCE OF West | Marathon | Charlotte | Baltimore | Bentonville

I

Y T VEHICLE GATE.

Y SITE001

Seal:

S C

E

I

T

R

Y

G

O

E

F

A

N

D

T

A

S

Y

T

A

O

SOUTH ENTRY - SECURITYN WEST ENTRY - SECURITY

N

D

2 1/16" = 1'-0" P 3 1/16" = 1'-0"

D

A

E

R T 01/06/2020

K

E

I

C

N

S

T

2

G

H

5

E

5

I

4

V

R

3

A

I

F

E

F

R Saad Dimachkieh, OH License # E-75098

'

S

2

S

E 4 Expiration Date 12/31/2021

S

A

T

2

O

6

A

3

4

N

F

S

8

H

L

F

E

2

Y

R

2

I

3 4 F Consultants:

F

' TY101 S 2 CROSS WALK MEP, ENGINEER:

1 Heapy Engineering

2

0

S

H STRUCTURAL ENGINEER:

E

7

1

R

5

4

9 I F K2M Design, Inc.

F

' NEW SECURITY PEDESTAL S CIVIL ENGINEER:

G

A LJB, Inc.

T

9

1

E

4 7 SECURITY:

0

1

N

5

6 Hellmuth, Obata & Kassabaum,

E

W

SAFETY BLDG. S PC (HOK)

1

I

D

1

5

E

5

W JAIL

A

L

2

K

1

5

4

1 Revisions:

3

3

5

4

5

S

C 1

H

7

E

P

R

I

S

C

F

6

F

5

E '

S

P

5

C

R 2 A

S

I

U

G

E

P D 1

R

O E C

H

R

G 1

X

U

N TY101 T A

M

K

I

R A

L

T

T

E

Y

T

I

R

U

S

T I WEATHERPROOF

C

E

N

R

Y

D

E

K

N

C G CARD READER ON

C

I

N

S

G U

E

E

G

C PEDESTRIAN GATE

A

N

R

U T

T

E

R

R

E

I Y WP (TYPICAL) T NEW SECURITY PEDESTAL CR Y CR WP

D

U

U

P

P

U WP CR 3 2 1

P

E U

P SITE002 E SITE003 E CPC / DMCC STAFF 14 SPACES

U

CORNER MOUNTED +12' -0" AFG CORNER MOUNTED +12' -0" AFG P CR WP

7 9 1 1 1 1

1

1 2 3 4 5 6 7

CR 0 1 2 3 WP 4

E SITE005 WALL MOUNTED +12' -0" AFG SITE006 SURFACE MOUNTED UNDER SOFFIT

DMCC CPC DAYTON, OH 43113 DAYTON, 41 NORTH PERRY STREET 41NORTH PERRY SITE0011 SURFACE MOUNTED UNDER SOFFIT SECURITY SYMBOLS LEGEND michael morland

U SYMBOL DESCRIPTION

U 451WEST OH. 45422 THIRD DAYTON, STREET,

P

P

PTZ SITE007 SECURITY CONTROL TOUCHSCREEN MONITOR TS POLE MOUNTED +12' -0" AFG SITE008 SITE010 SURFACE MOUNTED UNDER SOFFIT SURFACE MOUNTED UNDER SOFFIT VIDEO SURVEILLANCE DISPLAY MONITOR COUNTY MONTGOMERY COURTS SECURITY

R VM

A

M

P

COORDINATE WITH CITY FOR MOUNTING

U CAMERA ON EXISTING LIGHT POLE. P PB DOOR RELEASE PUSH BUTTON MONTGOMERY COUNTY MONTGOMERY BOARD OF COMMISSIONERS

CR PROXIMITY CARD READER.

D SITE009 PTZ WIRELESS DURESS BUTTON x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1, POLE MOUNTED +12' -0" AFG DOOR TYPE C. REMOTELY CONTROLLED AND MONITORED ELECTRIC LOCK C EX = EXISTING TO BE REUSED Drawing Size Project #: COORDINATE WITH CITY FOR MOUNTING DOOR TYPE E. LOCALLY CONTROLLED AND MONITORED ELECTRIC LOCK 24x36 19074 E CAMERA ON EXISTING LIGHT POLE. EX = EXISTING TO BE REUSED Drawn By: Checked By: DOOR TYPE O. OVERHEAD ROLL -UP DOOR CONTROLLER AH JUD O EX = EXISTING TO BE REUSED Title: INTERIOR/EXTERIOR FIXED DOME CAMERA CAM RR = REMOVE EXISTING DEVICE AND CABLE / REPLACE WITH NEW SITE PLAN - DMCC AND CPC SITE PLAN - SECURITY EX = EXISTING TO BE REUSED 1 1" = 30'-0" SECURITY FIXED 1.5 MP HIGH SECURITY NO -GRIP CORNER MOUNT CAMERA ilding\E-Design\E6-Models\CAD\Architecture\Links\24 FIXED 20MP (4) MULTI -IMAGER DOME CAMERA CAM Sheet Number: PTZ FIXED 20MP (4) MULTI -IMAGER DOME CAMERA WITH PTZ TY101 IM INTERCOM MASTER STATION IC INTERCOM SUB -STATION E EMERGENCY HELP POINT Date: January 06, 2020 TR TAG READER. ©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville GENERAL NOTES: ARCHITECT:

A. PROVIDE FIBER OPTIC CONVERTERS AND FIBER OPTIC CABLING FOR ALL DEVICES. B. COORDINATE MOUNTING NEW DEVICES WITH EXISTING CONDITIONS. C. ENSURE ALL WEATHER PROOFING PROVISIONS ARE MET FOR ANY EXTERIOR TO INTERIOR PENETRATIONS. D. ALL EXTERIOR DEVICES SHALL BE EXTERIOR WEATHER RATED FOR LOCAL Architecture, Engineering, CONDITIONS AS APPLICABLE. Interior Design, E. PROVIDE ALL NECESSARY EQUIPMENT, ENCLOSURES, COMPONENTS, Asset Management, CONNECTORS, CONVERTERS AND OTHER DEVICES OR ADAPTERS Specialty Consulting NECESSARY FOR A COMPLETE FUNCTIONAL SYSTEM AS INTENDED. F. REFER TO ELECTRICAL DRAWINGS FOR POWER, PULLBOX AND RACEWAY ROUTING INFORMATION. 200 S. Meridian Street, #550 KEYED NOTES: Indianapolis, IN 46225

1. ROUTE COMMUNICATIONS FOR NEW DEVICES OVER FIBER OPTICS TO URL: www.k2mdesign.com EXISTING NEMA ENCLOSURE. PROVIDE NEW HARDENED NETWORK SWITCH, TIE TO EXISTING MONTGOMERY COUNTY FIBER, COORDINATE VLAN Building Relationships CONNECTION WITH MONTGOMERY COUNTY. Based on Trust and Results

Cleveland | Columbus | Indianapolis | Key Largo | Key West | Marathon | Charlotte | Baltimore | Bentonville

Seal:

01/06/2020

Saad Dimachkieh, OH License # E-75098 Expiration Date 12/31/2021

Consultants:

MEP, ENGINEER: Heapy Engineering

STRUCTURAL ENGINEER: K2M Design, Inc. 1 CIVIL ENGINEER: LJB, Inc.

SECURITY: Hellmuth, Obata & Kassabaum, PC (HOK)

Revisions:

E POLE MOUNTED +12' -0" AFG E POLE MOUNTED +12' -0" AFG ELOT01 ELOT02

E POLE MOUNTED +12' -0" AFG E POLE MOUNTED +12' -0" AFG ELOT03 ELOT04 DAYTON, OH 43113 DAYTON, 41 NORTH PERRY STREET 41NORTH PERRY

SECURITY SYMBOLS LEGEND michael morland SYMBOL DESCRIPTION 451WEST OH. 45422 THIRD DAYTON, STREET,

SECURITY CONTROL TOUCHSCREEN MONITOR TS

E VIDEO SURVEILLANCE DISPLAY MONITOR COUNTY MONTGOMERY COURTS SECURITY VM

PB DOOR RELEASE PUSH BUTTON MONTGOMERY COUNTY MONTGOMERY BOARD OF COMMISSIONERS

CR PROXIMITY CARD READER.

D WIRELESS DURESS BUTTON x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1, DOOR TYPE C. REMOTELY CONTROLLED AND MONITORED ELECTRIC LOCK C EX = EXISTING TO BE REUSED Drawing Size Project #: DOOR TYPE E. LOCALLY CONTROLLED AND MONITORED ELECTRIC LOCK 24x36 19074 E EX = EXISTING TO BE REUSED Drawn By: Checked By: DOOR TYPE O. OVERHEAD ROLL -UP DOOR CONTROLLER AH JUD O EX = EXISTING TO BE REUSED Title: INTERIOR/EXTERIOR FIXED DOME CAMERA CAM RR = REMOVE EXISTING DEVICE AND CABLE / REPLACE WITH NEW EAST PARKING EX = EXISTING TO BE REUSED EAST PARKING LOT SITE PLAN - SECURITY LOT SITE PLAN - FIXED 1.5 MP HIGH SECURITY NO -GRIP CORNER MOUNT CAMERA SECURITY 1 1" = 20'-0" ilding\E-Design\E6-Models\CAD\Architecture\Links\24 CAM FIXED 20MP (4) MULTI -IMAGER DOME CAMERA Sheet Number: FIXED 20MP (4) MULTI -IMAGER DOME CAMERA WITH PTZ PTZ TY102 IM INTERCOM MASTER STATION IC INTERCOM SUB -STATION E EMERGENCY HELP POINT Date: January 06, 2020 TR TAG READER. ©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville

451 WEST THIRD STREET, DAYTON, OH. 45422 OH. DAYTON, STREET, THIRD WEST 451

ey le MONTGOMERY COUNTY BOARD OF COMMISSIONERS OF BOARD COUNTY MONTGOMERY

JUD 19074

DAYTON, OH 43113 OH DAYTON, By: Checked Project #:

ARCHITECT: 41 NORTH PERRY STREET PERRY NORTH 41

www.k2mdesign.com Expiration Date 12/31/2021 Date Expiration Interior Design, Interior SECURITY COURTS COUNTY MONTGOMERY 01/06/2020 TY200 SECURITY January 06,January 2020 AH AssetManagement, Specialty Consulting Specialty Building Relationships 24x36 Saad Dimachkieh, Saad OH License E-75098 # Indianapolis, IN 46225 IN Indianapolis, FLOOR FLOOR PLAN - LOWER LEVEL Architecture, Engineering, Architecture, Based on Trust and Results URL: 200 S. Meridian Street, #550 Street, Meridian S. 200 2019 Design, K2M by Inc. Drawing Size Drawing By: Drawn MEP, MEP, ENGINEER: Engineering Heapy ENGINEER: STRUCTURAL Inc. K2MDesign, ENGINEER: CIVIL LJB,Inc. SECURITY: Kassabaum, & Obata Hellmuth, PC(HOK) West| Charlotte | |Marathon Baltimore | Bentonvil Cleveland | Columbus Cleveland |Largo |K Indianapolis | Key Date: © Consultants: Revisions: Title: Number: Sheet Seal: ION THAT TOREDBUT HOOKS OR - MMAND MMAND L L ENABLE THAT CONTROLLED ONS FOR ION. E E CAPABILITY SE REQUIRED TRIC LOCK CE. ANY SPACE DE DE OF SECONDS. 15 RIC RIC LOCK OUND. OORDINATE UIRED. IN IN J FIC FLOORS. AT OMATIC UM UM 24" X24" TOBE MINIMUM 3/4" H H NEW GRIP CORNERMOUNT CAMERA UP UP DOOR CONTROLLER - - DESCRIPTION IMAGERDOME CAMERA IMAGERDOME CAMERAWITH PTZ - - XF XE XB XA XH XD XC XG HOLE STRAPS EVERY24" WITH SECURITY TORX SECURITY XC, - STATION - X1 RINGS SUPPORTED EVERY4' OFTHE ENTIRE CABLEDISTAN - REFER TO SHEET MATCHLINE FOR CABLEROUTING INFORMAT ALL CABLING IN ACCESSIBLE AREAS SHALL BE ROUTEDIN CONDUITWITH 2 FASTENERS. ALL CABLING ABOVE ACCESSIBLECEILING MAYBE ROUTED D THAT IS NOT ACCESSIBLESHALL BE PROVIDED WITH MINIM ACCESS PANEL. FIRE PROOF OR FIRE STOP ALL PENETRATIONSNEW ASREQ ACTIVATIONOF THE BUILDING FIRE ALARMSYSTEM ORAUT SPRINKLERSYSTEM, SHALL AUTOMATICALLY UNLOCK ACCESS DOORS IN THE PATH OFEGRESS OR OPERATION AS OTHERWI BY THE AUTHORITY HAVING JURISDICTION. ALL CABLING TO BE PLENUMRATED CABLES, ALLCABLING SUPPORTED PER NEC. ALL DELAYED EGRESS TIME DELAY TO BENO GREATER THAN PROVIDEPROPER SIGNAGE ON ALL DELAYED EGRESS DOORS, STATES: 15 SECOND DELAYED EGRESS DOOR,ALARM S WILL ALL ACCESS CONTROLLEDDOORS TO BE ADA COMPLIANT. CARDREADER SHALL ENABLE LOCAL OPEN/STOP/CLOSEBUTT OVERHEAD DOOR.OVERHEAD DOOR SHALL BE REMOTELY MONI NOT CONTROLLED FROM FIRST FLOORCOMMAND CENTER. INTERCOM SHALL TOCALL FIRST FLOORCOMMAND CENTER. DOOR SHALL BE REMOTELY RELEASED FROM FIRST FLOORCO CENTER. REPLACE EXISTING SECURITY KEYPAD WITH KEYPAD.NEW C WITHOWNER FOR PROGRAMMING SCHEDULEHOURS OF OPERAT THESECURITY SYSTEM BE WILL ARMED AND DISARMED. COORDINATEWITH ELEVATOR PROVIDER,CARD READER SHAL ELEVATOR TOCALL FLOOR BUTTON. COORDINATEWITH ELEVATOR PROVIDER,CARD READER INSI ELEVATOR CAB SHALL BE CONFIGUREDTO ALLOW THE FUTUR OFSPECIFIC USER CREDENTIALS TO ACCESSALL OR SPECI THIS TIME,ALL USERSCAN ACCESS ALL FLOORS. GENERALNOTES: KEYED NOTES: SECURITY CONTROL TOUCHSCREEN MONITOR VIDEOSURVEILLANCE DISPLAY MONITOR DOORRELEASE BUTTON PUSH PROXIMITY CARD READER. WIRELESS DURESS BUTTON DOORTYPE C.REMOTELY CONTROLLED AND MONITORED ELEC EX EXISTING = TO BE REUSED DOOR TYPE E.LOCALLY CONTROLLED AND MONITORED ELECT EX EXISTING = TO BE REUSED DOOR TYPE O. OVERHEAD ROLL EX EXISTING = TO BE REUSED INTERIOR/EXTERIOR FIXED DOME CAMERA = RR REMOVE EXISTING DEVICE AND CABLE/ REPLACE WIT EX EXISTING = TO BE REUSED FIXED1.5 MP HIGH SECURITYNO FIXED20MP (4) MULTI FIXED20MP (4) MULTI INTERCOMMASTER STATION INTERCOMSUB EMERGENCY HELP POINT TAG READER. A. B. C. D. E. F. G. H. I. 1. 2. 3. 4. 5. 6. REMOVE EXISTING CAMERA, REPLACE CEILING TILE. CAM PTZ CAM X2 E C E O D IC IM TS PB TR CR VM

RR

SYMBOL RR 0031 0032 OFFICE3 SECURITY SYMBOLS LEGEND SECURITY SYMBOLS STAIR2 STORAGE EVIDENCE

0030 X3 RR 0029 OPEN OFFICE2 3 CR RR OPENOFFICE 5 EX V OPENOFFICE3 E 0027 E IM RR PROVIDE SIGNAGE "PRESS FOR DELIVERY" EX VEST.1 IC OPENOFFICE 1 RR CR 028

0 X4 V EX RR RR IC CR C 0025 RR RR RR IC

CR CR

4 0026 EX E 2 RR RR O CR 2 1 EX

RECEIVING

RR 0024 RR X5 OFFICE2 X6 3 TY200 0023 RR E CR RR X7 0022 E EX

0021 CR CORR.4 CR E RR CORR.3 OFFICE1 EXISTINGEQUIPMENT RACK X8 X9 PROVIDE SIGNAGE "PRESS FOR COURTS SECURITY" EXISTING PISTOL LOCKERS CONF.1

D IC 0020 EX OFFICE4

0012 X10 V RR RR 0014 D RR IM RR

IC

CR RR 1/4" = 1'-0" 1/4" 0019 V CR CR CPC-IDF-LL ENLARGED PLAN CORR.5 5

E

E 015 0

IC

017 RR CORR.2 CR CR 0 0013 EX EX E

018 E

0 CORR.1 VEST.2 CR 3 LOBBY1 CR RR RR EX X11 RR CR SPARERACK SPACE CR 0016 0010 RR E TUNNEL JAIL TO PROVIDENEW CISCO POE EXISTING EQUIPMENT RACK EX 6

LL

NETWORK SWITCH INEXISTING - 0011 IDF STAIR1 - X12 DEVICES THIS SIDE OF MATCHLINE ROUTE TO ROOMCPC 2 LL TY200 - IDF - STAIRA X1.

EX 0008 E ROOM DMCC 0009 RR CR E CR

DMCC-IDF-LL X1.6 0007 RR EX RR LOBBYB X2. 1/16" = 1'-0" 1/16" E SECURITY PLAN -- PLAN PLAN SECURITY SECURITY LOWER LOWER LEVEL LEVEL CR X3. 0006 CORR.D 1 DEVICES THIS SIDE OF MATCHLINE ROUTE TO

X4. RR CR 0005

X5. E 0004 EX X6. EXISTINGEQUIPMENT CABINET EXISTING12" LADDER TRAY WORKRM X7. EXISTINGEQUIPMENT RACK PROVIDE NEW CISCOPOE NETWORK SWITCH INEXISTING SPARERACK SPACE X8.

EX 0003 X8.9 CORR.A

0002 X8.7 TRAININGRM X9. RR OFF. OFF. CORR.B X10.

RR 001 OFF. 0 1/4" = 1'-0" 1/4" DMCC-IDF-LL ENLARGED PLAN LOBBYA X10.5 E EX 2 D CR RR WAITINGRM

RR

E X11. CR OFF. JURYRM EX OFF. X12. STO. CORR.C X13. EXIT

D FDSCSD EXISTING 12" TRAY LADDER

W AIT INGROOM ROOM OFF. WAITING BREAKRM X14 XJ XK

XF. XB. XE. XA. XH. XC. XD. XG.

XB.1 XA.3 XA.7

W:\2018\18.09003.00 Circleville Juvenile Program Bu Program Juvenile Circleville W:\2018\18.09003.00 ilding\E-Design\E6-Models\CAD\Architecture\Links\24 x36 Title Block.dwg, 8/29/2013 2:26 PM, scale: 1:1, scale: PM, 2:26 8/29/2013 Block.dwg, Title x36 michael morland michael W:\2018\18.09003.00 Circleville Juvenile Programilding\E-Design\E6-Models\CAD\Architecture\Links\24 Bu x36 Title Block.dwg, 8/29/2013 2:26 PM, scale:michael 1:1, morland PTZ SITE007 XB.1 XA.7 XA.3 XG. XH. XD. XC. XE. XB. XA. XF. XK XJ SITE002 3 X14

FILE

1 0 001 RR RR X13.

OFFICE

1 0 004 X12. D X11. OFFICE OFFICE OPEN OFFICEOPEN OPEN OPEN LOBBY ALOBBY

1002 SECURITY SECURITY OFFICE X 1 0.5 BOOTH OFFICE D RR RR 1003 1

005 1 RR CR X10. COPY CR E RR VEST. CORR. ECORR. EX E

X9. 1011 X8.7

1010

1 RR 0 006 STAIR BSTAIR

D

SECURITY DN JURY COURT ROOM A ROOM COURT HME FIEOFC CHAMBER OFFICE OFFICE CHAMBER X8.9 RR 1007 D

EX UP X8. 1008 1009 EX D TOILET X7. CR CORR. ACORR. RR CORR. DCORR. E EX I ESFIL 7 VEST. E IM EX X6. CR RR V DEVICES THIS SIDE OF MATCHLINE ROUTE TO TO ROUTE MATCHLINE OF SIDE THIS DEVICES TOILET INS OF OF VEST. CONF. CONF. WITNESS X5. X4. EX D EX ROOM BROOM D OPEN OFFICEOPEN V COURT COURT 1013 1012 IM RR EX 1014 D 7 ROOM DMCC ROOM CR RR X3. 1015 RR EX D ADD DOOR CONTACTS, GLASS BREAK BREAK GLASS CONTACTS, DOOR ADD EX E SENSORS AND MOTION DETECTORS DETECTORS MOTION AND SENSORS X2. RR D RR 1 CORR. CCORR. RR 1016 EX TO EXISTING SECURITY SYSTEM SECURITY EXISTING TO RR RR E EX

1019 - X1.6 1020 IDF CR 1017 E CONFERENCE CORR. BCORR. JAN ELECTRICAL - CR RR EUIYPA LEVEL1 SECURITY - PLAN

LL RRR RR CR IC

1/16" 1'-0" = OFFICE STAIR ASTAIR UP BLOBBY COPY TOILET TOILET RR V RR

1021 1018 SITE003

EX 4 DN CR X1. EXHAUST EXHAUST WALL MOUNTED 55" VIDEO DISPLAY DISPLAY VIDEO 55" WALLMOUNTED GRATE PROVIDE 1000VA UPS FOR EACH EACH FOR 1000VA UPS PROVIDE PROVIDE 1000VA UPS FOR EACH EACH FOR 1000VA UPS PROVIDE EXHAUST EXHAUST STAFF STAFF GRATE EXIT DISPLAY FOR ALARM CALLALARM FOR DISPLAY COMPUTER WORKSTATIONCOMPUTER WALL MOUNTED 32" VIDEO VIDEO 32" WALLMOUNTED COMPUTER WORKSTATIONCOMPUTER STATION SHERIFF PROVIDE PARAPET PARAPET PROVIDE MOUNT BRACKET MOUNT ROOM CPCROOM TO ROUTE MATCHLINE OF SIDE THIS DEVICES D D 1023 1022 X13

RR

1 2 027 RR - IDF STAFF ENTRANCESTAFF +66"AFF 1 026 +66"AFF - L1

-

UP

1 2 024 VEST X12 OFFICE OFFICE SITE008 WOMEN VM RR LOUNGE VM VM VM 1 1025 028 STAIR 1STAIR VMTS VM BS WOMEN COMMAND COMMAND SHERIFF CENTER IM RR SITE009 VM E 1029 TEMPORARY TEMPORARY COMMAND COMMAND CR CR CR MEN CENTER MEN OFFICE OFFICE TS IM E

E

X11 1 4 040 VM CR PTZ E LOBBY/COMMON 1043 CORRIDOR LOBBY 1LOBBY 8CORR. ENTRANCE &ENTRANCE RR CR QUEUING RRR RR VESTIBULE IC 3 LOCATION AND NETWORK VLAN WITH MONTGOMERY COUNTY.MONTGOMERY WITH VLAN NETWORK AND LOCATION FINAL COORDINATE COMPLETE. IS CENTER COMMAND NEW AFTER CENTER DISPATCH MIAMISBURG TO MOVED BE TO EQUIPMENT WORKSTATION VIDEO AND CONTROL ACCESS

1

031 DN

1036 1 6 5 1035 033 CR CR

RR

OFFICE

1 3 030 RR 1037 CLO CLO D CLO X10 RR 1032 1041VESTIBULE OFFICE 2 1038 RR OFFICE EXISTING SPARE RACK RACK SPACE SPARE EXISTING EXISTING EQUIPMENT RACK EQUIPMENT EXISTING RACK EQUIPMENT EXISTING 1034 FIEOFC OFFICE OFFICE OFFICE PROVIDE NEW CISCO POE POE NEWCISCO PROVIDE CPC-IDF-L1 ENLARGED PLAN ENLARGED CPC-IDF-L1 D 1/4" 1'-0" = 1042 OFFICE RR NETWORK SWITCH IN IN SWITCH NETWORK OFFICE 1039 SITE010 X9 OFFICE CORR. 7CORR. OFFICE

L CLO ELE UP 1044 OFFICE BB AA 2 OFFICE

1045 X8 STOR CR E OPEN OFFICE 1OFFICE OPEN OFFICE RR

1046 RECEPTION 2 1050 CR PUBLIC OFFICE 1047 6CORR. 1052 E

RR 1054 X7 RR CR

1048 E RR 1051 1053 1055 WORK OFFICE RR 1056 RR 1049 CR OFFICE COFFEE E TOILET EX OFFICE X6 CORR. 5CORR. CORR. 1CORR. E XE XEX EX EX EX D COURT 1 OFFICE COURT 2 OFFICE 2 COURT OFFICE 1 COURT CONFERENCE CORR. 4CORR. CR SITE005 FIEOFFICE OFFICE WORK D ELE D TY 201 COFFEE RR X5 1057 2 D CLO OFFICE RR RR OFFICE

OFFICE 5 058 1 CR ENTRY XE EX EX EX D EX E D OPEN OFFICE 2 OFFICE OPEN OFFICE EX SERVER E OFFICE X4 E CR CR V RR CORR. 2CORR. D RR CR IC EX CR E E CORR. 3CORR. OPEN OFFICE 3 OFFICE OPEN E RR OFFICE OFFICE

1059 EX

L CLO CLO 1063 CR IM D 1061 V RR CR CR 1060 X3 UP E STAIR 2STAIR COURT 3COURT OFFICE OFFICE 1064 OFFICE SECURITY SYMBOLS SECURITY LEGEND OFFICE 1062 RR SYMBOL D D EX EX VM CR TR PB TS DN IM IC D O E C E X2 CAM PTZ CAM 7. 7. 6. 5. 4. 3. 2. 1. I. H. G. F. E. D. C. B. A. TAG READER. TAG POINTHELP EMERGENCY SUBINTERCOM STATION MASTER INTERCOM MULTI (4) 20MP FIXED MULTI (4) 20MP FIXED NOSECURITY HIGH MP 1.5 FIXED REUSED BE TO = EXISTING EX WIT REPLACE / CABLE AND DEVICE EXISTING REMOVE RR = CAMERA DOME FIXED INTERIOR/EXTERIOR REUSED BE TO = EXISTING EX ROLL OVERHEAD O. TYPE DOOR REUSED BE TO = EXISTING EX ELECT MONITORED AND CONTROLLED LOCALLY E. TYPE DOOR REUSED BE TO = EXISTING EX ELEC MONITORED AND CONTROLLED REMOTELY C. TYPE DOOR BUTTON DURESS WIRELESS READER.CARD PROXIMITY PUSH BUTTON RELEASE DOOR MONITOR DISPLAY SURVEILLANCE VIDEO MONITOR TOUCHSCREEN CONTROL SECURITY SITE0011 SITE006 KEYED NOTES: KEYED NOTES:GENERAL BEEP SHALL BE DISABLED ON CARD READERS INSIDE OF CO OF INSIDE READERS CARD ON DISABLED BE SHALL BEEP BUTTON. FLOOR CALLTO ELEVATOR SHAL READER CARD PROVIDER, ELEVATOR WITH COORDINATE DISARMED.AND ARMED WILL BE SYSTEM SECURITY T OPERATION OF HOURS SCHEDULE PROGRAMMING FOR OWNER C NEWKEYPAD. WITH KEYPAD SECURITY EXISTING REPLACE SYSTEM. ENTRY TENANT INTERCOM VIDEO MULTI NEW MOUNT POLE WI NEWDOOR PROVIDE CORRIDOR, WALLOFF TO ARCHITECT S TO TIE BAR. CRASH EGRESS DELAYED ADD TO ARCHITECT COMPLIANT. ADA BE TO DOORS CONTROLLED ACCESS ALL WILL S ALARM DOOR, EGRESS DELAYED SECOND 15 STATES: DOORS, EGRESS DELAYED ALL ON SIGNAGE PROPER PROVIDE THAN GREATER NO BE TO DELAY TIME EGRESS DELAYED ALL NEC. PER SUPPORTED CABLING ALL CABLES, RATED PLENUM BE TO CABLING ALL JURISDICTION. HAVING AUTHORITY THE BY OTHERWI AS OPERATION OR EGRESS OF PATH THE IN DOORS ACCESS UNLOCK AUTOMATICALLY SHALL SYSTEM, SPRINKLER AUT OR SYSTEM ALARM FIRE BUILDING THE OF ACTIVATION REQ AS NEWPENETRATIONS ALL STOP FIRE OR PROOF FIRE PANEL. ACCESS MINIM WITH PROVIDED BE SHALL ACCESSIBLE NOT IS THAT D ROUTED BE MAY CEILING ACCESSIBLE ABOVE CABLING ALL FASTENERS. 2 WITH CONDUIT IN ROUTED BE SHALL AREAS ACCESSIBLE IN CABLING ALL INFORMAT ROUTING CABLE FOR MATCHLINE SHEET TO REFER - RINGS SUPPORTED EVERY 4' OF THE ENTIRE CABLE DISTAN CABLE ENTIRE THE OF 4' EVERY SUPPORTED RINGS X1 - STATION - XC, HOLE STRAPS EVERY 24" WITH SECURITY TORX SECURITY SECURITY TORX SECURITY WITH 24" EVERY STRAPS HOLE XG XC XD XH XA XB XE XF - - IMAGER DOME CAMERA WITH PTZ WITH CAMERA DOME IMAGER CAMERA DOME IMAGER - DESCRIPTION IMAGER CAMERA WITH PTZ AT +12' AT PTZ WITH CAMERA IMAGER - - UP DOOR CONTROLLER DOOR UP GRIP CORNER MOUNT CAMERA MOUNT CORNER GRIP H NEWH MINIMUM 3/4" 3/4" MINIMUM TO BE BE TO UM 24" X 24" 24" X 24" UM OMATIC OMATIC IN JIN URTROOM. ECURITY SYSTEM.ECURITY - UIRED. OUND. OORDINATE WITH WITH OORDINATE 0" AFG.0" RIC LOCKRIC 15 SECONDS. CE. ANY SPACE SPACE ANY CE. TH CARD READER.CARD TH TRIC LOCK TRIC SE REQUIRED REQUIRED SE ION. CONTROLLED CONTROLLED THAT THAT L ENABLE L - HOOKS OR OR HOOKS HAT THE THE HAT SheetNumber: Title: Revisions: Consultants: Seal: © Date: Cleveland | Columbus | Indianapolis | Key | Indianapolis K | Largo| Cleveland Columbus | West | Marathon | Charlotte | Baltimore | Bentonvil | Baltimore Marathon| | Charlotte | West LN-SECURITY- PLAN PC (HOK)PC Hellmuth, Obata & Kassabaum, SECURITY: Inc.LJB, CIVILENGINEER: Design,K2M Inc. STRUCTURALENGINEER: Heapy Engineering ENGINEER:MEP, DrawnBy: DrawingSize 2019 by K2M Design, Inc. byK2M Design, 2019 200 S. Meridian Street, #550 LEVEL 1 FLOOR 1 LEVEL URL: Based on Trust and Results and Trust on Based Architecture, Engineering, Indianapolis, IN 46225 Saad Dimachkieh, OH License # E-75098 License OH Saad Dimachkieh, 24x 36 Building Relationships Building Specialty Consulting Asset Management,Asset AH January 06, 2020January06, TY201 01/06/2020

MONTGOMERY COUNTY COURTS SECURITY Interior Design, ExpirationDate 12/31/2021 www.k2mdesign.com 41 NORTH PERRY STREET ARCHITECT: Project #: Project CheckedBy: DAYTON, OH 43113 19 074 JUD MONTGOMERY COUNTY BOARD OF COMMISSIONERS le 451 WEST THIRD STREET, DAYTON, OH. 45422 ey

451 WEST THIRD STREET, DAYTON, OH. 45422 OH. DAYTON, STREET, THIRD WEST 451

ey le MONTGOMERY COUNTY BOARD OF COMMISSIONERS OF BOARD COUNTY MONTGOMERY

JUD 19074

DAYTON, OH 43113 OH DAYTON, By: Checked Project #:

ARCHITECT: 41 NORTH PERRY STREET PERRY NORTH 41

www.k2mdesign.com Expiration Date 12/31/2021 Date Expiration Interior Design, Interior SECURITY COURTS COUNTY MONTGOMERY 01/06/2020 TY202 January 06,January 2020 AH AssetManagement, Specialty Consulting Specialty Building Relationships 24x36 Saad Dimachkieh, Saad OH License E-75098 # Indianapolis, IN 46225 IN Indianapolis, Architecture, Engineering, Architecture, Based on Trust and Results URL: LEVEL 2 FLOOR 200 S. Meridian Street, #550 Street, Meridian S. 200 2019 Design, K2M by Inc. Drawing Size Drawing By: Drawn MEP, MEP, ENGINEER: Engineering Heapy ENGINEER: STRUCTURAL Inc. K2MDesign, ENGINEER: CIVIL LJB,Inc. SECURITY: Kassabaum, & Obata Hellmuth, PC(HOK) PLAN - SECURITY West| Charlotte | |Marathon Baltimore | Bentonvil Cleveland | Columbus Cleveland |Largo |K Indianapolis | Key Date: © Consultants: Revisions: Title: Number: Sheet Seal: HOOKS OR - L L ENABLE THAT CONTROLLED ION. SE REQUIRED TRIC LOCK CE. ANY SPACE SECONDS. 15 RIC RIC LOCK OUND. UIRED. URTROOM. IN IN J OMATIC UM UM 24" X24" TOBE MINIMUM 3/4" H H NEW GRIP CORNERMOUNT CAMERA UP UP DOOR CONTROLLER - - DESCRIPTION IMAGERDOME CAMERA IMAGERDOME CAMERAWITH PTZ - - XF XE XB XA HOLE STRAPS EVERY24" WITH SECURITY TORX SECURITY XH XD XC XG XC, - STATION - X1 RINGS SUPPORTED EVERY4' OFTHE ENTIRE CABLEDISTAN - REFER TO SHEET MATCHLINE FOR CABLEROUTING INFORMAT ALL CABLING IN ACCESSIBLE AREAS SHALL BE ROUTEDIN CONDUITWITH 2 FASTENERS. ALL CABLING ABOVE ACCESSIBLECEILING MAYBE ROUTED D THAT IS NOT ACCESSIBLESHALL BE PROVIDED WITH MINIM ACCESS PANEL. FIRE PROOF OR FIRE STOP ALL PENETRATIONSNEW ASREQ ACTIVATIONOF THE BUILDING FIRE ALARMSYSTEM ORAUT SPRINKLERSYSTEM, SHALL AUTOMATICALLY UNLOCK ACCESS DOORS IN THE PATH OFEGRESS OR OPERATION AS OTHERWI BY THE AUTHORITY HAVING JURISDICTION. ALL CABLING TO BE PLENUMRATED CABLES, ALLCABLING SUPPORTED PER NEC. ALL DELAYED EGRESS TIME DELAY TO BENO GREATER THAN PROVIDEPROPER SIGNAGE ON ALL DELAYED EGRESS DOORS, STATES: 15 SECOND DELAYED EGRESS DOOR,ALARM S WILL ALL ACCESS CONTROLLEDDOORS TO BE ADA COMPLIANT. RECESS EXISTING INTERCOM WITH RECESSNEW MOUNTKIT. COORDINATEWITH ELEVATOR PROVIDER,CARD READER SHAL ELEVATOR TOCALL FLOOR BUTTON. BEEP SHALL BE DISABLED ONCARD READERS INSIDE OF CO GENERALNOTES: KEYED NOTES: SECURITY CONTROL TOUCHSCREEN MONITOR VIDEOSURVEILLANCE DISPLAY MONITOR DOORRELEASE BUTTON PUSH PROXIMITY CARD READER. WIRELESS DURESS BUTTON DOORTYPE C.REMOTELY CONTROLLED AND MONITORED ELEC EX EXISTING = TO BE REUSED DOOR TYPE E.LOCALLY CONTROLLED AND MONITORED ELECT EX EXISTING = TO BE REUSED DOOR TYPE O. OVERHEAD ROLL EX EXISTING = TO BE REUSED INTERIOR/EXTERIOR FIXED DOME CAMERA = RR REMOVE EXISTING DEVICE AND CABLE/ REPLACE WIT EX EXISTING = TO BE REUSED FIXED1.5 MP HIGH SECURITYNO FIXED20MP (4) MULTI FIXED20MP (4) MULTI INTERCOMMASTER STATION INTERCOMSUB EMERGENCY HELP POINT TAG READER. A. B. C. D. E. F. G. H. I. 1. 2. 3. CAM PTZ CAM X2 E C E O D IC IM TS PB TR CR VM SYMBOL OFFICE OFFICE SECURITY SYMBOLS LEGEND SECURITY SYMBOLS CONF.ROOM CHAMBER OPENOFFICE 4 V 2054 COPY STAIR2 OFFICE1 IM TOILET V RR X3

E 2052 IC EX E E

4

053 VEST. 2 CORR. EX CR CORR.5 IC CR CR V V RR RR IM TOILET TOILET ROOM D COPY CORRIDOR CL CL OFFICE DIRECTOR'S CONF.ROOM X4 E EX EX D 2051 RR CR EX 3 JURRY CL D 3 TY202 EX E E COURT2 CR FILE CR RR X5

CL 2049 CL E EX CR 2050 RR 3 RR X6 E EX RR CR 2047

RR

2045 DOCKET RR

STORAGE 2046 CONFERENCE EX 2043 BREAKROOM D COURT1 RR D D 2048 OFFICE OFFICE FILE EX EX X7 2044 ROOM CORR.3 2037 OFFICE CORR.6 CONFERENCE OFFICE 2 CR VAULT ARCHITECT TO TY202 SERVICE E STUDY A/C IN THIS 2038 FILE OFFICE X8 COPY OFFICE D D

039 EX 2 2036 OFFICE EX CR E CORR. CL D WAITING1 WAITING EX OPENOFFICE 3 EX

D

OFFICE OFFICE D

035 2 X9 D OFFICE OFFICE OFFICE 3 E EX E EX CONFERENCE

X5

RR CR

RR 2041 2040 CR RR D D EX EX D OPENOFFICE 2 EX EX COURT D D EX X10 2033 2032 OPENOFFICE 1 EX

STORE

EX 034 RR 2 D

D EX 2031

E E

RR

OFFICE OFFICE 042 EX 2 RR CORR.2 CR CR LOBBY1 RR CORR.1 RR CR CR X11 E 2 EX VEST. MEN MEN 1/4" = 1'-0" 1/4" CPC-SERVER-L2 ENLARGED PLAN CONFERENCE WOMEN

STAIR1 2030 OFFICE OFFICE 3 NETWORK SWITCHIN LOUNGE WOMEN X12 PROVIDE NEW CISCO POE EXISTING EQUIPMENT RACK EXISTING SPARE RACK SPACE L2 - IDF - DEVICES THIS SIDE OF MATCHLINE ROUTE TO ROOMCPC X1.

EX 2024

029

2 EX TOILET OPEN LOBBYB OFFICE STAIRA OFFICE OFFICE 1/16" = 1'-0" 1/16" LL EX CR ELECTRICAL TOILET SECURITY PLANPLAN -- SECURITY SECURITY 2 2 LEVEL LEVEL EX -

JAN

E 027 2

IDF EXIT X1.6 - 2017 EX EX EX H CR E E E EXIT EXIT CORR.

EX

EX CORR.

028 1 2 2019 EX CR LIBRARY 3 EX OFFICE X2. E RR EX EX D X3. RR CR ROOM DMCC

D

2022 2023 2020 OFFICE CORR.F OFFICE CHAMBERB PROVIDE CISCONEW POE NETWORK SWITCHIN EXISTINGSPARE RACK SPACE EXISTINGEQUIPMENT CABINET EX BREAKROOM D CORR.I OPENOFFICE

021 CORR.D

COURTROOMB 2 EX CR RR EX

OFFICE E 2016 EX X4. 3 IC V EX X5.

BAILIFF 018 V

2 TOILET EX EX IM VETIBULEB RR DEVICES THIS SIDE OF MATCHLINE ROUTE TO

CORR.C

EX V EX V EX OFFICE OFFICE 2025 2026 X6. EX EX EX CR E IC IC EX E E E EX V EX CORR.G IC CONF. CONF. X7. OFFICE OFFICE ROOMD HEARING ROOMF ROOME HEARING HEARING TOILET CORR.B CORR.J IM IM IM X8. EX V V V 013 EXIT EX EX EX

2 EX

OFFICE OFFICE 2014

2015 X8.9

EX

2012 2011 CR K E EXIT CORR. X8.7 RR EX EX EXIT CONFERENCEB 1/4" = 1'-0" 1/4" CPC-IDF-L2 ENLARGED PLAN V V EX V EX E V EX X9. CR IM IM IM EX IM EX

RR 010 2 SECURITY OFFICE VM 2 EX X10.

XH 2005 1 HEARINGROOM C HEARINGROOM B HEARINGROOM A X10.5

EX

CONF.A V V 2002 V

EX 004 2 LOBBYA RR E E E EX EX EX IC IC EX IC E RR OPENOFFICE A OPENOFFICE B OFFICE CR EX EX

EX EX EX

CR

009 2 1 1 1

EX

E 003 2 X11. CORR.A IC X12. EX EX BAILIFF EX EX V V OFFICE EX LOBBY IC EX E 2001 E 3 CONF. CONF. X13. RR CR EX 2006 EX EX EX D

E

EX

2007 IC VEST.A 2008 V D V 1 3 COURTROOM A CR RR IM EX CHAMBERA E D D MAGISTRATE CONF. EX X14 XJ XK

XF. XB. XE. XA. XH. XC. XD. XG.

XB.1 XA.3 XA.7

W:\2018\18.09003.00 Circleville Juvenile Program Bu Program Juvenile Circleville W:\2018\18.09003.00 ilding\E-Design\E6-Models\CAD\Architecture\Links\24 x36 Title Block.dwg, 8/29/2013 2:26 PM, scale: 1:1, scale: PM, 2:26 8/29/2013 Block.dwg, Title x36 michael morland michael X12 X11 ARCHITECT: GENERAL NOTES: XC, A. REFER TO SHEET MATCHLINE FOR CABLE ROUTING INFORMATION. B. ALL CABLING IN ACCESSIBLE AREAS SHALL BE ROUTED IN MINIMUM 3/4" X1.6 X1. CONDUIT WITH 2 -HOLE STRAPS EVERY 24" WITH SECURITY TORX SECURITY FASTENERS. XC Architecture, Engineering, EXISTING EQUIPMENT CABINET C. ALL CABLING ABOVE ACCESSIBLE CEILING MAY BE ROUTED IN J -HOOKS OR D-RINGS SUPPORTED EVERY 4' OF THE ENTIRE CABLE DISTANCE. ANY SPACE Interior Design, THAT IS NOT ACCESSIBLE SHALL BE PROVIDED WITH MINIMUM 24" X 24" Asset Management, ACCESS PANEL. Specialty Consulting EXISTING EQUIPMENT CABINET D. FIRE PROOF OR FIRE STOP ALL NEW PENETRATIONS AS REQUIRED. PROVIDE NEW CISCO POE E. ACTIVATION OF THE BUILDING FIRE ALARM SYSTEM OR AUTOMATIC NETWORK SWITCH IN EXISTING XB SPRINKLER SYSTEM, SHALL AUTOMATICALLY UNLOCK ACCESS CONTROLLED 200 S. Meridian Street, #550 SPARE RACK SPACE PROVIDE NEW CISCO POE DOORS IN THE PATH OF EGRESS OR OPERATION AS OTHERWISE REQUIRED Indianapolis, IN 46225 NETWORK SWITCH IN EXISTING BY THE AUTHORITY HAVING JURISDICTION. F. ALL CABLING TO BE PLENUM RATED CABLES, ALL CABLING TO BE SPARE RACK SPACE URL: www.k2mdesign.com SUPPORTED PER NEC. G. ALL DELAYED EGRESS TIME DELAY TO BE NO GREATER THAN 15 SECONDS. H. PROVIDE PROPER SIGNAGE ON ALL DELAYED EGRESS DOORS, THAT Building Relationships STATES: 15 SECOND DELAYED EGRESS DOOR, ALARM WILL SOUND. Based on Trust and Results I. ALL ACCESS CONTROLLED DOORS TO BE ADA COMPLIANT. Cleveland | Columbus | Indianapolis | Key Largo | Key KEYED NOTES: West | Marathon | Charlotte | Baltimore | Bentonville

1. MULTI -TENANT VIDEO INTERCOM SYSTEM, COORDINATE DIAL BY NAME DIRECTORY WITH OWNER. Seal: 2. INTERCOM SHALL CALL TO FIRST FLOOR COMMAND CENTER. 3. BEEP SHALL BE DISABLED ON CARD READERS INSIDE OF COURTROOM. DMCC-IDF-L3 ENLARGED PLAN CPC-IDF-L3 ENLARGED PLAN 2 1/4" = 1'-0" 3 1/4" = 1'-0"

DEVICES THIS SIDE OF MATCHLINE ROUTE TO DEVICES THIS SIDE OF MATCHLINE ROUTE TO ROOM DMCC -IDF -L3 ROOM CPC -IDF -L3 RR 01/06/2020 2 3013 CORR. L RR RR Saad Dimachkieh, OH License # E-75098 CR IC Expiration Date 12/31/2021 XA. E IM V IM V OFFICE RR OFFICE EX RR #4 D D D D D Consultants: EX OFFICE EX EX EX EX XA.3 JURY OFFICE CHAMBER MEP, ENGINEER: CHAMBER LOBBY B Heapy Engineering 3012 3026 CORR. I STRUCTURAL ENGINEER: RR RR K2M Design, Inc. XA.7 CORR. F RR STAIR A XH CIVIL ENGINEER:

HOLDING HOLDING CORR. TOILET 011 3014UP CORR LJB, Inc. XB. CELL 3 CELL STAIR C . G D RR OFFICE OFFICE OFFICE OFFICE JURY D 3010 OFFICE OFFICE JURY TOILET SECURITY: EX 3016 CONF. ROOM EX EX EX CORR. H UP COURT Hellmuth, Obata & Kassabaum, XB.1 3015 DN TOILET EX LIBRARY RR RR TOILET ADMINISTRATOR PC (HOK) OPEN OFFICE E E E E 3024

3025 REMOVE INTERCOM, CR CR CR CR CR 3035 PROVIDE BLANK PLATE E E EX CR CR CR CORR. 6 CR EX E RR E EX RR RR RR RR E EX 3036 E 3 3 3 3 CR CR CR XG 3009 E 3017 EX CR CR E E CR E EX Revisions: D D D D OFFICE COPY OFFICE 2 CR RR RR ELECTRICAL CR XF TY203 #4 CORR. 1 RR CORR. J 3032 CORR. 5 RR 3 D EX EX D 3 COURT ROOM A COURT ROOM B TOILET E D EX D EX CORR. E WOMEN IC CR EX CHAMBER CHAMBER RR 3031 3034 UP UP COURTROOM-2 3037 COURTROOM-4 3046 RR CORR. MEN 3030 RR OFFICES OF THE JAN D EX D EX 4 COURT D IM V OPEN OFFICE A E E XC. EX CORR. 2 CR CR ADMINISTRATOR OFFICE OFFICE CR OFFICE A EX 1 TOILET 3047

3018 D D 3008 MEN E RR WOMEN E RR RR 3023 EX V IM IM V RR IC V RR RR E XE RR CR V E E IC V CR RR IC UP OFFICE OFFICE E RR 3038 3003 RR CORR. 3 CR CR 3045 WITNESSCONF. WITNESS D 3029 CR CR 3048 CORR. K EX 3039 RR DN CONFERENCE DOCKETS V IC E E IC V STAIR 2 XD. RR RR V CORR. 7 XD EX EX CR IC IM V V IM E IM V #3 CR IC CORR. A 3 OFFICE 1 D D 3001 3007 1 022 OFFICE V D 3027

EX UP DN CR RR CR E EX CORR. D CR CR E OFFICE 3 E EX D EX D EX D EX XE. E E CR OFFICE D #2 LOBBY 1 1# #3 #2 #1 LOBBY A EX EX D COURTROOM-1 3033 3040 COURTROOM-3 COURTROOM-5 3049 E DN TOILET TOILET 3028 3043 3044 3006 UP 3021 RR EX CORR. CHAMBER 1 CHAMBER 2 RR D EX D EX RR RR D EX 8 IM D #1 CHAMBER 3 XF. STAIR 1 XC, EX D D 3 V OPEN 3 EX EX 3 E EX CORR. B OFFICE B CR CORR. CR CR CR E D EX XC XG. STAIR B 3020 OFFICE 10 EX IM V OFFICE C CR E E CR CR 3050 XH. OFFICE CR CR 3 D 3019 EX D E E 002 EX 3 CR CR 3041 CORR. C E E CORR. 9 3051 XB XJ E 3005 EX TY203 3042 EX TOILET TOILET TOILET CR E EX TOILET TOILET OFFICE OFFICE OFFICE OFFICE B OFFICE CONF. OFFICE JURY OFFICE OFFICE OFFICE OFFICE JURY JURY OFFICE OFFICE 2 CR IC V CONF. 3004 EX OFFICE OFFICE RR EX D EX D EX D EX EX D D EX TOILET TOILET TOILET XK XA

X14 X13. X12. X11. X10.5 X10. X9. X8.7 X8.9 X8. X7. X6. X5. X4. X3. X2. X1.6 X1. X12 X11 X10 X9 X8 X7 X6 X5 X4 X3 X2 X1 OH 43113 DAYTON, 41 NORTH PERRY STREET 41NORTH PERRY

SECURITY PLAN - LEVEL 3 SECURITY SYMBOLS LEGEND michael morland 1 1/16" = 1'-0"

SYMBOL DESCRIPTION 451WEST OH. 45422 THIRD DAYTON, STREET,

SECURITY CONTROL TOUCHSCREEN MONITOR TS MONTGOMERY COUNTY MONTGOMERY COURTS SECURITY VIDEO SURVEILLANCE DISPLAY MONITOR VM

PB DOOR RELEASE PUSH BUTTON COUNTY MONTGOMERY BOARD OF COMMISSIONERS

CR PROXIMITY CARD READER.

x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1, D WIRELESS DURESS BUTTON

DOOR TYPE C. REMOTELY CONTROLLED AND MONITORED ELECTRIC LOCK C Drawing Size Project #: EX = EXISTING TO BE REUSED 24x36 19074 DOOR TYPE E. LOCALLY CONTROLLED AND MONITORED ELECTRIC LOCK E Drawn By: Checked By: EX = EXISTING TO BE REUSED AH JUD DOOR TYPE O. OVERHEAD ROLL -UP DOOR CONTROLLER O EX = EXISTING TO BE REUSED Title: INTERIOR/EXTERIOR FIXED DOME CAMERA CAM RR = REMOVE EXISTING DEVICE AND CABLE / REPLACE WITH NEW LEVEL 3 FLOOR EX = EXISTING TO BE REUSED PLAN - SECURITY

FIXED 1.5 MP HIGH SECURITY NO -GRIP CORNER MOUNT CAMERA ilding\E-Design\E6-Models\CAD\Architecture\Links\24

CAM FIXED 20MP (4) MULTI -IMAGER DOME CAMERA Sheet Number:

PTZ FIXED 20MP (4) MULTI -IMAGER DOME CAMERA WITH PTZ TY203

IM INTERCOM MASTER STATION IC INTERCOM SUB -STATION Date: January 06, 2020 E EMERGENCY HELP POINT ©2019 by K2M Design, Inc. TR TAG READER. W:\2018\18.09003.00 Program Juvenile Bu Circleville ARCHITECT: GENERAL NOTES:

A. REFER TO SHEET MATCHLINE FOR CABLE ROUTING INFORMATION. XH B. ALL CABLING IN ACCESSIBLE AREAS SHALL BE ROUTED IN MINIMUM 3/4" CONDUIT WITH 2 -HOLE STRAPS EVERY 24" WITH SECURITY TORX SECURITY FASTENERS. C. ALL CABLING ABOVE ACCESSIBLE CEILING MAY BE ROUTED IN J -HOOKS OR Architecture, Engineering, EXISTING EQUIPMENT CABINET D-RINGS SUPPORTED EVERY 4' OF THE ENTIRE CABLE DISTANCE. ANY SPACE Interior Design, THAT IS NOT ACCESSIBLE SHALL BE PROVIDED WITH MINIMUM 24" X 24" Asset Management, ACCESS PANEL. Specialty Consulting D. FIRE PROOF OR FIRE STOP ALL NEW PENETRATIONS AS REQUIRED. E. ACTIVATION OF THE BUILDING FIRE ALARM SYSTEM OR AUTOMATIC SPRINKLER SYSTEM, SHALL AUTOMATICALLY UNLOCK ACCESS CONTROLLED 200 S. Meridian Street, #550 PROVIDE NEW CISCO POE DOORS IN THE PATH OF EGRESS OR OPERATION AS OTHERWISE REQUIRED Indianapolis, IN 46225 NETWORK SWITCH IN EXISTING BY THE AUTHORITY HAVING JURISDICTION. F. ALL CABLING TO BE PLENUM RATED CABLES, ALL CABLING TO BE SPARE RACK SPACE URL: www.k2mdesign.com SUPPORTED PER NEC. G. ALL DELAYED EGRESS TIME DELAY TO BE NO GREATER THAN 15 SECONDS. H. PROVIDE PROPER SIGNAGE ON ALL DELAYED EGRESS DOORS, THAT Building Relationships STATES: 15 SECOND DELAYED EGRESS DOOR, ALARM WILL SOUND. Based on Trust and Results I. ALL ACCESS CONTROLLED DOORS TO BE ADA COMPLIANT. Cleveland | Columbus | Indianapolis | Key Largo | Key KEYED NOTES: West | Marathon | Charlotte | Baltimore | Bentonville

1. MULTI -TENANT VIDEO INTERCOM SYSTEM, COORDINATE DIAL BY NAME DIRECTORY WITH OWNER. Seal: 2. BEEP SHALL BE DISABLED ON CARD READERS INSIDE OF COURTROOM. CPC-IDF-L4 ENLARGED PLAN 2 1/4" = 1'-0"

DEVICES THIS SIDE OF MATCHLINE ROUTE TO DEVICES THIS SIDE OF MATCHLINE ROUTE TO ROOM DMCC -IDF -L3 ROOM CPC -IDF -L4 01/06/2020

Saad Dimachkieh, OH License # E-75098 Expiration Date 12/31/2021 XA. CHAMBER OFFICE RR IM V OFFICE A CHAMBER A V #4 OFFICE OFFICE SECURITY 2 D D IM D D Consultants: OFFICE TY204 EX EX RR EX EX XA.3 MEP, ENGINEER: LOBBY B Heapy Engineering 4023 4009 CORR. A HOLDING STRUCTURAL ENGINEER: CELL CORR. F 4021

RR K2M Design, Inc. XA.7 DN 4012 STAIR A HOLDING HOLDING XH CIVIL ENGINEER:

4008 CELL CELL RR JURY 4011 4015 4022 LJB, Inc. D STAIR C CORR. G JURY CORR. E CONFERENCE A EX 4010 RR JURY TOILET OFFICE OFFICE OFFICE OFFICE JURY OFFICE OFFICE SECURITY: XB. D SERVER 1 EX EX EX CORR. H 4014 EX EX EX TOILET Hellmuth, Obata & Kassabaum, 4013 EX E E E EX E E E RR PC (HOK) XB.1 E UP E DN CR 4024 EX 4043 CR CR CR CR CR CR CR RR E EX CORR. 7 EX RR E CR E CR CR E CR CR E CR RR RR RR RR RR RR E 4042 E D CHAMBER 2 2 2 2 2 2 1 CR CR E E E XG 4007 4016 4020 EX EX RR RR CR CR CR CR 4025 TOILET Revisions: EX CORR. B CR RR XF CR IC V #4 RR D D EX CORR. 1 4029 EX D EXD EX EXD D EX EX EX EX RR RR EX E 2 D D 2 2 D RR IM V TOILET CORR. 6 WOMEN RR CR EX D D EX D EX CHAMBER COURTROOM-8 CHAMBER CHAMBER COURTROOM-10 COURTROOM-12 COURTROOM A COURTROOM B COURTROOM C 4041 4044 OFFICE 4028 4045 D 4030 4031 4040 RR RR EX JAN RR EX E CORR. 2 D E E D EX D EX CR XC. OFFICE PASS CR CR CORR. D OFFICE OFFICE TOILET MEN 4019 OFFICE 4006 4017 D D D X10. V JAN V IM IM V IM RR RR RR XE E E EX RR CR IC IC CR CR IC E UP OFFICE V V 4039 RR

4046 V CORR. 3 OFFICE E CONF. WITNESS CONF. WITNESS CONF. WITNESS 027 4048 4 V V V DN STAIR 2 RR RR 4038 4047 CR IC E E IC CR CR IC E XD. XD IM IM 4002 V V IM V 1 RR RR OFFICE #3 4 4 4 D D D 001 005 CORR. C IC 018 V 4026 DN V UP OFFICE 2 OFFICE CR IM RR CR EX CR CR OFFICE XE. RR RR DN E E E D EX D UP #2 D CORR. 4 CR 1# #3 #2 #1 EX LOBBY 1 EX EX IM V E OFFICE OFFICE 4033 COURTROOM-9 COURTROOM-11 LOBBY A TOILET TOILET 4032 COURTROOM-7 4036 4037 4049 4050 4004 D RR CHAMBER 1 CHAMBER CHAMBER #1 D EX D EX RR RR D XF. STAIR 1 EX 2 D D 2 2 D OFFICE EX EX EX XC, XG. D D RR XC STAIR B RR CR OFFICE CR CR CR XB XH. CR CR E 4 E E E 4035 E E E 003 E E EX CR CR CR CR CORR. 5 EX CR 4034 XJ CR E OFFICE 1 CR RR EX TOILET OFFICE JURY TOILET OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE D EX D

XK XA

X14 X13. X12.X11. X10.5 X10. X9. X8.7 X8.9 X8. X7. X6. X5. X4. X3. X2. X1.6 X1. X12 X11 X10 X9 X8 X7 X6 X5 X4 X3 X2 X1 OH 43113 DAYTON, 41 NORTH PERRY STREET 41NORTH PERRY

SECURITY PLAN - LEVEL 4 SECURITY SYMBOLS LEGEND michael morland 1 1/16" = 1'-0" SYMBOL DESCRIPTION 451WEST OH. 45422 THIRD DAYTON, STREET,

SECURITY CONTROL TOUCHSCREEN MONITOR TS

VIDEO SURVEILLANCE DISPLAY MONITOR COUNTY MONTGOMERY COURTS SECURITY VM

PB DOOR RELEASE PUSH BUTTON MONTGOMERY COUNTY MONTGOMERY BOARD OF COMMISSIONERS

CR PROXIMITY CARD READER.

D WIRELESS DURESS BUTTON x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1, DOOR TYPE C. REMOTELY CONTROLLED AND MONITORED ELECTRIC LOCK C EX = EXISTING TO BE REUSED Drawing Size Project #: DOOR TYPE E. LOCALLY CONTROLLED AND MONITORED ELECTRIC LOCK 24x36 19074 E EX = EXISTING TO BE REUSED Drawn By: Checked By: DOOR TYPE O. OVERHEAD ROLL -UP DOOR CONTROLLER AH JUD O EX = EXISTING TO BE REUSED Title: INTERIOR/EXTERIOR FIXED DOME CAMERA CAM RR = REMOVE EXISTING DEVICE AND CABLE / REPLACE WITH NEW LEVEL 4 FLOOR EX = EXISTING TO BE REUSED PLAN - SECURITY FIXED 1.5 MP HIGH SECURITY NO -GRIP CORNER MOUNT CAMERA ilding\E-Design\E6-Models\CAD\Architecture\Links\24 CAM FIXED 20MP (4) MULTI -IMAGER DOME CAMERA Sheet Number: FIXED 20MP (4) MULTI -IMAGER DOME CAMERA WITH PTZ PTZ TY204 IM INTERCOM MASTER STATION IC INTERCOM SUB -STATION E EMERGENCY HELP POINT Date: January 06, 2020 TR TAG READER. ©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville ARCHITECT: GENERAL NOTES:

A. REFER TO SHEET MATCHLINE FOR CABLE ROUTING INFORMATION. B. ALL CABLING IN ACCESSIBLE AREAS SHALL BE ROUTED IN MINIMUM 3/4" CONDUIT WITH 2 -HOLE STRAPS EVERY 24" WITH SECURITY TORX SECURITY FASTENERS. C. C. ALL CABLING ABOVE ACCESSIBLE CEILING MAY BE ROUTED IN J -HOOKS Architecture, Engineering, EXISTING EQUIPMENT CABINET OR Interior Design, D-RINGS SUPPORTED EVERY 4' OF THE ENTIRE CABLE DISTANCE. ANY SPACE Asset Management, THAT IS NOT ACCESSIBLE SHALL BE PROVIDED WITH MINIMUM 24" X 24" Specialty Consulting ACCESS PANEL. PROVIDE NEW CISCO POE D. FIRE PROOF OR FIRE STOP ALL NEW PENETRATIONS AS REQUIRED. NETWORK SWITCH IN E. ACTIVATION OF THE BUILDING FIRE ALARM SYSTEM OR AUTOMATIC 200 S. Meridian Street, #550 EXISTING SPARE RACK SPACE SPRINKLER SYSTEM, SHALL AUTOMATICALLY UNLOCK ACCESS CONTROLLED Indianapolis, IN 46225 DOORS IN THE PATH OF EGRESS OR OPERATION AS OTHERWISE REQUIRED BY THE AUTHORITY HAVING JURISDICTION. URL: www.k2mdesign.com F. ALL CABLING TO BE PLENUM RATED CABLES, ALL CABLING TO BE SUPPORTED PER NEC. G. ALL DELAYED EGRESS TIME DELAY TO BE NO GREATER THAN 15 SECONDS. Building Relationships H. PROVIDE PROPER SIGNAGE ON ALL DELAYED EGRESS DOORS, THAT Based on Trust and Results STATES: 15 SECOND DELAYED EGRESS DOOR, ALARM WILL SOUND. Cleveland | Columbus | Indianapolis | Key Largo | Key CPC-IDF-L5 ENLARGED PLAN I. ALL ACCESS CONTROLLED DOORS TO BE ADA COMPLIANT. West | Marathon | Charlotte | Baltimore | Bentonville 2 1/4" = 1'-0" KEYED NOTES:

1. INTERCOM MASTER STATION SHALL HAVE THE CAPABILITY TO PROVIDE Seal: FUTURE VIDEO AND INTERCOM CAPABILITY. PROVIDE DOOR RELEASE MODULES TO RELEASE FOUR DOORS.

DEVICES THIS SIDE OF MATCHLINE ROUTE TO DEVICES THIS SIDE OF MATCHLINE ROUTE TO ROOM DMCC -IDF -L3 ROOM CPC -IDF -L5 01/06/2020

Saad Dimachkieh, OH License # E-75098 Expiration Date 12/31/2021 XA.

STAIR C #

OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE OFFICE 4 OFFICE Consultants:

XA.3 MEP, ENGINEER: LOBBY B Heapy Engineering 5008 OFFICE STRUCTURAL ENGINEER: RR K2M Design, Inc. XA.7 STAIR A XH CIVIL ENGINEER: OFFICE OFFICE LJB, Inc. OFFICE LIBRARY SECURITY: XB. CONFERENCE OFFICE OFFICE Hellmuth, Obata & Kassabaum,

OFFICE OFFICE OFFICE D XB.1 N PC (HOK) RR CR 5007 OFFICE OFFICE EX E EX 5006 XG OFFICE OFFICE ELECTRICAL TOILET TOILET Revisions: OFFICE OFFICE OFFICE RR # CR E EX D EX 4 XF OPEN OFFICE 5012 OFFICE CORR. CR RR LAW LIBRARY C TOILET CORR. 1 OFFICE OFFICE OFFICE WOMEN 5016 NETWORK OFFICE OFFICE STAFF ROOM D EX MEN OFFICE D EX XC. OFFICE OFFICE OFFICE OFFICE WOMEN OFFICE TOILET MEN JAN CORR. 5 OFFICE XE RECORDS CORR. E E CORR. F OFFICE OFFICE OFFICE OFFICE CR RR EX OFFICE 5 STAIR 2 EVIDENCE 017 D CORR. 2 013 5009 018 N EX STORAGE E 5 5 E RR 5019 CR RR CR RR OFFICE CONF. CR XD. E OFFICE CONF. CONF. XD

STOR. A D EX OFFICE # CORRIDOR EX

3 1 1 RR OFFICE 5001 EX D IM IM EX 5011 RR LIBRARY

RR 5010

D CORR. A 5004 5005 RR U CONFERENCE

N E CORR. B P FILE OFFICE OFFICE # RECEPTION 1 XE. CR RR 2 EX COURT ROOM 1 EX # EX D 1 LOBBY 1 5014 TOILET TOILET OFFICE OFFICE EX 5015 CORR. 4 OFFICE LOBBY A D TOILET TOILET D

U CR 5003 RR RR N BREAK ROOM

# P E WAITING 1 EX D EX OFFICE OFFICE XF. # D PB XC, 2 OFFICE STAIR 1 OPEN OFFICE RR CR RR OFFICE RR E D PB RR PB EX E XC XG. # STAIR B OFFICE CORR. 3 CR EX

3 RR XH. OPEN OFFICE OFFICE OPEN OFFICE 1 5002 OFFICE 1 E NETWORK OPEN OFFICE 2 OFFICE XB XJ E EX CR EX D CR RR OFFICE 2 OFFICE 3 OFFICE 4 D EX D EX D EX D EX D EX OPEN OFFICE 2 OFFICE A OFFICE OFFICE OFFICE OFFICE D EX D EX D EX TY205 CHAMBER CHAMBER 1 CHAMBER 2 CHAMBER 3 CHAMBER 4 CHAMBER 5 OFFICE OFFICE OFFICE OFFICE OFFICE XK XA

X14 X13. X12. X11. X10.5 X10. X9. X8.7 X8.9 X8. X7. X6. X5. X4. X3. X2. X1.6 X1. X12 X11 X10 X9 X8 X7 X6 X5 X4 X3 X2 X1 OH 43113 DAYTON, 41 NORTH PERRY STREET 41NORTH PERRY ARCHITECT TO STUDY A/C IN THIS SECURITY PLAN - LEVEL 5 ROOM SECURITY SYMBOLS LEGEND michael morland 1 1/16" = 1'-0" SYMBOL DESCRIPTION 451WEST OH. 45422 THIRD DAYTON, STREET,

SECURITY CONTROL TOUCHSCREEN MONITOR TS

VIDEO SURVEILLANCE DISPLAY MONITOR COUNTY MONTGOMERY COURTS SECURITY VM

PB DOOR RELEASE PUSH BUTTON MONTGOMERY COUNTY MONTGOMERY BOARD OF COMMISSIONERS

CR PROXIMITY CARD READER.

D WIRELESS DURESS BUTTON x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1, DOOR TYPE C. REMOTELY CONTROLLED AND MONITORED ELECTRIC LOCK C EX = EXISTING TO BE REUSED Drawing Size Project #: DOOR TYPE E. LOCALLY CONTROLLED AND MONITORED ELECTRIC LOCK 24x36 19074 E EX = EXISTING TO BE REUSED Drawn By: Checked By: DOOR TYPE O. OVERHEAD ROLL -UP DOOR CONTROLLER AH JUD O EX = EXISTING TO BE REUSED Title: INTERIOR/EXTERIOR FIXED DOME CAMERA CAM RR = REMOVE EXISTING DEVICE AND CABLE / REPLACE WITH NEW LEVEL 5 FLOOR EX = EXISTING TO BE REUSED PLAN - SECURITY FIXED 1.5 MP HIGH SECURITY NO -GRIP CORNER MOUNT CAMERA ilding\E-Design\E6-Models\CAD\Architecture\Links\24 CAM FIXED 20MP (4) MULTI -IMAGER DOME CAMERA Sheet Number: FIXED 20MP (4) MULTI -IMAGER DOME CAMERA WITH PTZ PTZ TY205 IM INTERCOM MASTER STATION IC INTERCOM SUB -STATION E EMERGENCY HELP POINT Date: January 06, 2020 TR TAG READER. ©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville ARCHITECT:

CAT6 RED DATA CABLE CAT6 RED DATA CABLE

ACP CR ACP CR Architecture, Engineering, Interior Design, ELEC. RM ELEC. RM Asset Management, Specialty Consulting

CAT6 YELLOW DATA CABLE CAT6 YELLOW DATA CABLE 200 S. Meridian Street, #550 Indianapolis, IN 46225 VLAN TO COUNTY URL: www.k2mdesign.com IT NETWORK POE SWITCH

Building Relationships Based on Trust and Results

Cleveland | Columbus | Indianapolis | Key Largo | Key West | Marathon | Charlotte | Baltimore | Bentonville

CPC-IDF-L5 LEVEL 5 CAT6 RED DATA CABLE CAT6 RED DATA CABLE Seal:

ACP CR ACP CR ELEC. RM ELEC. RM

CAT6 YELLOW DATA CABLE CAT6 YELLOW DATA CABLE

VLAN TO COUNTY IT NETWORK POE SWITCH 01/06/2020

Saad Dimachkieh, OH License # E-75098 Expiration Date 12/31/2021

CPC-IDF-L4 LEVEL 4 Consultants:

CAT6 RED DATA CABLE CAT6 RED DATA CABLE MEP, ENGINEER: Heapy Engineering

ACP CR ACP CR STRUCTURAL ENGINEER: K2M Design, Inc. ELEC. RM ELEC. RM CIVIL ENGINEER: LJB, Inc.

SECURITY: CAT6 YELLOW DATA CABLE CAT6 YELLOW DATA CABLE Hellmuth, Obata & Kassabaum, PC (HOK)

VLAN TO COUNTY VLAN TO COUNTY IT NETWORK POE SWITCH IT NETWORK POE SWITCH Revisions:

DMCC-IDF-L3 CPC-IDF-L3 LEVEL 3

CAT6 RED DATA CABLE CAT6 RED DATA CABLE

ACP CR ACP CR ELEC. RM ELEC. RM

CAT6 YELLOW DATA CABLE CAT6 YELLOW DATA CABLE

VLAN TO COUNTY IT NETWORK POE SWITCH VIDEO SYSTEM SERVER

VIDEO STORAGE ARRAY

CPC-IDF-L2 CPC-SERVER-L2 LEVEL 2 CAT6 RED DATA CABLE CAT6 RED DATA CABLE

ACP CR ACP CR ELEC. RM ELEC. RM

CAT6 YELLOW DATA CABLE CAT6 YELLOW DATA CABLE

VLAN TO COUNTY POE SWITCH

IT NETWORK OH 43113 DAYTON, 41 NORTH PERRY STREET 41NORTH PERRY

LEVEL 1 michael morland CPC-IDF-L1

CAT6 RED DATA CABLE CAT6 RED DATA CABLE 451WEST OH. 45422 THIRD DAYTON, STREET,

ACP CR ACP CR

ELEC. RM ELEC. RM COUNTY MONTGOMERY COURTS SECURITY

CAT6 YELLOW DATA CABLE CAT6 YELLOW DATA CABLE COUNTY MONTGOMERY BOARD OF COMMISSIONERS

VLAN TO COUNTY VLAN TO COUNTY MONTGOMERY COUNTY ETHERNET CABLE JACKET COLOR SCHEME: POE SWITCH POE SWITCH x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1, IT NETWORK IT NETWORK • RED - SPECIAL CONNECTIONS, SERVERS IN THE DMZ, MISSION CRITICAL • YELLOW - VIDEO • ORANGE - WIFI Drawing Size Project #: • BLUE - NORMAL SERVERS, COMPUTERS 24x36 19074 • GRAY - PHONES VOIP OR POTS Drawn By: Checked By: • PURPLE - SECOND LEVEL SERVERS OR SIMPLE DEVICES LIKE PRINTERS AH JUD LOWER LEVEL DMCC-IDF-LL CPC-IDF-LL • WHITE - FIRST LEVEL SERVERS, UPLINKS ON SWITCHES • BLACK - COURTROOM TECHNOLOGY EQUIPMENT Title:

SECURITY RISER DAYTON MONTGOMERY COUNTY COURTS BUILDING (DMCC) COMMON PLEAS COURTS BUILDING (CPC) DIAGRAM ilding\E-Design\E6-Models\CAD\Architecture\Links\24

Sheet Number: SECURITY RISER DIAGRAM 1 NTS TY601

Date: January 06, 2020

©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville ARCHITECT:

KEYNOTES Architecture, Engineering, D1 JUNCTION BOX - 4" X 4" X 2 1/8" DEEP BOX WITH BLANK COVER PLATE MOUNTED ABOVE ACCESSIBLE Interior Design, CEILING OR CONNECT CONDUIT TO JUNCTION BOX ABOVE DOOR ON SECURE SIDE (UNLESS NOTED Asset Management, OTHERWISE). SECURE HINGE COVER WITH TAMPER RESISTANT SCREWS. Specialty Consulting

D2 JUNCTION BOX - 6" X 6" X 4" DEEP BOX WITH BLANK COVER PLATE MOUNTED ABOVE ACCESSIBLE CEILING 200 S. Meridian Street, #550 1" CONDUIT 1" CONDUIT 1" CONDUIT 1" CONDUIT OR CONNECT CONDUIT TO JUNCTION BOX ABOVE DOOR ON SECURE SIDE (UNLESS NOTED OTHERWISE). Indianapolis, IN 46225 D2 D1 D5 CONDUIT - HOME RUN TO NEAREST SECURITY RISER LOCATION. URL: www.k2mdesign.com

D5 D5 D5 D19 D5 D6 CONDUIT - STUB DOWN DOOR FRAME AND CONNECT TO BACKBOX FOR POWER TRANSFER. Building Relationships D2 D1 Based on Trust and Results D19 D8 CARD READER - 4" X 4" X 2 1/8" BOX WITH SINGLE GANG DEVICE RING FLUSH MOUNTED. CARD READER Cleveland | Columbus | Indianapolis | Key Largo | Key MOUNTED AT 3'-6" A.F.F. West | Marathon | Charlotte | Baltimore | Bentonville

D16 D16 D16 3/4" CONDUIT D16 D16 D16 3/4" CONDUIT D12 ELECTROMECHANICAL LOCKSET. 6" 6" (TYPICAL) (TYPICAL) Seal: D16 CONCEALED DOOR POSITION SWITCH - STUB CONDUIT INTO HEAD OF DOOR FRAME.

D18 ELECTRIFIED EXIT DEVICE. D8 D8 D8 D12 D12 D18 D12 D18 D18 D19 REQUEST-TO-EXIT MOTION SENSOR - 4" X 4" X 2 1/8" BOX WITH SINGLE GANG DEVICE RING FLUSH MOUNTED HORIZONTALLY 10" ABOVE HEAD OF DOOR FRAME. 6" 6" 6" D6 D6 D6 D6 D6 D28 SURFACE MOUNT OVERHEAD DOOR POSITION SWITCH.

D29 JUNCTION BOX - 4" X 4" X 2 1/8" DEEP BOX WITH SINGLE GANG DEVICE RING FLUSH MOUNTED. 01/06/2020 FIXED LEAF D30 ARMORED CABLE.

Saad Dimachkieh, OH License # E-75098 ELEVATION ELEVATION D31 CONNECT CONDUIT TO OVERHEAD DOOR INTERFACE. Expiration Date 12/31/2021 ELEVATION ELEVATION

Consultants:

MEP, ENGINEER: Heapy Engineering

STRUCTURAL ENGINEER: K2M Design, Inc.

CIVIL ENGINEER: LJB, Inc.

SECURITY: Hellmuth, Obata & Kassabaum, PC (HOK)

DOOR ROUGH-IN DETAIL - CARD READER/ DOOR ROUGH-IN DETAIL - CARD READER/ELECTRIFIED Revisions: ELECTROMECHANICAL LOCK WITH INTEGRAL EXIT DEVICE REQUEST-TO-EXIT WITH REQUEST-TO-EXIT 1 NTS 2 NTS

1" CONDUIT 1" CONDUIT

D1

D5 D5 D1

D16 D16 D16 1" CONDUIT D2

D5 D31

3/4" CONDUIT (TYPICAL) DAYTON, OH 43113 DAYTON,

ELEVATION STREET 41NORTH PERRY ELEVATION D29 michael morland D30 451WEST OH. 45422 THIRD DAYTON, STREET,

1' - 6" - 1' D28 MONTGOMERY COUNTY MONTGOMERY COURTS SECURITY MONTGOMERY COUNTY MONTGOMERY BOARD OF COMMISSIONERS x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1,

Drawing Size Project #: 24x36 19074 Drawn By: Checked By: AH JUD

DOOR ROUGH-IN DETAIL - CONCEALED DOOR Title: DOOR ROUGH-IN DETAIL - OVERHEAD DOOR POSITION SWITCH DOOR ROUGH-IN 3 NTS 4 NTS DETAILS ilding\E-Design\E6-Models\CAD\Architecture\Links\24

Sheet Number: TY901

Date: January 06, 2020

©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville ARCHITECT:

KEYNOTES Architecture, Engineering, Interior Design, C1 JUNCTION BOX - 4"X4" BOX WITH NETWORK CONNECTION MOUNTED TO STRUCTURE. Asset Management, 3/4" CONDUIT 3/4" CONDUIT Specialty Consulting C1 3/4" CONDUIT C1 C2 CAMERA, ENCLOSURE, MOUNT AND MOUNTING SUPPORT HARDWARE. 200 S. Meridian Street, #550 C3 CAMERA BACKBOX - 4" X 2 1/8" X 2 1/8" BOX WITH SINGLE GANG DEVICE RING FLUSH MOUNTED. Indianapolis, IN 46225

URL: www.k2mdesign.com 3/4" CONDUIT C4 ACCESSIBLE CEILING.

Building Relationships Based on Trust and Results

Cleveland | Columbus | Indianapolis | Key Largo | Key West | Marathon | Charlotte | Baltimore | Bentonville

C3 C3 C2 C2 Seal:

C4 C4

01/06/2020

Saad Dimachkieh, OH License # E-75098 Expiration Date 12/31/2021

Consultants:

MEP, ENGINEER: Heapy Engineering

STRUCTURAL ENGINEER: K2M Design, Inc.

CIVIL ENGINEER: LJB, Inc.

SECURITY: Hellmuth, Obata & Kassabaum, PC (HOK) (TYPICAL) CAMERA ROUGH-IN DETAIL -

(TYPICAL) CAMERA ROUGH-IN DETAIL - EXTERIOR/WALL/FIXED/DOME WALL PENDANT Revisions: EXTERIOR/WALL/FIXED/DOME SURFACE MOUNTED MOUNTED 1 NTS 2 NTS

3/4" CONDUIT 3/4" CONDUIT C1 C1

C1

3/4" FLEX CONDUIT

C3 OH 43113 DAYTON, C4 C3 C4

CEILING LINE STREET 41NORTH PERRY michael morland 451WEST OH. 45422 THIRD DAYTON, STREET,

C2 C2 MONTGOMERY COUNTY MONTGOMERY COURTS SECURITY

(TYPICAL) CAMERA ROUGH-IN DETAIL - COUNTY MONTGOMERY BOARD OF COMMISSIONERS (TYPICAL) CAMERA ROUGH-IN DETAIL - (TYPICAL) CAMERA ROUGH-IN DETAIL - INTERIOR/WALL/FIXED/DOME WALL PENDANT x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1, INTERIOR/CEILING/FIXED/DOME FLUSH MOUNTED INTERIOR/WALL/FIXED/DOME SURFACE MOUNTED MOUNTED 3 NTS 4 NTS 5 NTS Drawing Size Project #: 24x36 19074 Drawn By: Checked By: AH JUD

Title:

CAMERA ROUGH-IN DETAILS ilding\E-Design\E6-Models\CAD\Architecture\Links\24

Sheet Number: TY902

Date: January 06, 2020

©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville ARCHITECT:

5/8" GYPSUM BOARD Architecture, Engineering, Interior Design, 4" EMT SLEEVE Asset Management, Specialty Consulting GROUND LUIG

200 S. Meridian Street, #550 FIRE STOPPING BOX ASSEMBLY WITH Indianapolis, IN 46225 PRE -INSULATED INTUMESCENT MATERIAL FRONT VIEW URL: www.k2mdesign.com

6-3/4" 1" 6-3/4" Building Relationships Based on Trust and Results

Cleveland | Columbus | Indianapolis | Key Largo | Key West | Marathon | Charlotte | Baltimore | Bentonville SPACE FITTINGS ON 8" CENTERS. 1 1/16" 6-3/4" PROVIDE QUANTITY OF FITTINGS BASED ON THE NUMBER OF CABLES AND THEIR ASSOCIATED AREA. INCLUDE SECURITY Seal: SYSTEM AND TELECOM CABLING. PROVIDE 50% SPARE CAPACITY. 8" 4 1/8" 4 3/8" 3 3/8" 3 4 7/8" 4

1 21/32" 1 01/06/2020 1 5/16" 1

Diagram shown with 501 Option Saad Dimachkieh, OH License # E-75098 Expiration Date 12/31/2021 1 3/16" SECTION VIEW 27/32" Consultants:

MEP, ENGINEER: Heapy Engineering

STRUCTURAL ENGINEER: K2M Design, Inc.

CIVIL ENGINEER: RATED WALL PENETRATION HES 5200 ELECTRIC STRIKE LJB, Inc. 1 NTS 2 NTS SECURITY: Hellmuth, Obata & Kassabaum, PC (HOK)

MOUNTING Revisions:

JUNCTION BOX

GASKET OPTIONAL

INSTALLATION

1. - DISASSEMBLE

BEZEL

POTTED READER ASSY

2 MOUNTING PLATE DAYTON, OH 43113 DAYTON, STRANDED #6 AWG. BOND TO TGB. STANDED #6

AWG BONDING JUMPER (MINIMUM) 1 STREET 41NORTH PERRY

1 - REMOVE SCREW 2 - LIFT BOTTOM OF BEZEL 4 - LIFT TOP OF READER ASSEMBLY michael morland TYPICAL WALL APPROVED BONDING BUSHING 3 - SLIDE BEZEL UP AND REMOVE 5 - SLIDE DOWN AND REMOVE 451WEST OH. 45422 THIRD DAYTON, STREET,

SEAL TO MAINTAIN STC RATING OF 2 - INSTALL TAMPER SWITCH FLOOR. FIRE STOP AS REQUIRED, TYP. 2" MIN. 2" MONTGOMERY COUNTY MONTGOMERY COURTS SECURITY MONTGOMERY COUNTY MONTGOMERY BOARD OF COMMISSIONERS

MAGNETIC WALL/MULLION SWITCH x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1,

METAL SLEEVE MAGNETIC TAMPER Drawing Size Project #: SWITCH MOUNTING PLATE 24x36 19074 2" MIN. 2" PLASTIC BUSHING Drawn By: Checked By: AH JUD

Title:

SECURITY ROUGH-IN DETAILS ilding\E-Design\E6-Models\CAD\Architecture\Links\24 (TYPICAL) SLEEVE THROUGH SLAB iCLASS READER 3 NTS 4 NTS Sheet Number: TY903

Date: January 06, 2020

©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville W:\2018\18.09003.00 Circleville Juvenile Programilding\E-Design\E6-Models\CAD\Architecture\Links\24 Bu x36 Title Block.dwg, 8/29/2013 2:26 PM, scale:michael 1:1, morland 6.19" 7 4 1 NTS NTS NTS AXIS_A8105-E AXISP3225-LVE Mk II AXIS_Q8414-LVS 4.29" 1.07" 2.61" -1" .29 "] '- [4 9 -3" .07 "] '- [1 2 0.36" 2.29" 1.78" 0.94" 0.83" 8.56" 6.52" 3'-9" .52 "] 1 [6 8'-1" .56 "] 1 [8 0.20" 0.14" 4.66" 5.07" 4.67" 0'-9" .07 "] 1 [5 6.52" 3 -13' 1 [ 0" 6 . 52" ] 2.50" 5.83" 8.62" 0.69" Ø 2.17" Ø 1.06" Ø 8.56" 8'-3" .62 "] 1 [8 0.39" 8'-1" .56 "] 1 [8 5.85" 1.70" " 0.39 "] [0 0" 1 -7" .71 "] '- [1 3 1.71" 1.64" 1.42" -4" .51 "] '- [2 5 2.51" " .28 "] [0 7 0.28" 9.75" 1.78" 3.54" 7.37" 0'-8" .75 "] 2 [9 Ø 1.01"Ø ∅ 2 ' - [ 2" ∅ 1 . 0 1"] 1.90" 1.64" 10.06" 3.86" 3.94" 1/4" -4" .94 "] '- [3 8 1'-4" 0.0 6"] 2 [1 2" .86 "] '- [3 8 Ø 0.21"Ø 4.00" 5'-5" .29 "] 1 [7 -6" .00 "] '- [4 8 7.29" 3.98" 1 [3.9 8"] [ m 01m 1 8 5 2 NTS NTS NTS AXIS F1005-E Sensor UnitAXIS Sensor F1005-E AXISP3227-LV AXIS_M3048-P 1.29" Ø 0.18"Ø 0.30" ∅5m m Ø 3.12"Ø mm[1.29"] 3m m 3 8m m ∅7 9 m m 0.75" Ø 3.98"Ø ∅1 0 1 m m 46m m 1.46" 1.80" mm[1.46"] 7m m 3 0.43" 5.85" 1/4" 1/4" 1.81" 1.06" 2.17" 1.99" 2.44" ∅14 9 mm [ ∅ 5∅14 . 9 8 mm 5 " ] - 20UNC ∅55 mm [ ∅ 2 . 1∅55 mm 7 " ] ∅27 mm [ ∅ 1 . 0∅27 mm 6 " ] mm[1.99"] 0m m 5 3.98" 0.55" 101m m 14m m 0.63" 4"- 0 NC 2 U " /4 - 1 2.36" 0.66" 3.61" mm[3.61"] 2m m 9 [2.36"] 0m m 6 [0.66"] 7m m 1 0.26"

0.79" 7m m ∅5mm [ ∅ 0∅5mm . 2 0 " ] 0.20" mm[3.52"] 9m m 8 3.52"

1.17" 9 6 3 1.05" NTS NTS NTS AXISP3717-PLE AXIS_Q6000 Connection Diagram AXIS_A9801 Diagram Connection 8.00" 2 0 3[ 8 mm . 0 0 " ] 9.27" 2.82" 1.41" I/O Connector Connection 3 6[ 1 mm . 4 1 " ] AXIS A8105-E to A9801to A8105-E AXIS + - 1.24" MAX MAX 350 mA 1.70" 4 3[ 1 mm . 7 0 " ] 4 9[ 1 mm . 9 2 " ] 3 1 . 4[ 1 mm . 2 4 " ] 1.92" Ø10.03" Ø 15.33"Ø Ø 1.89"Ø 0.91" 7.33" NO/NC Ø 8.95"Ø 1.30" 2 5 5 mm [ 1 0 . 0 3 " ] 3 3[ 1 mm . 3 0 " ] 2 3[ 0 mm . 9 1 " ] 12V IO1 IO2 - CO 2 3 4 6 6 1 3 7[ 1 mm . 4 4 " ] ~10mA 1.24" 1.64" 1.97" 1.44" 5 0[ 1 mm . 9 7 " ] 4 1 . 6[ 1 mm . 6 4 " ] 3 1 . 4[ 1 mm . 2 4 " ] Ø0.18" Ø1.76" 3.62" 4 5 mm [ 1 . 7 6 " ] Ø0.30" 9 2[ 3 mm . 6 2 " ] 7 . 6 5[ 0 mm . 3 0 " ] 4 . 6 5 m [ m 0 . 1 8 " ] 1 8[ 0 mm . 7 1 " ] 0.71" 24 V24 V12 REL I/0 + - 7 6 5 4 3 2 1 SheetNumber: Title: Revisions: Consultants: Seal: © Date: Cleveland | Columbus | Indianapolis | Key | Indianapolis K | Largo| Cleveland Columbus | CAMERA DETAILS CAMERA West | Marathon | Charlotte | Baltimore | Bentonvil | Baltimore Marathon| | Charlotte | West PC (HOK)PC Hellmuth, Obata & Kassabaum, SECURITY: Inc.LJB, CIVILENGINEER: Design,K2M Inc. STRUCTURALENGINEER: Heapy Engineering ENGINEER:MEP, DrawnBy: DrawingSize 2019 by K2M Design, Inc. byK2M Design, 2019 200 S. Meridian Street, #550 URL: Based on Trust and Results and Trust on Based Architecture, Engineering, Indianapolis, IN 46225 Saad Dimachkieh, OH License # E-75098 License OH Saad Dimachkieh, 24x 36 Building Relationships Building Specialty Consulting Asset Management,Asset AH January 06, 2020January06, TY904 01/06/2020

MONTGOMERY COUNTY COURTS SECURITY Interior Design, ExpirationDate 12/31/2021 www.k2mdesign.com 41 NORTH PERRY STREET ARCHITECT: Project #: Project CheckedBy: DAYTON, OH 43113 19 074 JUD MONTGOMERY COUNTY BOARD OF COMMISSIONERS le 451 WEST THIRD STREET, DAYTON, OH. 45422 ey ARCHITECT:

CB 1 Series

Architecture, Engineering, Interior Design, 4.3 120V AC supply – Using the proper crimping tool, attach a #8 fork to each of the incoming Asset Management, power wires and fasten tem to the terminals as labeled on the transformer. After completing Specialty Consulting the wire connections, install the supplied terminal covers.

200 S. Meridian Street, #550 BOLTS TO BE IN LINE Indianapolis, IN 46225 PARALLEL WITH PHONE FACEPLATE FACING 8.00 BOLT CIRCLE WALKWAY USE TEMPLATE PROVIDED TO SPACE WHEN POURING URL: www.k2mdesign.com A A 10.00 Building Relationships 24.00 Based on Trust and Results (PHONE FACEPLATE) FOUNDATION STUB UP ELECTRIC AND COMMUNICATION CONDUITS AT THE Cleveland | Columbus | Indianapolis | Key Largo | Key BOLTS 3/4 " x 24" CENTER OF THE FOUNDATION West | Marathon | Charlotte | Baltimore | Bentonville 6" MIN. THREAD WITHIN 3" CIRCLE 5" MINIMUM PROJECTION ABOVE CONCRETE 6.00 (MINIMUM 24") (MINIMUM 6.00

TO BE DETERMINED BY FROST BY TODETERMINED BE Mounting LINE PLEASE CONSULT LOCAL CODE LOCAL CONSULT LINEPLEASE 36.13 Seal: 1.42 9.00 12.00 1.42 9.00 Figure 1 3.20 5.13 3.20

108.00 101.79 5.00 1.11 90° ∅ 12.75 1.19 (TYP.) 01/06/2020

1.19 (TYP.) 26.00 Saad Dimachkieh, OH License # E-75098 Expiration Date 12/31/2021 7.08 7.92 32.20 26.00 36.60 14.00 Consultants: R.50 11.75 7.08 7.08 24.64 MEP, ENGINEER: 8.92 Heapy Engineering ∅ 5.00 11.75 11.75 2.00 STRUCTURAL ENGINEER: 10.94 2.76 3.00 BOTTOM VIEW K2M Design, Inc. 8.92 SCALE 1:8 8.00 .44 CIVIL ENGINEER: 9.64 LJB, Inc. BASE PLATE 1.42 NOTE: USE LEVELING NUTS TO POSITIONCAUTION: UNIT BASE LESSVERTICALLY THAN 1/2"BETWEEN AIRGAP 1/2" MINIMUM AND 3/4" MAXIMUM ABOVE CONCRETE. 2.76 2.76 3.00 BETWEEN UNIT AND CONCRETE FRONT VIEW SIDE VIEW BACK VIEW SECURITY: CAN CAUSE CONDENSATION IN THE DOME TOP. .44 Hellmuth, Obata & Kassabaum, 8.50 8.00 PC (HOK) 1.42 (PAS 1-s as shown) Figure 2 FRONT VIEW BACK VIEW SIDE VIEW Revisions:

CB 1-S CB 1-S DIMENTIONS CB 2-E DIMENTIONS 1 NTS 2 NTS 3 NTS

CB 2 Series CB 2 Series CB 1 Series

10 CB 2-e High Voltage Exploded View 9 CB 2-e Low Voltage Exploded View 30 CB 1 Series Deck Mount Installation Instructions 3

3 1.0 DECK MOUNT FOUNDATION 4 2 4 1.1 Drill Deck Holes – Drill four holes through the deck or floor for the four 3/4” threaded rods. 4 2 The holes should be aligned, using the template provided in such a way that the phone face- 4 plate on the unit will face in the desired direction (see figure below). 3 1

1 1.2 Drill a fifth hole in the center to accommodate the conduit. 4 1.3 Position Upper Deck Plate – Position the first plate working from above the deck. 1.3.1 Thread a nut and washer on the end of each rod so that approximately six inches ex- tends beyond the base of the washer. 1.3.2 Insert each rod through the top side of the plate, plate gasket, and down through the four holes in the deck. NOTE: The top of the plate is the side with the tapered edge.

1.4 Position Lower Deck Plate – Position the second plate working from below the deck. Have 9 another worker hold the upper plate and rods in place from above the deck. 5 9 1.4.1 Place the second plate gasket and then the second plate over the threaded rods.

1.4.2 Secure the second plate with nuts and washers provided. If required, readjust the nuts OH 43113 DAYTON, 8 so that six inches of the rods are above the top of the upper plate (see figure below). 8

6 6

1.5 Secure Lower Nuts – To prevent tampering, it is advisable to tack weld the lower nuts to the 7 7 STREET 41NORTH PERRY 5 threaded rod.

2.0 WIRING 4

michael morland 10 2.1 Pull power and phone line through conduits – A minimum of two feet of wire must be avail- 10 4 4 able from the conduit for electrical and communications wiring. 451WEST OH. 45422 THIRD DAYTON, STREET, 2.2 Conduit – Electrical and telephone line conduit is run through the deck and the center open- BALL # PART # DESCRIPTION BALL # PART # DESCRIPTION BALL # PART # DESCRIPTION BALL # PART # DESCRIPTION ings (two-inch diameter) of the upper and lower deck plates. A minimum of four inches and a 1 41425 HID Lens 7 50102 Double Button IP5000 VoIP Phone – PUSH FOR HELP maximum of six inches of conduit above the upper plate is required. 1 41425 HID Lens 7 50101 Single Button IP5000 VoIP Phone – PUSH FOR HELP 2 40159 LED Beacon Strobe 7 50102 Double Button IP5000 VoIP Phone – PUSH FOR HELP 2 40159 LED Beacon Strobe 7 50103 Keypad IP5000 VoIP Phone – PUSH FOR HELP MONTGOMERY COUNTY MONTGOMERY COURTS SECURITY 3 41500 Button Head Security Screws (3 pk) 7 50103 Keypad IP5000 VoIP Phone – PUSH FOR HELP 3 41500 Button head Security Screw (3 pk) 7 50104 Single Button IP5000 VoIP Phone – EMERGENCY Ø14.00 4 40102 Wall Anchor Kit 7 50105 Double Button IP5000 VoIP Phone – EMERGENCY DECK PLATE 4 40102 Wall Anchor Kit 7 50104 Single Button IP5000 VoIP Phone – EMERGENCY B B 5 41471 Analog Surge Suppressor 7 50105 Double Button IP5000 VoIP Phone – EMERGENCY 5 41471 Analog Surge Suppressor 7 50106 Keypad IP5000 VoIP Phone – EMERGENCY 5 41421 IP Surge Suppressor 7 50106 Keypad IP5000 VoIP Phone – EMERGENCY 5 41421 IP Surge Suppressor 7 50107 Single Button IP5000 VoIP Phone – EMERGENCY/EMERGENCIA PHONE COUNTY MONTGOMERY BOARD OF COMMISSIONERS 7 50108 Double Button IP5000 VoIP Phone – EMERGENCY/EMERGENCIA FACEPLATE 6 CALL Standard Graphic 7 50107 Single Button IP5000 VoIP Phone – EMERGENCY/EMERGENCIA 6 CALL Standard / Custom Graphic DIRECTION 7 50001 Single Button IA4100 Analog Phone – PUSH FOR HELP 7 50109 Keypad IP5000 VoIP Phone – EMERGENCY/EMERGENCIA Ø8.00 6 CALL Custom Graphic 7 50108 Double Button IP5000 VoIP Phone – EMERGENCY/EMERGENCIA 8 41544 Faceplate Security Screw 10x24 (6 pk) BOLT CIRCLE 7 50001 Single Button IA4100 Analog Phone – PUSH FOR HELP 7 50109 Keypad IP5000 VoIP Phone – EMERGENCY/EMERGENCIA 7 50002 Double Button IA4100 Analog Phone – PUSH FOR HELP 7 50003 Keypad IA4100 Analog Phone – PUSH FOR HELP 9 40101 Manifold R/B 5-way 7 50002 Double Button IA4100 Analog Phone – PUSH FOR HELP 8 41544 Faceplate Security Screw 10x24 (6 pk) 7 50004 Single Button IA4100 Analog Phone – EMERGENCY 10 40357 Bezel Assembly IA4100 Analog Phone – PUSH FOR HELP x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1, CB 1 Base 7 50003 Keypad IA4100 Analog Phone – PUSH FOR HELP 9 40104 Power Brick 120V, 240V, 277V, 347V 7 50005 Double Button IA4100 Analog Phone – EMERGENCY 10 40407 Bezel Assembly IA4100 Analog Phone – EMERGENCY 7 50004 Single Button IA4100 Analog Phone – EMERGENCY 10 40357 Bezel Assembly IA4100 Analog Phone – PUSH FOR HELP 7 50006 Keypad IA4100 Analog Phone – EMERGENCY 10 40408 Bezel Assembly IA4100 Analog Phone – EMERGENCY/EMERGENCIA

6.00 7 50005 Double Button IA4100 Analog Phone – EMERGENCY 10 40407 Bezel Assembly IA4100 Analog Phone – EMERGENCY 7 50007 Single Button IA4100 Analog Phone – EMERGENCY/EMERGENCIA 10 40313 Bezel Assembly IP5000 VoIP Phone – PUSH FOR HELP Drawing Size Project #: 7 50006 Keypad IA4100 Analog Phone – EMERGENCY 10 40408 Bezel Assembly IA4100 Analog Phone – EMERGENCY/EMERGENCIA 7 50008 Double Button IA4100 Analog Phone – EMERGENCY/EMERGENCIA 10 40405 Bezel Assembly IP5000 VoIP Phone – EMERGENCY 24x36 19074 7 50007 Single Button IA4100 Analog Phone – EMERGENCY/EMERGENCIA 10 40313 Bezel Assembly IP5000 VoIP Phone – PUSH FOR HELP 7 50009 Keypad IA4100 Analog Phone – EMERGENCY/EMERGENCIA 10 40406 Bezel Assembly IP5000 VoIP Phone – EMERGENCY/EMERGENCIA 7 50008 Double Button IA4100 Analog Phone – EMERGENCY/EMERGENCIA 10 40405 Bezel Assembly IP5000 VoIP Phone – EMERGENCY 7 50101 Single Button IP5000 VoIP Phone – PUSH FOR HELP Drawn By: Checked By: 7 50009 Keypad IA4100 Analog Phone – EMERGENCY/EMERGENCIA ALLOW 10 40406 Bezel Assembly IP5000 VoIP Phone – EMERGENCY/EMERGENCIA AH JUD 1/2" GAP FOR VENTING Title: 3/4" THREADED ROD OF SUFFICENT DISCLAIMER: Product design and component use subject to change without notice. Product shown reasonably represents current offering and LENGTH TO PASS THROUGH DECK DISCLAIMER: Product design and component use subject to change without notice. Product shown reasonably represents current offering and is intended to assist in component identification. Reference the model and serial number from the unit ID tag and contact manufacturer to confirm AND ALLOW A MINIMUM OF 6” is intended to assist in component identification. Reference the model and serial number from the unit ID tag and contact manufacturer to confirm ABOVE THE TOP DECK PLATE. ELECTRICAL replacement part version and availability. HELP POINT AND TELEPHONE replacement part version and availability. LINE CONDUIT ROUGH-IN DETAILS ilding\E-Design\E6-Models\CAD\Architecture\Links\24

CB 1-S WIRING CB 2-E HIGH VOLTAGE CB 2-E LOW VOLTAGE Sheet Number: 4 NTS 5 NTS 6 NTS TY905

Date: January 06, 2020

©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville ARCHITECT:

Architecture, Engineering, Interior Design, Asset Management, Specialty Consulting

200 S. Meridian Street, #550 Indianapolis, IN 46225

URL: www.k2mdesign.com

Building Relationships Based on Trust and Results

Cleveland | Columbus | Indianapolis | Key Largo | Key West | Marathon | Charlotte | Baltimore | Bentonville

Seal:

59(2-5/16") ■PRODUCT DRAWING ■PRODUCT DRAWING ■PRODUCT DRAWING 37.5 250(9-13/16") (1-1/2")

200(7-7/8") 1(1/16") 25(1") Speaker

) Status LED (orange)

" GT-MKB-N

5 8 Color LCD video monitor

. /

7 (Display) 7 150(5-7/8") 5.2(3/16") 33(1-5/16") 4 - GT-1C7 1 Speaker Mounting NFC reader ( Option button bracket 10-key (0 to 9, ,#)

(on back of unit) )

) " 01/06/2020 " Multi-function buttons

6

8 Color LCD monitor Screen brightness 1 ・LIGHT ・VIDEO CALL

Camera /

/

3

7 ・LIST ・SETTING control(0-10) LIGHT VIDEO CALL LIST SETTING

- (up) ) Microphone -

6 " Receive volume

7

(

2 (right)

( (left) control(0-10) Saad Dimachkieh, OH License # E-75098

Illuminator LED 2 /

9

6 1 Call tone volume 8 ZOOM/WIDE button Expiration Date 12/31/2021

1 - ZOOM

1

6 (down) (0-10) WIDE ADJUST Option button (

) Display 5

" ADJUST button 6

8

) IN USE LED(orange) 1 / Door release button

"

5 Status indicator 4 GT-DMB-N IN USE - OFF button Consultants:

/

2 (orange) Microphone MONITOR TALK OFF

3

1 NFC reader

- Microphone

( MEP, ENGINEER:

0

0 Speaker Door release button/ Talk/Off button TALK button

1

2 Mounting ( Entrance monitor Heapy Engineering

3 ABC DEF and indicator

5 Back search button MONITOR button bracket

. and indicator (green) (orange) GHI JKL MNO 2 Forward search button Handset STRUCTURAL ENGINEER: 7 Security guard station PQRS TUV WXYZ

2 Cancel button Adjust button call/light button K2M Design, Inc. Call button Zoom/wide button Pan/tilt button Sensor ( ) CIVIL ENGINEER: 10-key(0 to 9, ,#) LJB, Inc. ●MOUNTING Terminating switch 1 Handset modular Terminating switch 2 SECURITY: ・Wall-mounting Unit center Hellmuth, Obata & Kassabaum, PC (HOK)

+ DC24V SW1 - B1 A B2 IN B1 ●MOUNTING(using GF-3B) OUT B B2 R1 R2 IN RESET R1 R2 OUT ) A1 button DOOR " A2

Unit center 6 Revisions: 5 1 (70) . /

Unit center 3

5 SW2 8

(140) -

3 CN1 (2-13/16") (5-9/16") ( USB Camera center terminal GL=1,500(5')

●MOUNTING Mounting bracket Unit center 92(3-5/8") Low voltage Mounting bracket center cable connections Unit center Setting switch Speaker ( ): Opening cut out on the wall (SW2) FL=1300(4'3") ■SPECIFICATIONS or 1500(5') Power source DC 24V Supplied from a power supply unit (PS-2420 etc.) 295(11-5/8")(GF-3B size)

320(12-5/8")(GT-DMB-N size) Power consumption Maximum 250mA FL=1187.5(46-3/4") A Setting switch or SW2 B SW1 Open voice: Voice-actuated 285(11-1/4")(Bracket-mounting pitch) (SW1) 1387.5(54-5/8") )

" B1 B2 IN 6 B1 Communication Handset: Voice-actuated/Full-duplex OUT Unit center 1 B2 R1 / R2 IN OPTION R1 5 Terminals R2 OUT - C (Only when communicating with GT-1D and GT-MKB-N with handset) 100(3-15/16") CE 3 K

Mounting ( KE ) 5 " (Bracket-mounting pitch) bracket center . Monitor 3.5 inch TFT color LCD 6 3 1 8 /

110(4-5/16") 9 Pixels 230,000pixels (approx.), QVGA (320×240) ( 5 (GF-3B size) 1 Ambient temperature 0~40℃ (32~104°F) 150(5-7/8") Option connector Mounting Desktop use (with desktop stand) or surface wall-mount (6pin) (GT-DMB-N size) Round hole 46 46 φ30(1-3/16") (1-13/16") (1-13/16") Mounting Electrical box 3-gang box: wiring and fixing bracket Material Self-extinguishing ABS resin Unit color Hardware: flat black, Panel: dark gray metallic 820g (approx.)(1.81 lbs) Weight (when used with desk stand:1.2kg (approx.)(2.70 lbs)) Remarks NFC receiver is equipped (Card type A, F) DESCRIPTION FIG. NAME UNIT DATE DESCRIPTION FIG. NAME UNIT DATE DESCRIPTION FIG. NAME UNIT DATE

mm mm mm ENTRANCEMODEL NO. STATION PRODFIG.NUCTO. DRAWING PAGE REVISION RESIDENTIAL/TENANTMODEL NO. STATION PRODFIG.NUCTO. DRAWING PAGE REVISION GUAMODERDL N O.STATION PROFIG.DUCNO. T/SPECIFICATIOPAGE NS REVISION

1/6 1 1/4 1 1/4 1

GT-DMB-N SERIES GT-1C7 SERIES GT-1M-L OR GT-MKB-N SERIES 1 NTS 2 NTS 3 NTS DAYTON, OH 43113 DAYTON, 41 NORTH PERRY STREET 41NORTH PERRY michael morland 451WEST OH. 45422 THIRD DAYTON, STREET, MONTGOMERY COUNTY MONTGOMERY COURTS SECURITY MONTGOMERY COUNTY MONTGOMERY BOARD OF COMMISSIONERS x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1,

Drawing Size Project #: 24x36 19074 Drawn By: Checked By: AH JUD

Title:

GT SERIES ROUGH-IN DETAILS ilding\E-Design\E6-Models\CAD\Architecture\Links\24

Sheet Number: TY906

Date: January 06, 2020

©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville ARCHITECT:

Tilt reader down 10° to Front View 30° so that it points Architecture, Engineering, directly at the tag on Interior Design, Asset Management, the vehicle. Reader Specialty Consulting

8 ft (2.4 m) Minimum 200 S. Meridian Street, #550 Wall Indianapolis, IN 46225 Recommended Allen Mount URL: www.k2mdesign.com Pole Screws and Bracket Building Relationships Mount Washers Based on Trust and Results Cleveland | Columbus | Indianapolis | Key Largo | Key Bracket West | Marathon | Charlotte | Baltimore | Bentonville

Curb Seal: Top View

Gate

01/06/2020 Factory- Installed 1 ft (0.3 m) 3 to 4 ft (.9 to 1.2 m) Position Saad Dimachkieh, OH License # E-75098 Mounted Expiration Date 12/31/2021 Reader Bracket Consultants:

MEP, ENGINEER: Any Flat Heapy Engineering STRUCTURAL ENGINEER: Surface K2M Design, Inc.

CIVIL ENGINEER: 6 to 8 ft (1.8 to 2.4 m) LJB, Inc.

SECURITY: Hellmuth, Obata & Kassabaum, Connecting the Encompass 4 Assembly to Pole Mount Bracket PC (HOK)

This angle Loop Revisions: can vary Detector 10° - 60°

TRANSCORE - ASSEMBLY 2 NTS Front and Top View of the Encompass 4 Reader Position

TRANSCORE - READER POSITION Reader Allen 1 NTS Screws and Washers

Factory- Installed Bracket

Installed Position Mounting OH 43113 DAYTON,

Factory-Mounted Bracket Straps STREET 41NORTH PERRY

3.00" michael morland 4.00" 1.88"

0.09" 451WEST OH. 45422 THIRD DAYTON, STREET, 1.50" MONTGOMERY COUNTY MONTGOMERY COURTS SECURITY 0.49" 0.39" 2.00"

Pole Mount COUNTY MONTGOMERY BOARD OF COMMISSIONERS 90° 4.00" 2.50" 3.02" Bracket x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1,

Drawing Size Project #: 24x36 19074 0.09" 2.73" Drawn By: Checked By: 0.30" AH JUD 4.79" Adjust Title:

Pole Mount Bracket Assembly Down TRANSCORE Position ROUGH-IN DETAILS ilding\E-Design\E6-Models\CAD\Architecture\Links\24

Sheet Number: The Encompass 4 Reader Attached to the Pole Mount Bracket TY907 TRANSCORE - POLE MOUNT BRACKET ASSEMBLY TRANSCORE - POLE MOUNT BRACKET 3 NTS 4 NTS Date: January 06, 2020

©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville ARCHITECT:

ANCHOR PROCEDURE Architecture, Engineering, POURED CONCRETE METHODS: Interior Design, Asset Management, L-BOLT Specialty Consulting C MIN. 24" B 200 S. Meridian Street, #550 2 " 1 1 (6" BELOW THE Indianapolis, IN 46225 FROST LINE URL: www.k2mdesign.com RECOMMENDED) ITEM NO. PART NUMBER DESCRIPTION QTY. 1 ADA-SS-TWR-60x4x6 304SS 60" BODY 1 D 2 ACCESS COVER 6 304SS STND 4X8.5 ACCESS COVER 1 Building Relationships -- Based on Trust and Results IN-GROUND A 3 8-32X5/8 SS BUTTON HEAD SCREW 4 SINGLE GANG CUTOUT Cleveland | Columbus | Indianapolis | Key Largo | Key 1" 1" West | Marathon | Charlotte | Baltimore | Bentonville

MIN. 25" Seal: (6" BELOW THE 1 FROST LINE RECOMMENDED) A 60" 54"

EXISTING CONCRETE METHOD: WEDGE ANCHOR C NOTES: B 1. SEE STANDARD PREPARATION AND COATING MIN. 3" INSTRUCTIONS FOR COATING PROCEDURE AND 8 1 MAX. 8.5" COLOR 2 " 2. SEE STANDARD PACKAGING INSTRUCTIONS FOR 01/06/2020 PACKAGING PROCEDURE 4" D Saad Dimachkieh, OH License # E-75098 4.08 NOTES: Expiration Date 12/31/2021 A 1. 1/2" MOUNTING HARDWARE IS RECOMMENDED FOR 5X5 BASEPLATE 2 1 2.08 2 " AND STAINLESS TOWER MODELS. L-BOLT-500, STUD-ANCHOR-500. BASE PLATE TUBE "A" "B" "C" "D" 2. 5/8" MOUNTING HARDWARE IS RECOMMENDED FOR 8X8 BASEPLATE, SIZE SIZE 3 2 5 12X12 BASEPLATE , AND BOLLARD STYLE BASEPLATE L-BOLT-625, Consultants: 8 " TYP STUD-ANCHOR-625. -- MEP, ENGINEER: 4X4 8 2 2 1/2 NOTES: 3. MATERIAL OF CONSTRUCTION IS 304SS BRUSHED #4 FINISH. Heapy Engineering 4X6 -- 8 2 4 1/2 1. DESIGNED TO USE SONOTUBE -- COMMERCIAL CONCRETE FORMS. STRUCTURAL ENGINEER: 5X5 10 3 3 1/2 CONCRETE POURED DIRECTLY INTO A BARE K2M Design, Inc. 8X8 -- 12 EXCAVATED HOLE IS ALSO ACCEPTABLE. 6 1/2 6 1/2 5/8 CIVIL ENGINEER: -- 2. DIMENSIONS OF "B" AND "C" ARE FOR 12X12 16 10 10 5/8 REFERENCE, PLEASE CHECK PRODUCT DATA LJB, Inc.

-- 2X2 6 ------SHEET FOR CURRENT MOUNTING HOLES SECURITY: -- 3X3 8 ------BEFORE INSTALLATION. Hellmuth, Obata & Kassabaum, PC (HOK) -- 4X4 10 ------

Revisions:

PEDESTAL PRO - ANCHOR PROCEDURE PEDESTAL PRO - ASSEMBLY PEDESTAL PRO - INSTALLATION 1 NTS 2 NTS 3 NTS

MOUNTING CRITERIA

STANDARD HOUSING "DEPTH" DEPTH "REACH"

6" "HEIGHT" STANDARD HOOD DEPTH • Vehicle Entry Pedestal DAYTON, OH 43113 DAYTON, TYPICAL INSTALLATION

3 1/2" STREET 41NORTH PERRY ALL EQUIPMENT CONTROLS, POWER SUPPLIES AND FIBER 84" EXTENDED SEMI TRUCK HEIGHT CONVERTERS SHALL BE

michael morland 6" YELLOW CONCRETE LOCATED WITHIN THE FILLED STEEL PEDESTAL 72" PROTECTIVE BOLLARD, 451WEST OH. 45422 THIRD DAYTON, STREET, AXIS F1005-E 48" HIGH WITH DOMED AVG SEMI TRUCK, BUS HEIGHT CAMERA WITH 12" TOP PROTECTIVE HARDING F8212 TRIM RING POLYETHYLENE COVER DS-ICE-600

STANDARD COUNTY MONTGOMERY COURTS SECURITY REACH 2-GANG INTERCOM 3" 64" LOW COUNTY MONTGOMERY BOARD OF COMMISSIONERS AVG PROFILE DELIVERY TRUCK HID R90 HEIGHT LONG RANGE x36 Title Block.dwg,x36 Title 8/29/2013 2:26 scale: PM, 1:1, 58" READER AVG 4'-0" 42" 3'-9" Drawing Size Project #: SUV, KNOX-BOX AVG 24x36 19074 HEIGHT 3502 3'-2" CAR FIREFIGHTER'S Drawn By: Checked By: HEIGHT ACCESS KEY AH JUD SWITCH 2'-0" Title:

1'-0" PEDESTAL PRO ROUGH-IN DETAILS ilding\E-Design\E6-Models\CAD\Architecture\Links\24

Sheet Number: TY908 PEDESTAL PRO - MOUNTING CRITERIA PEDESTAL PRO - VEHICLE ENTRY SYSTEM 4 NTS 5 NTS Date: January 06, 2020

©2019 by K2M Design, Inc. W:\2018\18.09003.00 Program Juvenile Bu Circleville Montgomery County Courthouse TECHNOLOGY REPLACEMENT PROJECT

Dayton, Ohio

FINAL CONSTRUCTION DOCUMENTS – 100%

Technical Specifications 2019-12-27

HOK 717 North Harwood Street, Suite 3300, LB 8 Dallas, Texas 75201 THIS PAGE IS INTENTIONALLY LEFT BLANK MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

TABLE OF CONTENTS

DIVISION 28 – ELECTRONIC SAFETY AND SECURITY

280500 BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS. 280510 EQUIPMENT ENCLOSURES AND CONSOLES. 280520 WIRE AND CABLE. 281300 ACCESS CONTROL SYSTEM (ACS). 281500 AUDIO COMMUNICATION SYSTEM. 281600 PERSONAL DURESS ALARM SYSTEM (PDAS). 282300 VIDEO SURVEILLANCE SYSTEM (VSS). 282310 VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE. 284620 GRAPHICAL USER INTERFACE (GUI) SYSTEM. 284630 ELECTRONIC SECURITY SYSTEMS NETWORK EQUIPMENT. 285000 UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEM.

TABLE OF CONTENTS 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

END OF TABLE OF CONTENTS

TABLE OF CONTENTS 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 280500 - BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS

Part 1 - GENERAL

1.1 SUMMARY

A. SCOPE 1. The intent of these specifications is to describe the major components for a new security controls system in the Montgomery County Courthouse. The Contractor shall furnish all materials and labor necessary to ensure complete, high performance systems in excellent working order. Basic scope is to provide the following major system components in an integrated security control system that can be operated and monitored from multiple locations as defined. The systems shall provide timely information to security operators so they have the best information to use as they make critical access control and operational decisions. The systems shall also monitor themselves and self-report malfunctions and maintenance requirements to the operators. 2. Common Pleas Court (CPC) and Dayton Montgomery County Court (DMCC): a. CCTV upgrade to IP and improved views with additional cameras - Design & Construction Documents (Same equipment as recent Domestic Relations camera replacement project). b. Chambers – Video Intercom & Door Strike. c. Montgomery County standardized on Axis Camera Systems, the preferred VMS is Milestone. d. Incorporate Domestic Relations Court Cameras from recently completed project. Includes DMCC 2nd Floor, part of DMCC 3rd Floor and all levels of both DMCC stairwells. e. Duress button (SecureTech Wave) integration into VMS, reuse existing equipment and expand with new devices. f. Expand Existing Bosch Intrusion Detection Panel with monitoring, provide new arm/disarm keypads. g. Command Centers. 1) Locations shall include a minimum of VMS workstation ACS workstation and Intercom Master station: 2) CPC - 1st Floor Court Detail Office. 3) DMCC - 2nd Floor Domestic Relations Sheriff Office. 4) Admin Building - 1st Floor Sheriff Office. 5) Region Dispatch Center in Miamisburg. h. Technology so all security systems can be viewed from each center.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

3. The following systems are included in this project. This is not an exclusive list. The contractor is responsible for providing all new material, labor, technology, and programming necessary to operate all features of each system as necessary for central monitoring, control, and report creation. The contractor is responsible for all reasonable items as these specifications may not include every detail nor condition that may arise for a fully functional system as intended and described in the specifications and drawings. a. Integrated Master Security Control Software and Hardware b. Access Control Systems, including necessary door hardware c. Audio Communication System d. Video Surveillance System e. Graphical User Interface System f. Uninterruptible Power Supply System g. Personal Duress Alarm System

B. LOCATION 1. Montgomery County Common Pleas Court 41 North Perry Street Dayton, Ohio 45422 2. Dayton Montgomery County Courts Building 301 W. Third Street Dayton, Ohio 45422

C. RELATED SECTIONS: 1. Division 00 and 01 - Front-End Documents 2. Division 08 - Door Hardware 3. Division 26 - Electrical 4. 280510 - Equipment Enclosures and Consoles. 5. 280520 - Wire and Cable. 6. 281300 - Access Control System (ACS). 7. 281500 - Audio Communication System. 8. 281600 - Personal Duress Alarm System (PDAS). 9. 282300 - Video Surveillance System (VSS). 10. 282310 - Video Surveillance System (VSS) Camera Schedule. 11. 284620 - Graphical User Interface (GUI) System. 12. 284630 - Electronic Security Systems Network Equipment. 13. 285000 - Uninterruptible Power Supply (UPS) System.

D. Reference Standards – Refer to drawings for specific requirements.

E. GENERAL PROVISIONS FOR WORK 1. Background checks are required for this project. After the award of the Purchase Order/Contract provide the following (All items will be given to Montgomery County Sheriff to perform the check): a. Full Name (including middle initial) & Address for each person working on site b. Photo Copy of driver’s license

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

c. Social Security Number d. Date of Birth e. Race f. Sex

1.2 REGULATORY REQUIREMENTS

A. All work and materials are to conform in every detail to applicable rules and requirements, including all local and state requirements under the jurisdiction of the project location.

B. Drawings are diagrammatic and indicate general arrangement of systems and equipment, except when specifically dimensioned or detailed. 1. Field measurements take precedence over dimensioned drawings. 2. Intention is to show size, capacity, approximate location, direction and general relationship of one work phase to another, but not exact detail or arrangement.

C. Installation of all electronic systems and equipment is subject to clarification as indicated in reviewed shop drawings and field coordination drawings.

D. Coordinate all power requirements with the electrical contractor.

E. Coordinate all raceway and backbox requirements with the electrical contractor.

F. Dimensions indicated are limiting dimensions.

G. Do not use equipment exceeding dimensions indicated or equipment or arrangements that reduce required clearances or exceed specified maximum dimensions.

H. Description of systems: 1. Provide materials to provide functioning systems in compliance with performance requirements specified. 2. Provide modifications required by reviewed shop drawings and field coordinated drawings.

I. Custom or “proprietary” hardware or software is not allowed for this project. A core design principal for this project is to utilize “off-the-shelf” equipment and software that is open for any contractor to purchase and install. If it is found that the SEC has used proprietary software or programming the SEC will be required to re-program the system at the SEC’s expense.

J. Coordinate a “laydown area” if required, with the Court staff and Sheriff’s office, in a space that does not interfere with court operation or court security. The contractor may work with the Owner to reserve an office space within the existing building. If BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

desired, MCSO will allocate additional space for a nearby job trailer at the contractor’s option. Fully coordinate any requirements with the Owner, all services and permits shall be the responsibility of the contractor.

1.3 SUBMITTALS

A. Project Schedule: 1. Within 2 weeks of project award the contractor shall submit a project schedule with all dates and milestones clearly identified and listed. 2. This project schedule shall be maintained and kept current throughout the project.

B. Pre-Submittal Meeting with AE: 1. When the preliminary application engineering and submittals have been prepared, an informal meeting shall be set up with the AE for preliminary shop drawing review. 2. This meeting will be held at the office of the Owner. 3. The goal of this meeting is to go over the scope of the project and ensure that the contractor’s drawings to date represent all information expected for the submission. 4. All documentation that the contractor will be presenting shall be sent to the AE and Owner no more than one week in advance of proposed meeting date. 5. The contractor for the work of this division shall explain the entire system operation, equipment and other items as called for in the specification. 6. The contractor shall incorporate items necessary as a result of this meeting into the forthcoming submittal.

C. Shop Drawing Submittal: 1. As indicated in each Division 28 section and as indicated herein. 2. All contractor provided equipment shall be identified in the shop drawing package by its associated room designation (i.e. ACP-A122, do not label equipment ACP-1, ACP-2, TS-1, TS-2, etc…). 3. Submit for review by the AE, complete engineering data for each system for evaluation of the proposed system with respect to specification requirements. 4. “Point-to-Point” sheet and detail references shall be provided throughout the shop drawing set to specifically identify: a. Field device location on floor plan to cable termination location. b. Cable termination location to equipment cabinet elevation. c. Equipment cabinet elevation to equipment component detail. d. Equipment component detail to equipment wiring diagram. e. Equipment wiring diagram to termination schedule. f. Termination schedule including: 1) ACP input/output information. 2) Power supply information. 3) Field device wiring diagram. 4) Field device rough-in detail.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 4 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

5) Programming information. 6) Functional information. 7) Interface to other system information (camera call-up to intercom/alarm, etc…). 8) Any pertinent or device specific special operational information. g. The cross-references shall be backwards and forwards referencing throughout the shop drawings to the level that each field device can be referenced from its floor plan location to its specific termination location and associated wiring information. 5. Submittals for each system shall consist of engineering data sheets, schedules, and manufacturer's descriptive catalog sheets for each system component and manufacturer prepared shop drawings to indicate conformance with the contract documents. a. Provide complete floor plans. Each plan shall show proposed device locations. 1) Show actual device nomenclature as illustrated on riser and single line diagrams. 2) Show pull boxes, equipment enclosures and terminal cabinets. 3) Show conduits and fill (optional if lateral conduits are shown with size and fill on the riser). b. Riser diagram: 1) Illustrate conduit relationships between devices shown on the floor plans. 2) (Lateral conduits are optional if shown on the plans). 3) Show actual device nomenclature as illustrated on the plans and breaker number where the power will be sourced. c. Single-line diagrams: 1) Show signal relationships of devices within the system. 2) Show actual device nomenclature as illustrated on the riser and plans. 3) Show wire numbers. d. Equipment enclosure wiring diagrams: 1) Show a pictorial illustration of each equipment enclosure and/or terminal cabinet. 2) Show the device nomenclatures exactly as shown on the single line diagrams. 3) Show the terminations including the wire numbers as shown on the single line diagrams. 4) Show wire colors for each terminal. 5) For each wire exiting the enclosure, show the destination of the wire by floor, room number and the drawing number of the panel where the wire terminates. e. Field device wiring diagrams: 1) For each field device, existing or new, provide a detailed wiring diagram. 2) Show the termination connectors on the device. 3) Show the wire numbers attached to the connectors, pigtails or terminal blocks. 4) Show the wire colors connected to the pins, pigtails or terminal blocks on each device connector. f. Freestanding device wiring diagrams:

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 5 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

1) For each freestanding device, such as a computer, printer or the like, show the rear elevation of the device as a pictorial. 2) Show the termination connectors on the device. 3) Show the wire numbers attached to the connectors. 4) Schedule the wire colors connected to the pins on each device connector. g. Custom assembly diagrams: 1) For each custom assembly such as a receptacle assembly, control panel or the like, provide an assembly drawing illustrating the appearance of the assembled device including dimensions, assembly components and functional attributes (momentary or alternate action switch, lens color, panel finish and the like). h. Specification comparison: 1) Copy of specification annotated on line by line basis where proposed product or system differs from specified product or system. Any differences shall be explained. 6. Each individual submittal item for materials and equipment shall be marked to show specification section and paragraph number which pertains to the item. Manufacturer’s description sheets shall have an arrow stamp pointing to each item on the sheet that is intended for review. Each operational feature of the systems included shall be addressed in narrative form and relate to specific system requirements described in the plans and specifications. All drawing submittals shall be submitted on same size sheets, identified by system, and sequentially numbered throughout the entire set. 7. Submittals shall be made for each of the systems being supplied for the project. 8. All shop drawings required shall be submitted at the same time in one complete packaged submittal. Any supplemental sheets added during construction will need to be submitted separately for approval. 9. Provide (2) USB with PDF digital copies of each submission.

D. Product Data Submittal: 1. Table of Contents in the form of the Bill of Materials provided as defined by each Division 28 section. 2. Data sheets for each device as indicated in each Division 28 section and as indicated herein. 3. Description of system operation indicating overall system operation and purpose and capabilities of each component within system. 4. Cross reference data sheets to components shown on system/riser diagrams. 5. Where multiple options are shown on a single data sheet, highlight product options that will be provided and strikethrough options that are not applicable or otherwise specifically identify all options/features to be included in the project. 6. Each data sheet shall be provided with a footer each page with the following information: a. Submitting Contractor’s Logo. b. Specification Section. c. Specification Reference. d. Manufacturer Name. e. Manufacturer Part Number.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 6 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

f. Brief Description. g. Page 1 of xx. 7. Provide (2) USB with PDF colored, digitally tabbed, digital copies of each submission.

E. Graphical Submittal: 1. Graphical shall be submitted for each control station for approval by AE and Owner. 2. Provide (2) USB with PDF colored, digitally tabbed, digital copies of each submission. 3. After initial Graphical Map Review a meeting shall be arranged at the Owner’s site to discuss how the floorplan will be cut, meaning which devices and floorplans show up on which screens and how the operational and functional items relating to the design of the Graphics prior to creating the final maps for the submittal process outlined below. 4. Graphical Map Shop drawings: (Submittal Review Meeting): a. Full size layout of each graphic map. b. List of system integrator suggested modifications to graphic maps. c. List of system integrator suggested system enhancement. 5. Demonstration: a. Upon preliminary approval of the graphical maps, the Electronic Systems Integrator shall fabricate and program a fully functional control station demonstration unit with all maps, icons, and functions as required by these contract documents. b. AE demonstration: The Electronic Systems Integrator shall provide a fully functional control station demonstration unit to the AE which fully demonstrates the operational capabilities of the system. The AE shall have a review period of at least two weeks to review the functionality. At the end of the review period, the AE will provide the Electronic Systems Integrator with a listing of modifications and/or adjustments deemed appropriate for the proper operation of the unit. c. Upon completion of the AE review, the Electronics Systems Integrator shall make all modifications and/or adjustments listed by the AE at no additional cost to Owner and update the control station unit for re-test by AE. d. Owner review: Upon completion of the modifications and/or adjustments listed by the AE and re-test, the Electronic Systems Integrator shall set up the demonstration unit at the offices of the Owner and demonstrate the operational capabilities. The unit shall remain at the offices of the Owner for a review period of 20 business days. At the end of the review period, the AE will provide the Electronic Systems Integrator with a listing of modifications and/or adjustments deemed appropriate for the proper operation of the unit. e. Upon completion of the Owner review, the Electronic Systems Integrator shall make all modifications and/or adjustments listed by the AE and Owner and update the demonstration station with software and hardware as required at no additional cost to the Owner. The demonstration station shall remain at the offices of the Owner until the time of substantial completion to be used in staff training.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 7 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

f. Upon substantial completion, the demonstration unit shall be turned over to the Owner and installed in the Owner’s facility for the purpose of training. The station shall be connected as an additional station on the system. Control from the training station shall be inhibited, that is no devices can be operated from this station. All other functions shall be fully emulated.

6. Changes: a. During GUI review process the AE and Owner reserve the right to make programming type changes and changes that are functional and/or graphical in nature at no cost to the Owner.

F. Samples: 1. As indicated in each Division 28 section.

G. Project information: 1. As indicated in each Division 28 section.

H. Any deviation from Division 28 specifications must be submitted as a formal substitution request.

1.4 WARRANTY

A. Provide a (2) year warranty for all parts and labor provided under this contract. Provide a (1) year maintenance agreement for all parts and labor provided under this contract.

B. Warranty/Service Response: 1. Critical priority item - (Security electronics control station, PLC control system, Security network infrastructure) four (4) hours to initiate service (remote or on- site) response. 2. High priority item - (Head-end system components, Intercom system, CCTV system, UPS system) eight (8) hours to initiate service response. 3. Medium priority item - (Field device) twenty-four (24) hours to initiate service response. 4. Low priority item - (General service request, cleaning, focusing, minor adjustment needed) schedule service time with Owner to be performed during normal business hours within two weeks of request.

1.5 OPERATING AND MAINTENANCE DATA

A. Contract closeout information: 1. As indicated in each Division 28 section.

B. Record drawings:

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 8 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

1. Keep a complete set of all electronic systems drawings in job site office for showing actual Asbuilt installation of electronic systems and equipment. Drawings shall show exact location of devices, equipment and routing of conduit and cable. 2. Use this set of drawings for no other purpose. 3. Where any material, equipment, or system components are installed differently from that shown, indicate differences clearly and neatly using ink or indelible pencil during construction. 4. At project completion, update shop drawings with a notated revision to reflect all AsBuilt changes and submit final record set of drawings to AE for approval. 5. Upon AE approval, provide (3) hard copies and (3) USB with PDF and (3) minimum AutoCAD 2019 (or most current version available) digital copies to AE for distribution to the Owner.

C. Operation and Maintenance Manuals: 1. Table of Contents in the form of the Bill of Materials provided as defined by each Division 28 section. 2. Data sheets for each device as indicated in each Division 28 section and as indicated herein. 3. Where multiple options are shown on a single data sheet, highlight product options that will be provided and strikethrough options that are not applicable or otherwise specifically identify all options/features to be included in the project. 4. Stamp each data sheet with its associated specification section reference. 5. Following each data sheet provide its corresponding Operation and Maintenance technical manual. 6. Description of system operation indicating overall system operation and purpose and capabilities of each component within system. 7. Cross reference data sheets to components shown on system/riser diagrams. 8. Provide (3) colored, tabbed, hard copies in 3-ring binders, and (3) USB with PDF colored, digitally tabbed, digital copies.

D. Equipment Enclosure Guide: 1. Equipment cabinets or racks for the electronic systems shall include a laminated layout drawing permanently affixed inside the door or cover of each enclosure sized to fit with each item of equipment within the enclosure identified and cross- referenced with equipment data sheet.

E. Operation and Maintenance Data: 1. Shall include a complete terminal block schedule for each panel with the following data for each point within the electronic control system. 2. Type of point, i.e., input, output, etc… 3. Schedule relating points, terminal block numbers, and signal source or destination. 4. Input and output schedule. 5. Location and type of input source device. 6. Location and type of output device controlled. 7. Project-specific, illustrated user's manual. 8. Provide detailed electrical schematics for all electrical/electronic components.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 9 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

F. On-site Digital Storage: 1. The AsBuilt Drawings and Operation and Maintenance Documents as defined in Section 28 shall be digitally stored within each IDF room on the project. A Space Age Electronics Storage Device (eFAD) shall be installed in an IGB series single gang electrical back box with a Décor plate cover (color other than red to be coordinated with Owner). The unit shall be permanently marked “SECS Documents” and will not be able to be removed from the surface. The unit will install like an electrical device and be securely fastened. The eFAD unit shall have a minimum capacity of 4GB’s of digital storage. The access will be an USB type B connector on the front faceplate.

G. Maintenance and operating instructions on all systems.

H. Certification from system manufacturers that systems are installed in accordance with manufacturer's recommendations and are functioning correctly at the time of final inspection.

1.6 QUALITY ASSURANCE

A. Perform all work in accord with applicable codes.

B. The intent of these specifications is to insure the systems described in this division are provided and installed by a technically experienced Security Electronics Contractor (SEC) and, further, that all security electronic work is fully coordinated between the various specified sub-systems by a single SEC who is technically qualified as described herein.

C. All Firms desiring to bid the project shall explicitly meets or exceeds the following qualifications: 1. The SEC shall have a company license number issued by the state, which signifies they are approved to do security work in the state (if applicable). 2. The SEC shall have successfully completed a minimum of 5 projects similar to size and complexity to this project. These projects must have been designed to use Graphic User Interface (GUI) control stations as described in this specification and applied in a security application. The 5 projects should be in comparable size, scope, and price to this project. This project is requiring a “Single Source Responsibility” format requiring complete installation by full time employed employees of the SEC. 3. Where the SEC is a branch office or other division of a larger organization, the qualifications of the branch office or other division shall meet the requirements of the Contract Documents. 4. Systems SECs who do not meet these specifications or do not have an acceptable reputation of good service shall not bid this project. 5. All equipment and products in the division 28 specifications shall be installed only by contractors certified by the manufacturer.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 10 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

D. Project Conditions: 1. Examine Contract Documents to determine how other work will affect execution of electronic systems work. 2. Make arrangements for and pay for necessary permits, licenses, and inspections if required. 3. Determine and verify locations of all existing utilities on site. 4. Provide covering and shielding for all equipment to protect from damage. 5. Repair, restore or replace damaged, corroded and rejected items. 6. Include provisions for inclusion of prevailing wage.

1.7 OWNER'S TRAINING

A. Training shall be scheduled with the Owner prior to “cutting over” the existing system to the new system. Training shall be performed on a fully functional demonstration control station by one of the integrator’s staff members.

B. Include all costs required: 1. Train operation and maintenance personnel in use and maintenance of systems provided under this section. 2. Train maintenance staff in troubleshooting and maintenance of each system. 3. Provide copies of technical manuals, including functional / operational circuit characteristics and diagrams, for each system and system component. 4. Provide Ghost Image of training station to MCSO IT department for use by MCSO on multiple Owner provided training computers.

C. Training sessions shall be conducted by instructors certified in writing by manufacturer of specific system: 1. Conduct sessions for not less than four-hour periods during normal working hours, i.e., Monday through Friday, 8:00 AM to 5:00 PM. 2. Training session schedules shall conform to requirements of Owner. 3. Submit schedules to Owner for approval not less than two weeks prior to training session. 4. Do not schedule training sessions for different systems concurrently. 5. Training hours shall be cumulative of hours specified in each section. 6. Provide a minimum of (3) 8-hour day training sessions: a. 1 day of Command Center Training. b. 1 day for follow up training

D. Instruct operating staff in proper operation, including hands-on training.

E. Video record all training sessions including classroom training, operational training and hands on training: 1. Provide (2) interactive DVD/R copies and (2) USB copies of recorded training material to Owner.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 11 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

Part 2 - PRODUCTS

2.1 MATERIALS

A. Furnish materials as required in each Division 28 section.

B. General Devices: 1. Request to Exit (REX) Button (if not integral to door hardware): a. Base: Dortronics “5276-HD29” Labeled “REQUEST TO EXIT”. b. Optional: ASSA ABLOY “TS-23” or AE approved equal. 2. Articulating Monitor Mount Arm: a. Base: Ergotron “45-360-026”. b. Optional: or AE approved equal. 3. Computer Lock Box: a. Base: Middle Atlantic “VLBX”. b. Optional: or AE approved equal.

2.2 EXTRA MATERIALS

A. Furnish spare parts required in each Division 28 section.

B. Spare parts required in each Division 28 section shall be stored within each IDF room on the project. A Space Age Electronics Records, Parts and Battery Box (RPB) Spare Parts and Battery Box shall be installed. The enclosure shall be UL Listed, constructed of 16 gauge cold rolled steel. It shall have a red powder coat epoxy finish. The access door shall be locked with a barrel lock and a lift away hinge with a grounding strap. The enclosure will supply 4 mounting holes and a grounding lug. Inside the enclosure will accommodate standard manuals and loose document records that will be protected within the enclosure. The enclosure shall also provide 2 key ring holders with a location to mount standard business type cards for key contact personnel.

C. All spare parts shall be new and in original packaging from manufacturer.

D. Insure parts are package to protect from damage and to allow for easy storage.

E. Provide inventory of all spare parts.

Part 3 - EXECUTION

3.1 INSTALLATION

A. Use only thorough, highly skilled, and experienced workers.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 12 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

B. When moves or changes in location of any work are required, obtain approval of AE prior to making change. 1. Make moves and changes at no extra cost to Owner.

C. Contractor shall provide access panels in any area where equipment is located which requires accessibility for service and/or maintenance and is not otherwise accessible.

D. Do not change indicated sizes or configuration without written approval of AE.

E. Work provided by the licensed Division 26 Electrician: 1. Complete conduit/raceway system to accommodate new cabling in equipment rooms and control rooms, including any necessary standard size backboxes, equipment room wireways, system pullboxes and access panels. 2. Conduit shall be EMT secured with 2-hole straps and security screws in all accessible areas to the public. 3. AC power wiring and connections to UPS equipment. 4. UPS equipment load center and distribution wiring and labeling. 5. All AC power receptacles at equipment locations. 6. Other work as shown in the construction drawings.

F. Fill percentage: Conduit fill shall not exceed 40 percent.

G. Conduit verification: 1. Verify that all conduit is clear of foreign matter and substances prior to pulling of wire or cable. 2. Apply a chemically inert conduit lubricant to all wire and cable prior to pulling. Do not subject wire and cable to tension greater than recommended by the manufacturer. Under no circumstances shall wire or cable be "jerked", "yanked" or attached to any mechanical pulling device which exerts excessive force; shear or tensile. 3. All vertical wire and cable runs for continuous distances greater than 15’ shall be provided in conduit. Non-coaxial cables shall be secured by screw-flange nylon cable ties or similar devices. Symmetrical clamping devices with split, circular or other wire conforming, non-metallic bushings shall be provided for all other cables. 4. All cabling in an accessible area above ceiling not accessible to the public may be supported via j-hooks or d-rings every 4’ of the cable run in lieu of conduit.

H. Provide conductors, control and communications cables, coaxial cables, etc., for the work of this division.

I. Division 28 systems (i.e., communications, door control, CCTV, power) shall not occupy the same conduit/raceway. All Class 1 and Class 2 circuits shall be routed within separate raceways and shall be portioned within all wireways.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 13 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

J. Provide installation, including electrical connections, cable pulling, testing and interfacing of systems.

K. All cabling shall be supported with devices that will not deform cable jacket or impede its performance.

L. Deliver materials and equipment to project and store in original containers or cartons, properly protected from elements.

M. Store items subject to moisture or temperature damage in dry, temperature- controlled spaces.

N. Execute all work described in this specification and shown on drawings and all work dependent upon, and necessary to, complete finish of the work so described or shown, in a workmanlike manner using materials best adapted to purposes where such work or material is not specifically mentioned.

3.2 CONSTRUCTION PHASING

A. Upon contract award the contractor shall provide a detailed phasing plan with an overall schedule. The schedule shall be updated and maintained by the contractor, any changes in the schedule shall be promptly adjusted and re-issued to the AE and Owner in a timely manner.

B. The anticipated phasing of the work will be as follows: 1. Phase 1: a. Contractor shop drawings and product data submittal. b. AE review process. c. Contractor shall procure equipment upon AE approval. 2. Phase 2 (Concurrent with Phase 3): a. Software development for Graphical User Interface (GUI). b. Owner GUI demonstration station review and comment and subsequent AE and Owner approval. c. Owner training on the approved GUI system. 3. Phase 3 (Concurrent with Phase 2): a. Construction of new temporary command center. b. Contractor shall begin manufacture of security automation system contents and subpanels. c. Contractor to begin racking up new equipment in existing cabinets. d. Electrical contractor to provide new raceway and power. e. Field Construction of all new conduit and raceway including rough-in for new field devices. This work shall not disturb the existing security electronics control system. 4. Phase 4:

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 14 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

a. When all new rack equipment is in place and the new Security Electronics Control System (SECS) network switches are in place and tested begin construction “cut-over” from the old system to the new system. b. Contractor to begin by installing all new control equipment in temporary control room. c. Contractor shall start by installing all new wireless duress buttons in the entire facility and fully testing the system as approved by the sheriff’s office. d. The contractor may now begin cutting over the following IDFs in order approved by staff: 0) GROUND LEVEL 1) LEVEL 1: 2) LEVEL 2: 3) LEVEL 3: 4) LEVEL 4: 5) LEVEL 5: e. During cut-over of each individual area, contractor shall replace all field devices noted for replacement within the decommissioned area of the facility. f. Upon completion of cut-over in each specific area. Contractor shall verify each individual device in that area followed by a completion report and schedule a commissioning trip by the AE. g. The AE will commission the individual area and create a punch list as necessary. h. The contractor shall work closely with court staff to not affect operation of the facility. 5. Phase 5: a. The last phase will be as coordinated with the architect for the new entrance and command center. b. Coordinate other remote-control station installation with the sheriff’s office.

3.3 CUTTING AND PATCHING

A. Prime contractor is responsible for restoring finishes damaged by construction activity to original condition. Contractor shall provide cutting, fitting, repairing, patching and finishing of installed work. 1. Include installed work of other sections where it is necessary to disturb such work to permit installation of electronic systems work. 2. Repair or replace existing or new work disturbed.

B. Avoid cutting, where possible, by setting sleeves or frames, and by requesting openings in advance.

C. Before cutting, obtain approval of AE. 1. Use only approved methods. 2. Cut all holes neatly and as small as possible to admit work. 3. Do not weaken walls or floors; locate holes in concrete to miss structural sections.

D. Locate openings and sleeves to permit neat installation of conduits and equipment. BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 15 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

E. Do not remove or damage fireproofing materials. 1. Install hangers, inserts, supports, and anchors prior to installation of fireproofing when possible. 2. Repair or replace fireproofing removed or damaged, at no extra cost.

3.4 COORDINATION

A. General: 1. Coordinate the work with Montgomery County staff to assure that work will in no way interfere with operations. 2. Verify all field conditions. 3. Positioning Members: Provide additional support or positioning members as required for the proper installation and operation of equipment, materials and devices provided as part of this work as approved by the AE without additional expense. 4. Interface Devices: Provide all items necessary to complete this work in conformance with the Contract Documents or the satisfaction of the AE without any additional expense.

3.5 INSTALLATION OF EQUIPMENT

A. Install all equipment in accord with manufacturer's recommendations.

B. Provide all necessary anchoring devices and supports. 1. Use structural supports suitable for equipment. 2. Check loadings and dimensions of equipment with shop drawings. 3. Do not cut, or weld to, building structural members.

C. Verify that equipment will fit support layouts indicated. 1. Where substitute equipment is used, revise indicated supports to fit at no additional cost.

D. Arrange for necessary openings to allow entry of equipment. 1. Where equipment cannot be installed as structure is being erected, provide and arrange for building-in of boxes, sleeves or other devices to allow later installation.

E. Installation of security electronics headend equipment shall not proceed until the progress of construction has reached the following status in the area of installation: 1. Temperature and humidity are controlled. 2. Finished ceiling, if any, is installed. 3. Walls are finish coated with final paint treatment. 4. Floors are finished and sealed.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 16 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

F. Installation of security electronics control room equipment shall not proceed until the progress of construction has reached the following status in the area of installation: 1. Temperature and humidity are controlled. 2. Finished ceiling, if any, is installed. 3. Walls are finish coated with final paint treatment. 4. Floors are finished and sealed. 5. Millwork is completely installed, approved and signed off.

G. Equipment installed in areas where the previously described conditions have not been met and maintained after equipment installation shall be removed and either cleaned or replaced at the AE’s discretion.

H. Install equipment to permit easy access for normal maintenance. 1. Maintain easy access to switches, pull boxes, panels, receptacles, etc. 2. Relocate items which interfere with access.

I. Provide tamper resistant security fasteners on all device plates, etc., and for all exposed fasteners, in areas accessible to the public.

3.6 FINISHES

A. Any finishes to be submitted to the AE and Owner for approval.

3.7 WIRING

A. All wiring: 1. Point to point with appropriate terminal connections for every wire and component termination. 2. All connections mechanically secure. 3. Clearly identify, label and tag all wiring and terminals at each junction box and each terminal end to facilitate installation and maintenance, as well as cross referenced to O&M manuals. a. Labeling shall be a “printed” label, hand written labels will not be accepted. 4. Terminate all stranded wire with solderless, crimp on, insulated terminals properly sized for gauge and type wire and screw terminal. a. Identify all wire and cable clearly with permanent labels (wire tags) wrapped around the full circumference at least twice within 2” of each connection. Indicate the number designated on the associated shop or field drawings or run sheet, as applies. Assign wire or cable designations consistently throughout a given system. Each wire or cable shall carry the same labeled designation over its entire run, regardless of intermediate terminations. 5. All wiring shall be color coded. Power circuits shall be color coded in accord with NEC. Lock wiring shall be color coded to match locking device color code where possible.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 17 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

6. Wiring of different systems shall not be placed in the same conduit.

B. All cable and wire: 1. Standard type available from more than one cable manufacturer. 2. Manufacturer and installer are responsible for system performance.

C. All cabling, wiring, conduits/raceways and equipment housings: In strict accordance with recommendations of equipment manufacturer; finish and color of all face plates as directed by AE.

D. Furnish and install all wiring and cable for electronic systems and perform all connections and equipment terminations. 1. Check each cabling system run thoroughly for opens, shorts, faults, and other discontinuities. 2. Test each system receptacle for continuity, ground condition, and voltage level prior to allowing plug-in of system equipment. 3. All conductors from outgoing terminal blocks in control consoles, panels and/or systems equipment cabinets to devices controlled to be continuous. a. No splicing of conductors allowed. 4. Field device terminations to be per manufacturer's requirements: a. Conductor to conductor connections to be fully insulated crimp on male/female tab type or pin and sleeve type. b. No conical spring connectors to be used.

E. Install electronic systems wiring in conduit 3/4" minimum, unless otherwise indicated.

F. Conductors: 1. All conductors to be stranded. 2. Power supply connections: Minimum 12 GA, 600V insulation. 3. Door power circuits: Minimum 14 GA, 600V insulation. 4. Class 1, remote control and signaling circuits: Minimum 18 GA, 600-volt insulation. 5. Class 2, remote control and signaling circuits: Minimum 20 GA, 300-volt insulation. 6. Use larger wire size when recommended by equipment manufacturer or required for voltage drop. 7. All communications wire to be rated for minimum 300 volt. 8. Provide ground wire to all electric motor driven or solenoid locks with a rated voltage greater than 30 volts. 9. All audio cable STP. 10. All data cable UTP.

G. Wire lacing and dressing: 1. Lace, tie or harness wire and cable vertically, horizontally and at right angles to the enclosure surfaces as required herein and in accordance with accepted professional practice. Provide service loops where harnesses of different classes cross or where hinged panels are to be interconnected.

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 18 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2. Dress, lace or harness all wire and cable to prevent mechanical stress on electrical connections. No wire or cable shall be supported by a connection point.

H. Boxes: Provide a 3’ loop for all wire and cable routed through pull boxes or distribution panels. Cable loops and bends shall not be at a radius smaller than that recommended by the manufacturer. Enlarge pull boxes as necessary to accommodate this requirement.

3.8 FIELD QUALITY CONTROL

A. Perform indicated tests to demonstrate workmanship, operation, and performance. 1. Conduct tests in presence of AE and Owner and, if required inspectors of agencies having jurisdiction. 2. Arrange date of tests in advance with AE, manufacturer and installer. 3. Schedule with the AE and Owner a minimum of 2 weeks prior to inspection. 4. Furnish or arrange for use of electrical energy, diesel fuel, or gas required for tests.

B. Repair or replace equipment and systems found inoperative or defective and retest. 1. If equipment or system fails retest, replace it with products conforming with Contract Documents. 2. Continue remedial measures and retests until satisfactory results are obtained.

C. Test equipment and systems as indicated for each item, unless otherwise recommended by manufacturer.

3.9 SYSTEMS OPERATIONAL TESTS

A. Prior to the time of substantial completion, an acceptance test, witnessed by a representative of the AE and Owner, shall be held of each system comprising the total electronic system to determine full compliance with the contract drawings. Provide all personnel, equipment, instrumentation and communication equipment and include all costs of testing in the contract.

B. It shall be the responsibility of the Integrator to submit for the AE's approval, a proposed “SECS Check-List” for use in final acceptance testing. This checklist shall be provided for each control station and all its associated functions and shall consist of a list of individual tasks on a device-by-device basis, organized into logical groups per system being supplied; the check-list shall list each device and its associated function with a “comment” box for further description or clarification. The checklist shall be submitted not later than 90 days prior to the scheduled start of acceptance testing.

C. Not less than 2 weeks prior to the scheduled acceptance test, the installer/integrator shall certify in writing that the systems are installed in compliance with the manufacturer's recommendations, comply with the requirements of the contract

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 19 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

documents and are operating correctly. The contractor shall completely fill out the AE approved SECS Check-List that all devices and equipment have been tested and are operating correctly. These written certifications shall be submitted to the AE and shall signify that the total electronic system is operationally tested and ready for final acceptance testing by the AE.

D. All expenses for the AE to re-test after initial punch-list and subsequent “final acceptance test” will be the responsibility of this contractor.

3.10 ADJUST AND CLEAN

A. Inspect all equipment and put in good working order.

B. Clean all exposed and concealed items.

C. All equipment shall be clean and dust free.

3.11 PUTTING SYSTEMS IN OPERATION - START UP

A. Put all systems into satisfactory operation prior to final acceptance, at time agreed to by Owner and AE.

B. Operate all systems in good working order for period of 10 working days prior to final acceptance testing by AE.

END OF SECTION 280500

BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS 280500 - 20 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 280510 - Equipment Enclosures and Consoles

Part 1 - GENERAL

1.1 SUMMARY

A. Related sections: 1. Division 280500

1.2 REGULATORY REQUIREMENTS

A. Refer to Division 280500 for requirements.

B. Equipment and materials for which there are UL standard testing requirements, listings, and labels will be listed and labeled by UL.

1.3 SUBMITTALS

A. Refer to Division 280500 for requirements.

B. Shop Drawings: 1. Provide dimensioned room layouts where any enclosures are located.

C. Product Data: 1. Provide dimensions, ratings, weights and accessories required for each type.

D. Any deviation from this specification must be submitted as a substitution request.

1.4 WARRANTY

A. Refer to Division 280500 for requirements.

Part 2 - PRODUCTS

2.1 MATERIALS

A. General enclosure requirements:

EQUIPMENT ENCLOSURES AND CONSOLES 280510 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

1. Install all components of electronic systems in systems equipment cabinets with hinged door(s), handle and key lock. All enclosures keyed alike. 2. Install engraved nameplate on each enclosure with system designation. 3. Provide doors, blank plates, side plates, back plates, and trims needed to fill in and complete the cabinets. 4. Provide louvers and thermostatically controlled fans at all control consoles and equipment racks/enclosures. 5. Provide electrical plug strip(s) to power equipment as required by equipment in each cabinet. 6. Provide florescent work lights in each enclosure tied to plunger switch activated by door. Where door is not provided, provide a conveniently located on/off switch. 7. Enclosures shall be completely assembled with all equipment and tested prior to shipment to project site. 8. Where possible existing equipment enclosures may be reused, the contractor shall fully coordinate existing power and penetrations are acceptable with the owner prior to reuse of existing enclosures.

B. Equipment Racks: 1. Systems Equipment Cabinets (SEC): a. Base: Chatsworth “F-Series TeraFrame”. b. Optional: Middle Atlantic, Lowell or AE approved equal. 2. EIA compliant 44RU gangable equipment rack fully welded construction. 3. Top and bottom construction: 14 GA steel. 4. Side panels and horizontal braces: 16 GA steel. 5. Rack rails: 11 GA steel with tapped 10-32 mounting holes in universal EIA spacing. 6. Doors: 16 GA, flush mount; plain or louvered, flush pulls. 7. Panels: 16 GA, flush mount; plain or louvered, quick removal. 8. Colors: Black only. 9. Use space and locations as intended and allocated on drawings. 10. Standard height equipment racks: a. 44RU tall, 30” deep; quantity as required to accommodate contractor’s equipment in AE designated equipment area. b. Provide keyed front hinged flush door for access. c. Provide louvered back plates for cabinets mounted against wall. d. Provide rear hinged flush door for access when back of cabinet is exposed. e. Provide casters as designated on the plans. f. Provide ventilation fan and fluorescent light in top panel. 11. Short height equipment racks: a. 24RU tall, 30” deep; quantity as required to accommodate contractor’s equipment in AE designated equipment area. b. Provide keyed front hinged flush door for access. c. Provide louvered back plates for cabinets mounted against wall. d. Provide rear hinged flush door for access when back of cabinet is exposed. e. Provide ventilation fan and fluorescent light in top panel. 12. Wall mounted equipment racks: a. 44RU tall, 30” deep; quantity as required to accommodate contractor’s equipment in AE designated equipment area.

EQUIPMENT ENCLOSURES AND CONSOLES 280510 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

b. Provide keyed front hinged flush door for access. c. Provide louvered back plates for cabinets mounted against wall. d. Provide rear hinged flush door for access when back of cabinet is exposed. e. Provide ventilation fan and fluorescent light in top panel.

C. Wall Mounted Enclosure: 1. Wall Systems Equipment Cabinets (WSEC): a. Base: Hoffman. b. Optional: Hammond, Rittal, or AE approved equal. 2. Construction: Size enclosures as needed minimum 610mm x 610mm x 152.4mm with 14-gauge steel, with integral door and body stiffeners. Interior panel shall be removable. Provide locking, single point keyed latch kits on all panels. All enclosures shall be of same manufacturer and keyed alike. 3. Grounding: Provide grounding straps for electrical continuity between metal parts. Minimum size shall be #4. 4. Finish: ANSI 61 gray polyester powder coating over phosphatized surfaces. Interior panels shall be white enamel.

D. Surge Protection Devices: 1. Surge Protection Devices (SPD): a. Base: Ditek. b. Optional: Northern Technologies, Transtector, or AE approved equal. c. Indicate on shop drawings locations of all transient voltage surge protection devices. 2. All SPD devices shall be provided by one manufacturer. 3. SPD manufacturer shall have a company-wide quality program and be ISO 9001 certified by an accredited organization. 4. Protect all communication, video, and data equipment against surges induced on all control, communication, video, sensor and data cables. All cables and conductors which serve as control, sensor, audio, or data conductors which leave the building (including devices mounted on building exterior) shall have surge protection circuits installed that meet the IEEE 472 surge withstand capability test and the electrical transient tests as established in UL 365-1985. Fuses shall not be used for surge protection. 5. Lightning protection devices for protection of control, sensor, audio, and data cabling shall be located as recommended by the manufacturer. 6. All control, communications, video, sensor, and data cables connected to lightning protection devices shall be isolated from all other building internal and external wiring, and shall not occupy the same raceway, junction boxes, or wireways. 7. All systems and components as specified herein shall be equipped with lightning protection devices, installed as described herein. 8. All power connections, including 24VDC and 24VAC power supplies and direct wired or plug-in power connections, for all systems and components as specified herein, shall be equipped with lightning suppression devices. All communication, data and power lightning protection devices shall be bonded to building grounding system in accordance with Article 250 of the International Electrical Code. 9. Communication, data and signal:

EQUIPMENT ENCLOSURES AND CONSOLES 280510 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

a. Shall incorporate Silicon Avalanche Diode devices as the primary protection means. b. Shall have a surge life of at least 10 operations for 10,000 amp, 8 x 20 microsecond wave. c. Shall have an initial clamping voltage suitable to the application and shall not exceed 200 percent of the peak signal voltage rating of the circuit. d. Shall have a peak clamping voltage suitable to the application and shall not exceed 300 percent of the peak signal voltage rating of the circuit. e. Shall be selected as required for the particular data frequencies and signal level characteristics of the application.

2.2 EXTRA MATERIALS

A. Refer to Division 280500 for requirements.

Part 3 - EXECUTION

3.1 INSTALLATION

A. Refer to Division 280500 for requirements.

B. Equipment Rack installation: 1. Racks shall be securely attached to the concrete floor using hardware or anchors. 2. Each rack shall be grounded to the telecommunications ground bus bar. 3. Rack mount screws (#12-24) not used for installing EIA panels and other hardware shall be bagged and left with the rack upon completion of the installation.

C. Wall mounted enclosure installation: 1. Install surface-mounted cabinets and panelboards with a minimum of four anchors. Provide additional blocking as required between studs to securely anchor the cabinet or panelboard where equipment is to be secured on top of gypsum board, plaster, or hollow masonry walls. 2. Bridge studs top and bottom of cabinets and panelboards with channels to support flush- mounted cabinets and panelboards in stud walls. 3. In exterior, wet, or damp locations use steel channel supports to stand cabinets and panel- boards 25mm off wall.

END OF SECTION 280510

EQUIPMENT ENCLOSURES AND CONSOLES 280510 - 4 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 280520 - WIRE AND CABLE

Part 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Related Sections: 1. 280500 - Basic Materials and Methods for Electronic Security Systems

1.2 SUMMARY

A. Furnish all labor, materials, tools, equipment, and services for Detention Equipment Wiring, as indicated, in accordance with provisions of Contract Documents.

B. Related work specified in Division 26:

C. Completely coordinate with existing conditions.

1.3 SUBMITTALS (SEE SECTION 280500)

A. Shop drawings: 1. Specifically identify all cabling provided on sheets.

B. Product data: 1. Technical data on all cable used.

1.4 WARRANTY (SEE SECTION 280500)

1.5 OPERATING AND MAINTENANCE DATA (SEE SECTION 280500)

1.6 QUALITY ASSURANCE (IDENTIFICATION FOR CABLING SYSTEMS)

A. The purpose of this section is to provide a standard labeling format for communication cables in Montgomery County Facilities structured cabling applications.

B. CODES, STANDARDS AND REGULATIONS 1. Several industry standards define the identification of the network physical infrastructure, as follows:

WIRE AND CABLE 280520 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

TIA-942—Telecommunications Infrastructure Standard for Data Centers

This standard covers the detailed design and installation requirements of data center infrastructure. Labeling and administration are not a part of the standard. The user of the standard is referred to TIA/EIA-606-A for guidance on this subject.

TIA/EIA-606B—Administration Standard for Telecommunication Infrastructure Accommodates the scalable needs of telecommunications infrastructure systems allowing modular implementation of different elements of the standard. Specifies identifier formats, labeling formats, and requirements of labels in the enterprise.

NFPA 70E-2015—Standard for Electrical Safety in the Workplace

NFPA 70E describes safe work practices for electrical construction and maintenance.

C. MONTGOMERY COUNTY LABELING STANDARD 1. TIA/EIA 606B is the preferred standard when labeling cables in Montgomery County. 2. The following nomenclature and color scheme shall be used when labeling cables. 3. Cable ID Format should be used on all cables. Three-character building identifier may be omitted from the label, but it should be included in summary tables. Cable ID includes a unique cable identification number, the termination point for both ends of the cable, special use information and color band or letters representing cable group.

Cable ID shall use all capital letters and numbers. No lower-case characters are permitted.

WIRE AND CABLE 280520 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

Cable ID Format: AAA00000 / BBBB11-22:33 / CCCC11-22:33 Special Color

Character Description AAA (optional) 3-character building identification, such as ADM for Administration Building CCL for Coroner/Crime Lab CPC for Common Pleas Court Building DMC for Dayton Montgomery County Courts Building JAL for Montgomery County Jail JJC for Juvenile Justice Center SAO for Sheriff Administration Office 00000 Unique identifier for cable. Sequential numbering is suggested. BBBB Location of NEAR end of cable as identified by IT closet identification or room number of end device. 11 Rack number. If no rack is present nor subunit identifier needed, then “XX” shall be used. -22 Patch panel location as identified by the positions of panel’s top unit as counted from the bottom of the rack. If no patch panel is present, then “XX” shall be used. :33 Identifier for specific port in the patch panel. If no other port options are present, then “01” shall be used. / Symbol separating near and far end cable identification CCCC Location of FAR end of cable as identified by IT closet identification or room number of end device. Special The following nomenclature shall be used when appropriate.  RIP for Retired In Place when a cable has been abandoned in place  FUTURE for Cable installed for utilization at a later date Color Color band or two-character color code to identify type of device utilizing this cable.  Blue (BL) – Data, horizontal cabling  Orange (OR) – Wi-Fi or other wireless system devices  Green (GR) – Network connections  Brown (BN) – Interbuilding backbone cables  Gray/Slate (GY)– Paging or intercom systems  White (WT) – Telephone  Red (RD) – Door locking through access control or security control systems  Black (BK) – Not used  Yellow (YL) – Surveillance and alarm systems  Violet/Purple (VT) – Common equipment – PVBX, LANs and individual computers  Pink/Rose (PK) – Not used  Aqua (AQ) – Duress systems

WIRE AND CABLE 280520 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

Part 2 - PRODUCTS

2.1 MATERIALS

A. Conduit: See Division 26. Provide all boxes, straps, fittings etc. as required. All materials installed in inmate accessible areas to be vandal resistant with security fasteners.

B. Wiring and cabling shall be provided per manufacturer’s recommendations, where manufacturer’s does not recommend a specific cable provide as follows: 1. All wiring and cabling: a. Base: Best Wire b. Optional: Belden, Corning, West Penn, or AE approved equal. 2. Electric lock/motor: a. (4) #14AWG THHN, (2) #18AWG TFFN, 600V, overall jacket. 3. Door position switch: a. (2) #18AWG TFFN, 600V, overall jacket. 4. Intercom master: a. (1) CAT6. 5. Intercom: a. (4) #22AWG STP, overall jacket. 6. Paging speaker/horn: a. (2) #22AWG STP, overall jacket. 7. Emergency/normal Call button: a. (2) #18AWG UTP, overall jacket. 8. Camera: a. (1) CAT6. 9. CCTV Monitor: a. (1) CAT6. 10. Fiber: a. Corning “FREEDM”, OCC or AE approved equal, Minimum 6-strand SM, see riser. b. All fiber optic cabling shall be tight buffered, plenum rated, armored cable, quantity of strands as shown on riser. 11. Other devices requiring cabling not specifically stated elsewhere in this specification comply with manufacturer’s recommendations. C. IDENTIFICATION AND LABELING 1. Labels should be resistant to the environmental conditions at the point of installation and should last as long, or longer, than the labeled component, even after contact with water and oil and light abrasion. 2. The size, color and contrast of labels should allow identifiers to be easily read and visible during normal maintenance. 3. Text on labels should be machine generated.

WIRE AND CABLE 280520 - 4 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

4. All cables shall be labeled at all connection points, junction, pull boxes, Main Distribution Frame (MDF), Intermediate Distribution Frame (IDF), and wiring closets. All individual wires shall be labeled where accessible in cabinets, junction boxes, and pull boxes. 5. Provide labeling through a computerized permanent labeling system such as Panduit, Bradley, Brother or equivalent.

2.2 EXTRA MATERIALS

A. Provide the following spare parts: 1. Wire/Cable: (1) 1000ft. spool of each type installed. 2. Connectors: (10) of each type installed.

Part 3 - EXECUTION

3.1 INSTALLATION

A. Install conduit in accord with Division 26.

B. Install wiring in accord with Division 28.

3.2 IDENTIFICATION AND LABELING

A. Identify and label all cabling. All cables shall be labeled at all connection points, junction, pull boxes, MDF, IDF, and wiring closets. All individual wires shall be labeled where accessible in cabinets, junction boxes, and pull boxes.

B. At a minimum, the labeling system shall clearly identify all components of the structured cabling system: racks, cables, panels and outlets. The labeling system shall designate the cables origin and destination and a unique identifier for each cable and component within the system in accordance with this specification. Racks and patch panels shall be labeled to identify the location within the structured cable system infrastructure. All labeling information shall be recorded on the as-built drawings and all test documents shall reflect the appropriate labeling scheme.

C. All label printing will be machine generated by labeling software and printers using indelible thermal transfer ribbons or cartridges. Labels will be used on cable jackets, appropriately sized to the OD of the cable, and placed within view at the termination point on each end. Outlet, patch panel and wiring block labels shall be installed on, or in, the space provided on the device.

WIRE AND CABLE 280520 - 5 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

3.3 COMPUTER PRINTER LABELS

A. Data cables shall be identified with self-laminated cable markers that can be rotated for visibility from any angle and allow repositioning on the cable to align legends for improved aesthetics.

B. Cabinets and equipment shall be identified with thermal transfer printed, die-cut, microcellular foam with a polyester printable surface, or equivalent, and high-tack adhesive.

C. Fiber Optic cables shall be identified with non-adhesive, thermal transfer printable, flag style markers that permit the repositioning of the marker for greater visibility and improved aesthetics.

D. Cable bundles shall be identified with non-adhesive thermal transfer printable marker plates attached with nylon cable ties or hook and loop ties. Marker plates shall offer crisp, clear legends and shall meet requirements for MIL-STD-202G, Notice 12 Method 215J.

3.4 SUMMARY TABLES

A. Cabling and wiring logs shall be maintained for all cabinets, junction boxes, and pull boxes. The cabling log shall identify all accessible cabling whether connected or passing through.

B. Printed summary tables shall be placed in a protective binder or sleeve in each IT closet. In addition, two copies of all summary tables shall be provided to owner in protective binders.

C. Digital format shall be provided to owner in an editable format, such as a Microsoft Excel spreadsheet file. Two copies of digital format shall be provided to Owner.

3.5 TESTING (SEE SECTION 280500)

A. In the event of intermittent transmission or unsatisfactory operations that could be related to poor cabling practices, the contractor will be required to provide a cabling certification pass/fail report via a tool made for analyzing the specific cabling in question (i.e. Fluke DTX, OTDR, etc…).

END OF SECTION 280520

WIRE AND CABLE 280520 - 6 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 281300 - ACCESS CONTROL SYSTEM (ACS)

Part 1 - GENERAL

1.1 SUMMARY

A. Related sections: 1. Division 280500.

B. Basis of Design: 1. The access control system allows staff free movement while restricting and logging public access to certain areas of the building. The access control system shall permit selective access to different areas of the facility. Movement through security barriers is accomplished by presentation of an access card or fob to the card reader. Valid read shall allow the door to unlock and/or open. There shall be an audible tone and visual indication at the reader whether a valid read is received or not excluding inside of courtrooms where it will be visual indication only and the audible beep tone shall be inhibited. 2. Access control keyfobs shall be proximity type. Proximity type keyfobs are expected to provide longer life due to the lack of need for insertion or swipe. The proximity keyfobs need only be presented to within 2” of the reader. The keyfobs are provided with a slot to allow the keyfob to be placed on a key ring, badge clip or lanyard. 3. The system shall permit user selectable access authorization for each access control zone. 4. The system shall be provided with a packaged software system for database management and credential authorization. Provide a main access control workstation at a location determined by the Owner. This station will also serve as the server for the system. Keyfobs will be provided by the contractor under this contract to the Owner and issued and programmed by the Owner. 5. Electric locks that are controlled both from the security electronics control system GUI and the Access Control System shall be integrated into the GUI system to allow validation from card reads and keypad entries. 6. The contractor shall fully coordinate access control user credentials and groups with the Owner, taking special care to incorporate existing user credentials already in use by the Owner as deemed necessary.

1.2 REGULATORY REQUIREMENTS

A. Refer to Division 280500 for requirements.

B. Equipment and materials for which there are UL standard testing requirements, listings, and labels will be listed and labeled by UL.

ACCESS CONTROL SYSTEM (ACS) 281300 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

1.3 SUBMITTALS

A. Refer to Division 280500 for requirements.

B. Door Groups: 1. The contractor shall coordinate a series of meeting with each individual user group and the Sheriff’s office to specifically identify door control groups and schedules including: a. SCHEDULED SCHEDULED DOOR NUMBER DOOR GROUP UNLOCK RELOCK EXAMPLE EXAMPLE 101 EXAMPLE 1 EXAMPLE 8:00AM 5:00PM

C. User Groups: 1. The contractor shall coordinate a series of meeting with each individual user group and the Sheriff’s office to specifically identify user access groups to individual doors and door groups including: a. DOOR GROUPS SCHEDULE SCHEDULE USER GROUP ALLOWED ALLOWED RESTRICTED EXAMPLE EXAMPLE EXAMPLE MONDAY SATURDAY - COURT ADMIN EXAMPLE 1, 2, 3 - FRIDAY ALL HOURS SUNDAY

D. Shop Drawings: 1. Include point-to-point wiring diagrams for each building. Point-to-point diagrams shall detail each device location and all associated wire runs. Provide with the shop drawings a separate layout drawing for each equipment panel, rack, cabinet, and control unit on the project. The panel layout drawings shall show each component and shall detail the wiring for all devices connected to all components within the rack or panel. They shall show the labeling of each terminal strip connection point, each wire connected to the connection point and each cable leaving the rack or panel. The layout drawings shall indicate in detail the labeling of each component within the panel including power supplies, terminal strips, switches, card cages and plug-in modules.

E. Product Data: 1. Provide data sheets, dimensions, ratings, performance data, and accessory information for each type.

F. Any deviation from this specification must be submitted as a substitution request.

ACCESS CONTROL SYSTEM (ACS) 281300 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

1.4 WARRANTY

A. Refer to Division 280500 for requirements.

1.5 OPERATING AND MAINTENANCE DATA

A. Refer to Division 280500 for requirements.

1.6 QUALITY ASSURANCE

A. Refer to Division 280500 for requirements.

1.7 OWNER'S TRAINING

A. Refer to Division 280500 for requirements.

B. Contractor shall provide access control manufacturer certified training by the manufacturer at the owner’s facility for both operation and maintenance.

Part 2 - PRODUCTS

2.1 MATERIALS

A. Access Control System: 1. Access Control System Software and Hardware: a. Base: Software House. b. Optional: S2, Lenel, Indenticard or AE approved equal. 2. Access Control System Server: a. Base: Server shall be HP or Dell based. b. Optional: No approved equal. 3. Access Control System proximity reader: a. Base: HID. b. Optional: No approved equal. 4. Access Control System proximity cards and keyfobs: a. Base: HID. b. Optional: No approved equal. 5. Access Control System Tag reader: a. Base: TransCore SmartPass RFID. b. Optional: AE approved equal. c. Provide (50) eGo Plus RFID sticker tags. 6. Access Control System vehicle entry pedestal: a. Base: Pedestal CEO or AE approved equal, configured for use.

ACCESS CONTROL SYSTEM (ACS) 281300 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

7. Environmental ratings for all components of the ACS system, except programming equipment, will meet or exceed the following requirements: 8. Ambient Temperature rating of 0 to 60 C (32 to 140 F) operational and -20 to 70 C (-4 to 158 F) storage. 9. Humidity rating of 10% to 90% Relative Humidity (noncondensing). 10. All system modules will be designed to provide for free airflow convection cooling. No internal fans or other means of cooling except heat sinks will be required.

B. ACS System Components: 1. ACS Workstations. 2. Video Badging Workstations. 3. The System will provide integrated access control and security management functions, ac- cording to location of access points, alarm input and output points, time of day, day of week, day of year and personnel. 4. The System will allow the incorporation of networked Workstations. 5. System administration and programming operations will be available from any Workstation on the System. 6. The System will offer TCP/IP-based network communications from the System Server to multiple network control panels. 7. The System will offer TCP/IP-based network communication from the System Server to the primary control panel of each loop utilizing industry standard Ethernet technology as a communications method. 8. All ACS headend equipment shall be rack mountable where possible. Wall mounted equipment shall be coordinated by the contractor for space and power requirements.

C. Workstation Peripherals: 1. A laser text printer will be provided by the Security Contractor for the purpose of generating reports. The printer will be a parallel or USB interface dry-type laser process printer. The unit will print a minimum of 8 pages per minute at 600 dpi resolution. The printer will be HP Laser Jet CP 2020, or AE approved equal. 2. A dye-sublimation/resin thermal transfer type image printer will be provided by the Security Contractor. The printer will be capable of printing two sides, edge to edge, directly onto a white-unfinished 0.030 PVC, PVH or PVCH card a rate of approximately 80 seconds per card. An encoder is available to be an integral part of the printer. The unit will be capable of providing magnetic stripe encoding of all credentials utilizing an on-line magnetic stripe encoder device. The magstripe fields will be sent to the encoder automatically from the System. The encoding will conform to ABA Track II and ANSI specifications. The printer will be Tango 2e. 3. The System will support remote image capture and allow an operator to capture portrait images away from the System’s Photo ID Badging Workstation onto video disk. The disk will be then used to retrieve and load the images into the System via the cardholder image capture screen. The remote capture system will consist of a still video camera or camcorder, cable A/C adapter and all other peripheral devices required to affect a complete and operating system.

ACCESS CONTROL SYSTEM (ACS) 281300 - 4 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

4. Uninterruptible power supply will be provided for the network database server and all Workstations. The UPS will be power protection in the event the main source of power and emergency back-up power are lost and will prevent data loss by enabling for the user of safely exit from the system. 5. All System Workstations are to be enclosed with standard enclosures. The System will retain environmental protection under normal operating conditions.

D. Access Control Panel (ACS): 1. The System will consist of headend control equipment with individual door field controllers where there is an accessible ceiling. The controllers will be microprocessor-based control unit(s) with all access and I/O decisions to be made by the individual controllers. 2. All field controllers will be equipped with a tamper contact. 3. One controller per loop will be designated a "Primary", responsible for all PC-to- loop communications. 4. All other controllers (up to a maximum of 254 per loop) will be designated "Secondary" and will communicate with the "Primary" via an RS-422 network or fiber-optic configuration. 5. All controllers will have built-in surge suppression circuitry on plug-in modular circuit boards (Dual Port Interface). This surge protection, designed as an integral component of the system, will be self-sacrificing in the event of extreme surges or spikes. No external surge suppressors will normally be required. 6. Each controller will be capable of supporting at least two ports and be expandable in increments of two ports up to a maximum of eight ports per controller. Each two-door controller will support up to two ports per controller. A Dual Port Interface board will be required to activate any pair of ports on any controller. 7. Each port will be configured by software to support any one of the following peripheral devices: Card reader, Alarm Monitoring Module, Output Relay Module, Elevator Reader, or Elevator Output Module. Any combination of these devices can be supported on each controller, up to a total of 8 devices per 8 door controller or 2 devices per 2 door controller. 8. Each controller will have the capability of supporting multiple card reader technologies simultaneously, including Transmissive Infrared, Wiegand, Magnetic stripe, Proximity, Barcode, Keypad, Card/Keypad, Smart Card, and Biometrics. This capability is an integral part of the system and does not require special external equipment. 9. Each controller will have built-in battery back-up of programmed information and will be sustainable for a period of not less than ninety days. 10. Each controller will be powered by a 12VDC power source rated at a minimum of 2 amperes. This power supply will have a battery back-up for complete system operation in the event of power failure. Provide battery backup for all controller panels will be sufficient to power the panel for 48 hours continuous service. 11. Electric strikes or other locking devices will have a separate power supply. Battery back-up will be utilized for continued operation in the event of power failure.

E. Identification Cards/fobs:

ACCESS CONTROL SYSTEM (ACS) 281300 - 5 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

1. Provide (250) 13.56 MHz read/write contactless smart keyfob technology with mutual authentication. 2. Provide (250) 13.56 MHz read/write contactless smart card technology with mutual authentication. 3. Must meet ISO 15693 standard for contactless smart communications. 4. Shall be provided with a punched slot for a strap or clip. 5. Numbering sequence to be determined at submittal phase.

F. Alarm Monitoring Modules: 1. Each Alarm Monitoring Module will support up to 16 input devices as well as inputs dedicated to monitoring enclosure tamper, auxiliary AC failure and communication failure conditions. Removable two-part connectors will be used for easy installation and maintenance. 2. The Alarm Monitoring Module (AMM) will support both Normally Open and Normally Closed inputs. Full input supervision will allow detection of ALARM, SAFE, TROUBLE OPEN and TROUBLE SHORT circuit conditions. Supervision type will be selectable for each AMM, and the supervision type does not have to be consistent system wide.

G. Output Relay Modules: 1. Each Output Relay Module will provide 16 individually-addressable relay outputs. Each relay will provide both normally open and normally closed contacts. 2. Communication failure, AC Failure and tamper conditions will be monitored as alarm conditions for each Output Relay Module.

H. Desktop Programming Reader: 1. The System will support the use of a RS-232 Programming Reader/Interface. This interface plugs into a communication port on the back of the PC, allowing cards to be swiped at the user's desk, rather than at a reader attached to a controller.

I. Entry Devices: 1. Provide and install a proximity card reader at each of the card access doors indicated on the drawings. The reader will be designed to mount on a single gang electrical. The reader will be designed for indoor/outdoor, 13.56 MHz smart cards and white in color. The reader will be HID RW400 Proximity Reader or RW100 Mullion mount Proximity Reader, or AE approved equal. 2. A Reader/Keypad will indicate power to the reader. When a proximity card is presented to the reader, the Reader/Keypad will flash Green and the beeper will sound briefly indicating to the cardholder that the card was read. A longer duration flash and beep will follow for an authorized card. The reader will be HID RWK400 Proximity Keypad Reader, or AE approved equal.

J. Door Contacts: Each access-controlled door shall be provided with magnetic door contacts, coordinate integral devices with door hardware provider.

ACCESS CONTROL SYSTEM (ACS) 281300 - 6 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2.2 SYSTEM FUNCTIONS

A. The System primary functions will be to regulate access through specific doors to secured areas and monitor alarm points.

B. The System will also provide for a credential creation and production system integrated with the cardholder management system.

C. The System will utilize a single database for both its access control and photo functionality. This integration will be provided under one operating environment.

D. The System will be able to control up to 2,040 doors, 32,640 alarm inputs, or 32,640 relay outputs or any combination of these components per loop.

E. The System will support configuration and simultaneous monitoring of multiple loops when TCP/IP connections are used between the PC and the Primary Controller of each loop. The events of those sites will be viewable as separate loops or as a combined list of all events.

F. Overall control of the access control, alarm monitoring, and photo-imaging will be through software control.

G. The System will provide a real-time display of all system events.

H. The System will archive all events in a database stored either on the local hard drive or a network database server.

I. The System will be expandable in small modular increments up to the total system capacity.

J. The System will allow the configuration of networked workstations. The workstations and file server will be connected via a TCP/IP network.

K. The System Workstations will be able to monitor field hardware devices, such as card readers and field controllers. Administrative tasks such as assigning areas, schedules, report generation, displaying color graphic maps, etc. will be provided from any workstation on the network.

L. All system programming data will reside on a single database and will be instantly accessible to every Workstation connected to the network.

M. The system will utilize a non-proprietary SQL-based, ODBC-compliant database, managed by Microsoft SQL Server.

ACCESS CONTROL SYSTEM (ACS) 281300 - 7 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

N. The System will utilize a preemptive multi-tasking operating system: Windows 10 environment. The System will be designed to utilize the capabilities of multitasking operation, with many processes running at the same time without interference with each other and with higher priority tasks taking precedence over lower priority tasks.

O. The System will support responses to alarms entering the system. Each alarm will be capable of initiating one or more of the following actions: sending alarm commands to a CCTV system interface, triggering event recording, activating output devices, playing PC audio files, controlling doors, and displaying floor-plan graphics associated with the alarm device.

P. The System Access control functions will include validation based on time of day and day of week, special day/holiday scheduling with card validation override, video image storage and retrieval of cardholder , access validation based on positive verification of card, card/PIN, card and video.

Q. The system will provide both supervised and non-supervised alarm point monitoring.

R. The system will be capable of arming or disarming alarm points both manually and automatically by time of day, day of week or by operator command. The system will be capable of disarming alarm points based on a valid access event.

S. The system will report alarm point activity or status. The reporting will notify of 'Alarm', 'Normal', or 'Trouble' conditions.

T. The system will provide mode of system operation that requires operator acknowledgment of any alarm.

U. The system will provide programmable 'delay' setting for all system alarm points. The system will not report an ENTRY type alarm condition until the delay setting has expired. The system will not report a DWELL type alarm condition until the alarm has been active for the full delay period.

V. The system will include fully integrated badging capabilities, including image capture, image editing, badge design, and badge printing. The system will permit the storage of four different images: main , alternate photograph, signature, and fingerprint. The system will allow each cardholder to be assigned to both a badge design formatted for badge printing and a dossier design formatted for standard paper printing.

W. The system will provide for interfacing with external badging programs, in which stored photo images are displayed in cardholder information window but other badging features are supported by the external program.

ACCESS CONTROL SYSTEM (ACS) 281300 - 8 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

X. The Photo-imaging components will include one or more workstations at which all the required image capture equipment has been installed.

Y. The system will provide capability to place control panels in an off-line mode. In the off-line mode, the control panels will retain a historical summary of all control panel activity transactions, up to the maximum capacity of the control panel memory buffer.

Z. The system will provide ability for manual operator control of system output relays. The manual functions will include the ability to energize, de-energize, enable or disable.

AA. The system will provide ability to display stored 'video image' of cardholder based on card activity and switch real-time camera to card reader location for specific card usage. The card reader will not activate the door lock until positive operator acknowledgment.

BB. Equipment repair will be accomplishable on site, by module replacement, utilizing spare components.

CC. The system software will be capable of, but not limited to, the following programming: 1. Time Schedules: Up to 254 user-definable time schedules will be provided per loop. These time schedules will determine the day(s) and times that access will be granted, or a scheduled event will occur. Any and all the time schedules will be available for defining access privileges and scheduled events. There will be ALWAYS and NEVER schedules that cannot be altered or removed from the system. Each user-defined time schedule will have the option of reacting or not reacting to user-defined special days, with the ability to react uniquely to each type of special day. 2. Special Days: There shall be an unlimited number of user definable special days. These days will be used for configuring exceptions to the normal operating rules, typically for specifying holiday operating rules. Each special day will be assigned to a type, with each type defined by the user. 3. Controller Daylight Savings Time Adjustment: There will be a software- configurable, user defined adjustment for Daylight Savings Time. The controller will not need to be connected to a PC for the adjustment to occur. 4. Log Buffer: There will be a minimum of a 10,300-event log buffer per controller. The log buffer will be used to record and hold access and alarm activity information until the Personal Computer is connected and receives the information. There will be a software-configurable warning notification of log buffer filling for controllers configured with modem capabilities.

ACCESS CONTROL SYSTEM (ACS) 281300 - 9 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

5. Scheduled Events: Any access-controlled point will be capable of scheduled unlock periods to allow for card-free access. The access-controlled point will also be capable of requiring one valid access event before beginning a scheduled unlock period. Additionally, any access control point will be capable of requiring a valid card as well as a PIN code on a scheduled basis for high security areas. The use of PIN functions will not reduce the number of card readers or alarm points available in the controllers. Any designated alarm input will be able to be scheduled Armed and Disarmed. Any relay output will be capable of scheduled On and Off periods to allow for automatic I/O system control. 6. Operator Privileges: An unlimited number of system operators will be supported, each with a unique login and password combination. Operators will be assigned privileges based on the loops, commands, or programming features that are available to each individual operator. 7. Maximum User Capability: Up to 64,000 individual users per loop may be given access cards or codes and have their access controlled and recorded. 8. Access Groups: Each system user will be assignable to a maximum of four of 256 possible access groups per loop (254 of which may be user defined). An access group will be defined as one or more people who are allowed access to the same points on the same days and time periods. 9. Active/Expire Dates: Any card/user may be configured with activation and expiration dates. The card can be assigned to any valid access group and will be activated and expired according to the specified dates. 10. Maximum Use Settings: Any card user may be configured with maximum number of uses for that card. The card can be assigned to any valid access group and will be expired according to the specified number of card uses. 11. Door Outputs: Each access control point will have two dedicated relay outputs. Both relays will provide Normally Open and Normally Closed contacts. The first relay will be used for electric lock control. The second will be software configurable to activate for door forced open, door left open too long, duress, passback violations, invalid access at- tempts and valid unlock conditions. Both relays will be separately programmable for energize times from 1 second to 10 minutes and 45 seconds. Relay 2 will also allow a delay time to be specified, causing its activation to be delayed after the activating condition occurs. 12. Anti-Passback: The system will have global anti-passback capability. Any door on the system can be linked to one of 254 user defined passback areas or two (2) predefined areas. Each door may be set up to automatically forgive passback entries at the following intervals: Never, at Midnight, every 12 hours (Midnight and Noon), every 6 hours, every 2 hours, each hour or every 30 minutes. Each door can be configured to deny or grant access for passback violations and individual users can be exempt to the passback rules. The anti-passback features will be loop-wide and operate completely independent of the PC with the exception of configuring the passback rules. Additionally, the operator will have the ability to manually forgive an individual user or all users by command from the PC. 13. Two Person Rule: Any access control point on the system will have the ability to require two valid cards for access. This feature will be software programmable. Any access control point on the system that includes a keypad will also have the ability to require a valid PIN number associated with each of the two valid cards.

ACCESS CONTROL SYSTEM (ACS) 281300 - 10 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

14. User List/Who’s In (Muster Reports): The system will be capable of generating dynamic lists of users in certain access-controlled areas, based either upon selected users or selected areas. The lists will have the option of automatically refreshing after a user-selected interval of time. 15. Door Groups: The system will allow up to 255 door groups per loop to be configured. Doors belonging to the same group will be able to be locked, unlocked, disabled and enabled on command from the PC. 16. Door Interlocking: The system will allow a group of doors to be software configured so that if any door in the group is unsecure, all other doors will be automatically disabled. This feature also known as “mantrap” configuration. The interlocking features will be loop wide and will not require the PC to be online for proper operation. 17. PIN Required: The system will support the required use of a keypad code, in addition to a valid credential, at user-selected doors, during user-selected schedules. 18. Remote door control: The operator will have the capability of manually controlling any access point by issuing a simple command from the PC. The operator will have the ability to lock, unlock, enable, disable and pulse any door in this manner. This activity will cause an entry to be logged displaying the door name, number and time that it was performed. Additionally, the operator will have the ability to lock, unlock, enable and disable any group of doors in a Door Group by a single command from the PC. 19. Key Control: When interfaced with an approved key-control system, the system will allow users to deny access to certain doors to any users who have keys in their possession. 20. Guard Tour: The system will support user-defined guard tours. The tour may be configured in a set pattern of tour points or may follow a mode in which all tour points can be visited in any order within an allotted time. The system will allow a tour to be started by PC-command, by use of a selected card at a selected reader, or by use of a selected keypad code at a selected keypad. The system will detect guard late-to-point; point missed and point out-of-sequence events. The system will generate a report at the completion of a tour. 21. Reader Disable: The system will support disabling readers in reaction to a user selected number of invalid access attempts. 22. Disable Event Messages: The system will allow users to disable user-selected event messages (Door Forced Open, Door Open Too Long, Door Closed, Request to Exit) for user-selected doors. The system will allow users to disable certain messages (Door Forced Open, Door Open Too Long) according to a user-selected schedule. 23. I/O Groups: The system will allow up to 255 user-defined I/O (input-output) groups to be defined per loop. Each Input device will be able to be linked to these groups for arming, disarming, shunting and unshunting as well as output control. 24. Alarm Priorities: Each alarm device will have the ability to be user configured to belong to one of 10,000 priority levels. Priority levels are numbers assigned to an alarm based on the importance of the alarm. 9,999 is the highest and most critical level of alarms. Zero is the least significant.

ACCESS CONTROL SYSTEM (ACS) 281300 - 11 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

25. Delays: Each alarm device will allow a delay to be specified. The delay will be either an entry type or a dwell type. An entry type delay will prevent the input from issuing an alarm event until the delay elapses. If unarmed during the delay period, the alarm condition will be ignored. A dwell-type delay will require the input to remain in the alarm state for the full duration of the delay before issuing an alarm condition. 26. Remote Input control: The operator will have the capability of manually controlling any alarm/input point by issuing a simple command from the PC. The operator will have the ability to shunt, unshunt, disable and restore any input in this manner. This activity will cause an entry to be logged displaying the input name and time that it was performed. Additionally, the operator will have the ability to arm, disarm, shunt and unshunt any alarm partition/group by a single command from the PC. 27. Output Configuration: Each output relay will be software configurable as a FOLLOWS, LATCH, TIMEOUT, SCHEDULED, or TIMEOUT RETRIGGERABLE type. The SCHEDULED type will allow a time schedule to automatically control its activation and de-activation. The FOLLOWS, LATCH, TIMEOUT, and TIMEOUT RE-TRIGGER types will be configured to activate based on the condition of I/O groups. Additionally, a time schedule will be specified to configure when the output will actively monitor the I/O groups. 28. Remote Output control: The operator will have the capability of manually controlling any output point by issuing a simple command from the PC. The operator will have the ability to ENABLE, DISABLE, turn ON and turn OFF any output in this manner based on the output type. A FOLLOWS type output will not be capable of being turned OFF or ON. This activity will cause an entry to be logged displaying the output name and time that it was performed. 29. Remote Reset Command: Any controller will have the capability of being reset manually or by command issued from the server PC with which it is communicating. This reset command will have the option of simulating the controller reset settings or forcing a reset type as specified by the user. 30. Dial Out: The controller will have the capability of using a modem or TCP/IP network connection to automatically connect to the server PC when a critical alarm or service event occurs. The conditions triggering the dial out capability will be user defined and software configurable. 31. Loop Time Zone: The software will allow the user to select the time zone in which the loop is located, so that event times displayed for that loop will match the local time where the loop is located. 32. User-Selected LED Behavior: The software will allow the user to select different behaviors for the LEDs of readers in each loop. 33. Traced Cards: The software will be capable of selecting any number of cardholders for the purpose of limiting reports to only traced users. The software will be capable of displaying all traced cardholder events in a user-selected alternate color. 34. Reports: The software will include integrated reporting capabilities as well as the ability to run Crystal Report templates. 35. Badge Print Tracking: The software will support setting a print limit for any badge. The software will track the number of times any badge has been printed, as well as display the date and time of the most recent printing.

ACCESS CONTROL SYSTEM (ACS) 281300 - 12 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

36. User Interface: The system programming will be menu-driven, with “wizards” to assist with system software configuration and will include online 'Help' information. 37. System Messages: The system will permit the use of user-selected colors for event messages. 38. Graphics: The system will be capable of displaying a floor-plan graphic for card activity and alarm events. 39. Device Status: The system will be capable of displaying the dynamic status of a user-selected list of devices, including doors, inputs, and outputs. 40. Loop Diagnostics: The system will include diagnostic software tools that interface with the system hardware to query the hardware for information and to issue commands to the hardware. 41. Mandatory Data Fields: The system will allow any cardholder data field to be selected by the user as mandatory. 42. User Defined Data Fields: The system will provide 20 unassigned cardholder data fields for storing user-defined data. The data fields will support user-defined labels and shall be user-configurable as plain text fields or drop-down selection lists. 43. Archive Database: The software will include a connection to an archive database, which stores purged events and deleted programming, and which can be accessed for reporting. 44. Programmable Database Backup: The software will include the capability of performing user-scheduled database backups, without the use of third-party backup software, when using the default Sybase database. 45. Programmable Database Purging: The software will include the capability of performing user-scheduled database purging, moving selected events to the archive database when the events have aged a user-specified number of days. 46. Database Importing: The software will include the capacity to import user data from an ODBC data source (Access, Excel, text) into the System database. 47. Data Exporting: The software shall include the capacity to export data from any table in the database to either a text or HTML file, in any user-selected order. 48. Event Log Output: The software will include the capacity to send a continuous stream of user-selected types of event messages to a text file, serial port, or TCP/IP address. 49. Data Audit Trail: The system will record changes to system programming, recording the date/time stamp of the change, the name of the operator making the change, and the nature of the change. This data audit will be available in history reports. The system will permit users to select types of changes that will not be recorded in the audit. 50. Automatic Reconnect: The system will automatically attempt to reconnect to the hardware after a user-selected time period if a disconnect is detected. The automatic reconnect will warn the user before attempting the reconnect and will include suggested reasons for the disconnect. The automatic reconnect will also allow the user to interrupt or cancel the reconnect attempt. 51. Time and Attendance: a. Provide report of 'Time-In', 'Time-Out' by cardholder or department. b. Provide report of hours calculated. c. Provide report output to file.

ACCESS CONTROL SYSTEM (ACS) 281300 - 13 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2.3 EXTRA MATERIALS

A. Refer to Division 280500 for requirements.

B. Reader: (1) of each type used.

C. REX button: (1) of each type used.

D. Reader termination panel or board: (1) of each type used.

Part 3 - EXECUTION

3.1 INSTALLATION

A. Refer to Division 280500 for requirements.

B. Installation of the System will include the appropriate equipment and will be performed by a factory-trained dealer. The installation will be completed to these specifications and project plans as required by the Owner. The installation will include the following:

C. Project planning and system configuration of field hardware and head-end equipment.

D. Complete hardware setup and configuration of all system Workstations and peripherals.

E. Set-up of specific network software configuration requirements.

F. Badge design (where badges are required).

G. Complete system diagnostics and operation verification.

H. Completion of specific customer acceptance test plans.

I. Formal turnover of the specific project installation documentation to Maintenance Service Organization.

J. All access control system power breakers shall be properly identified and equipped with a lock to prevent inadvertent actuation of the breaker.

ACCESS CONTROL SYSTEM (ACS) 281300 - 14 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

3.2 INSTALLATION PRACTICES

A. The Contractor will provide, in accordance with individual manufacturer's instructions, the installation of all equipment specified within this section of the specifications and/or shown on the associated drawings unless specified as being installed by others.

B. The Contractor will provide all conduit, wiring, power extensions, terminations, materials, and connections to all equipment unless specified as being provided by others.

C. All wiring and cabling will be in conduit. Color-coding will be used throughout for all wiring and cabling.

D. All Electric door hardware for card reader doors will be furnished and installed by the Door Hardware Contractor unless otherwise specified.

E. All boxes and enclosures containing security system components and/or cabling and which are easily accessible to employees or to the public will be provided with a lock. Boxes above ceiling level in occupied areas of the building will not be considered to be accessible.

F. All junction boxes and small device enclosures below ceiling level and easily accessible to employees or the public will be covered with a suitable cover plate and secured with tamper proof screws.

G. All exposed metallic flexible conduit and armored cable will be dressed down neatly and secured with low profile, metal fasteners.

H. End-of-Line resistors will be installed at the field device location and not at the controller panel location.

3.3 SYSTEM LABELING

A. The Contractor will provide all labeling and numbering required for all components and wiring for the project.

B. Each terminal strip and screw terminal in each cabinet, rack or panel will be individually labeled.

C. All wiring conductors connected to terminal strips will be individually numbered and each cable or wiring group being extended from a panel or cabinet to a building mounted device will be identified with the name and number of the particular device as shown.

ACCESS CONTROL SYSTEM (ACS) 281300 - 15 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

D. Each wire connected to building mounted devices will not be required to be numbered at the device if the color of the wire is consistent with the associated wire connected and numbered within the panel or cabinet.

3.4 SYSTEM SOFTWARE

A. The Contractor will provide the development, loading and checking of the software and/or databases for the complete and proper operation of the systems involved. When the Contractor is required to provide software, it will be of the most current type and revision. Where licensing of the software is required, the license will be assigned to the Owner, unless specifically prohibited by the software manufacturer. The Contractor will provide a copy of the software on media to the Owner prior to system acceptance.

B. Prior to performing any programming, the Contractor will coordinate with the Owner and will obtain the Owner's specific programming requirements. The Contractor will advise the Owner in writing, of the scheduled date for commencement of programming. The Contractor will provide the Owner the opportunity to assist in development of programming details.

3.5 SYSTEM TESTING

A. Site tests will be performed by a factory trained field technician with the Owner's Representatives in attendance.

B. Tests will be performed on each circuit and component of each system. Tests will include, but not be limited to, measurements of power supply output under maximum load, signal loop resistance, and leakage to ground where applicable. System components with battery backup will be operated on battery power for a period of not less than 10% of the calculated battery operating time. Where testing components requires special or dedicated equipment, the equipment will be provided by the Contractor.

C. On any circuit where malfunctions occur, each component within the malfunctioning circuit will also be retested after the malfunction has been corrected.

D. Each circuit or component that could possibly be related to the malfunctioning circuit will also be retested.

E. A report will be given to the Owner at the completion of each day's testing outlining the tests performed and verifying the completion or problems incurred with each test. The report will be prepared by the security Contractor's technical personnel after each days testing is complete.

ACCESS CONTROL SYSTEM (ACS) 281300 - 16 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

F. The Contractor will continue the test procedures until all devices and sequences are complete and functioning properly and until all system testing has been completed.

G. The Contractor will demonstrate to the Owner's Representative that all sequences operate correctly and that all products, devices and system software operate as designed and specified.

H. As-built drawings will include all shop drawings previously submitted. The drawings will include all wiring and labeling as it was actually installed. Any equipment changes made during the project will be noted.

I. Documentation of testing will be included in the As-built package.

3.6 FIELD QUALITY CONTROL

A. Quality control services include inspections and tests and related actions including reports, performed by independent government agencies, governing authorities, and the dealer. They do not include Contract enforcement activities performed by the Engineer.

B. Inspection and testing services are required to verify compliance with the requirements specified or indicated. These services do not relieve the Security Electronics Contractor of responsibility for compliance with Contract Document requirements.

C. To the fullest extent possible, provide products of the same kind, from a single source, and from the same manufacturer.

D. Where specifications describe a product assembly, listing exact characteristics required, without use of a brand or trade name provide a product or assembly that provides the characteristics or otherwise complies with Contract requirements.

E. Where specifications require compliance with performance requirements, provide products that comply with these requirements, and are recommended by the manufacturer for the application indicated. General overall performance of a product is implied where the product is specified for a specific application.

F. Comply with manufacturer's instructions and recommendations for installation of product in the applications indicated. Fasten products securely in place, accurately located and aligned with other work.

G. The dealer is responsible to remedy defects due to faulty workmanship and materials with appear within one year from the date of acceptance in accordance with this agreement. ACCESS CONTROL SYSTEM (ACS) 281300 - 17 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

END OF SECTION 281300

ACCESS CONTROL SYSTEM (ACS) 281300 - 18 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 281500 - AUDIO COMMUNICATION SYSTEM

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Multi-tenant security video intercom. (Aiphone GT Series)

B. Single-tenant security video intercom. (Axis A8105-E Series)

C. Stainless Steel Security intercom. (Aiphone IX Series)

1.2 RELATED SECTIONS

A. Division 280500.

1.3 REFERENCES

A. American National Standards Institute (ANSI/TIA/EIA) 568 - Commercial Building Telecommunications Cabling Standard.

B. International Organization for Standards (ISO) 9001:2000 - Quality Management Systems - Requirements.

1.4 SYSTEM DESCRIPTION

A. The system shall be hard wired and constructed with a 2-line communication system and a 2-line video system for the multi-tenant and IP for single-tenant. The system is designed with video trunk lines from the video bus control unit and communication trunk lines that use a distribution point from a bus control unit. System shall be ADA compliant. System shall allow for CCTV integration. Systems with audio only components shall be configurable.

B. Functional Components: 1. Entrance stations. 2. Tenant stations. 3. Interior tenant stations (sub-stations). 4. Video Guard stations. 5. Personal tenant door stations. 6. Tenant suite security system. 7. CCTV system. 8. Access control system.

C. System Requirement: Unless noted otherwise on drawings provide system size as follows. 1. Entrance stations: 2. Tenant stations (master): 3. Interior tenant stations (sub-stations): 4. Video Guard Station: 5. Personal tenant door stations: Refer to drawing schedule for units requiring

AUDIO COMMUNICATION SYSTEM 281500 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

suite entry door stations. 6. Tenant suite security system. Refer to drawing schedule for units requiring suite security. 7. CCTV system Inputs:

D. Operation: 1. Calling Tenant Station from Entrance station and Communicating. 2. Calling Tenant Station from Sub-master Tenant Station and Communicating. 3. Calling Tenant Station from Video guard and Communicating. 4. Activating Door Release from Entry, Tenant Station and Video guards.

1.5 SUBMITTALS

A. Submit under provisions of Section 280500.

B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods.

C. Shop Drawings: Submit the following: 1. Wiring Diagrams: Indicate wiring for each item of equipment and interconnections between items of equipment. 2. Include manufacturer's names, model numbers, ratings, power requirements, equipment layout, device arrangement, complete wiring point-to-point diagrams, and conduit layouts.

D. Installation and Operation Manuals: 1. Submit manufacturer's installation and operation manual, including operation instructions and component wiring diagrams. 2. Provide detailed information required for Owner to properly operate equipment.

E. Warranty: Submit manufacturer's standard warranty.

F. Selection Samples: For each finish product specified, two complete sets of color chips representing manufacturer's full range of available colors and patterns.

G. Verification Samples: For each finish product specified, two samples, minimum size 6 inches (150 mm) square, representing actual product, color, and patterns.

1.6 QUALITY ASSURANCE

A. Manufacturer Qualifications: ISO 9001:2008 certified company.

B. Installer Qualifications: Factory trained and experienced with system installations of scope and size required for the Project.

C. Mock-Up: Provide a mock-up for evaluation of surface preparation techniques and application workmanship. 1. Finish areas designated by Architect.

AUDIO COMMUNICATION SYSTEM 281500 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2. Do not proceed with remaining work until workmanship, color, and sheen are approved by Architect. 3. Refinish mock-up area as required to produce acceptable work.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying product name and manufacturer.

B. Storage: Store materials in clean, dry area indoors in accordance with manufacturer's instructions.

C. Handling: Protect materials during handling and installation to prevent damage.

1.8 PROJECT CONDITIONS

A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Audio Communication System: 1. Multi-tenant security video intercom: a. Base: Aiphone GT Series. b. Optional: AXIS or AE approved equal. 2. Single-tenant security video intercom: a. Base: Axis A8105-E Series. b. Optional: no equal. c. Provide Axis A9801 door control relay where required. 3. Stainless steel security intercom: a. Base: Aiphone IX Series. b. Optional: AXIS or AE approved equal.

2.2 MULTI-TENANT AUDIO and AUDIO/VIDEO ENTRY SECURITY SYSTEM

A. Basis of Design: Aiphone "GT Series" Multi-Unit Entry as manufactured by Aiphone Corporation. 1. Model GT-DMB-N: All-in-One Video Entrance Station. a. Video Module: 170-degree Pan Tilt and Zoom (PTZ) video camera at entry. b. Audio Module: Microphone and speaker. 1) Calling: Electronic ring tone from entrance panel. 2) Communication: Hands-free from entrance panel to tenant station. a) Talk Path: Single channel with privacy. c. Keypad: 10-digit keypad. Keyless entry. 1) Direct digit dialing, alphabetical scrolling, or "jump" scrolling by letter to select tenant name. AUDIO COMMUNICATION SYSTEM 281500 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2) Digital panel can store up to 500 tenant name and number locations. 3) Alpha-numeric room numbers and names are programmable. 4) Access Control keypad with up to 500 unique codes to activate door release. d. Liquid Crystal Display (LCD): 3.5 in display. 1) Greeting message: Scrolling welcome message, up to 160 characters, adjustable scroll speed. 2) Tenant names and numbers, and system status. 3) Energy saver mode: Activated via the built-in motion sensor. e. User Guide: 1) Configurable to display any one of six languages. 2) Provides operational assistance by displaying a visual as well as audible guidance. f. PC Program: For loading resident information, access codes, and welcome message (Via USB). g. Android Program: For loading resident information, access codes, and welcome message (Via NFC). h. Power: 24V DC, use specified number of PS-2420UL per system configuration. i. Capacity: 1) Entry panels per system: 16. 2) Concierge stations per system: 4. 3) Tenant stations per system: 500. 4) Tenant stations per unit: 4. j. Wire: Two sets of 2-conductor, PE insulation (two common buses for audio and video). 1) Aiphone No. 872002, 2 conductor PE insulated, non-shielded, 11.05 lbs. per ft (16.44 kg per m). 2) Aiphone No. 871802, 2 conductor PE insulated, non-shielded, 11.05 lbs. per ft (16.44 kg per m). k. Wiring Distance: 1) Bus control unit to farthest entrance; 980 ft (298.7 m). 2) Bus control unit to farthest tenant (audio); 980 ft (298.7 m). 3) Video bus control unit to farthest entrance; 980 ft (298.7 m). 4) Video bus control unit to farthest tenant (video); 500 ft (152.4 m). l. Construction: Stainless steel weather resistant. 1) Dimensions (H x W): 12-5/8 x 7-5/8 in (321 x 194 mm). m. Mounting: Flush. n. Mounting: Surface Mounted Hooded Box: SBX-GTDMB.

B. Tenant Stations: 1. Station Panel: Model GT-1M-L. a. Video identification. b. Talk with visitors. c. Unlock doors. d. Instant communication with guard stations.

AUDIO COMMUNICATION SYSTEM 281500 - 4 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2. Station Panel: Model GT-1C7. a. Video identification. b. Talk with visitors. c. Unlock doors. d. Turn entrance light on. e. Instant communication with guard stations.

C. Video Guard Stations: 1. Model GT-MKB-N: Video Guard Station for the GT Series. a. Audio Module: Microphone, speaker, and handset for private communication. 1) Calling: Varying ring tones from entrance panel, tenant station, or door station. a) Standard Calling Mode: Via tenant stations. b) Emergency Calling Mode: Via emergency call station. c) Caller ID and call back. 2) Communication: Open voice VOX or PTT Handset full duplex or PTT. a) Talk Path: Single channel with privacy. When the system is occupied, a busy tone will be heard if another call is attempted. b. Keypad: 10-digit keypad. Keyless entry. 1) Direct digit dialing, of entry stations and tenant panels. 2) Up and down buttons to scroll tenant directory. 3) Door Release Button: Selectively open the entrance where communication is established. c. Liquid Crystal Display (LCD): 3.5 in display TFT color. 1) Visitor screening. d. PC program: For loading resident information, access codes, and welcome message (Via USB). e. Android Program: For loading resident information, access codes, and welcome message (Via NFC). f. Input for an optional video door station. g. Power: 24V DC, use specified number of PS-2420UL per two units. h. Capacity: 1) Standard system: 2 GT-MKB-N. 2) Expanded system: 4 GT-MKB-N. i. Wiring: 2-conductor, PE insulation common bus for audio and video. 1) Aiphone No. 872002, 2 conductor PE insulated, non-shielded, 11.05 lbs. per ft (16.44 kg per m). j. Wiring Distance: 1) Bus control unit to farthest entrance (audio); 980 ft with 20 AWG. 2) Video bus control unit to farthest tenant (video); 490 ft with 18 AWG. k. Dimensions (H x W x D): 6-3/8 x 9-13/16 x 1-1/2 in (162 x 250 x 37.5 mm). l. Mounting: Wall mount.

AUDIO COMMUNICATION SYSTEM 281500 - 5 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

m. Mounting: 3-Gang electrical box. n. Mounting: Desk stand.

2.3 SINGLE-TENANT AUDIO and AUDIO/VIDEO ENTRY SECURITY SYSTEM

A. Basis of Design: Axis A8105-E Series. 1. Model AXIS A8105-E Network Video Door Station. a. ONVIF compliant IP video and SIP audio intercom b. It is the intent of the County to us the VOIP phones as the video/audio/door release interface, Coordinate with AT&T and County. c. Recording & Audio of the Video will be only when the door intercom has been activated. d. Coordinate door release relays with the access control system.

2.4 EXAMINATION

A. Examine areas to receive integrated security and communication system.

B. Notify Architect of conditions that would adversely affect installation or subsequent use.

C. Do not begin installation until unacceptable conditions are corrected.

2.5 PREPARATION

A. Verify the following compliance before starting installation. 1. All units, except for the entrance station and tenant door station, are designed for indoor use only. Do not use outdoors. 2. The unit turns inoperative during power failure. 3. In areas where broadcasting station antennas are close by, intercom system may be affected by radio frequency interference. 4. Keep the intercom wires at least 1 foot (30 cm) away from strong electrical wiring (AC 100-240 V) including, in particular, wiring for inverter electrical appliances. Noise and malfunction could result. 5. Keep the unit more than 3.3 feet (1 m) away from radio or TV set. 6. If a strong light shines on the main unit screen, the picture will turn white or only silhouettes will be visible. 7. Other manufacturer's devices (such as sensor, detectors, door releases) used with this system, comply with the manufacturer's installation requirements. 8. The LCD panel is manufactured with very high precision techniques, inevitably will have a very small portion of its picture elements always lit or not lit at all. This is not considered a unit malfunction. Please be aware of this in advance. 9. The sensor of an entrance station (Integrated type) may activate due to moving shadows or moving tree branches, etc. and cause a message to display.

2.6 INSTALLATION

A. Install integrated security and communication system in accordance with manufacturer's instructions at locations indicated on the Drawings.

AUDIO COMMUNICATION SYSTEM 281500 - 6 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

B. Mount equipment plumb, level, square, and secure. For video entrance stations and video door stations, comply with manufacturer's design requirements to provide optimum picture quality of station monitoring.

2.7 SET-UP AND ADJUSTING

A. Adjust integrated security and communication system for proper operation in accordance with manufacturer's instructions.

2.8 DEMONSTRATION AND TRAINING

A. Demonstration: 1. Demonstrate that integrated security and communication system functions properly. 2. Perform demonstration at final system inspection by qualified representative of manufacturer.

B. Instruction and Training: 1. Provide instruction and training of Owner's personnel as required for operation of integrated security and communication system. 2. Provide hands-on demonstration of operation of system components and complete system, including user-level program changes and functions. 3. Provide instruction and training by qualified representative of manufacturer.

2.9 PROTECTION

A. Protect installed integrated security and communication system from damage during construction.

2.10 EXTRA MATERIALS

A. Refer to Division 280500 for requirements.

B. Intercom station: (1) of each type used.

C. Intercom master station: (1) of each type used.

PART 3 INSTALLATION

3.1 INSTALLATION

A. Refer to Division 280500 for requirements.

B. Install in accordance with manufacturer’s instructions.

C. Install all wiring in metallic conduit, minimum 3/4”, dedicated for intercom and paging, speaker wiring only. Wiring shall be installed without splices.

D. Install intercom and call-in stations at 48” above finished floor.

E. Adjust all amplifier controls for optional performance as determined by the Owner’s representative.

AUDIO COMMUNICATION SYSTEM 281500 - 7 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

F. Provide all necessary interfacing to the GUI Control Station, ACS and VSS Systems.

G. Inspect both the substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in and acceptable manner.

H. Verify the accuracy of all dimensions, allowances, and clearances on site prior to commencing with any work that may be affected by those dimensions, allowances, and clearances.

I. Comply with manufacturer’s installation instructions and recommendations, to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in the Contract Documents.

J. Provide attachment and connection devices and methods necessary for securing Work. Secure Work true to line and level. Allow for expansion and building movement.

K. Supervise construction activities to ensure that no part of the Work, completed or in progress is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period.

L. Precautions shall be taken to guard against electrostatic and electromagnetic susceptibility and interference.

M. Provide adequate ventilation for all heat radiating equipment.

N. Install equipment so as to provide maximum safety to the operating and maintenance personnel.

O. Work to be performed by fully competent technicians in a thorough manner.

P. All workmanship to be of the highest quality and meet recognized standards of craftsmanship.

Q. Areas of installation deemed not acceptable by the Owner to be redone at the Contractor’s expense.

R. Provide complete integrated intercom and communications system as indicated on the drawings and specified herein.

S. All material furnished shall be new and conform to the applicable requirements of the Underwriters Laboratories and the National Standards Institute.

T. Unless otherwise noted, all wiring is to be installed in conduit or wireways.

U. If more or larger conduit is required than exists or is indicated on the drawings, allow for such additional conduit in contract price.

V. All system equipment to be contained within equipment racks, cabinets, or closets. If more or larger racks or cabinets are required than exist or are indicated on the drawings, allow for such additional equipment racks and cabinets in contract price.

AUDIO COMMUNICATION SYSTEM 281500 - 8 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

W. All system equipment and field devices to be held securely in place. Fastenings and supports shall be selected to provide a safety factor of three.

X. All system equipment equipped with plug in power connectors to be connected to a dedicated receptacle. Do not use tap connectors for plugging in multiple plugs into a single receptacle.

Y. All cable within equipment racks, cupboards, and cabinets, or on backboards, to be neatly bundled and secured.

Z. Wires shall not be nicked, have strands removed, or have frayed strands when removing insulation or terminating.

AA. Factory manufactured interface cables to be provided for each field interface board. Terminal blocks to be provided in cabinet or on backboard for factory cable interface to field wiring.

BB. Wiring shall be executed in strict adherence to standard broadcast practices.

CC. Color identification of wiring: 1. Where multi-conductor cables are used, use the same color-coding system for identification of wiring throughout.

DD. Maintain uniform phasing and color-coding throughout system.

EE. Name identification of wiring:

FF. Identify wiring at all equipment locations, pull boxes, junction boxes and outlet boxes.

GG. Develop a uniform identification scheme for use throughout the system.

HH. Record wire name identification on all applicable drawings and provide wiring tables within the operating and installation manuals.

II. Use the following marking materials: 1. Heat shrink sleeves at all termination points.

AUDIO COMMUNICATION SYSTEM 281500 - 9 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

END OF SECTION 281500

AUDIO COMMUNICATION SYSTEM 281500 - 10 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 281600 - PERSONAL DURESS ALARM SYSTEM (PDAS)

Part 1 - GENERAL

1.1 SUMMARY

A. Related sections: 1. Division 280500.

B. Basis of Design: 1. The Personal Alarm System shall provide a means for the wearer to summon help in a security or life-threatening situation. 2. The Personal Alarm System shall function as either a stand-alone system or as an integrated sub system with an interface to the Security Electronics Control System (SECS) so that the other systems are prompted for support as necessary. The System shall interface to the SECS via Ethernet, Serial connections or dry contacts to allow display and acknowledgement of alarms on the main system. The interface shall include video surveillance system auto call up on a dedicated display within the command center. When a duress button is pressed all associated cameras within vicinity of that alarm location shall be automatically called up on the alarm display. 3. The system shall operate using Radio Frequency (RF) technologies only. Systems using an alternate technology (or hybrid technologies) shall not be acceptable. Alarms shall be received from all of the secure areas of the building, as defined by the owner. Due to the variations in system layouts, exact locations of devices may not be shown on the drawings. 4. The PDAS system shall be fully integrated into the GUI and show visual indication of alarm events including alarm location on the control station.

1.2 REGULATORY REQUIREMENTS

A. Refer to Division 280500 for requirements.

B. Equipment and materials for which there are UL standard testing requirements, listings, and labels will be listed and labeled by UL. All equipment shall be ISO 9001:2008 Certified.

1.3 SUBMITTALS

A. Refer to Division 280500 for requirements.

PERSONAL DURESS ALARM SYSTEM (PDAS) 281600 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

B. Shop Drawings: 1. Indicate locations of all wireless buttons, repeaters and main terminal transmitters including power as required on scaled floorplans.

C. Product Data: 1. Provide data sheets, dimensions, ratings, performance data, and accessory information for each type.

D. Any deviation from this specification must be submitted as a substitution request.

1.4 WARRANTY

A. Refer to Division 280500 for requirements.

Part 2 - PRODUCTS

2.1 MATERIALS

A. Personal Duress Alarm System (PDAS): 1. Personal Duress Alarm System Software and Hardware: a. Base: SecureTech WavePlus system. b. Optional: No AE approved equal. 2. Provide duress system transmitters as indicated.

2.2 SYSTEM FUNCTIONS

A. Operational Overview: 1. Capacity for up to 10,000 zones each with a unique alarm message and outputs. Multiple sensors can be assigned to each zone. 2. Alarm notifications can be transmitted over up to four different radios (VHF, UHF, 800 MHz or any other frequency, including digital or encrypted). 3. Emails, text messages, contact closures and/or phone calls can also be transmitted. 4. Alarm messages can be repeated multiple times with a set delay between them. 5. Customized messages can be played over speakers or PA systems. 6. Standard wireless sensors include panic buttons, door contacts, tilt sensors and motion detectors. 7. Add sensors, change messages or update the configuration of the system using the touch screen on the front of the control panel or any computer in your network through the web interface. 8. Radio Flooding Prevention feature ensures that multiple alarms do not flood responders’ radio networks.

PERSONAL DURESS ALARM SYSTEM (PDAS) 281600 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

9. Virtual panic buttons can be installed on MS/Windows computers within a local area network. Up to four different buttons can be installed on each computer (must be Windows 7 or above). 10. Remote locations connected by a LAN can be covered by one system. 11. Location module is available for mobile buttons carried by personnel. 12. Alarm notifications for specified zones can be scheduled to be on or off on specified days or at certain hours of the day. Different alarm messages or different outputs can be selected depending on the time of day. 13. Systems can be integrated with other security, production and building automation systems using serial data, input relays or output relays. 14. Zones can be configured to require acknowledgement on the system. If the alarm is not acknowledged within the set time, it will repeat and escalate by transmitting an alarm message to additional devices, if needed. 15. Integral battery backup ensures system functionality in the event of a power failure. 16. All wireless sensors are fully supervised to ensure reliability. 17. Low battery and missed-check-in supervisory alarms can be sent to appropriate personnel by email or text message. 18. System can generate printable alarm history reports. 19. System will wait for a clear-channel before broadcasting alarms over a radio network. 20. Conforms to ANSI/UL Standard 60950-1. Certified to CAN/CSA Standard C22.2 No. 60950-1.

2.3 EXTRA MATERIALS

A. Refer to Division 280500 for requirements.

B. Provide (10%) additional device allowance in base bid price for additional device locations as directed by the Owner. Turn over the remaining devices to the Owner for attic stock.

Part 3 - EXECUTION

3.1 INSTALLATION

A. Refer to Division 280500 for requirements.

B. Field Quality Control: The full functions of the system shall be presented to a commissioning agent prior to final acceptance of the system.

PERSONAL DURESS ALARM SYSTEM (PDAS) 281600 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

C. Point by Point Performance Testing: 1. A thorough, point by point operational test including system integration to other systems when applicable. Demonstrate software performance and system reporting in accordance with owner’s requirements and all previous owners review comments. Demonstrate complete functionality of all integrated Personal Alarm Locating System functions. Perform a site test to determine RF coverage from PMTs to receivers. Site test will determine proper system configuration to cover area that is specified on the plans for coverage and to determine the repeater network for proper and reliable operation. If test results are not in compliance with requirements, make necessary changes, corrections, repairs, or adjustments at no additional cost and arrange for another point by point performance test. This process shall continue until the systems are acceptable to the owner.

END OF SECTION 281600

PERSONAL DURESS ALARM SYSTEM (PDAS) 281600 - 4 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 282300 - VIDEO SURVEILLANCE SYSTEM (VSS)

Part 1 - GENERAL

1.1 SUMMARY

A. Related sections: 1. Division 280500.

B. Basis of Design: 1. The video management and recording system specified is an IP video security solution that provides seamless management of digital video, audio and data across an IP network. Cameras, recorders, and viewing stations may be placed anywhere in the IP network. 2. The system shall permit normal and event monitoring of all secured areas on monitors as shown in the specifications and drawings. Video monitoring consoles shall be installed as shown on the drawings and described in these specifications. In all cases, the equipment shall be state of the art, standardized commercial off- the-shelf, and modular. In all cases, the method of communication from remote locations within the network to the central components shall be transparent to the user. Equipment shall be selected and installed so repairs may be accomplished on site by module replacement, utilizing spare components whenever possible. 3. The Integrator shall furnish and install all security video cameras, mounts, housings, power supplies, network cables, connectors, equipment racks, monitors and consoles, computer-controlled network switches, work stations, network storage, encoders, decoders, video console displays and all other hardware and software to provide a fully operational system. 4. The system shall be installed by a certified dealer/integrator. Certification for installation shall be conducted by the manufacturer and shall provide all necessary knowledge to fulfill the systemization and deployment across diverse networks and infrastructures, as well as provide commissioning abilities at the integrator level.

1.2 REGULATORY REQUIREMENTS

A. Refer to Division 280500 for requirements.

B. Equipment and materials for which there are UL standard testing requirements, listings, and labels will be listed and labeled by UL.

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

1.3 SUBMITTALS

A. Refer to Division 280500 for requirements.

B. Shop Drawings: 1. Riser diagrams per building showing network switching, cabling, cameras, power supplies, storage devices, monitors and ancillary equipment. 2. Riser diagrams showing building interconnection requirements to the facility CCTV network. 3. Riser diagram showing interface requirements to ancillary security electronics systems such as PDAS, GUI and Intercom Systems. 4. Provide floorplan layout showing each camera location and show extents of field of view. 5. Network video storage: Provide complete storage calculations to demonstrate 30 days of storage will be provided for complete system configuration. System shall be configured to record all cameras as follows: a. Motion recording (assume 8 hours/day): 30 frames per second at 1080p (1920 x 1280) resolution. b. Non-motion recording (assume 16 hours/day): 7.5 frames per second at 1080p (1920 x 1280) resolution. 6. Indicate electrical characteristics and connection requirements, including layout of completed assemblies, interconnecting cabling, dimensions, weights, and external power requirements. 7. Rack space requirements for all CCTV equipment. Provide elevation of each rack enclosure.

C. Product Data: 1. Materials list and backbox schedule (including any unique backboxes). 2. Technical Data Sheets on each product, including finishes and dimensions. 3. Description of system operation. 4. Storage Calculations: Network video recording equipment will be provided for recording of all existing cameras. A complete RAID-6 network attached storage array system shall be provided to facilitate to minimum of NIC certification standards and/or current Ohio case law (or 30 days, whichever is more stringent). The system shall be configured to record all cameras as follows: a. Motion recording (assume 8 hours/day): 30 frames per second at 1080p (1920 x 1280) resolution. b. Non-motion recording (assume 16 hours/day): 7.5 frames per second at 1080p (1920 x 1280) resolution. 5. Bandwidth Calculations: To ensure that adequate bandwidth is available to support the full functionality of any camera, any recorder and any viewing station.

D. Any deviation from this specification must be submitted as a substitution request.

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

1.4 WARRANTY

A. Refer to Division 280500 for requirements.

Part 2 - PRODUCTS

2.1 MATERIALS

A. Video Surveillance System: 1. 2MP Single Imager IP Camera: a. Base: Axis P3225-LV (LVE for exterior). b. Optional: No approved equal. 2. 5MP Single Imager IP Camera: a. Base: Axis P3227-LV (LVE for exterior). b. Optional: No approved equal. 3. 1.5MP No-Grip Corner Mount IP Camera: a. Base: Axis Q8414-LV. b. Optional: No approved equal. 4. Outdoor Pedestal Mount IP Camera: a. Base: Axis F1005-E with trim kit. b. Optional: No approved equal. 5. 20MP (4) Multi-Imager IP Camera: a. Base: Samsung (Hanwha) PNM-9081VQ. b. Optional: Axis or AE approved equal. 6. 20MP (4) Multi-Imager IP Camera + PTZ: a. Base: Samsung (Hanwha) PNM-9320VQP. b. Optional: Axis or AE approved equal. 7. Video Management System (VMS) Software: a. Base: Bosch. b. Optional: Milestone, or AE approved equal. 8. Video Management System (VMS) Server: a. Base: Bosch. b. Optional: Milestone, HP, Dell or AE approved equal. 9. Network Attached Storage (NAS) Appliance: a. Base: Bosch. b. Optional: Milestone, HP, Dell or AE approved equal. 10. Monitors: a. Base: Bosch. b. Optional: Samsung, HP, Dell, or AE approved equal.

B. System operation: 1. Provide complete system for viewing of remote scene including control of equipment accessories. 2. Monitor functional requirements – Security Control Workstations: a. Monitor #1: Primary Intercom call-up / Control Station call-up.

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

b. Monitor #2+: Each monitor – quad view with sequencing of all new facility cameras based on area (area camera selections per monitor shall be coordinated with the User). 3. Provide automatic call-up of scene to selected monitors on operation of intercom icon associated with camera viewing intercom scene. At movement doors with cameras on both sides of door, the camera on each side of door shall be called up to associated monitors adjacent to touchscreen. 4. Provide control interface with GUI system.

2.2 NETWORK VIDEO MANAGEMENT SYSTEM (VMS)

A. The video management system (VMS) shall be an enterprise-class client/server-based IP video security solution that provides seamless management of digital video, audio and data across an IP network. The video management system is designed to work with specified CCTV products as part of a total video security management system to provide full virtual matrix switching and control capability. The video management system consists of the following software modules – the central server, recording services, configuration client, and operator clients. Video from other sites may be viewed from single or numerous workstations simultaneously at any time. Cameras, recorders, and viewing stations may be placed anywhere in the IP network.

B. The VMS shall support the following recording services: 1. Video Recording Manager (VRM). 2. Local Storage. 3. System Recording Station. 4. Network Attached Storage (NAS).

C. The central server and the Virtual Recording Manager shall run as service on minimum Windows 2016 Server.

D. The Configuration Client software shall run as an application on Windows 10.

E. The Operator Client software shall run as an application on Windows 10.

F. The video management system (VMS) specified shall be a centrally managed, scalable client/server-based architecture that allows full virtual matrix switching and control systems of any size to be built.

G. The VMS shall be designed to use the project IT infrastructure and require no special cabling.

H. The VMS shall provide a built-in command script editor that allows customized command scripts to be written to control virtually all the system functions. Command

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 4 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

scripts may be activated by system operators or automatically in response to alarms or system events. The built-in command script editor shall support C#, and VB.NET.

I. The VMS shall have a common operator client for all supported recording topologies.

J. The VMS operator client shall function in detached mode allowing access to live and recorded video, in a VRM recording environment, when the central server is offline.

K. The VMS shall be designed in such a way that configuration changes to any part of the system shall not interrupt operational tasks until the operator decides to update the configuration based on notification of a new available configuration.

L. The VMS shall provide up to 10 different and independent programmable recording schedules. The schedules may be programmed to provide different record frames rates for day, night, and weekend periods as well as holidays and exception days. Advanced task schedules may also be programmed that could specify allowed log-on times for user groups, when events may trigger alarms, and when data backups should occur.

M. The VMS shall allow the establishment of user groups that have access rights to specific cameras, priority for pan/tilt/zoom control, rights for exporting video, and access rights to system event log files. Access to live, playback, audio, PTZ control, preset control, and auxiliary commands shall be programmable on an individual camera basis.

N. The VMS shall interface with the Intelligent Video Analytics (IVA) techniques of IP encoders and IP cameras to provide advanced motion detection that analyzes object size, direction, and speed as well as detecting objects entering or leaving designated areas.

O. The VMS shall support configuring the IVA parameters from the Configuration Client.

P. The VMS shall react to events triggered by the IVA of the encoders or IP cameras.

Q. The VMS workstations may be connected to up to four monitors where each monitor may be configured to display live streaming video, playback video, site maps, or alarms.

R. The VMS shall support Lightweight Directory Access Protocol (LDAP) that allows integration with enterprise user management systems such as Microsoft Active Directory.

S. The VMS shall export video and audio data optionally in ASF format to a CD/DVD drive, a network drive, or a USB drive. The exported data in ASF format may be played back

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 5 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

using standard software such as Windows Media Player. Exporting Audio data in ASF format is only supported for cameras recorded by Bosch VMS NVRs.

T. The VMS shall export video and audio data optionally in its native recording format to a CD/DVD drive, a network drive, or a USB drive. The exported data in native recording format shall include all associated metadata. Viewer software shall be included with the export. Once installed, the viewer software allows playback of the streams on any compatible Windows PC.

U. The VMS shall auto-discover encoder, decoder, NVR, and VRM devices. Device detection shall support devices in different subnets.

V. The VMS shall auto-discover IP devices in with their default IP addresses, and allow auto-assignment of unique IP addresses.

W. The VMS shall provide the ability to batch-update firmware in encoders and decoders.

X. The VMS shall be able to simultaneously configure multiple encoders or decoders, even of different types. When devices of different types are being configured, only the parameters available in all devices are available for configuration.

Y. Bosch MBV-BPRO-75 with expansion software as required.

2.3 VIDEO RECORDING MANAGER (VRM)

A. VRM Shall be an integral part of the VMS and shall be used to manage recording traffic from cameras and encoders to network attached iSCSI storage arrays.

B. The VMS shall be capable of managing up to 40 VRM Servers.

C. The VRM shall be configured from the VMS configuration client.

D. Recording parameters shall be configured in the recording tables of the VMS configuration. These settings shall be replicated into the devices from the Central Server.

E. The VRM shall manage all iSCSI disks in the system as a common pool of storage for each VMR. It shall dynamically assign portions of that pool to the encoders and IP cameras as needed to meet minimum retention times.

F. The VRM shall provide redundancy for storage provisioning and failover design for central recording management service.

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 6 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

G. The VRM shall be able to restore a lost recording database from the data on the iSCSI storage arrays.

H. VRM shall provide flexible retrieval of recordings. It shall be able to determine which iSCSI arrays contain unique camera and encoder video data.

I. VRM shall provide status monitoring information in a web interface. The following information shall be available: 1. Uptime of the VRM application 2. Bit Rate information for the recorded data 3. Retention times per camera 4. Status of recording and storage

J. Bosch Video Recording Manager v3.65 or the newest available.

2.4 VIDEO RECORDING MANAGER (VRM) SERVER

A. Provide HP ProLiant DL380 Generation 9 (G9) Server with hot plug fans and power supplies, and RAID controller with RAID-1 operating system protection. One (1) state- of-the-art six-core Intel Xeon Processor E5-2620 (2.0 GHz, 15 MB L3 cache, 95 W, DDR3-1333 and 8 (2 X 4 GB PC3-10600R (running at 1066 MHz) Registered DIMMs.

B. The server shall come in a 2U, rack mount version with a quick deploy rail system, including sliding universal rails. The rack mount version allows access to all system components for easy in-rack serviceability.

C. Bosch MHW-S380RA-SCUS.

2.5 WORKSTATION(S)

A. Dual Monitor: 1. Provide HP Z440 management workstation with Intel’s Xeon E5-1620v3 (3.5 GHz, 10 MB cache, 2133 MHz memory speed, Quad-Core, HT, Turbo), 8 GB (4 x 2 GB) DDR4-2133 ECC unbuffered RAM and NVIDIA Quadro K4200 (4 GB) graphics card ensures high performance and resolution for fast presentation of displayed video data in a convertible mini-tower chassis with 700w, 90% efficient, custom PSU. 2. Microsoft Windows 8.1 Ultimate Edition, 64-bit OS. 3. 500 GB, 7200RPM, SATA hard drive, HP 16X DVD+- RW SuperMulti SATA. 4. Model: Bosch MHW-WZ4G4-HEUS.

B. Quad Monitor:

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 7 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

1. Provide HP Z440 management workstation with Intel’s Xeon E5-1650v3 (3.5 GHz, 15 MB cache, 2133 MHz memory speed, Six-Core, HT, Turbo), 8 GB (4 x 2 GB) DDR4-2133 ECC unbuffered RAM and AMD FirePro W7100 (8 GB, 4 x display ports) 3D graphics card ensures high performance and resolution for fast presentation of displayed video data in a convertible mini-tower chassis with 600w, 90% efficient, custom PSU. 2. Microsoft Windows 8.1 Professional Edition, 64-bit OS. 3. 500 GB, 7200RPM, SATA hard drive, HP blue-ray writer SATA ODD. 4. Model: Bosch MHW-WZ4G4-EEUS.

2.6 ISCSI STORAGE DEVICES (RAID6)

A. General Characteristics: 1. The IP Video Storage System shall be an embedded, all-in-one IP Video Storage subsystem that provides “plug-and-play” iSCSI-based recording and management, pre-configured and pre-installed iSCSI disk array, 2U rack-mount chassis with eight (8) or sixteen (16) hot swappable, 3 Gbps SATA-II hard disk drives with RAID- 5/RAID-6 protection, 2. The IP Video Storage System shall be a pre-configured and pre-installed video management solution with 12TB (4 X 3), 16TB (4X4), 24TB (8 x 3), 32TB (16X3) or 64TB (16X4) of gross storage capacity, and a bandwidth of 550 Mbit/s. 3. The IP Video Storage System shall offer a dual port Gigabit Ethernet network interface, 4 GB system memory and an Intel Xeon Quad Core Processor, remote monitoring via a desktop application or a Web browser.

B. Processor: 1. The IP Video Storage Appliance shall contain an Intel Xeon Quad Core 3.5 GHz, 8 M cache, 95 W processor. 2. The IP Video Storage Appliance processor shall contain one (1) socket. 3. The IP Video Storage Appliance processor shall feature a 1 x 8 MB Level 2 cache memory. 4. The IP Video Storage Appliance processor shall include ECC Unbuffered memory protection. 5. The IP Video Storage Appliance processor shall contain a 1600 MHz maximum front side Bus.

C. Memory: 1. The IP Video Storage Array shall have 8 GB, DDR3-1666 ECC UNB (1 x 8 GB) of memory installed.

D. Storage: 1. The IP Video Storage Appliance shall contain eight (8) or sixteen (16) 3.5 in. SATA storage trays. 2. The IP Video Storage Appliance shall have 8 or 16, 3 or 4 TB SATA-3 (7,200 RPM, 64 M 3.5 in.) hard drives installed. 3. The IP Video Storage Appliance shall offer a 3108-based SAS3 RAID card. VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 8 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

4. The IP Video Storage Appliance shall include an AMD FirePro W4100 graphics card with 4 x Mini Display Port. 5. The IP Video Storage Appliance shall include a Creative Sound Blaster PCI sound card. 6. The IP Video Storage Appliance shall include 2 X 120 GB SSD RAID-1 OS hard drives.

E. Functions: 1. The IP Video Storage Appliance shall feature a single-socket system, sever-class motherboard. 2. The IP Video Storage Appliance shall offer an energy-efficient hot-swap redundant power supply. 3. The IP Video Storage Appliance shall offer hot-swap SATA-II hard drives providing up to 64 TB of gross storage capacity. 4. The IP Video Storage Appliance shall come pre-installed and pre-configured with all necessary software. 5. The IP Video Storage Appliance shall utilize minimum Microsoft Windows Server 2012 R2.

F. Management: 1. The IP Video Storage Appliance shall provide a user interface for system configuration and unified appliance management. 2. The IP Video Storage Appliance shall offer the Microsoft System Center Suite built- in. 3. The IP Video Storage Appliance shall allow operators to use one central tool for configuration and operations management.

G. Monitoring: 1. The IP Video Storage Appliance shall provide SNMP, Remote Desktop and HTTP monitoring support. 2. The IP Video Storage Appliance shall offer high-availability hardware, embedded design, and system wide monitoring.

H. Electrical: 1. Input Voltage: 120 VAC. a. Actual Output Wattage from Power Supply: 413.9 W. b. Efficiency of Power Supply: 92%. c. Total System Power Consumption: 449.9 W. d. Total BTU/h: 1535.4. e. Power Factor: .98. f. System AC Input VA Requirement: 459 VA.

I. Model: 1. Bosch Divar IP 6000 series.

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 9 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2.7 SYSTEM MONITORS

A. The HD monitor shall support Full HD 1080p resolution (1920 x 1080), offer an LED backlight panel, automatically focus on setting the correct color, temperature, and gamma curve settings, display images using an aspect ratio of 16:9. 1. 27 in. HD LED Monitor: Bosch Model UML-274-90. 2. 32 in. HD LED Monitor: Bosch Model UML-323-90 with UMM-WMT-32 wall mount kit. 3. 55 in. HD LED Monitor: Bosch Model UML-554-90 with UMM-WMT-42 wall mount kit.

2.8 CAMERAS AND ACCESSORIES

A. 2MP and 5MP Single Imager IP Camera: 1. The Vandal resistant 1080P HD (2MP or 5MP) camera shall have a microSD card slot that uses standard; off-the-shelf microSD (SDHC and SDXC) cards for local storage (up to 2 TB) and be enclosed in a cast-aluminum housing with an aluminum trim ring and a clear polycarbonate dome bubble (with UV blocking anti-scratch coating) and a hardened inner liner and be capable of operating in an indoor or an outdoor environment. 2. Image Sensor: 1/2.7-inch CMOS HD image sensor. 3. Lens: 3-9mm or 10-23mm motorized automatic zoom and focus (remote varifocal), super resolution lenses with an advanced iris design. 4. Camera processing latency: <55 ms. 5. Dynamic Range: up to 120 dB. 6. Audio. a. Standard: 1) AAC. 2) G.711, 8 kHz sampling rate. 3) L16, 16 kHz sampling rate. b. Signal-to-Noise Ratio: >50 dB. c. Audio Streaming: Full duplex / Half duplex. 7. Light sensitivity (based on 3100K, Scene Reflectivity 89%, 1/25, F1.4, 30 IRE). a. Starlight mode: 1) Color: 0.0075 lx. 2) Monochrome: 0.0011 lx. b. HDR mode: 1) Color: 0.044 lx. 2) Monochrome: 0.015 lx. 8. Content-based Imaging Technology (C-BIT) and Intelligent Dynamic Noise Reduction (iDNR) technology to reduce the bitrate and storage requirements by removing noise artifacts. 9. Resolution: 1920 x 1080 pixels (HD 1080p) at 60 ips with a 16:9 image format, 1080 x 1920, 1280 x 960 pixels (1.3MP) with a 4:3 image format, 1280 x 720 pixels (HD 720p) 16:9 image format and D1 resolution of 704 x 480 pixels at 30 ips with a 4:3 image format.

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 10 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

10. Network: a. Protocols: IPv4, IPv6, UDP, TCP, HTTP, HTTPS, RTP, IGMP V2/V3, ICMP, RTSP, FTP, Telnet, ARP, DHCP, SNTP, SNMP (V1, MIB‑II), 802.1x, SMTP, iSCSI, UPnP (SSDP). b. Encryption: TLS 1.0, SSL, AES (optional). c. Ethernet: STP, 10/100 Base-T, auto-sensing, half/full duplex, RJ45. d. PoE Supply: IEEE 802.3at Type-2 compliant. 11. Connectivity: a. ONVIF Profile S. b. Auto-MDIX. 12. Edge Essential Video Analytics: a. Configurations: 1) Silent VCA / Profile1/2 / Scheduled / Event Triggered. b. Alarm rules (combinable): 1) Any object / Object in Field / Line Crossing / Enter/Leave field / Loitering / Follow route / idle/remove object / Counting / Occupancy / Crowd density estimation / Condition change / similarity search. 13. Operating Temperature: -30°C to +50°C (-22°F to 122°F). 14. Cold Start Temperature: -20°C (-4°F). 15. Operating Humidity: 5% to 93% relative humidity. 16. Water/Dust Protection: IP66 and NEMA Type 4X. 17. Impact Protection: IK10. 18. Model: a. 2MP Axis P3225-LV (LVE for exterior). b. 5MP Axis P3227-LV (LVE for exterior).

B. 1.5MP No-Grip Corner Mount IP Camera: 1. The ruggedized, vandal resistant HD POE camera shall be a corner mount, no-grip design with a microSD card slot that uses standard; off-the-shelf microSD (SDHC and SDXC) cards for local storage (up to 2 TB) and be enclosed in a cast-aluminum housing. Ii shall be able to view the entire floor and all four walls of a 15-foot square room, including the two walls to which it is attached and have a night-time IR monochrome mode and built in IR illuminators. 2. Image Sensor: 1/2.7-inch CMOS HD image sensor with mechanical filter technology for vivid daytime color and effective night-time performance under infrared illumination. 3. Lens: 2.0 allowing a full 121º H-FoV and 91º V-FoV of the entire room. 4. Overall IP Delay: Min. 120 ms, Max. 240 ms. 5. Dynamic Range: 69 dB. 6. Audio. a. Standard: a. AAC. b. G.711, 8 kHz sampling rate. c. L16, 16 kHz sampling rate. 7. Signal-to-Noise Ratio: >50 dB. 8. Audio Streaming: Full duplex / Half duplex. 9. Light sensitivity (based on 3200K, Scene Reflectivity 89%, 30 IRE).

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 11 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

a. Color: 0.3 lx (0.03 fc). b. Monochrome: 0.0 lx (IR on). 10. Content-based Imaging Technology (C-BIT) and Intelligent Dynamic Noise Reduction (iDNR) technology to reduce the bitrate and storage requirements by removing noise artifacts. 11. Resolution: 1440 x 1080 pixels (HD 1080p) at 30 ips with a 16:9 image format. 12. Network: a. Protocols: IPv4, IPv6, UDP, TCP, HTTP, HTTPS, RTP, IGMP V2/V3, ICMP, RTSP, FTP, Telnet, ARP, DHCP, SNTP, SNMP (V1, MIB‑II), 802.1x, SMTP, iSCSI, UPnP (SSDP). b. Encryption: TLS 1.0, SSL, AES (optional). c. Ethernet: STP, 10/100 Base-T, auto-sensing, half/full duplex, RJ45. d. PoE Supply: IEEE 802.3af Type-1 compliant. 13. Connectivity: a. ONVIF Profile S. b. Auto-MDIX. 14. Operating Temperature: -10°C to +50°C (14°F to 122°F). 15. Operating Humidity: 20% to 90% relative humidity. 16. Water/Dust Protection: IP65. 17. Impact Protection: IK10. 18. Model: a. Axis Q8414-LV.

C. Outdoor Pedestal Mount IP Camera: 1. General Characteristics: a. Rugged indoor/outdoor modular camera. b. Fixed lens with 1080p resolution. c. Wide 113º horizontal field of view. d. Provide main unit and fiber converters as required. 2. Model: a. Axis F1005-E with F8212 Trim Ring.

D. 20MP (4) Multi-Imager IP Camera: 1. General Characteristics: a. 20 MP (5MP x 4 sensors), 360° multidirectional camera, with one IP address. b. 360° IR illumination and remote zoom and focus. c. Flexible positioning of four varifocal camera heads. 2. Model: a. Samsung (Hanwha) PNM-9081VQ with mounting accessories as required.

E. 20MP (4) Multi-Imager IP Camera + PTZ: 1. General Characteristics: a. 20 MP (5MP x 4 sensors), 360° multidirectional camera, with one IP address b. 360° IR illumination and remote zoom and focus c. Flexible positioning of four varifocal camera heads d. 32x optical zoom PTZ 2. Model:

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 12 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

a. Samsung (Hanwha) PNM-9320VQP with mounting accessories as required.

F. Provide mounts and hardware as required for installation of cameras and enclosures as indicated on camera schedule, drawings and installation details.

G. Provide wall mount adapters for installation as indicated on drawings and installation details. Bosch VDA-WMT-DOME Pendant Wall Mount.

H. Monitor mount arm: Provide Ergotron LX series articulating arm or AE approved equal.

2.9 SIGNAL CONDITIONING EQUIPMENT

A. Provide signal conditioning equipment as an integral part of video surveillance system where required to meet performance requirements. 1. All equipment shall be rack mounted. 2. Equalizers: Each camera to compensate for degraded signal. 3. Hum clampers: Each camera to provide hum-free video signal for monitor display. 4. POE Midspan: Each camera for signal as required per BICSI.

2.10 EXTRA MATERIALS

A. Refer to Division 280500 for requirements.

B. Camera assembly: (2) of each type used.

C. Network storage: (10%) spare capacity.

D. Network switch ports: (10%) spare capacity in each security electronics room.

Part 3 - EXECUTION

3.1 INSTALLATION

A. Refer to Division 280500 for requirements.

B. Install in accordance with manufacturer's instructions.

C. Install all wiring in metallic conduit, minimum size 3/4”, dedicated for CCTV system wiring only. Wiring shall be installed without splices.

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 13 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

D. Unless otherwise noted, cameras located interior to buildings shall be POE. Pole mounted cameras located on the site or exterior building mounted cameras shall be powered locally to accommodate heaters and blowers as required.

E. Power supplies for cameras and housings shall be sized according to the power requirements necessary for operation of cameras and housings.

F. The Contractor will be responsible for confirming and following all state and local electrical code requirements. Any deviation from state or local electrical code requirements will be re- paired at contractor’s expense.

G. All cutting, coring, and patching of walls must be accomplished according to local and state code and must be sealed against weather and moisture. Contractors warranty must cover all cutting, coring and patching.

H. The new fixed cameras shall be positioned according to drawings and camera schedule. Once the project begins, each camera location shall be confirmed with a signature from an Owner representative before the wall mount or camera housing is secured. Cameras shall be housed in appropriate housings, including corner-mount housings, high security housings, indoor housings, and environmental housings.

I. Installation Requirements - All programming and preliminary testing to be accomplished at the contractor’s shop. Follow installation procedures and wiring recommendations of equipment manufacturer.

J. Provide necessary interface to the Touchscreen system for camera call-up, viewing, and recording.

K. Prior to field installation, the Contractor shall verify cameras are suitable for mounting within specified enclosures. Adjust camera/enclosure combinations as necessary.

L. In all inmate accessible areas, vandal resistant housings shall be used in all locations less than 3m above finished grade or finished floor.

M. Field verify all mounting requirements for each camera and housing as intended by the floorplans and schedule. Provide all necessary mounting brackets.

END OF SECTION 282300

VIDEO SURVEILLANCE SYSTEM (VSS) 282300 - 14 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 282310 - VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE

Part 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Related Sections: 1. Video Surveillance System: Section 282300.

1.2 SUMMARY

A. Refer to Section 282300 for requirements.

1.3 SCHEDULE

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER NEW PEDESTAL PROVIDE IP SITE0001 SOUTH VEHICLE ENTRY CAMERA CONVERTER NEW FIXED 20MP (4) CORNER MOUNTED SITE0002 SW CORNER DMCC MULTI-IMAGER +12'-0" AFG DOME CAMERA NEW FIXED 20MP (4) CORNER MOUNTED SITE0003 NW CORNER DMCC MULTI-IMAGER +12'-0" AFG DOME CAMERA NEW PEDESTAL PROVIDE IP SITE0004 WEST VEHICLE ENTRY CAMERA CONVERTER NEW FIXED 20MP (4) WALL MOUNTED SITE0005 W WALL CPC MULTI-IMAGER +12'-0" AFG DOME CAMERA NEW FIXED 20MP (4) SURFACE SITE0006 NW CORNER CPC MULTI-IMAGER MOUNTED UNDER DOME CAMERA SOFFIT NEW FIXED 20MP (4) MULTI-IMAGER POLE MOUNTED SITE0007 DMCC ENTRY DOME CAMERA +12'-0" AFG WITH PTZ NEW FIXED 20MP (4) SURFACE SITE0008 CPC ENTRY MULTI-IMAGER MOUNTED UNDER DOME CAMERA SOFFIT

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER NEW FIXED 20MP (4) MULTI-IMAGER POLE MOUNTED SITE0009 CPC ENTRY DOME CAMERA +12'-0" AFG WITH PTZ NEW FIXED 20MP (4) SURFACE SITE0010 CPC ENTRY MULTI-IMAGER MOUNTED UNDER DOME CAMERA SOFFIT NEW FIXED 20MP (4) SURFACE SITE0011 NE CORNER CPC MULTI-IMAGER MOUNTED UNDER DOME CAMERA SOFFIT

NEW FIXED 20MP (4) POLE MOUNTED ELOT01 SW EAST LOT MULTI-IMAGER +12'-0" AFG DOME CAMERA NEW FIXED 20MP (4) POLE MOUNTED ELOT02 NW EAST LOT MULTI-IMAGER +12'-0" AFG DOME CAMERA NEW FIXED 20MP (4) POLE MOUNTED ELOT03 SE EAST LOT MULTI-IMAGER +12'-0" AFG DOME CAMERA NEW FIXED 20MP (4) POLE MOUNTED ELOT04 NE EAST LOT MULTI-IMAGER +12'-0" AFG DOME CAMERA

REMOVE EXISTING CAMERA, REPLACE 0001 LOBBY A CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 0002 CORR. A CEILING MOUNTED WITH NEW 2MP CAMERA 0003 STAIR B EXISTING CAMERA WALL MOUNTED

0004 CORRIDOR NEW 2MP CAMERA CEILING MOUNTED

0005 CORRIDOR NEW 2MP CAMERA CEILING MOUNTED

0006 CORRIDOR NEW 2MP CAMERA CEILING MOUNTED

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER REMOVE EXISTING CAMERA, REPLACE 0007 CORR. D CEILING MOUNTED WITH NEW 2MP CAMERA 0008 STAIR A EXISTING CAMERA WALL MOUNTED REMOVE EXISTING CAMERA, REPLACE 0009 LOBBY B CEILING MOUNTED WITH NEW 5MP CAMERA

0010 CORR. 5 NEW 2MP CAMERA CEILING MOUNTED

0011 STAIR 1 NEW 2MP CAMERA WALL MOUNTED

0012 CONF. 1 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 0013 LOBBY 1 CEILING MOUNTED WITH NEW 5MP CAMERA

0014 CORR. 3 NEW 2MP CAMERA CEILING MOUNTED

0015 CORR. 2 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CEILING MOUNTED, CAMERA, REPLACE 0016 STAFF ELEVATOR PROVIDE IP WITH NEW 2MP CONVERTER. CAMERA REMOVE EXISTING CAMERA, REPLACE 0017 CORR. 1 CEILING MOUNTED WITH NEW 5MP CAMERA

0018 CORR. 1 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING WALL MOUNTED, CAMERA, REPLACE 0019 TUNNEL TO JAIL PROVIDE LOW WITH NEW 2MP LIGHT IR CAMERA. CAMERA WALL MOUNTED, 0020 TUNNEL TO JAIL NEW 2MP CAMERA PROVIDE LOW LIGHT IR CAMERA.

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER

0021 BREAK ROOM NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 0022 CORR. 3 CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 0023 CORR. 3 CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 0024 LOADING DOCK WALL MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 0025 LOADING DOCK WALL MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 0026 LOADING DOCK WALL MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 0027 VEST. 1 CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 0028 OPEN OFFICE 5 CEILING MOUNTED WITH NEW 2MP CAMERA

0029 STAIR 2 NEW 2MP CAMERA WALL MOUNTED

REMOVE EXISTING CAMERA, REPLACE 0030 OPEN OFFICE 2 CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 0031 EVIDENCE STORAGE CEILING MOUNTED WITH NEW 5MP CAMERA

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 4 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER REMOVE EXISTING CAMERA, REPLACE 0032 EVIDENCE STORAGE CEILING MOUNTED WITH NEW 5MP CAMERA

REMOVE EXISTING CAMERA, REPLACE 1001 LOBBY A CEILING MOUNTED WITH NEW 5MP CAMERA

1002 LOBBY A NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 1003 LOBBY A CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1004 COUNTER CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1005 COUNTER CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1006 CORR. A CEILING MOUNTED WITH NEW 2MP CAMERA 1007 STAIR B EXISTING CAMERA WALL MOUNTED REMOVE EXISTING CAMERA, REPLACE 1008 COURT ROOM A CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1009 COURT ROOM A CEILING MOUNTED WITH NEW 5MP CAMERA

1010 CORR. D NEW 2MP CAMERA CEILING MOUNTED

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 5 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER REMOVE EXISTING CAMERA, REPLACE 1011 CORR. E CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1012 COURT ROOM B CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1013 COURT ROOM B CEILING MOUNTED WITH NEW 5MP CAMERA

1014 OPEN OFFICE NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 1015 OPEN OFFICE CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1016 CORR. A CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1017 CORR. B CEILING MOUNTED WITH NEW 2MP CAMERA 1018 STAIR A EXISTING CAMERA CEILING MOUNTED REMOVE EXISTING CAMERA, REPLACE 1019 CORR. C CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1020 STAFF CORR. CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1021 LOBBY B CEILING MOUNTED WITH NEW 5MP CAMERA

1022 SHERIFF STATION NEW 5MP CAMERA CEILING MOUNTED

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 6 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER

1023 SHERIFF STATION NEW 5MP CAMERA CEILING MOUNTED

1024 STAFF ENTRANCE NEW 5MP CAMERA CEILING MOUNTED

1025 STAIR 1 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 1026 EXTERIOR SEATING CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1027 STAFF ENTRANCE CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE PARAPET 1028 CPC WEST ENTRANCE WITH NEW 5MP MOUNTED CAMERA REMOVE EXISTING CAMERA, REPLACE 1029 CPC WEST ENTRANCE WALL MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1030 CPC WEST ENTRANCE WALL MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1031 WEST ENTRANCE S.V. CEILING MOUNTED WITH NEW 2MP CAMERA

1032 CORR. 7 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 1033 CORR. 8 CEILING MOUNTED WITH NEW 5MP CAMERA

1034 CORR. 7 NEW 2MP CAMERA CEILING MOUNTED

1035 CORR. 1 NEW 2MP CAMERA CEILING MOUNTED

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 7 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER

1036 CORR. 1 NEW 2MP CAMERA CEILING MOUNTED

NEW FIXED 20MP (4) 1037 LOBBY 1 MULTI-IMAGER CEILING MOUNTED DOME CAMERA REMOVE EXISTING CAMERA, REPLACE 1038 LOBBY 1 CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1039 LOBBY 1 CEILING MOUNTED WITH NEW 5MP CAMERA

1040 VESTIBULE NEW 5MP CAMERA CEILING MOUNTED

1041 VESTIBULE NEW 5MP CAMERA CEILING MOUNTED

1042 VESTIBULE NEW 5MP CAMERA CEILING MOUNTED

NEW FIXED 20MP (4) 1043 ENTRANCE MULTI-IMAGER CEILING MOUNTED DOME CAMERA

1044 PUBLIC NEW 2MP CAMERA CEILING MOUNTED

1045 PUBLIC NEW 2MP CAMERA CEILING MOUNTED

1046 PUBLIC NEW 2MP CAMERA CEILING MOUNTED

1047 PUBLIC NEW 2MP CAMERA CEILING MOUNTED

1048 PUBLIC NEW 2MP CAMERA CEILING MOUNTED

1049 PUBLIC NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 1050 PUBLIC CEILING MOUNTED WITH NEW 2MP CAMERA

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 8 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER REMOVE EXISTING CAMERA, REPLACE 1051 PUBLIC CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1052 CORR. 1 CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1053 CORR. 1 CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1054 RECEPTION CEILING MOUNTED WITH NEW 2MP CAMERA

1055 CORR. 4 NEW 2MP CAMERA CEILING MOUNTED

1056 CORR. 4 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 1057 COURT 1 OFFICE CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 1058 COURT 2 OFFICE CEILING MOUNTED WITH NEW 2MP CAMERA

1059 CORR. 1 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 1060 STAIR 2 CEILING MOUNTED WITH NEW 2MP CAMERA

1061 CORR. 2 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 1062 COURT 3 CEILING MOUNTED WITH NEW 5MP CAMERA

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 9 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER

1063 CORR. 3 NEW 2MP CAMERA CEILING MOUNTED

1064 COURT 3 NEW 5MP CAMERA CEILING MOUNTED

2001 LOBBY EXISTING CAMERA CEILING MOUNTED 2002 LOBBY EXISTING CAMERA CEILING MOUNTED 2003 CORR. A EXISTING CAMERA CEILING MOUNTED 2004 LOBBY A EXISTING CAMERA CEILING MOUNTED 2005 LOBBY A EXISTING CAMERA CEILING MOUNTED 2006 VEST. A EXISTING CAMERA CEILING MOUNTED 2007 COURTROOM A EXISTING CAMERA CEILING MOUNTED 2008 COURTROOM A EXISTING CAMERA CEILING MOUNTED 2009 CORR. A EXISTING CAMERA CEILING MOUNTED 2010 OPEN OFFICE A EXISTING CAMERA CEILING MOUNTED 2011 CORR. K EXISTING CAMERA CEILING MOUNTED 2012 CORR. K EXISTING CAMERA CEILING MOUNTED 2013 CORR. B EXISTING CAMERA CEILING MOUNTED 2014 STAIR B EXISTING CAMERA WALL MOUNTED 2015 CONFERENCE B EXISTING CAMERA CEILING MOUNTED 2016 CORR. G EXISTING CAMERA CEILING MOUNTED 2017 CORR. E EXISTING CAMERA CEILING MOUNTED 2018 CORR. B EXISTING CAMERA CEILING MOUNTED 2019 CORR. H EXISTING CAMERA CEILING MOUNTED 2020 CORR. D EXISTING CAMERA CEILING MOUNTED 2021 VESTIBULE B EXISTING CAMERA CEILING MOUNTED 2022 COURTROOM B EXISTING CAMERA CEILING MOUNTED 2023 COURTROOM B EXISTING CAMERA CEILING MOUNTED 2024 STAIR A EXISTING CAMERA WALL MOUNTED 2025 CORR. C EXISTING CAMERA CEILING MOUNTED 2026 CORR. C EXISTING CAMERA CEILING MOUNTED 2027 CORR. H EXISTING CAMERA CEILING MOUNTED 2028 CORR. I EXISTING CAMERA CEILING MOUNTED 2029 LOBBY B EXISTING CAMERA CEILING MOUNTED

2030 STAIR 1 NEW 2MP CAMERA WALL MOUNTED

2031 LOBBY 1 NEW 2MP CAMERA CEILING MOUNTED

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 10 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER

2032 LOBBY 1 NEW 2MP CAMERA CEILING MOUNTED

2033 LOBBY 1 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 2034 LOBBY 1 CEILING MOUNTED WITH NEW 5MP CAMERA

2035 WAITING NEW 2MP CAMERA CEILING MOUNTED

2036 WAITING NEW 2MP CAMERA CEILING MOUNTED

2037 VAULT NEW 2MP CAMERA CEILING MOUNTED

2038 DOCKET NEW 2MP CAMERA CEILING MOUNTED

2039 WAITING 1 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 2040 COURT CEILING MOUNTED WITH NEW 5MP CAMERA

2041 COURT NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 2042 CORR. 1 CEILING MOUNTED WITH NEW 5MP CAMERA

2043 CORR. 6 NEW 2MP CAMERA CEILING MOUNTED

2044 CORR. 6 NEW 2MP CAMERA CEILING MOUNTED

2045 COURT 1 NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 2046 COURT 1 CEILING MOUNTED WITH NEW 5MP CAMERA

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 11 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER REMOVE EXISTING CAMERA, REPLACE 2047 COURT 3 CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 2048 COURT 4 CEILING MOUNTED WITH NEW 2MP CAMERA

2049 DOCKET NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 2050 COURT 2 CEILING MOUNTED WITH NEW 5MP CAMERA

2051 COURT 2 NEW 5MP CAMERA CEILING MOUNTED

2052 CORR. 5 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 2053 CORR. 4 CEILING MOUNTED WITH NEW 2MP CAMERA

2054 STAIR 2 NEW 2MP CAMERA WALL MOUNTED

3001 LOBBY A EXISTING CAMERA CEILING MOUNTED

3002 LOBBY A NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 3003 CORR. K CEILING MOUNTED WITH NEW 5MP CAMERA 3004 OFFICE B EXISTING CAMERA CEILING MOUNTED 3005 CORR. C EXISTING CAMERA CEILING MOUNTED 3006 STAIR B EXISTING CAMERA WALL MOUNTED 3007 CORR. A EXISTING CAMERA CEILING MOUNTED REMOVE EXISTING CAMERA, REPLACE 3008 COURT ROOM A CEILING MOUNTED WITH NEW 5MP CAMERA

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 12 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER

3009 COURT ROOM A NEW 5MP CAMERA CEILING MOUNTED

NEW 1.5 MP HIGH SECURITY NO-GRIP 3010 HOLDING CELL CEILING MOUNTED CORNER MOUNT CAMERA NEW 1.5 MP HIGH SECURITY NO-GRIP 3011 HOLDING CELL CEILING MOUNTED CORNER MOUNT CAMERA REMOVE EXISTING CAMERA, REPLACE 3012 CORR. I CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 3013 CORR. L CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 3014 STAIR C WALL MOUNTED WITH NEW 2MP CAMERA

3015 CORR. H NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 3016 CORR. G CEILING MOUNTED WITH NEW 2MP CAMERA

3017 COURT ROOM B NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 3018 COURT ROOM B CEILING MOUNTED WITH NEW 5MP CAMERA 3019 CORR. B EXISTING CAMERA CEILING MOUNTED 3020 OFFICE C EXISTING CAMERA CEILING MOUNTED 3021 OFFICE D EXISTING CAMERA CEILING MOUNTED

3022 CORR. A EXISTING CAMERA CEILING MOUNTED

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 13 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER REMOVE EXISTING CAMERA, REPLACE 3023 OPEN OFFICE A CEILING MOUNTED WITH NEW 2MP CAMERA 3024 STAIR A EXISTING CAMERA WALL MOUNTED REMOVE EXISTING CAMERA, REPLACE 3025 CORR. E CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 3026 LOBBY B CEILING MOUNTED WITH NEW 5MP CAMERA

3027 STAIR 1 NEW 2MP CAMERA WALL MOUNTED

REMOVE EXISTING CAMERA, REPLACE 3028 COURTROOM 1 CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 3029 LOBBY 1 CEILING MOUNTED WITH NEW 5MP CAMERA

3030 CORR. 2 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 3031 COURTROOM 2 CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 3032 CORR. 1 CEILING MOUNTED WITH NEW 5MP CAMERA

3033 COURTROOM-1 NEW 5MP CAMERA CEILING MOUNTED

3034 COURTROOM-2 NEW 5MP CAMERA CEILING MOUNTED

3035 CORR. 6 NEW 2MP CAMERA CEILING MOUNTED

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 14 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER

INTERIOR FIXED 3036 CORR. 6 CEILING MOUNTED DOME CAMERA

3037 COURTROOM-4 NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 3038 CORR. 3 CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 3039 CORR. 3 CEILING MOUNTED WITH NEW 2MP CAMERA

3040 COURTROOM-3 NEW 5MP CAMERA CEILING MOUNTED

3041 CORR. 9 NEW 2MP CAMERA CEILING MOUNTED

3042 CORR. 9 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 3043 COURTROOM-3 CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 3044 COURTROOM-5 CEILING MOUNTED WITH NEW 5MP CAMERA

3045 CORR. 4 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 3046 COURTROOM-4 CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING OFFICES OF THE COURT CAMERA, REPLACE 3047 CEILING MOUNTED ADMINISTRATOR WITH NEW 2MP CAMERA

3048 STAIR 2 NEW 2MP CAMERA WALL MOUNTED

3049 COURTROOM-5 NEW 5MP CAMERA CEILING MOUNTED

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 15 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER

3050 CORR. 8 NEW 2MP CAMERA CEILING MOUNTED

3051 CORR. 9 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4001 LOBBY A CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 4002 LOBBY A CEILING MOUNTED WITH NEW 5MP CAMERA

4003 LOBBY A NEW 5MP CAMERA CEILING MOUNTED

4004 STAIR B EXISTING CAMERA WALL MOUNTED REMOVE EXISTING CAMERA, REPLACE 4005 CORR. C CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 4006 COURTROOM A CEILING MOUNTED WITH NEW 5MP CAMERA

4007 COURTROOM A NEW 5MP CAMERA CEILING MOUNTED

4008 CORR. B NEW 2MP CAMERA CEILING MOUNTED

4009 CORR. A NEW 2MP CAMERA CEILING MOUNTED

NEW 1.5 MP HIGH SECURITY NO-GRIP 4010 HOLDING CELL CEILING MOUNTED CORNER MOUNT CAMERA

NEW 1.5 MP HIGH SECURITY NO-GRIP 4011 HOLDING CELL CEILING MOUNTED CORNER MOUNT CAMERA

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 16 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER REMOVE EXISTING CAMERA, REPLACE 4012 STAIR C WALL MOUNTED WITH NEW 2MP CAMERA

4013 CORR. H NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4014 CORR. G CEILING MOUNTED WITH NEW 2MP CAMERA NEW 1.5 MP HIGH SECURITY NO-GRIP 4015 HOLDING CELL CEILING MOUNTED CORNER MOUNT CAMERA

4016 COURTROOM B NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4017 COURTROOM B CEILING MOUNTED WITH NEW 5MP CAMERA

4018 CORR. C NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4019 COURTROOM C CEILING MOUNTED WITH NEW 5MP CAMERA

4020 COURTROOM C NEW 5MP CAMERA CEILING MOUNTED

4021 CORR. F NEW 2MP CAMERA CEILING MOUNTED

4022 CORR. E NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4023 LOBBY B CEILING MOUNTED WITH NEW 5MP CAMERA 4024 STAIR A EXISTING CAMERA WALL MOUNTED REMOVE EXISTING CAMERA, REPLACE 4025 CORR. D CEILING MOUNTED WITH NEW 2MP CAMERA

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 17 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER

4026 STAIR 1 NEW 2MP CAMERA WALL MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4027 LOBBY 1 CEILING MOUNTED WITH NEW 5MP CAMERA

4028 CORR. 2 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4029 CORR. 1 CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 4030 COURTROOM-8 CEILING MOUNTED WITH NEW 5MP CAMERA

4031 COURTROOM-8 NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4032 COURTROOM-7 CEILING MOUNTED WITH NEW 5MP CAMERA

4033 COURTROOM-7 NEW 5MP CAMERA CEILING MOUNTED

4034 CORR. 5 NEW 2MP CAMERA CEILING MOUNTED

4035 CORR. 5 NEW 2MP CAMERA CEILING MOUNTED

4036 COURTROOM-9 NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4037 COURTROOM-9 CEILING MOUNTED WITH NEW 5MP CAMERA

REMOVE EXISTING CAMERA, REPLACE 4038 CORR. 3 CEILING MOUNTED WITH NEW 2MP CAMERA

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 18 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER REMOVE EXISTING CAMERA, REPLACE 4039 CORR. 3 CEILING MOUNTED WITH NEW 2MP CAMERA

4040 COURTROOM-10 NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4041 COURTROOM-10 CEILING MOUNTED WITH NEW 5MP CAMERA

4042 CORR. 7 NEW 2MP CAMERA CEILING MOUNTED

4043 CORR. 7 NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4044 COURTROOM-12 CEILING MOUNTED WITH NEW 5MP CAMERA

4045 COURTROOM-12 NEW 5MP CAMERA CEILING MOUNTED

4046 CORR. 6 NEW 2MP CAMERA CEILING MOUNTED

4047 CORR. 4 NEW 2MP CAMERA CEILING MOUNTED

4048 STAIR 2 NEW 2MP CAMERA WALL MOUNTED

REMOVE EXISTING CAMERA, REPLACE 4049 COURTROOM-11 CEILING MOUNTED WITH NEW 5MP CAMERA

4050 COURTROOM-11 NEW 5MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 5001 LOBBY A CEILING MOUNTED WITH NEW 5MP CAMERA

5002 LOBBY A NEW 5MP CAMERA CEILING MOUNTED

5003 STAIR B EXISTING CAMERA WALL MOUNTED

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 19 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER REMOVE EXISTING CAMERA, REPLACE 5004 CORR. A CEILING MOUNTED WITH NEW 5MP CAMERA REMOVE EXISTING CAMERA, REPLACE 5005 CORR. B CEILING MOUNTED WITH NEW 2MP CAMERA REMOVE EXISTING CAMERA, REPLACE 5006 CORR. C CEILING MOUNTED WITH NEW 2MP CAMERA 5007 STAIR A EXISTING CAMERA WALL MOUNTED REMOVE EXISTING CAMERA, REPLACE 5008 LOBBY B CEILING MOUNTED WITH NEW 5MP CAMERA

5009 CORR. 2 NEW 2MP CAMERA CEILING MOUNTED

5010 STAIR 1 NEW 2MP CAMERA WALL MOUNTED

REMOVE EXISTING CAMERA, REPLACE 5011 LOBBY 1 CEILING MOUNTED WITH NEW 5MP CAMERA

5012 CORR. 1 NEW 5MP CAMERA CEILING MOUNTED

5013 LAW LIBRARY NEW 2MP CAMERA CEILING MOUNTED

REMOVE EXISTING CAMERA, REPLACE 5014 COURT ROOM 1 CEILING MOUNTED WITH NEW 2MP CAMERA

5015 COURT ROOM 1 NEW 2MP CAMERA CEILING MOUNTED

NEW FIXED 20MP (4) 5016 LAW LIBRARY MULTI-IMAGER CEILING MOUNTED DOME CAMERA

5017 LAW LIBRARY NEW 2MP CAMERA CEILING MOUNTED

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 20 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

CAMERA ROOM NAME CAMERA TYPE NOTES NUMBER REMOVE EXISTING CAMERA, REPLACE 5018 CORR. 5 CEILING MOUNTED WITH NEW 2MP CAMERA

5019 STAIR 2 NEW 2MP CAMERA WALL MOUNTED

1.4 INSTALLATION A. Coordinate all locations with exit signs, ductwork, lighting and any other existing obstructions.

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 21 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

END OF SECTION 282310

VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE 282310 - 22 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 284620 - GRAPHICAL USER INTERFACE (GUI) SYSTEM

Part 1 - GENERAL

1.1 SUMMARY

A. Related sections: 1. Division 280500.

B. Basis of Design: 1. Provide a complete integrated control and monitoring system for a graphical user interface (GUI) at locations indicated on the drawings utilizing touchscreen stations integrated with the programmable logic control system and other systems as defined in these specifications. System configuration shall be such that failure of a single component shall not render the system inoperative. 2. Provide all labor, programming, equipment, materials and supervision to install, calibrate, adjust, document and integrate the following systems into a single functional integrated GUI system: a. 280500 - Basic Materials & Methods For Electronic Systems. b. 281300 - Access Control System (ACS). c. 281500 - Audio Communication System. d. 281600 - Personal Duress Alarm System (PDAS). e. 282300 - Video Surveillance System (VSS).

1.2 REGULATORY REQUIREMENTS

A. Refer to Division 280500 for requirements.

B. Equipment and materials for which there are UL standard testing requirements, listings, and labels will be listed and labeled by UL.

1.3 SUBMITTALS

A. Refer to Division 280500 for requirements.

B. Shop Drawings: 1. Scaled layout of each proposed graphic map.

C. Product Data: 1. Color graphic maps showing all device states and colors as defined in the specifications.

GRAPHICAL USER INTERFACE (GUI) SYSTEM 284620 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2. Color theory of operations describing each user interface point and indication. 3. Technical data sheet of the GUI system software.

D. Submittal Schedule: 1. Montgomery County Sheriff’s Office (MCSO) will be involved with the GUI map submittal process and design. 2. Contractor to submit preliminary GUI maps and theory of operation to AE one week prior to pre-submittal review meeting at the Owner’s office. 3. Any information as a result of the pre-submittal meeting shall be incorporated into the forthcoming GUI submittal. 4. Contractor shall submit GUI map submittal to AE. 5. AE will review for a period of 2 weeks and return to contractor for correction. 6. Contractor to Revise and Resubmit GUI shop drawings and product data to AE. 7. AE will review for a period of 2 weeks and return to contractor for correction and approval to proceed with control station demonstration unit submittal. 8. Contractor to Submit GUI control station demonstration unit to AE with all maps, icons, and functions which fully demonstrates the operational capabilities of the system as required by these contract documents. 9. AE will review for a period of 2 weeks to test the functionality and return to contractor with a listing of modifications and/or adjustments deemed appropriate for the proper operation of the unit. 10. Contractor to Revise and Resubmit GUI control station demonstration unit to the Owner with all modifications and/or adjustments previously listed by the AE. The contractor shall set up the demonstration unit at the offices of the Owner and demonstrate the operational capabilities. 11. The Owner will review for a period of 20 days. At the end of the review period, the AE will provide the contractor with a final listing of modifications and/or adjustments deemed appropriate for the proper operation of the unit. 12. Contractor to update the GUI control station demonstration unit, the unit shall remain at the offices of the Owner until the time of substantial completion to be used in staff training during this time provide adjustments to the maps as required at no additional cost to the Owner. 13. Upon substantial completion, the GUI control station demonstration unit shall be permanently installed in the facility at a location determined by the Owner for the purpose of training. The station shall be connected as an additional station on the system. Control from the training station shall be inhibited, that is no devices can be operated from this station. All other functions shall be fully emulated. 14. Changes: a. During GUI review process the AE and Owner reserve the right to make programming type changes and changes that are functional and/or graphical in nature at no cost to the Owner.

E. Any deviation from this specification must be submitted as a substitution request.

GRAPHICAL USER INTERFACE (GUI) SYSTEM 284620 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

1.4 WARRANTY

A. Refer to Division 280500 for requirements.

Part 2 - PRODUCTS

2.1 MATERIALS

A. Graphic User Interface (GUI): 1. GUI Software: a. Base: Wonderware. b. Optional: Indusoft, or AE approved native VMS or ACS software.

B. GUI system overview: 1. The control station shall be connected to the network of the PDAS, VMS and ACS for high speed throughput for security systems operation. 2. The control station system shall be a Windows based Wonderware system. The software shall be programmed and tailored to the specified functions and features described herein and shown on the drawings including additional Owner requested functions. The integrated control and monitoring system GUI shall be compatible with the electronic control system and function in conjunction with all electronic security systems to display, control and monitor all devices and functions. The control station is for operator interface only; all other standard functions of the operating system platform shall be inhibited. 3. Control station graphic displays shall be created to display all areas of the facility/site. The contractor should not assume electronic files of building floor plans are available. Displays shall include but not be limited to the following: a. Each building floor level and site plan to a designated scale. All floorplan graphics shall be displayed at the same scale. b. The function bar, intercom queue and alarm queue shall be located at the bottom of each map (not on the side). c. Special function maps shall be developed for life safety and emergency egress operations. Identification of smoke zones and paths of egress shall be identified on a series of maps. Control and monitoring of doors in the paths of egress shall be available from this screen. d. The Video Surveillance System (VSS) shall seamlessly integrate with the GUI software platform to allow a picture in picture pop-up display for integrated camera call-up. e. Maps for functional areas shall be designed in order to minimize the quantity of maps and display as much of the functional area as possible on a single map.

GRAPHICAL USER INTERFACE (GUI) SYSTEM 284620 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

f. Any functional area shall be assignable to any control station at any given time, and any control station shall be able to be dedicated to any number of functional areas. Each display map shall be capable of being assigned to a task group. Task groups will then be able to be assigned to individual stations. Control rooms that have multiple control stations are intended to be fully redundant stations so that if one station is malfunctioning no control functions will be lost. All controls for each specific area shall be transferred with that area and shall only be controllable by the station in control. Functional areas shall be identified by the AE and Owner during the submittal review process. Each task group can be assigned to any control station at any time, the same task can be assigned to multiple control stations where as an intercom call comes in for example it will call to every station that has that task on a first come first serve basis. There shall be a separate Task Management screen that only administrative privilege users can access and edit. g. All control icons (switch functions) used shall be of size that will facilitate a positive selection point. The minimum size shall be 12mm square. All status indicators shall be a minimum of 5mm in diameter, or equivalent square or rectangle. h. Background of display shall be dark gray. Graphic floorplan display and text shall be light gray. Icons shall be grayscale and as defined in section 2.4, or as otherwise confirmed by AE. i. Coordinate map orientation with user position at control station. 4. Control of functions shall be by the selection of icons on the graphic display. Each icon shall be distinct for its assigned function and consist of distinct symbols and colors. 5. Any change in status or state of an icon shall be indicated by a different color, for example, control station icons status on a common network shall show gray when logged off, green when logged on, yellow when taken over, and red when in duress. This is typical for all icons. 6. Selection of an icon shall initiate an audible tone for selection confirmation. 7. Icons for activation or access to global functions shall be selectable on each map. Upon selection, these functions shall be displayed in a window over a portion of the displayed map, or a separate display with automatic return to the previous map upon selection of the global function. Global functions shall include, but not be limited to: a. Emergency release. b. Emergency lockdown. c. Alarm silence/reset. d. Duress. e. Camera selection. 8. The system shall allow the operator to move between functional area maps via the floor, building or site maps, and move between maps within a functional group by selecting the area of the map that is desired. Left/Right, and Up/Down arrows shall be placed on each map to allow movement through the facility. The system shall also allow events to drive the map movement when the event is acknowledged by the operator.

GRAPHICAL USER INTERFACE (GUI) SYSTEM 284620 - 4 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

9. The interaction time between system input at the control station and the activation of a field device shall not exceed one-half (0.5) second. Similarly, the interaction time between field input device and display on the control station shall not exceed one-half (0.5) second. 10. The software shall provide on-line utilities, accessed through the system utilities function icon. These utilities shall provide the operator with the ability to edit and update required data bases, system operating variables, report configuration and generation, alarm tags and point descriptions, etc. These utilities shall be protected by security levels and password requirements. 11. Integrator’s Company name/Logo can only appear once on start-up screen. All other screens shall not have any logo or company name displayed. 12. Home screen and screen saver shall include facility name and an Owner provided logo.

C. GUI Revisions history: 1. Every time that the GUI programming is updated it shall be logged with a revision number. 2. The revision number shall be displayed on the home screen of the display which will allow troubleshooting or service to know which revision the particular station is on. 3. Each revision release shall have a small window with what particularly the release is updating such as “bug fixes, added camera 2104 icon”. 4. At the time of request for substantial completion the revision history and log shall be turned over to the AE and owner for review prior to final inspection.

D. All control station equipment and software shall be non-proprietary and readily available for purchase directly from multiple sources.

E. Software License requirements: 1. All software licenses shall be transferred to the Owner at completion of the project. This shall include but not be limited to all original installation disks, software manuals, software development packages, runtime licenses, equipment manuals, etc.; all project specific application software shall be provided as part of the O&M manuals. 2. Any modifications made to the software during the warranty period shall be updated and provided to the owner at the end of warranty period. All passwords to include “master” or “Super User” Passwords shall be provided to the owner at the completion of the project.

F. Additional programming: The Electronic Systems Integrator shall include all associated costs for eighty (40) hours of programming changes to the system. This time shall be in addition to the time required to make changes during the submittal review process outlined in this section. Integrator personnel shall be on site for a minimum of 25 percent of this programming time.

GRAPHICAL USER INTERFACE (GUI) SYSTEM 284620 - 5 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2.2 CONTROL STATION SYSTEM FUNCTIONS

A. Screen layout: 1. Top Right of screen: approximately 4” x 5” window for camera call-up integration. 2. Middle right of screen: Officer Duress, Emergency Release, Emergency Lockdown buttons. 3. Bottom right of screen: working Keyplan of areas associated with that station with Level up/down buttons as applicable, at the very bottom, Log Out button, settings “gear cog” button, help “?” button 4. Bottom center of screen: intercom queue. 5. Bottom left of screen: alarm queue with Silence and Reset buttons.

B. General: 1. All selections of the screen and calls for events shall be annunciated by both visual and audible means. 2. Each icon shall be distinct for its assigned function and consist of symbols and colors. Each change of status shall include that for both selection (confirmation of input) and verification (confirmation from controlled device). 3. Window for global and auxiliary functions shall be displayed in a location on the screen that shall not impede the viewing of the underlying map. 4. A date and time function shall be displayed continuously on the screen. Reset of date and time shall be accomplished globally from the SECS Server. 5. All system actions shall be logged to the operations log with the following minimum information: a. Time and date of action. b. Action point name. c. Operator performing action.

C. Communication systems: 1. Communication with remote intercom stations shall be simplex with use of a push- to-talk button to control direction of speech. 2. A call from a remote intercom station shall cause an event to be displayed on the control station display. Acknowledgment of that event shall cause the map for the area of the call to be displayed and the associated icon to be identified. Selecting the icon shall open the audio channel to a listen mode and cause the camera(s) viewing the area to be displayed on adjacent video monitors. Communication to the remote station shall be accomplished by activating the push-to-talk button and speaking into the microphone. Reset of the communications path shall be accomplished by selecting the icon a second time, response to another event, or movement to another map. 3. Intercom calls shall be stacked in a queue by order of receipt. Intercom calls from station with a higher priority level assignment shall precede those of a lower priority level when received and be placed in the top of the queue stack. 4. When an intercom call is not answered after a pre-determined duration of time set by MCSO the call shall “roll-over” to Security Control.

GRAPHICAL USER INTERFACE (GUI) SYSTEM 284620 - 6 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

D. Control systems: 1. If a monitored door is opened by means other than the security control system, provide a door “breach” alarm. Breach alarms shall re-alarm if condition is not reset after 1 hour of being silenced. Upon re-alarm breach can then be silenced for another hour. The door will continue to re-alarm until the door has been secured and reset. 2. Upon selection of the door icon all related cameras shall be called up to associated monitors.

E. Staff alarm systems: 1. Upon activation of a personal alarm device (i.e., panic button, duress, personal alarm) an event shall be indicated at the control station. Upon acknowledgment at the master control station, the associated map shall display. Where video surveillance is provided for the affected area, the video image shall be displayed on the spot incident monitor and start videotaping of scene. 2. Provide alarm silence/reset functions. 3. Each Control Station shall have a red “Duress” button available from every graphic map including welcome screen and log on map.

F. Video Surveillance System (VSS): 1. Icons for cameras shall be located on the graphic in their approximate location and/or in a location that will support the operation of a remote device (i.e., intercom, door). Selecting the icon shall cause the video image to be displayed on the spot monitor. 2. Provide graphic depicting camera locations for the entire facility. Selecting the camera icon shall cause that particular camera to be displayed. 3. The VSS shall seamlessly integrate with the GUI software platform to allow a picture in picture pop-up display for integrated camera call-up. 4. The Video Call-up window on screen shall call cameras upon: a. Fire Alarm Event Selection. b. Intercom Call-in Selection. c. Door icon Selection. d. Duress Alarm Event Selection.

G. Provide "Help" icon which when activated will bring dialog boxes up to explain use of each icon and what it represents.

2.3 FACILITY USER OPERATIONAL THEORY

A. User Name and Password data retention in the event of server disconnection/failure. The following shall be provided to assure user name and user password survivability:

B. User Name and User Password data shall be stored on each of the redundant servers.

GRAPHICAL USER INTERFACE (GUI) SYSTEM 284620 - 7 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

C. Each Control Station shall store a “cash” on their hard drive of each User Name and User Password individually.

D. The Control Station shall automatically restore or update the “cash” from the server each time a User Name or User Password is edited.

E. User Level Definitions: 1. Level User (Below Sergeant rank) – Full operation of the control system, does not have access to logging and reporting. 2. Level MCSO Admin (Sergeant rank and above) – Full function user rights including access to logging and reporting. 3. Level IT Admin – Full access rights including adding users and changing user levels. 4. User’s levels, names and passwords shall have the ability to be changed by an administrator without creating a new profile. 5. During the owner review certain functions may require a +PIN to operate, to be determined by the owner.

2.4 CONTROL STATION ICONS

A. (GRAY) SECURE SWING DOOR OR GATE.

B. (RED) UNSECURE SWING DOOR OR GATE.

C. (GRAY) INACTIVE ALARM OR EMERGENCY CALL BUTTON.

D. (GRAY-RED) FLASH ACTIVE ALARM OR EMERGENCY CALL BUTTON.

E. (RED) SILENCED ALARM OR EMERGENCY CALL BUTTON.

F. (GRAY) NOT ACTIVE INTERCOM.

G. (GRAY-YELLOW) FLASH CALL-IN FOR INTERCOM.

H. (YELLOW) ACTIVE INTERCOM.

GRAPHICAL USER INTERFACE (GUI) SYSTEM 284620 - 8 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

I. (GRAY) NOT SELECTED FIXED CAMERA.

J. (GRAY) NOT SELECTED PTZ CAMERA.

K. (BLUE) MANUALLY SELECTED CAMERA.

L. (GREEN) CAMERA FOLLOWING INTERCOM OR EVENT.

M. (RED HAZARD SYMBOL) DEVICE COMMUNICATION LOSS.

2.5 EXTRA MATERIALS

A. Refer to Division 280500 for requirements.

B. GUI Software License: (1) of each type used.

C. GUI Software Ghost Image Backup: (1) for each configuration used.

Part 3 - EXECUTION

3.1 INSTALLATION

A. Refer to Division 280500 for requirements.

B. All programming shall be accomplished using non-proprietary software and standard programming practices, software shall be readily available for purchase directly from multiple sources.

GRAPHICAL USER INTERFACE (GUI) SYSTEM 284620 - 9 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

END OF SECTION 284620

GRAPHICAL USER INTERFACE (GUI) SYSTEM 284620 - 10 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 284630 - NETWORK EQUIPMENT

PART 1- GENERAL

1.1 SUMMARY

A. Applicable provisions of Division 280500 will govern all work under this Section.

B. Section Includes: 1. Workstation. 2. Control Station Monitors. 3. System Servers. 4. Workstation Peripherals. 5. Network Switches.

C. Related Sections: Basic Materials & Methods for Electronic Systems, Section 280500, are part of this Section, and the contract for this work, and apply to this Section as fully as if repeated herein.

1.2 SUBMITTALS

A. Submit product data under provisions of Section 280500 and Division 1.

B. Include dimensioned shop drawings and wiring diagrams.

C. Product Data: Provide data sheets, dimensions, ratings, performance data, and accessory information for each type.

D. Shop drawings: Include full size drawings detailing each graphic screen proposed.

E. System Response: Provide a detailed analysis showing the maximum system response time.

F. This system includes interfacing and interconnection with other low voltage systems described in this specification. Verify the requirements for these interfaces and provide auxiliary equipment necessary for complete functioning of all systems.

1.3 OPERATION AND MAINTENANCE MANUALS

A. Refer to section 280500 - Basic Materials and Methods for Electronic Security Systems.

NETWORK EQUIPMENT 284630 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

B. Include copies of the shop drawings and product data indicated above.

1.4 WARRANTY

A. Refer to section 280500 - Basic Materials and Methods for Electronic Security Systems.

PART 2- PRODUCTS

2.1 CONTROL STATION WORKSTATION

A. The System will require multiple PC Workstations, number as shown on the drawings. The Workstation will operate in a Microsoft Windows 10 operating environment, 32 bit or 64 bit as required, and will be networked.

B. Workstations will have the following minimum configuration: 1. Processor: Quad Core Intel Xeon Processor, 2.66GHz, 12M L3, 5.86GT/s. 2. Power Supply: Size as required, minimum of 400W. 3. RAM: 8 GB, DDR3, 1333MHz, ECC. 4. Hard Disk: 10 GB available disk space (after all programs are installed). 5. Graphic Card: 2GB NVIDIA Quatro 4000, Dual Monitor, 2DP and 1DVI. 6. Hard Drive: Non-RAID, 250GB available disk space (after all programs are installed). 7. Media Reader: Internal 19:1 USB Media Card Reader (USB2.0 or later). 8. CD-ROM: 32X DVD+/-RW. 9. Display: As indicated in the individual narratives and per below. 10. Mouse: Bus or USB Mouse. 11. Keyboard: Bus or USB Mouse. 12. System Software: As required for each individual system. 13. USB Ports: As required. 14. Network Card: 10/100/1000 Ethernet or Fiber Optic, as required. 15. Microsoft Windows 10 OS

C. Workstations will be as manufactured by Dell, HP, or Lenovo. Workstations will be housed in lockable casework with a fan for ventilation or in a locked ventilated enclosure.

2.2 NETWORK DATABASE SERVER

A. The System will require multiple PC Workstations, number as shown on the drawings. The Workstation shall operate on the latest Microsoft Windows operating system that is compatible with all supporting software required for this project.

B. Multiple workstations shall be installed where indicated on the drawings and networked using Microsoft Windows 10 OS software.

NETWORK EQUIPMENT 284630 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

C. Servers will have the following minimum configuration: 1. Processor: Intel Core i7 2. Memory: 16GB 2x8GB 2400MHz DDR4 Memory 3. Video Card: AMD Radeon R7 450, 4GB, (DP/DP/SL-DVI-I), or as required. 4. Hard Disks: PERC RAID Controller, RAID 5 configured, Hot Swappable, 1 TB available disk space (after all programs are installed), minimum of 3. CCTV System Network Database Servers have 2 TB available disk space (after all programs are installed). 5. DVD-ROM: 32X DVD+/-RW. 6. Display: As Noted Below. 7. Mouse: Bus or USB Mouse. 8. Keyboard: Bus or USB. 9. Environment: Microsoft Server, Latest Version, Microsoft SQL, Latest Version. 10. Input Card: As required. 11. USB Ports: As required. 12. Network Card: 10/100/1000 Ethernet or Fiber Optic, as required.

D. Servers shall be as manufactured by Dell, HP, or IBM. 1. Servers shall be rack mounted.

2.3 WORKSTATION PERIPHERALS

A. A laser text printer will be provided by the Contractor for the purpose of generating reports. The printer will be an Ethernet or USB interface dry-type laser process printer. The unit will print a minimum of 8 pages per minute at 600 dpi resolution. The printer will be HP Laserjet 1012.

B. Uninterruptible power supply will be provided for the network database server and all Workstations. The UPS will be power protection in the event the main source of power and emergency back-up power are lost and will prevent data loss by enabling for the user of safely exit from the system. The UPS will provide power for 30 minutes to each Workstation to allow proper System shutdown.

C. All System Workstations are to be enclosed with standard enclosures. The System will retain environmental protection under normal operating conditions.

2.4 CONTROL STATION MONITORS

A. Control Station Monitors: 1. 24” Monitors will have the following characteristics: a. Native (Optimal) Resolution: 1366x768. b. Brightness: 400 nits for Intellitouch and 450 nits for LCD Panel. c. Response Time: 8msec typical. d. Viewing Angle: 178 degrees horizontal and vertical. e. Contrast Ratio: 3500:1. 2. Monitor desk mounts will be Ergotron 45-360-026 LX series LCD mounting arm.

NETWORK EQUIPMENT 284630 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2.5 ETHERNET SWITCHES

A. CORE network switch: 1. Cisco Catalyst 9400 Series CORE Switch. a. Provide CORE switch as required for Bandwidth purposes. b. Provide quantity of SM fiber optic SFP/SFP+ modules as necessary.

B. POE network switch: 1. 48-Port Cisco Catalyst 9200 Series Stackable Switch. a. Switches in the same equipment room shall be stacked as a single virtual switch. b. Provide 3-year DNA license at time of purchase and Smart Net license with each switch. c. Provide power supply to meet POE requirements.

2.6 EXTRA MATERIALS

A. Refer to Division 280500 for requirements.

B. Provide (1) Complete spare control station including all software and cabling.

C. Provide (1) spare POE network switch.

PART 3- EXECUTION

3.1 INSTALLATION

A. The Contractor will provide the development, loading and checking of the software and/or databases for the complete and proper operation of the systems involved. When the Contractor is required to provide software, it will be of the most current type and revision. Where licensing of the software is required, the license will be assigned to the Owner. The Contractor will provide a copy of the software on media to the Owner prior to system acceptance.

B. Provide all wiring, connectors, power supplies, interfaces, modems, and other hardware as necessary to affect an operating system.

C. All programming of the security system and system components necessary to provide a fully operational system will be included in the scope of this work. All Alarm graphics maps will be programmed and generated by the Contractor to the satisfaction of the owner. CAD files will be supplied to the Contractor if requested.

NETWORK EQUIPMENT 284630 - 4 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

D. These specifications and the drawings submitted with the specifications represent an outline of the system that is desired. The compatibility of the equipment described is the responsibility of the contractor submitting the proposal. It has not been intended to list all parts, interfaces, and miscellaneous equipment that may be needed; it is the responsibility of the contractor submitting the proposal to provide the equipment necessary to provide a properly operating system.

E. Ethernet cabling distances further than 300’ shall be provided with a booster or fiber and fiber optic converter.

3.2 TESTING

A. Verify unhindered operation of the security control electronics during power loss, transfer to emergency back-up generators and re-transfer to normal power. Verify unhindered operation of the security control electronics during main CPU fault or shutdown where a hot-standby CPU is indicated.

B. Intentionally simulate a controller fault and verify orderly shut-down of functions and indication of maintenance alarms.

C. Document all test results on forms approved by the Owner.

D. Test completed control panels for operability in accordance with other Sections of this Specification.

3.3 SYSTEM ACCEPTANCE

A. The security system will not be considered accepted until all punch list items have been corrected in all buildings. Beneficial use of part or all of the system will not be considered as acceptance.

NETWORK EQUIPMENT 284630 - 5 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

END OF SECTION 284630

NETWORK EQUIPMENT 284630 - 6 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

SECTION 285000 - UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEM

Part 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Related work: 1. Basic Material and Methods for Electronic Systems: Section 280500.

1.2 SUMMARY

A. This specification defines the electrical and mechanical characteristics and requirements for a continuous-duty single-phase, solid-state, uninterruptible power supply system. The uninterruptible power supply system, hereafter referred to as the UPS, shall provide high-quality AC power for sensitive electronic equipment loads with hot swappable power and battery modules to maintain maximum uptime. The UPS shall operate in conjunction with the existing building electrical system to protect electronic equipment from power disturbances that may occur with utility power, such as voltage fluctuations, brownouts, power surges and sags.

B. UPS shall be selected based upon existing power availability and requirements.

C. Uninterruptible power supply system includes: 1. Converter (Rectifier/Booster). 2. Inverter. 3. Sealed Lead Acid Battery Modules. 4. Battery Charger. 5. Automatic Bypass. 6. User Interface Panel. 7. Remote Emergency Power Off (EPO) Contacts. 8. On Generator Contacts. 9. On Bypass Contacts. 10. Hardwired Input. 11. Hardwired Output. 12. Rack Mount Kit for Enclosure. 13. Rack mounted Make Before Break (MBB) Maintenance Bypass Switch.

1.3 SUBMITTALS (SEE SECTION 280500)

A. Shop drawings: 1. Calculations for sizing UPS. 2. System tie-in details / diagrams.

UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEM 285000 - 1 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

3. Equipment location elevations in equipment racks. 4. Coordination with Division 26.

B. Product data: All components provided.

1.4 Warranty (SEE SECTION 280500)

1.5 OPERATING AND MAINTENANCE DATA (SEE SECTION 280500)

1.6 QUALITY ASSURANCE (SEE SECTION 280500)

1.7 OWNER'S TRAINING (SEE SECTION 280500)

1.8 EXTRA MATERIALS (SEE SECTION 280500)

A. Battery module: 10% of each type used (round up to nearest whole number).

B. Panelboard breaker: 10% of each type used (round up to nearest whole number).

Part 2 - PRODUCTS

2.1 MATERIALS

A. Acceptable manufacturers: 1. Uninterruptible power supply (Equipment Cabinet): a. Base: Eaton (Powerware) 9PX series. b. Optional: Emerson (Liebert), APC (Smart-UPS), or AE approved equal. 2. Other manufacturers desiring approval comply with substitution requirements.

B. System rating: 1. Size each UPS unit based on 80% of the connected load that UPS unit serves. Provide sizing calculations. 2. Size each UPS system to maintain connected load for a minimum of 30 minutes. 3. Provide rack mounted UPS in equipment racks and tower UPS for workstation locations.

C. Electrical characteristics: 1. System input: a. Voltage: 208 volts AC, 1 phase, 3 wire plus ground. b. Frequency: 60 Hz.

UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEM 285000 - 2 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

c. Power factor: Unity to 0.85 lagging with full load at nominal input voltage and normal float voltage on battery. d. Inrush Current: 150% of full load input current maximum for 3 cycles. e. Surge Protection: Sustains input surges without damage per criteria listed in ANSI C62.41-1980 (IEEE 587), Category A and B. 2. System output: Voltage: 208 volts AC, 1 phase, 1 wire plus ground. 3. Output voltage regulation: The steady-state output voltage shall not deviate by more than plus/minus 3 percent from no load to full load. 4. Output frequency regulation: UPS to be capable of providing 60 Hz plus/minus 0.5 percent free running. 5. System overload: Inverter to be capable of supplying regulated output during overloads of 110 percent of the system rating for a period of 10 minutes or 150 percent for 30 seconds. 6. System efficiency: Overall efficiency, input to output, at least 90 percent with the battery fully charged and the inverter supplying full-rated load. 7. Internal Bypass: Automatic bypass shall provide an alternate path to utility power in the case of overload, UPS failure and excessive transfers while in High Eff. Mode. 8. Rack mounted (MBB) Maintenance Bypass: Provided for each UPS system for all servicing of the UPS. Make before break (MBB) bypass switch shall be provided. Transfer time to and from any internal bypass shall be no-break. 9. Mechanical Construction: a. All materials and components making up the UPS shall be new, of current manufacture, and shall not have been in prior service except as required during factory testing. The UPS shall be constructed of replaceable subassemblies. All active electronic devices shall be solid-state. b. The UPS unit comprised of: input converter, battery charger, inverter, bypass, and battery consisting of the appropriate number of sealed battery modules, shall be housed in a single rack mounted enclosure. The UPS cabinet shall be cleaned, primed, and painted with the manufacturer's standard color. Rack mounting brackets shall be provided as needed. 10. Battery Type: a. Valve Regulated Lead Acid (VRLA), minimum 3-year float service life at 25 degC. b. Each Battery Module shall be User-Replaceable and Hot Swappable. All battery modules shall have a weight of 30lbs or less to insure they are User- Replaceable and Hot Swappable for one person.

2.2 OPERATION

A. System definition: 1. UPS shall automatically affect continuity of electric power within specified tolerances, without interruption, upon failure or deterioration of the normal power supply. Maintain continuity of electric power to the load for an emergency period with the inverters supplied by the batteries, up to the specified maximum time or until restoration of the normal power supply.

UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEM 285000 - 3 MONTGOMERY COUNTY COURTHOUSE TECHNOLOGY REPLACEMENT PROJECT

2. A dry-contact or SNMP alarm shall be transmitted to the PLC and annunciated on the associated control station upon any UPS event.

2.3 LOAD CENTER PANELBOARD

A. Coordinate with Division 26 contractor to furnish and install a new load center panelboard with main circuit breaker and branch circuit breakers sized as required to accommodate load.

B. Panelboard shall comply with requirements of Division 26.

Part 3 - EXECUTION

3.1 INSTALLATION (SEE SECTION 280500)

A. Install as indicated and in accord with manufacturer's recommendations and instructions.

B. Connect Control stations (CPU and Monitor) and CCTV monitors in each control room to UPS on Generator backed Emergency Circuit as required by Ohio Standards.

C. Division 26 contractor to provide orange duplex receptacle for UPS circuits.

D. Connect all security electronics head-end equipment of Division 28 to UPS system, and all controlled detention area doors to the UPS system. Size UPS accordingly.

E. Provide wiring from output of UPS through MBB bypass switch to load center panelboard and from load center panelboard to loads. Wiring to conform to NEC requirements and Division 26 requirements.

END OF SECTION 285000

UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEM 285000 - 4 MONTGOMERY COUNTY COURTS SECURITY IMPROVEMENTS (CPC & DMCC)

January 3, 2020

MONTGOMERY COUNTY

COUNTY COMMISSIONERS Deborah A. Lieberman Judy Dodge Carolyn Rice

COUNTY ADMINISTRATOR Michael Colbert

FACILITIES MANAGEMENT DEPARTMENT Philip G. Miller P.E. Facilities Management Director

ARCHITECT/ENGINEER K2M w/ Technology by HOK Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

VOLUME 1– DIVISIONS 0 THROUGH 1

DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS

00 01 00 TABLE OF CONTENTS 00 01 01 PROJECT TITLE PAGE 00 01 15 LIST OF CONTRACT DOCUMENT DRAWING SHEETS 00 10 00 SOLICITATION (GENERAL CONTRACT) 00 21 13 INSTRUCTION TO BIDDERS (GENERAL CONTRACT) 00 41 00 BID FORM (GENERAL CONTRACT) 00 43 00 BID SECURITY FORM 00 45 00 BIDDERS QUALIFICATIONS 00 71 00 CONTRACTING DEFINITIONS 00 72 00 GENERAL CONDITIONS (GENERAL CONTRACT) 00 73 43 WAGE RATE REQUIREMENTS

DIVISION 01 - GENERAL REQUIREMENTS

01 10 00 SUMMARY 01 20 00 PRICE AND PAYMENT PROCEDURES 01 25 00 SUBSTITUTION PROCEDURES 01 30 00 ADMINISTRATIVE REQUIREMENTS 01 32 16 CONSTRUCTION PROGRESS SCHEDULE 01 33 00 SUBMITTAL PROCEDURES 01 40 00 QUALITY REQUIREMENTS 01 60 00 PRODUCT REQUIREMENTS 01 70 00 CLOSEOUT REQUIREMENTS

DIVISION 28 – ELECTRONIC SAFETY AND SECURITY

280500 BASIC MATERIALS AND METHODS FOR ELECTRONIC SECURITY SYSTEMS. 280510 EQUIPMENT ENCLOSURES. 280520 WIRE AND CABLE. 281300 ACCESS CONTROL SYSTEM (ACS). 281500 AUDIO COMMUNICATION SYSTEM. 281600 PERSONAL DURESS ALARM SYSTEM (PDAS). 282300 VIDEO SURVEILLANCE SYSTEM (VSS). 282310 VIDEO SURVEILLANCE SYSTEM (VSS) CAMERA SCHEDULE. 284620 GRAPHICAL USER INTERFACE (GUI) SYSTEM. 284630 ELECTRONIC SECURITY SYSTEMS NETWORK EQUIPMENT. 285000 UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEM.

END OF SECTION 00 01 00

TABLE OF CONTENTS SECTION 00 01 00 - 1 Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 00 01 01 - PROJECT TITLE PAGE

PROJECT TITLE: Montgomery County Courts Security

PROJECT NO: K2M #19074

PROJECT LOCATION: 41 North Perry Street Dayton, Ohio 43113

PROJECT OWNER: Montgomery County Board of Commissioners 451 W. Third Street Dayton, OH 45422-1120 (937) 225-6491

PROJECT ARCHITECT: K2M Design, Inc. Tom Ferri, Project Manager 200 S. Meridian Street Indianapolis, IN. 46225 (317) 419-5435

PROJECT ENGINEERS:

Security Electronics HOK 717 N Harwood St #3300 Dallas, TX 75201 (214) 720-6000

Structural K2M Design, Inc. 3121 Bridge Avenue Cleveland, Ohio 44113 (216) 357-2794

END OF SECTION 00 01 01

PROJECT TITLE PAGE SECTION 00 01 01 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 00 01 15 - LIST OF CONTRACT DOCUMENT DRAWING SHEETS

GENERAL

TY001 SECURITY SHEET LIST, SYMBOLS & ABBREVIATIONS

CIVIL

TY100 SITE PLAN TY101 EAST LOT SITE PLAN - SECURITY TY102 EAST PARKING LOT SITE PLAN - SECURITY

SECURITY

TY200 LOWER LEVEL FLOOR PLAN - SECURITY TY201 LEVEL 1 FLOOR PLAN - SECURITY TY202 LEVEL 2 FLOOR PLAN - SECURITY TY203 LEVEL 3 FLOOR PLAN - SECURITY TY204 LEVEL 4 FLOOR PLAN - SECURITY TY205 LEVEL 5 FLOOR PLAN - SECURITY TY601 SECURITY RISER DIAGRAM TY901 DOOR ROUGH-IN DETAILS TY902 CAMERA ROUGH-IN DETAILS TY903 SECURITY ROUGH-IN DETAILS TY904 CAMERA DETAILS TY905 HELP POINT ROUGH-IN DETAILS TY906 GT SERIES ROUGH-IN DETAILS TY907 TRANSCORE ROUGH-IN DETAILS TY908 PEDESTAL PRO ROUGH-IN DETAILS

END OF SECTION 00 01 15

LIST OF CONTRACT SECTION 00 01 15 - 1 DOCUMENT DRAWING SHEETS

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 00 10 00 - SOLICITATION

Sealed bids will be received in the 9th-floor Purchasing Department, Board of County Commissioners, County Administration Building, 451 West Third Street, Dayton, Ohio 45422, until 1:30 p.m., February 5, 2020, for Montgomery County Court Security Ph I Project. Said bids will be opened by the Purchasing Director as soon thereafter as the opening can begin in the 9th Floor conference room of the Montgomery County Administration Building.

Specifications are available at the Administrative Services Department, 7th floor, County Administration Building at a cost of Forty Dollars ($40.00) non-refundable, for one set of documents, made payable to the Montgomery County Treasurer. The drawings and specifications may also be downloaded for FREE at http://www.mcohio.org/departments/purchasing/bids/ Registration is required. Pursuant to Section 153.54 et. seq., of the Ohio Revised Code, the bidder shall submit a BID GUARANTY in the form of either: a) A bond for the full amount of the bid; or b) A certified check, cashier's check, or letter of credit pursuant to Chapter 1305, Ohio Revised Code, in the amount of TEN PER CENT (10%) of the bid. The successful vendor must replace the ten percent (10%) bid bond with a one hundred percent (100%) Performance Bond upon award of the bid.

A mandatory pre-bid conference will be conducted on January 22, 2020, at 10:00 a.m. at the Common Pleas Court Lower Level Conference Room located at 41 N. Perry Street, Dayton OH 45422. A site tour will follow. All potential bidders are required to attend this conference and shall pay particular attention to the following provisions: a) The bidder shall examine the plans and specifications prior to the pre-bid conference and be ready to raise questions concerning any unclear matter in the bidding process. b) The bidder recognizes that the purpose of the pre-bid conference is to resolve ambiguities, inconsistencies, errors or omissions in the contract documents, and interpretations thereof shall be made with a preference to the accomplishment of the purpose of the contract, without additional cost to the Board.

Bids shall be enclosed in a sealed envelope identified as “Montgomery County Court Security Ph I Project” and MUST HAVE THE FULL NAME AND ADDRESS of the bidder on the envelope.

The county commissioners reserve the right to reject any or all bids and to waive any irregularity of bids, should same be to the advantage of the county.

BY ORDER OF THE BOARD OF COUNTY COMMISSIONERS OF MONTGOMERY COUNTY, OHIO:

______Kyle Kolopanis, Purchasing Director Published in the Court Reporter on January 3, 2020 and January 10, 2020

END OF SECTION 00 10 00

SOLICITATION SECTION 00 10 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 00 21 13 - INSTRUCTION TO BIDDERS

Please be certain that you have seen and understand all pages of these instructions to bidders, as you will be responsible for doing so. To ensure the acceptance of your bid, please read and follow these directions:

NOTE: All terms subject to clarification shall have the same definitions as found in the sample "Construction Contract Agreement" contained in these bid documents. All of the conditions applicable to the bid shall be read so as to give meaning to all of such provisions. However, when there is a conflict in the interpretation between a condition in the Instructions to Bidders and a Contract Document provision, the Contract Document shall control and the bidder shall raise such conflict at the mandatory pre-bid conference.

1. General.

The Board of County Commissioners for Montgomery County, Ohio (the "Board") has created the following bid procedure to ensure an equal opportunity for all bidders, to ensure that bids received are responsive to the specifications, and to minimize any misunderstandings in advance of bid openings.

Particular attention of all bidders is drawn to the provisions of this solicitation and the resulting contract dealing with pre-bid inquiries, pre-bid and pre-award conferences and the duty of the bidders to disclose any significant fact or question which will adversely affect the cost or time of completion of this project.

Bidders are cautioned that they disregard these provisions at their own peril.

Bidders are directed to study and follow these instructions as to the method and form for submitting bids so there will be no reason to reject a bid.

2. Questions About Bidding.

All bidders are requested to submit to the Board written or, if time is not available, oral requests for explanation, interpretation or other inquiry, prior to the time set for the mandatory pre-bid conference. All such inquiries shall be issued to all bidders.

Questions and inquiries concerning this bid shall be directed to the person designated in the bid documents for receipt of such questions or, if no such person is designated, to Deputy Director, Montgomery County Department of Administrative Services, P.O. Box 972, 451 West Third Street, Seventh Floor, Dayton, Ohio 45422-1403. All questions and answers covered at the pre-bid conference will be mailed to those in attendance at that conference. While every effort will be made to answer all questions at the pre-bid conference, the written response to any such questions shall be controlling in the event of a conflict with an oral response given at the pre-bid conference.

CAUTION: Only official, written addenda shall create a binding contractual commitment upon the Board in response to any request for explanation, interpretation or other inquiries. Any other response shall be for information only and shall not have contractual significance unless set forth in an official, written addenda.

INSTRUCTION TO BIDDERS SECTION 00 21 13 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

3. Work Site Conditions.

All bidders are cautioned to read Paragraphs 3.1 and 4.2.7 of the General Conditions hereof, carefully, concerning the contractual responsibility of the Bidder for the conditions of the site.

Each bidder shall visit the site of the proposed Work and fully acquaint himself with conditions as they exist so that it may fully understand the facilities, difficulties, and restrictions attending the execution of the Work under this Contract. Bidders shall also thoroughly examine and be familiar with the plans and specifications. The failure or omission of any bidder to receive or examine any form, instrument or document or to visit the site and acquaint himself with conditions there existing shall in no way relieve any bidder from any obligation with respect to its bid.

The bidder shall make its own investigation to determine all underground structures and utility lines as much of the information on the Plans may have been obtained from records and may be subject to error.

The submission of a proposal will be construed as an acknowledgment that the bidder has conducted its own investigation and fully understands the conditions and difficulties of the Work, Plans, Specifications, Contract Documents, and all matters relating to the Project.

4. Bidder Qualifications.

In addition to the prequalification requirements contained in Specification Section 28 05 00 under QUALITY ASSURANCE, each bidder shall, upon request of the Director of the Montgomery County, Ohio, Department of Facilities Management, submit on the form furnished, a copy of which is included in the Contract Documents, a statement of the bidder's qualifications, its construction experience, full details of work presently under contract, and full details on the last five (5) completed construction contracts, its organization and equipment available for the Work included in this Project; and, when specifically requested by the Deputy Director of the Montgomery County Department of Administrative Services, a detailed financial statement.

By submitting a bid and providing information regarding past projects, the bidder is waiving any claims it may have against the owner or any person responding to requests for information. Even in the absence of such a provision, such persons are protected by a qualified privilege.

5. Bid Guaranty.

Each Proposal shall be accompanied by a certified check or cashier's check upon a solvent bank or a letter of credit pursuant to Ohio Revised Code Chapter 1305 executed by a surety company authorized to do business in the State of Ohio, for a sum equal to ten percent (10%) of the amount of the bid submitted, or, in the alternate, the bid can be accompanied by a Bid and Performance Bond for a sum equal to one hundred percent (100%) of the amount of the bid submitted, all pursuant to Revised Code Section 153.54, as guarantee that if the bid is accepted, a Contract will be entered into and its performance properly secured. Should any proposal be rejected, such certified check, cashier's check or letter of credit will be returned to the bidder, and should any proposal be accepted, such check or letter of credit will be returned to the bidder upon the proper execution and securing of the Contract and a Bid Bond pursuant to Revised Code Section 153.54.

INSTRUCTION TO BIDDERS SECTION 00 21 13 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

If the bidder fails to furnish an appropriate bid guaranty with the bid, the bid shall be rejected as non- responsive. Telegraphic notification of execution of a bid bond does not meet the requirements of a bid guaranty accompanying the bid. Use of a form containing additional material language from that required by statute will not be accepted and bidders are urged to use the bond form contained in the bid documents.

If a surety company bond is furnished, each bond must be accompanied by a Power of Attorney of the agent of the company signing it, showing that said agent is authorized to execute bonds in a sum sufficient to cover the amount of the bond in each particular case. The bond must also be accompanied by a certificate signed by the Superintendent of Division of Insurance, State of Ohio, showing that said company is authorized to do business in Ohio.

6. Addenda Requirements.

The bid documents provide for acknowledgment individually of all official, written addenda to the drawings and/or specifications on the bid. All addenda shall be acknowledged on the bid prior to reading or acceptance of bid. If no addenda are received by the bidder, the word "none" should be shown where specified on the Bid Proposal Form.

Every effort will be made by the Board to ensure that contractors receive all official, written addenda when issued. Addenda, both by mail and wire facsimile, will be sent to the address or telephone number provided when contract documents were requested. It is unusual for there to be no addenda issued. It is sometimes possible that notwithstanding the Board's good faith best efforts to avoid the possibility that a particular bidder or bidders may be overlooked in transmitting of addenda or that a particular mailing is lost or not delivered to all identified bidders. To protect its interests all bidders are cautioned to inquire in a timely fashion to assure that all addenda have been received and that the cost consequence thereof has been included in the bid submitted.

7. Bidder's Signature.

Each Bid Proposal Form and Certification must be signed by each and every person or entity who is making the bid or by each and every bidder's duly authorized agent, using the full and usual signature of the bidding person or entity wherever the bidder's name is requested in the bid documents. The following signature forms must be followed:

Individuals: Wherever signatures are requested, the individual bidding shall sign in his or her full legal name.

Example: John James Smith.

Sole Proprietors: Wherever signatures are requested, the sole proprietor bidding shall sign in his or her full legal name and any applicable fictitious business name (a "doing business as" name or a "dba" name) should appear after that name.

Example: John James Smith dba Goop Co.

Partnerships: Wherever signatures are requested, a partnership bidding shall include the full legal names of the partners composing the partnership, the state of partnership formation, any applicable fictitious INSTRUCTION TO BIDDERS SECTION 00 21 13 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

business name of the partnership (a "doing business as" name or a "dba" name), and the name and affiliation of one or more of the general partners signing the bid.

Example: John James Smith and Kevin Klondike Jones, an Ohio partnership, dba Goop Co., by John James Smith, partner.

Corporations: Every corporate bidder must be licensed to do business in the State of Ohio and must be in good standing with the Ohio Secretary of State at the time for opening bids. Wherever signatures are requested, corporations bidding shall include the full name of the corporation as registered with the Ohio Secretary of State, any applicable fictitious business name of the corporation (a "doing business as" name or a "dba" name), and the name of the authorized corporate officer signing the bid.

Example: Smith-Jones, Inc. dba Goop Co. by John James Smith, president.

All documents requiring signatures must have original signatures. No facsimiles or photocopies of signatures will be accepted

8. Submission and Receipt of Bids.

All bids, including any amendment or withdrawal, must be received in the 9th floor Purchasing Department, Board of County Commissioners, County Administration Building, 451 West Third Street, Dayton, Ohio 45422 no later than the time of opening the bids. Any bid, amendment or withdrawal, which has not been actually received by the person opening bids prior to the time of the scheduled bid opening, will not be considered. Conditional or qualified bids will be considered non-responsive.

The submitted bid envelope must be directed to the Montgomery County Board of County Commissioners, and endorsed on the outside of the envelope with the project name and full name and address of the bidder.

a) Bidders must use the Bid Proposal Form furnished by the Board or a copy thereof.

b) Bidders must use a sealed envelope properly identified as stated above to assure proper handling. If the entire bid does not fit into an envelope, a sealed envelope containing the Bid Proposal Form together with the a proper Bid Guaranty and Performance Bond, as provided for herein, must be enclosed in the properly identified sealed envelope and that envelope shall be firmly and prominently attached to the remainder of the bid documents upon submission.

c) Submitted bid documents having any erasures or corrections thereon may be rejected unless explained or noted over the signature of the bidder.

d) Fill in all spaces on the Bid Proposal Form. Leaving blank spaces may make your bid unresponsive. If a particular space in the Bid Proposal Form is not applicable to your bid, indicate "Not applicable," "n/a” or some other similar designation.

9. Official Clock.

The official clock to determine whether bids are submitted before the time at which all bids are due shall be the clock located in the Purchasing Office where the bids are received.

INSTRUCTION TO BIDDERS SECTION 00 21 13 - 4

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

10. Interpretation.

Submitted bids shall state the price for each item enumerated in the Bid Proposal Form for the kind of improvement bid upon, except in bids involving alternate bid items in which the bidder has the option of bidding on one or more of said alternates. The unit price for each item must be shown, together with the total amount for each item carried forward. In case of errors or discrepancies, the unit price as shown will govern in the computation of the bid. Failure to comply with the provisions of this section may be deemed sufficient ground for rejection of any bid.

All submitted bids will be compared on the basis of the Architect's or Engineer's Estimate of quantities of Work to be done and materials to be furnished. These quantities are approximate only, and the Board expressly reserves the right to increase or decrease the same or omit any item that the Board may deem advisable. Bids, which exceed the estimate, may not be accepted. On Project contracts which will be awarded on the basis of unit prices as submitted in the proposal, the Board will look with disfavor upon a proposal submitted in which the bidder's unit prices are or appear to the Board to be unbalanced. The Board reserves the right to reject any bid which, in its opinion, appears unbalanced.

11. Processing of Bids.

The Board may, in its sole discretion, do any or all of the following where, in the sole judgment of the Board or its agents, it is in the best interest of the Board to do so:

a) Reject defective or non-responsive bids;

b) Waive any irregularity or clerical error in any and all bids;

c) Accept a part or parts of a bid unless otherwise restricted in the bid documents;

d) Reject any or all bids; or

e) Re-advertise the project for re-bid.

NOTE: The Board SHALL reject bids submitted by any bidder who did not attend the mandatory pre-bid conference.

12. Bid Evaluation.

All bids received shall be evaluated using the following three (3) procedures:

a) Bid Document Evaluation - the submitted bid is compared to the requirements found herein and in the bid documents for bid form and content. Failure to meet any of the requirements specified in the bid documents may result in disqualification of the bid.

b) Bid Specification Evaluation - the submitted bid is compared to the specifications in the bid documents. Failure to meet any of the requirements specified in the bid documents may result in disqualification of the bid.

INSTRUCTION TO BIDDERS SECTION 00 21 13 - 5

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

c) Price Evaluation - The price proposals in a submitted bid shall be evaluated on the basis of the lowest and best bid pursuant to Ohio Revised Code '307.86. Bids, which are not lowest and best pursuant to Ohio Revised Code’307.86, will be disqualified.

The bid award shall be made to the bidder(s) whose bid(s):

i) Has not been disqualified through the Bid Document Evaluation. ii) Has not been disqualified through the Bid Specification Evaluation.

iii) Has not been disqualified through the Bid Price Evaluation.

iv) Has not been disqualified through Construction Schedule Evaluation.

In determining lowest and best bid both separate bids and combined bids will be considered. Also, all or any combination of Alternates may be accepted in determining the lowest and best bid. Selection will be based on total Project costs, including County administrative costs related to duration of project. Combined bids for the whole or for two or more kinds of work that are lower than the separate bids in aggregate may be selected as per Ohio Revised Code 153.51, as may be amended.

13. Responsible Bidders.

The Board reserves the right to consider all elements entering into the question of determining the responsibility of a bidder pursuant to Ohio Revised Code '9.312.

14. Correction of Errors.

Corrections of errors in a bid after the bid opening shall not be allowed except for extension and/or addition errors which are clearly evident in the Board's sole discretion. Correction of such errors shall only be allowed if accomplished by 4:00 p.m. on the second working day after the bid opening not counting the day of the bid opening.

15. Prevailing Scale of Wages.

The successful bidder must comply with the prevailing rates of wages on public improvements, attached hereto, as ascertained by the Department of Industrial Relations, State of Ohio, and as provided for in Chapter 4115 of the Ohio Revised Code, as may be amended.

16. Public Utilities.

Designated on the Drawings in the Contract Documents are utilities and public utility companies, who have or will install facilities within the limits of the Project. The Board does not guarantee that this list includes all public utilities that have facilities or who may install or adjust facilities which may interfere with the Contractor's operations.

Each bidder shall determine for itself all expenses and cost, including any insurance and/or protective services involved in protecting the operation, Board property, public utility and other facilities of any and/or all public utility companies. Compensation for all expenses, including insurance, if required, in connection

INSTRUCTION TO BIDDERS SECTION 00 21 13 - 6

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

with all Work on, over, under, or adjacent to the property and facilities of any and/or all of the public utility companies, shall be included in the prices bid for the various items of the Contract.

The submission of a bid for this project shall be prima facie evidence that the bidder has examined the site and contacted all public utility companies, authorities, and municipalities and has included in its bid, under the various items of the proposed contract, compensation for all expenses involved as outlined above. It is further agreed the successful bidder shall meet the requirements of Section 105.06, Cooperation with Utilities of the Ohio Department of Transportation Specifications, as may be amended.

The successful bidder shall make its own arrangements for working on, over, under, and adjacent to the properties of the public utility companies, authorities and municipalities. It shall provide and pay for all safeguards and other services that may be required by these utilities, including aid to construction costs, and it shall conform to their rules, regulations, and requirements at no additional expense to the Board.

17. Building Code.

The successful bidder shall comply in every respect with the latest edition of the Ohio Building Code and the Code's subsequent approved amendments. The successful bidder shall be solely responsible for any damage, or injury, or delay caused to the Board, or other, through any failure or negligence to observe said laws or regulations.

18. Mandatory Pre-bid Conference.

A. A mandatory pre-bid conference has been scheduled to provide for identification and discussion of potential problems which might arise during the administration of any subsequent contract. All potential bidders are required to attend this conference. No bid will be received from any bidder who does not attend such conference.

B. Bidder is aware that bidders who attend the pre-bid meeting without having fully developed an integrated plan for accomplishment of the specifications and their integration into the total design will be at a procedural pre-bid disadvantage to those who do and may possibly assume risks of failure on the project should they become the lowest and best bidder. The bidder is aware that it is the purpose of the pre-bid conference to assist bidders in achieving quality performance on this Project by a full and complete understanding of the design interrelationship of the specifications. Bidder shall treat this matter as if final bids were required on the date of the pre-bid conference. By being so prepared, each bidder is able to raise questions concerning any matter which was unclear in the bidding process or which had to be evaluated on the basis of subjective judgment of the bidder. (All bidders are cautioned to raise these questions.)

C. Each bidder recognizes that the purpose of the pre-bid conference is to resolve ambiguities, inconsistencies, errors or omissions in the Contract Documents.

D. The estimate for funding purposes has been disclosed to all bidders in the bid proposal in a further attempt to assure that all bidders understand and agree to the needs of the Board as reflected by the bid documents. The Board cautions all such bidders that the amount is a funding estimate only and is not a reflection of the costs of completion of the Project. All bidders are cautioned that if the bid as calculated at the time of the pre-bid conference is more than one hundred ten percent (110%) of the funds to be made available, that the notice of that fact should be immediately made and, in any event, at least five (5) days prior to the bid opening.

INSTRUCTION TO BIDDERS SECTION 00 21 13 - 7

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

E. All bidders are cautioned that the completion of the project is of preeminent importance to the Board and that re-solicitation of bids, if made necessary, will create an absolutely intolerable delay and damage to the Board.

F. At the conclusion of the pre-bid conference, all inquiries shall be reduced to writing and shall be published as an addendum to this bid solicitation, so that all bidders may bid on an equal basis, free from error and with a clear understanding of the requirement of this contract.

NOTE: All bidders are cautioned to read Paragraph 1.2.11 of the General Conditions hereof.

19. Conflict of Interest.

Prospective bidders shall not contact any public employee by any means or method, including by telephone, regarding this specification and the procurement it represents except in the manner indicated above. Failure to comply with this requirement shall result in the disqualification of the bidder.

20. Applicable Laws.

The Revised Code of the state of Ohio, and the applicable resolutions of the Board of County Commissioners for Montgomery County, Ohio (the "Board") insofar as they apply to the laws of competitive bidding, contracts, and purchases are made a part hereof as if fully restated herein. All laws of the United States of America, the state of Ohio, and Montgomery County, Ohio applicable to the products or services discussed herein or to be provided hereby, are also made a part hereof.

21. Intent

The intent of the bid documents and the agreement stemming therefrom is to include all items necessary for the proper execution and completion of the Work by the successful bidder. The bid documents and the agreement stemming therefrom are complementary, and what is required by one shall be as binding as if required by all. Performance by the successful bidder shall be required only to the extent consistent with the bid documents and the agreement stemming therefrom and reasonably inferable from them all as being necessary to produce the intended results

22. Equal Employment Opportunity.

The successful bidder will be required to certify that they comply with the Board's anti-discrimination policy and the contract evidencing such successful bid will contain a term requiring continued compliance with such policy.

23. Infringements and Indemnifications.

Contractor agrees to indemnification terms in General Conditions

24. Insurance.

Contractor agrees to insurance terms in General Conditions

25. Time of Completion and Liquidated Damages.

Time is of the essence to the Contract Documents and all obligations thereunder. It is important to the Board that the Project be completed as soon as possible consistent with good construction. The Board estimates the project work will be completed in calendar days assigned by bidder on bid form from

INSTRUCTION TO BIDDERS SECTION 00 21 13 - 8

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

the date of the contract. The Board, in determining the lowest and best bid, will take into consideration the time required for completion fixed by the bidder in its proposal.

Since time is of the essence, the successful bidder will agree and acknowledge that (1) Board is entitled to full and beneficial occupancy and use of the completed Work upon expiration of the Contract Time and (2) Board has or will enter into contracts, agreements and commitments based upon the successful bidder achieving Substantial Completion of the Work within the Contract Time. The successful bidder will further agree that if it fails to cause substantial Completion of the Work or any portion of the Work within the Contract Time, the Board will sustain extensive damages and loss as a result of such failure, the exact amount of which will be extremely difficult to ascertain. Therefore, the Board and successful bidder, who will be the "Contractor", will agree in the Contract Documents to the following:

If the Contractor fails to achieve Substantial Completion of the Work within the Contract Time and as otherwise required by the Contract Documents, the Board shall be entitled to retain or recover from the Contractor, as liquidated damages, and not as a penalty, the following per diem amounts commencing upon the first day following expiration of the Contract Time and continuing until the actual Date of Substantial Completion. Such liquidated damages are hereby agreed to be a reasonable pre-estimate of damages the Board will incur as a result of delayed completion of the Work: Two Hundred and 00/100 Dollars ($200.00) per day.

26. Disclosure.

The contract documents evidencing the successful bid will contain a covenant to be agreed to by the successful bidder that it has complied with the Board's disclosure policy adopted pursuant to Resolution No. 88-1279, dated July 15, 1988, which requires anyone contracting with the Board to disclose to the Board any business relationship or financial interest that it has with a Montgomery County, Ohio employee or employee's business, or any business relationship or financial interest that a Montgomery County, Ohio employee has with the contracting party or in the contracting party's business. That contract will also create a continuing obligation to disclose such information to the Board.

27. Sample Contract.

Contained in these bid documents is a sample contract document entitled "Construction Contract Agreement." Such contract document is an example of the contract document that the successful bidder will be asked to sign to evidence the Agreement between that successful bidder and the Board stemming from this solicitation. All blanks contained in the sample shall be filled in by the Board before such document is presented to the successful bidder for signature. The actual contract document supplied to the successful bidder may differ from the sample contract document.

28. Offer to Contract.

Execution of the contract document presented by the Board for execution by the successful bidder shall constitute an offer by the successful bidder to contract with the Board to perform the Work subject to the Contract Documents. Such executed Contract shall be neither accepted nor binding until (1) returned to the Director of the Montgomery County, Ohio, Department of Facilities Management within ten (10) days of receipt for signature (unless such time is otherwise extended in writing by the Board or its duly authorized agent), (2) certificated by the Auditor of Montgomery County, Ohio, (3) approved by a resolution of the Board, and (4) signed by the Board or the Montgomery County, Ohio Administrator. Such offer to contract shall not be revocable by the Bidder, except as provided by law.

INSTRUCTION TO BIDDERS SECTION 00 21 13 - 9

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

29. Bid Proposal Duration.

By submitting your bid you agree to leave your bid proposal firm for sixty (60) days after the bid opening date unless otherwise stated therein.

30. Liability for Bid Preparation.

The Board, and any officers, employees, successors, administrators or agents of same, assume no responsibility nor liability for costs incurred in the preparation and/or submission of any bid.

ALL BIDDERS ARE CAUTIONED TO READ PARAGRAPH 1.2.11 OF THE GENERAL CONDITIONS HEREOF.

END OF SECTION 00 21 13

INSTRUCTION TO BIDDERS SECTION 00 21 13 - 10

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 00 41 00 - BID FORM

Company

Address

City State Zip

(Area Code) Phone Fax

Contact Person

BID FORM

SUBMIT ORIGINAL AND ONE COPY

Hon. Board of County Commissioners Montgomery County Dayton, OH 45422

Commissioners:

The undersigned having full knowledge of the Site, Plans, and Specifications for the following improvement, hereby agrees to furnish all materials, labor and equipment, and to complete in a workmanlike manner all the Work required for the following improvement:

Montgomery County Jail Technology Replacement Project

In accordance with the Plans and Specifications therefore on file in the office of and under the direction of the Director of Facilities Management or his authorized representative, at the rates herein after set forth.

Each laborer, workman or mechanic employed by the Contractor, the subcontractor, or any person about or upon the Work to be performed will be paid not less than the prevailing wages as required by the statutes of the state of Ohio. (Sections 4115.01 to 4115.14 O.R.C.). Minimum wages are those paid in the same trade or occupation in the locality where such public work is being performed, under collective agreements or understanding between bona fide organizations of labor and employers as determined by the Department of Industrial Relations.

BID FORM SECTION 00 41 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

PROPOSAL

We have received the following addendum(s) and the signed acknowledgements are attached:

______

All bidders shall show price for labor and material separately, both written in words and shown in figures. No bids (N.B.) shall be clearly marked in the appropriate areas.

TECHNOLOGY CONTRACT: BASE BID For all work indicated on drawings and specifications except items required for alternate bid items.

FIGURES WORDS

Labor $______

Material $______

Total $______

A1. PERSONAL DURESS ALARM SYSTEM: ALTERNATE BID For all work indicated on drawings and specifications to complete the installation of Personal Duress Alarm System.

FIGURES WORDS

Labor $______

Material $______

Total $______

Estimated Start Date: ______Based on February 4, 2019 Contract Award

Duration of Work: ______Calendar Days

BID FORM SECTION 00 41 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

On acceptance of the Bid for said work, the undersigned hereby agrees to enter into a Contract and properly secure the performance of same within ten (10) days after being notified that such Contract is ready for signature, and hereby further agrees to finish and complete said Work within ______calendar days and will submit the required Performance Bond in the sum of the full amount of the proposal with surety satisfactory to the Board of County Commissioners, Montgomery County, Ohio, within ten (10) days (not including Sunday and legal holidays) from the date of notification of the award.

The bidder proposes to take out and maintain Public Liability and Property Damage Insurance, in accordance with the limits stated in the specifications, and shall submit Certificate at the same time as the Performance Bond.

Following are the names of all persons, firms, and corporations interested in the above bid as principals:

Name Address

______

______

If no person or party is interested, state "no person or party other than the bidder is interested in this proposal." ______

______

Bidder must indicate whether it is an individual______, partnership______, or corporation______.

If partnership, the members are as follows: ______

______

If a corporation, the state of incorporation and address of the home office are as follows:

State:

Home Office Address:

Date this day of ,

Bidder: (Person, Firm, or Corporation)

By:

Title:

BID FORM SECTION 00 41 00 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

If a certified cashier’s check is submitted with proposal, the amount should not be less than 10% of the bid and made payable to the Auditor of Montgomery County. Please furnish the following information:

Certified Check

Cashiers’ Check

Amount Dollars on Bank of is attached.

Bidder

BID FORM SECTION 00 41 00 - 4

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

UNIT PRICES

If unforeseen conditions are encountered during construction which make certain changes necessary, or if the Owner shall desire to order additional work or delete part of the Work as shown, the Contractor shall submit complete list of all unit prices (which may affect his work in any way) with this proposal. All unit prices shall include Contractor's overhead and profit.

BID FORM SECTION 00 41 00 - 5

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

ITEM 9 - SUBSTITUTION LIST

All Bids shall be based upon the STANDARD specified or their EQUALS. Bidders desiring to make Substitutions for "STANDARD" specified or different methods of construction shall list the proposed Substitution or Methods below, together with the Base Bid:

______

Brand, Make or Method Specified Substitution Add Deduct Change ______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

END OF SECTION – 00 41 00

BID FORM SECTION 00 41 00 - 6

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 00 43 00 - BID SECURITY FORM

BID GUARANTY & PERFORMANCE BOND

"KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned ______as principal and ______as sureties, are hereby held and firmly bound unto the Board of County Commissioners, Montgomery County, Ohio, as obligee in the penal sum of the dollar amount of the bid submitted by the principal to the obligee on ______to undertake the project known as______. The penal sum referred to herein shall be the dollar amount of the principal's bid to the obligee, incorporating any additive or deductive alternative proposals made by the principal on the date referred to above to the obligee, which are accepted by the obligee. In no case shall the penal sum exceed the above of ______dollars. (If the foregoing blank is not filled in, the penal sum will be the full amount of the principal's bid, including alternates. Alternately, if the blank is filled in, the amount stated must not be less than the full amount of the bid including alternates, in dollars and cents. A percentage is not acceptable.) For the payment of the penal sum well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. Signed this ______day of ______, ______.

THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that whereas the above named principal has submitted as bid for______.

Now, therefore, if the obligee accepts the bid of the principal and the principal fails to enter into a proper contract in accordance with the bid, plans, details, specifications, and bills of material; and in the event the principal pays to the obligee the difference not to exceed ten percent of the penalty hereof between the amount specified in the bid and such larger amount for which the obligee may in good faith contract with the next lowest bidder to perform the Work covered by the bid; and in the event the obligee does not award the contract to the next lowest bidder and resubmits the project for bidding, the principal pays to the obligee the difference not to exceed ten percent of the penalty hereof between the amount specified in the bid, or the costs, in connection with the resubmission, or printing new contract documents, required advertising, and printing and mailing notices to prospective bidders, whichever is less, then this obligation shall be null and void, otherwise to remain in full force and effect; if the obligee accepts the bid of the principal and the principal within ten days after the awarding of the contract enters into a proper contract in accordance with the bid, plans, details, specifications, and bills of material, which said contract is made a part of this bond the same as though set forth herein;

BID SECURITY FORM 00 43 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

Now, also, if the said ______shall well and faithfully do and perform the things agreed by the Board of County Commissioners, Montgomery County, Ohio to be done and performed according to the terms of said contract; and shall pay all lawful claims of subcontractors, materialmen, and laborers, for labor performed and materials furnished in the carrying forward, performing, or completing of said contract; we agreeing and assenting that this undertaking shall be for the benefit of any materialman or laborer having a just claim, as well as for the obligee herein; then this obligation shall be void; otherwise the same shall remain in full force and effect; it being expressly understood and agreed that the liability of the surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated.

The said surety hereby stipulates and agrees that no modifications, omissions, or additions, in or to the terms of the said contract or in or to the plans or specifications therefore shall in any wise affect the obligations of said surety on its bond."

PRINCIPAL: SURETY COMPANY ADDRESS:

______Street BY:______City State Zip TITLE:______(Area Code) Telephone Fax SURETY:______SURETY AGENT'S ADDRESS: ______BY:______Agency Name Attorney-in-Fact ______Street FACSIMILE COPIES OF OR FAILURE ______BY ANY PARTY TO SIGN BID GUARANTY City State Zip AND CONTRACT BOND SHALL RESULT IN ______REJECTION OF BID. (Area Code) Telephone Fax

BID SECURITY FORM SECTION 00 43 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

JUSTIFICATION OF SURETIES

(Instruction - each individual offering himself as a surety on the ______Bond shall execute one of the Affidavits.) (Bid Guaranty and/or Performance)

STATE OF OHIO ss: MONTGOMERY COUNTY I, ______, being first duly sworn, depose and say that I reside

at ______and am a freeholder in Montgomery County, Ohio, and that I own property in my own name and right, the net worth of which, over and above all my debts, liabilities and obligations, including all amounts whereon I am a surety, and over and above all my property which is exempt by law from execution, is not less than ______

______dollars.

Subscribed and sworn this ______day of ______, ______.

______Notary Public in and for Montgomery County, Ohio

STATE OF OHIO ss: MONTGOMERY COUNTY

I, ______, being first duly sworn, depose and say that I reside

at ______and am a freeholder in Montgomery County, Ohio, and that I own property in my own name and right, the net worth of which, over and above all my debts, liabilities and obligations, including all amounts whereon I am a surety, and over and above all my property which is exempt by law from execution, is not less than ______

______dollars.

Subscribed and sworn this ______day of ______, ______.

______Notary Public in and for Montgomery County, Ohio

END OF SECTION 00 43 00

BID SECURITY FORM SECTION 00 43 00 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 00 45 00 - BIDDERS QUALIFICATIONS

See 28 05 00 for additional qualifications requirements.

(To be submitted by the bidders only upon the specific request of Montgomery County.)

All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The bidder may submit any additional information he desires.

1. Name of bidder.

2. Permanent main office address.

3. When organized.

4. If a corporation, where incorporated.

5. How many years have you been engaged in construction under your present firm or trade name?

6. Contracts on hand: (Schedule these showing gross amount of each contract and the appropriate anticipated dates of completion.)

7. General character of work performed by you.

8. Have you ever failed to complete any work awarded to you? If so, where and why?

9. Have you ever defaulted on a contract? If so, where and why?

10. List the more important contracts recently completed by you, stating the approximate gross cost per each and the month and year completed.

11. List your major equipment available for this Contract.

12. Experience in construction work similar in importance to this project.

13. Background and experience of the principal members of your organization including the officers.

14. Give bank reference.

15. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by Montgomery County, Ohio, and requested by the Director of the Facilities Management Department.

BIDDERS QUALIFICATIONS 00 45 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

Ohio Department of Public Safety Division of Homeland Security http://www.homelandsecurity.ohio.gov

GOVERNMENT BUSINESS AND FUNDING CONTRACTS In accordance with section 2909.33 of the Ohio Revised Code

DECLARATION REGARDING MATERIAL ASSISTANCE/NONASSISTANCE TO A TERRORIST

ORGANIZATION

This form serves as a declaration of the provision of material assistance to a terrorist organization or organization that supports terrorism as identified by the U.S. Department of State Terrorist Exclusion List (see the Ohio Homeland Security Division website for a reference copy of the Terrorist Exclusion List).

Any answer of “yes” to any question, or the failure to answer “no” to any question on this declaration shall serve as a disclosure that material assistance to an organization identified on the U.S. Department of State Terrorist Exclusion List has been provided. Failure to disclose the provision of material assistance to such an organization or knowingly making false statement regarding material assistance to such an organization is felony of the fifth degree.

For the purposes of this declaration, “material support or resources” means currency, payment instrument, other financial securities, funds, transfer of funds, and financial services that are in excess of one hundred dollars, as well as communications, lodging, training, safe houses, false documentation or identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials.

Last Name First Name MI

Home Address

City State Zip County

Home Phone Work Phone

COMPLETE THIS SECTION ONLY IF YOU ARE A COMPANY, BUSINEES OR ORGANIZATION Business/Organization Name

Business Address

City State Zip County

Phone Number Fax Number

BIDDERS QUALIFICATIONS 00 45 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

Declaration

For each question, indicate either “yes” or “no” in the space provided. Responses must be truthful to the best of you knowledge. 1. Have you committed an act that you know, or reasonably should have known, affords “material support or resources” to an organization on the U.S. Department of State Terrorist Exclusion List?

Yes No

2. Have you hired or compensated a person you knew to be a member of an organization on the U.S. Department of State Terrorist Exclusion List, or a person you knew to be engaged in planning, assisting, or carrying out an act of terrorism?

Yes No

3. Have you hired or compensated a person you knew to be a member of an organization on the U.S. Department of State Terrorist Exclusion List, or a person you knew to be engaged in planning, assisting, or carrying out an act of terrorism?

Yes No

4. Have you knowingly solicited funds or other things of value for an organization on the U.S. Department of State Terrorist Exclusion List?

Yes No

5. Have you solicited any individual for membership in an organization on the U.S. Department of State Terrorist Exclusion List?

Yes No

6. Have you solicited any individual for membership in an organization on the U.S. Department of State Terrorist

Exclusion List?

Yes No

In the event of a denial of government contract or government funding due to a positive indication that material assistance has been provided to a terrorist organization, or an organization that supports terrorism as identified by the U.S. Department of State Terrorist Exclusion List, a review of the denial may be requested. The request must be sent to the Ohio Department of Public Safety’s Division of Homeland Security. The request forms and instructions can be found on the Ohio Homeland Security Division website.

BIDDERS QUALIFICATIONS 00 45 00 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

CERTIFICATION I hereby certify that the answers I have made to all of the questions on this declaration are true to the best of my knowledge. I understand that if this declaration is not completed in its entirety, it will not be processed and I will be automatically disqualified. I understand that I am responsible for the correctness of this declaration. I understand that failure to disclose the provision of material assistance to an organization identified on the U.S. department of State Terrorist Exclusion List, or k knowingly making false statement regarding material assistance to such an organization is a felony of the fifth degree. I understand that any answer of “yes” to any question, or the failure to answer “no” to any question in this declaration shall serves as a disclosure that tastier assistance to an organization identified on the U.S. Department of State Terrorist Exclusion List has been provided by myself or my organization. If I am signing this on behalf of a company, business or organization, I hereby acknowledge that I have the authority to make this certification on behalf of the company business or organization referenced on page 1 of this declaration.

X Signature Date

End of Section 00 45 00

BIDDERS QUALIFICATIONS 00 45 00 - 4

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 00 71 00 - CONTRACTING DEFINITITIONS

Acceptable Component A component listed in the Specifications after the Basis of Design Component.

Addenda or Addendum Written or graphic instrument issued prior to the bid opening which modifies or interprets the proposed Contract Documents by additions, deletions, clarifications, or corrections. Addenda become part of the Contract Documents when the Agreement is executed.

A/E See “Architect/Engineer.”

Agreement The form furnished by Allen County (including all of its exhibits) that, when completed and signed by the Contractor and Allen County evidences entry into the Contract.

Allowance A sum stipulated in the Contract Documents for a defined scope of the Work that may not be completely defined at the time of bidding. Allowance amounts do not include the Contractor’s Fee on account of the associated Work.

Alternate A change in the proposed Project scope, which may include but is not limited to alternate materials or methods of construction, and an amount stated on the Bid form to be added to or deducted from the Base Bid if the corresponding Alternate is incorporated into the Contract.

Alternative Dispute Resolution A voluntary and non-binding process for the administrative review, consideration, and attempted settlement of a dispute, without resort to judicial process, including but not limited to partnering, negotiation, mediation, impartial fact-finding, dispute review board, and mini-trials, but shall not include arbitration.

Applicable Law All federal, state, and local codes, statutes, ordinances, and regulations that apply to the performance of the Work or the A/E’s Services on the Project.

Architect/Engineer The Person responsible for providing professional design services and construction contract administration for the Project as provided in the Contract Documents. The A/E shall be a (1) registered architect holding a license and certificate of authorization issued by the Ohio Board pursuant to ORC Chapter 4703, (2) landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733.

As-Built Documents Documents, including but not limited to Drawings, Addenda, Specifications, executed Change Orders, and other elements of the Contract Documents which the Contractor annotates and otherwise modifies to indicate changes made during the construction process, the location of concealed and buried items, and other information useful to the Owner throughout the life of the completed Project.

Base Bid The amount stated in a Bid as the sum for which the Bidder offers to perform the Work in a particular trade or other category, which is described in the Contract Documents, excluding Alternates.

Basis of Design A document that records the concepts, calculations, decisions, and product selections used to meet the Owner’s Project Requirements and to satisfy applicable regulatory requirements, standards, and guidelines. The document includes both narrative descriptions and lists of individual items that support the design process.

Basis of Design Component A component listed first in the Specifications.

CONTRACTING DEFINITIONS SECTION 00 71 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

Bid A written proposal to perform a Contract, submitted on a completed Bid Form, accompanied by other required documents.

Bidder A Person that submitted a Bid.

BIM See “Building Information Model.”

Bid Form A form furnished by Allen County with the proposed Contract Documents that is to be completed, signed, and submitted containing the Bidder's Bid.

Bid Guaranty A bid bond or other instrument of security authorized by ORC Section 153.54 submitted with the Bid to provide assurance that the Bidder will execute the Agreement.

Bond A performance and payment bond in the format specified by ORC Section 153.57 submitted by the Contractor to provide assurance that the Contractor will perform the Work of the Contract, including making required payments to Subcontractors and Materials Suppliers.

Building Information Model A digital representation of physical and functional characteristics of a facility; a shared knowledge resource for information about a facility forming a reliable basis for decisions during its life-cycle, which is defined as existing from earliest conception to demolition; electronic files used to design and coordinate the Project; and may be used to describe a single model or multiple models used in the aggregate.

Certificate of Contract Completion A form used to document that the Contractor’s achievement of Contract Completion. This form may also be used to document partial Contract Completion.

Certificate of Substantial Completion A form used to document (1) that the Contractor has achieved Substantial Completion of the Work or a designated portion of the Work for which Allen County have agreed to take Partial Occupancy, and (2) the date on which the associated Substantial Completion of the Work was achieved.

Change Directive A written document prepared by the A/E and executed by Allen County that directs a change in the Work.

Change Order A document recommended by the A/E and executed by Allen County and the Contractor that modifies the Contract.

Claim A demand or assertion, initiated by written notice, certified by one of the parties to the Contract seeking, as a matter of right, adjustment or interpretation of Contract terms, payment of money, extension of time, or other relief with respect to the terms of the Contract.

Claim Affidavit A sworn document used in conjunction with filing a lien, which contains a claim on the funds that are due to a Contractor, in favor of a Person supplying labor, materials, or services for the value of labor, materials, or services supplied.

Combined Bid A Bid that combines bid items for separate Contracts stated on the Bid Form.

Commission See “Ohio Facilities Construction Commission.”

Commissioning Agent The Person identified by Allen County who leads, plans, schedules, and coordinates the commissioning team to implement the Commissioning Process for the Project.

Commissioning Plan A document that outlines the organization, schedule, allocation of resources, and documentation requirements of the Commissioning Process.

Commissioning Process A quality-focused process for enhancing the delivery of a project. The process focuses on verifying and documenting that the facility and all of its systems are planned, designed, installed, tested, operated, and maintained to meet the Owner’s Project Requirements.

Commissioning Report A document that records the activities and results of the Commissioning

CONTRACTING DEFINITIONS SECTION 00 71 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

Process. The Commissioning Report is developed from the final Commissioning Plan with its attached appendices. Conformed Documents Contract Documents with all Addenda items and accepted Alternates incorporated by the A/E, published, and issued to a successful Bidder for its use during performance of the Contract. The Conformed Documents are furnished solely for the Contractor’s convenience. In the event of any conflict between the Contract Documents modified by Addenda and the Conformed Documents, the Contract Documents take precedence.

Construction Budget The amount identified in the Agreement as adjusted by the Owner and Contracting Authority.

Construction Cost The sum of the Contract Cost amounts for a phase of the Project.

Construction Progress Schedule The critical path schedule for performance of the Contract; showing the time for completing the Work within the Contract Times; the planned sequence for performing the various components of the Work; the interrelationship between the activities of the Contractor, A/E, Contracting Authority, and Owner; and the Contractor’s resource and cost loading information; as periodically updated during the performance of the Work.

Contract The state of legal obligation entered into by Allen County and the Contractor, whereby they have agreed to an exchange of certain acts, materials, equipment, and services for certain monetary consideration, under all terms and conditions specified in the Contract Documents, which shall remain in full force and effect until such time as all obligations under the Contract have been lawfully and completely discharged, or the Contract is terminated under other conditions specified in the Contract Documents.

Contract Completion The schedule Milestone in the progress of any Phase when the Work is completed in accordance with the terms of the Contract Documents and Contractor has satisfied all of its other obligations under the Contract Documents, including but not limited to (1) all governmental authorities have given final, written approval of the Work, (2) a final unconditional certificate of occupancy has been granted and issued to the Owner by the appropriate governmental authorities, (3) the Contractor's Work is 100 percent complete, and (4) all Punch List items have been completed or corrected, and (5) the Contractor has complied with conditions precedent to final payment and release of retained funds.

Contract Documents Collectively, the documents that constitute the substance of the Contract including but not limited to Drawings, Specifications, Addenda if any, General Conditions, Supplementary Conditions if any, Bid Form, Wage Rates; and the executed Agreement, Bid Guaranty and Contract Bond, and Change Orders if any.

Contract Sum The Contract Sum is the Contractor’s entire compensation for the Contractor’s proper, timely, and complete performance of the Work and is subject to adjustment as provided in the Contract.

Contract Times The periods stipulated in the Agreement for the achievement of associated Milestones, in consecutive days, beginning on the date established by the Notice to Proceed, including adjustments authorized by executed Change Orders.

Contractor A firm, which is party to the Contract for the performance of Work on the Project in accordance with the Contract Documents.

Contractor’s Documents All Project-related documents, including those in electronic form, prepared by the Contractor and its Subcontractors.

Contractor’s Fee The portion of the Contract Sum attributable to the aggregate of the Contractor’s profit and home-office overhead related to the Contractor’s proper, timely, and complete performance of the Work.

Contractor Payment Request The form furnished by the Commission that is to be used by the

CONTRACTING DEFINITIONS SECTION 00 71 00 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

Contractor in requesting payments and which, when signed by the Contractor, shall serve as an affidavit that payments requested are in proportion to the Work completed as shown on the Schedule of Values.

CONTRACTING DEFINITIONS SECTION 00 71 00 - 4

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

Contractor’s Punch List A document prepared by the Contractor that consists of a list of items of Work to be completed or corrected by the Contactor as a condition precedent to Contract Completion.

Coordination Drawings Drawings and Electronic Files prepared by the Contractor to demonstrate how multiple-system and interdisciplinary work will be coordinated. Clash reports generated by BIM authoring software may be included in the Coordination Drawing submittals if applicable.

Correction Period A period of one year commencing on the date of Substantial Completion of the Work or a designated portion of the Work which Allen County have agreed to take Partial Occupancy.

CxA See “Commissioning Agent.”

Date of Commencement The date established in a Notice to Proceed issued Allen County to the Contractor to mark the start of the Work and the beginning of the running of the Contract Times.

Day A calendar day of 24 hours measured from midnight to midnight, unless otherwise expressly specified to mean a business day.

Defective Work Work that does not conform to the Contract Documents; or does not meet the requirements of any applicable statute, rule or regulation, inspection, reference standard, test or approval; or has been damaged prior to the A/E's recommendation of final payment, unless responsibility for the protection thereof has been expressly assumed by the Owner; or that is not free from defects in workmanship, materials or equipment during the period of any warranty or guarantee.

Differing Site Condition Either (1) a subsurface or otherwise concealed physical condition encountered at the Site that differs materially from the conditions indicated in the Contract Documents or (2) an unknown physical condition of an unusual nature encountered at the Site that differs materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents.

Dispute Review Board A form of Alternative Dispute Resolution that is typically comprised of three members, selected jointly by the Contractor and Allen County, to monitor the progress of construction and provide recommended resolutions to disputes that are brought before them.

Drawings Graphic portions of the Contract Documents, showing the design, type of construction, location, dimension, and character of the Work to be provided by the Contractor, which generally includes plans, elevations, sections, details, schedules, diagrams, notes, and text.

Electronic File Information maintained in a computer system or format that is intended to facilitate a Person’s use and manipulation of the information including but not limited to Word, Excel, PDF, Primavera, CAD, and BIM files all in their native format.

Enclosure, Permanent The condition in which the permanent exterior walls and roofs are in place, insulated and weathertight, and permanent windows and entrances are in place.

Enclosure, Temporary The condition in which the permanent exterior walls and roofs are in place, insulated and weathertight, and windows and entrances are provided with suitable temporary enclosures.

Estimated Construction Cost The sum of the Estimated Contract Cost amounts published in the Solicitation, as modified by Addenda, for a phase of the Project.

Estimated Contract Cost The estimated amount for the Contract published in the Solicitation, including the Base Bid estimate and the estimates of selected Alternates, if any, as modified by Addenda.

Extra Materials Materials required by the Contract Documents that are not incorporated into the Project but are given to the Owner to be used for future maintenance or repairs.

CONTRACTING DEFINITIONS SECTION 00 71 00 - 5

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

Final Inspection The final review of the Work of the Contractor by the A/E to determine whether issuance of the Certificate of Contract Completion is appropriate.

Furnish Supply and deliver to the Site, or other specified location, ready for installation.

General Conditions The General Conditions currently in effect contained herein.

General Conditions Costs General Conditions Costs include only the Contractor’s costs to provide the general conditions Work including without limitation the costs of all of the following Site- related items: scheduling and coordinating the Work. telephone, telephone charges, facsimile, telegrams, postage, photos, photocopying, hand tools, simple scaffolds (one level high), tool breakage, tool repairs, tool replacement, tool blades, tool bits, and pre-approved travel, lodging, and parking costs. General Conditions Costs also include (1) Bond premiums and (2) premiums for builder’s risk insurance if the Contractor purchases the builder’s risk policy for the Project.

Hazardous Materials Any material, substance, pollutant, or contaminant that is defined, regulated, referenced, or classified in the Comprehensive Environmental Response, Compensation and Liability Act, Federal Water Pollution Control Act, the Resource Conservation and Recovery Act, Clean Air Act, Hazardous Materials Transportation Uniform Safety Act, Toxic Substances Control Act, or any other Applicable Law relating to any hazardous, toxic, or dangerous waste, substance, or material. Any substance or material that, after release into the environment or upon exposure, ingestion, inhalation, or assimilation, either directly from the environment or directly by ingestion through food chains, will, or may reasonably be anticipated to, cause death, disease, behavior abnormalities, cancer or genetic abnormalities and specifically includes but is not limited to asbestos, polychlorinated biphenyls (“PCBs”), radioactive materials, including radon and naturally occurring radio nuclides, natural gas, natural gas liquids, liquefied natural gas, synthetic gas, oil, petroleum and petroleum-based derivatives and urea formaldehyde.

Indemnified Parties Allen County, A/E, other Separate Consultants, and their respective officials, officers, consultants, agents, representatives, and employees, in both individual and official capacities.

Install Put into use or place in final position, complete and ready for intended service or use.

Institutional Designee The party identified in the Agreement empowered with a level of authority similar to the Executive Director of the Commission, which may be the university architect or engineer, director of capital facilities, or an institution vice president.

Institution of Higher Education Any state of Ohio university or college, community college, state of Ohio community college, technical college, university branch, community college district, technical college district, university branch district, and the applicable board of trustees or, in the case of a university branch district, any other managing authority.

Liquidated Damages A sum established in the Contract Documents, pursuant to the statutory delay forfeiture authorized under ORC Section 153.19, to be paid to the Owner due to the Contractor’s failure to complete the Work within the Contract Time for achievement of Substantial Completion, or any applicable portion of the Work on or prior to any Milestone date stated on the Agreement.

Material Supplier A Person under a contract with the Contractor to furnish materials or supplies in furtherance of the Work, including all such Persons in any tier. Material Supplier does not include any Separate Contractor unless expressly assigned in writing to the Contractor by the Owner and accepted by the Contractor.

Mediation A voluntary process in which a neutral third party meets with the parties who have a disagreement or dispute and attempts to facilitate a mutually satisfactory resolution.

Milestone A principal event specified in the Contract relating to an intermediate completion date or

CONTRACTING DEFINITIONS SECTION 00 71 00 - 6

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

time prior to and including Substantial Completion of all Work.

Modification A (1) written amendment to the Contract signed by both parties, (2) Change Order, (3) Change Directive, or (4) an order for a minor change in the Work.

Negotiation A form of Alternative Dispute Resolution in which all parties involved are represented by those invested with the authority to agree to a determination of an adjustment in the Contract Sum, Contract Times, or both.

Neutral Facilitator An nonpartisan third-party without decision-making authority who is engaged to assist the Project’s key stakeholders in developing cooperative relationships, achieving project objectives, avoiding or minimizing disputes, and nurturing a more- collaborative ethic characterized by trust, cooperation and teamwork.

Notice of Commencement A notice prepared by Allen County identifying the Project, the Contractors, the Surety for each Contractor, and the name of Allen County’s representative upon whom a Claim Affidavit may be served.

Notice of Intent to Award A written notice provided by Allen County to the apparent successful Bidder stating that upon satisfactory compliance with all conditions precedent for execution of a Contract within the time specified, Allen County intends to execute a Contract with the Bidder.

Notice to Proceed A written notice provided by Allen County authorizing the Contractor to proceed with the Work and establishing the dates for commencement and completion of the Work.

OAC Ohio Administrative Code

Ohio Facilities Construction Commission The authorized contracting agent for public improvement projects in accordance with ORC Chapters 123 and 153, acting by and through its Executive Director.

ORC Ohio Revised Code

Owner Allen County Board of Commissioners of the County of Allen, in the State of Ohio.

Owner’s Project Requirements A written document that details the functional requirements of the Project and the expectations of how it will be used and operated. These include project goals, measureable performance criteria, cost considerations, benchmarks, success criteria, and supporting information.

Partial Occupancy The condition that occurs when the Owner occupies or uses a portion of the Project prior to Contract Completion, partial occupancy is approved by authorities having jurisdiction, and items of Work cannot be completed until a subsequent date.

Partnering A voluntary dispute prevention process involving team building activities to help define common goals, improve communication, and foster a problem solving attitude among a group of contracting parties that must work together throughout Contract performance to be less adversarial and more cooperative.

Person An individual, corporation, business trust, estate, partnership, association, or other public or private entity.

Phase A separation in the Work of the Project by sequence or time intervals, which may include separate contractors for each Phase.

Plan Holder A prospective Bidder that received a set of Contract Documents prior to the bid opening.

Product Data Manufacturer’s standard illustrations, schedules, diagrams, performance , instructions, and brochures that illustrate physical appearance, size, and other characteristics of

CONTRACTING DEFINITIONS SECTION 00 71 00 - 7

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

materials and equipment.

Project The public improvement, of which the Work performed under the Contract Documents may be the whole or a part.

Project Manager A permanent employee of Allen County assigned to the Project and authorized to perform specific responsibilities.

Project Manual That part of Construction Documents which consists of bound volume(s) of primarily written material which generally contain Division 00 - “Procurement and Contracting Requirements,” and Divisions 01 through 49 - “Specifications,” and other documents pertaining to the Project.

Proposal The offer of a Contractor to perform the Work set forth in a Proposal Request.

Proposal Request A document issued after execution of the Contract requesting a Proposal from the Contractor(s), which may initiate a Change Order to modify the Contract.

Provide Furnish and install, complete and ready for intended use.

Punch List A document listing items of Work requiring correction or completion by the Contractor as a condition precedent to Contract Completion.

Record Documents Electronic files and printed documents of all nature prepared by the A/E, which incorporate the information shown on the Contractor’s As-Built Documents. They consist of the “Record Drawings” and “Record Project Manual,” Certificate of Substantial Completion, Certificate of Contract Completion (as complete), Contractor’s Warranty, Manufacturers’ Warrantees, certificate(s) of occupancy, approved shop drawings and other action submittals, Change Directives, Proposal Requests, Requests for Interpretation, Addenda, Change Orders, Balancing Reports, and the final version of the approved Construction Progress Schedule.

Record Drawings The Drawings, which have been revised by the A/E to show the changes made during the construction process, conformed to represent the Work as executed by the Contractor.

Record Model The Building Information Model, which has been revised by the A/E to show the changes made during the construction process, conformed to represent the Work as executed by the Contractor.

Record Project Manual The Project Manual of the Contract Documents, which has been revised by the A/E to show the changes made during the construction process, based on the As-Built Project Manual furnished by the Contractor.

Request for Change Order A written notice from the Contractor accompanied by a Proposal for a change in the Work.

Request for Interpretation A written request to the A/E seeking an interpretation or clarification of the Contract Documents.

RFI See “Request for Interpretation.”

Samples Physical examples, color selection items, field samples, and mock-ups furnished by the Contractor to illustrate functional and aesthetic characteristics of products, materials, equipment, or workmanship and establish criteria by which the Work shall be judged.

Schedule of Values A full, accurate, and detailed statement furnished by the Contractor reflecting a defined breakdown of the Contract Sum.

CONTRACTING DEFINITIONS SECTION 00 71 00 - 8

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

School District A local, exempted village, or city school district as defined in ORC Chapter 3311, or a joint vocational school established pursuant to ORC Section 3311.18, performing essential governmental functions of state government pursuant to ORC Sections 3318.01 to 3318.20.

School District Board The board of education of a School District.

Separate Consultant A Person engaged by the Owner or Contracting Authority to provide Project-related professional services other than the services under this Contract. The term includes the Separate Consultant’s authorized representatives, successors, assigns, and subconsultants regardless of tier.

Separate Contract The contract between the Owner or Contracting Authority and a Separate Consultant or a Separate Contractor.

Separate Contractor A Person under contract with the Owner or Contracting Authority to provide Project- related work other than the Work under this Contract. The term includes the Separate Contractor’s authorized representatives, successors, assigns, and subcontractors regardless of tier.

Shop Drawings Drawings, diagrams, illustrations, and schedules specifically prepared for the Project provided by the Contractor or a Subcontractor to illustrate some portion of the Work. Shop Drawings are not Contract Documents. Shop Drawings on equipment shall include a written statement from the manufacturer of the equipment certifying the equipment is in compliance with the Contract Documents.

Site The location designated for the Project.

Specifications Those portions of the Contract Documents consisting of detailed written administrative, procedural, and technical requirements, included in Divisions 01 through 49, for the construction of the Work, whether physically on the Drawings or bound in separate volumes, including identification of acceptable materials, methods, equipment, quality, and workmanship.

Stage A distinct period in the life cycle of a facility from concept through construction, to use and deconstruction or demolition. Typical Stages include Program Verification, Schematic Design, Design Development, Construction Documents, Bidding and Award stages; and the Construction Stage, which includes Construction and Closeout activities.

Standard Requirements The brief name of the “State of Ohio Standard Requirements for Public Facility Construction,” including but not limited to General Conditions, and other Division 00 Documents and Division 01 Sections; currently in effect, which the Commission may modify from time to time.

State The government of Ohio, including any organized body, office, or agency established by the laws of this state for the exercise of any function of state government, any state institution of higher education as defined in ORC Section 3345.011, or any School District Board as defined in ORC Section 3318.01.

Subcontract Any contract or agreement between the Contractor and a Subcontractor for performance of a portion of the Work.

Subcontract Form The Subcontract Form prescribed by OAC Section 153:1-3-02 and required for use with the General Contracting method of project delivery.

Subcontractor A Person who undertakes to perform any part of the Work on the Project under a contract with a Contractor or with any Person other than Allen County, including all such Persons in any tier. The term "Subcontractor" includes Material Suppliers, but does not include any Separate Contractor unless expressly assigned in writing to the Contractor by the Owner and accepted by the Contractor.

Substantial Completion The stage in the progress of the Work when the Work (or designated

CONTRACTING DEFINITIONS SECTION 00 71 00 - 9

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

portion of the Work for which Allen County agrees to take Partial Occupancy) is sufficiently complete in accordance with the Contract that the Owner can utilize the Work for its intended use, as determined by the A/E. The issuance of a certificate of occupancy or partial certificate of occupancy (if applicable) is a condition precedent to the achievement of Substantial Completion.

Substantially Complete See “Substantial Completion.”

Substitution An article, device, material, equipment, form of construction, or other item, proposed by a prospective Bidder prior to the bid opening and approved by the A/E by Addendum, for incorporation or use in the Work as being functionally and qualitatively equivalent to essential attributes of a Basis of Design or Acceptable Component specified in the proposed Contract Documents.

Supplementary Conditions Amendments to the General Conditions, issued as a separate document, which describe conditions of the Contract unique to a particular Owner or Project, which may include provisions regarding the assignment of responsibility for refuse removal, safety and security precautions and programs, temporary Project facilities and utilities, weather and fire protection, scaffolding and equipment, materials and services to be used commonly by the Contractor and Subcontractors and requiring the Contractor to provide assistance in the utilization of any applicable equipment system, preparation of operation and maintenance manuals, and training of Owner personnel for operation and maintenance of the Project. The General Conditions shall not be superseded or amended by Drawings and Specifications, unless so provided in Supplementary Conditions prepared by Allen County and approved by the Commission.

Supplementary Instructions Amendments to the Instructions to Bidders, issued as a separate document, which describe instructions unique to a particular Owner or Project. The Instructions to Bidders shall not be superseded or amended by Drawings and Specifications, unless so provided in Supplementary Instructions prepared by Allen County and approved by the Commission.

Surety A Person providing a Bid Guaranty or a Bond to a Bidder or a Contractor, as applicable, to indemnify Allen County against all direct and consequential damages suffered by failure of the Bidder to execute the Contract, or of the Contractor to perform the Contract and to pay all lawful claims of Subcontractors, Material Suppliers and laborers, as applicable.

Systems Manual A system focused composite document that includes the operation manual, maintenance manual, and additional information of use to the Owner after they begin using the facility.

Unit Price The cost of providing a unit of Work including labor, materials, services, and associated expenses. Unit Prices do not include the Contractor’s Fee on account of the associated Unit Price Work.

Work The labor, materials, equipment, and services, individually or collectively which are required by the Contract Documents, to be performed or provided by the Contractor for the Project. The furnishing of all material, labor, detailing, layout, supplies, plants, tools, scaffolding, transportation, temporary construction, superintendence, demolition, and all other services, facilities and items reasonably necessary for the full and proper performance and completion of the requirements of the Project as set forth in the Contract Documents, and items reasonably inferable therefrom and consistent therewith for the proper execution and completion of the construction and other services required by the Contract Documents, whether provided or to be provided by the Contractor or a Subcontractor, or any other entity for whom the Contractor is responsible, and whether or not performed or located on or off of the Site.

END OF SECTION 00 71 00

CONTRACTING DEFINITIONS SECTION 00 71 00 - 10

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

GC TABLE OF CONTENTS

ARTICLE 1 - GENERAL PROVISIONS ...... 4 1.1 Basic Definitions ...... 4 1.2 Execution, Correlation, Intent and Interpretation ...... 4 1.3 Ownership and Use of Architect's Drawings, Specifications and Other Documents ...... 6 ARTICLE 2 - THE BOARD ...... 6 2.1 Fees and Information Required from Board ...... 6 2.2 Board's Right to Stop the Work ...... 6 2.3 Board's Right to Carry Out Work ...... 7 ARTICLE 3 - CONTRACTOR ...... 7 3.1 Review of Contract Documents and Field Conditions by Contractor ...... 7 3.2 Supervision and Construction Procedures ...... 8 3.3 Labor and Materials ...... 8 3.4 Warranty ...... 10 3.5 Taxes ...... 10 3.6 Permits, Fees and Notices ...... 10 3.7 Allowances ...... 11 3.8 Superintendent ...... 11 3.9 Contractor's Construction Schedules and Daily Reports ...... 11 3.10 Documents and Samples at the Site ...... 1 2 3.11 Shop Drawings, Product Data and Samples ...... 12 3.12 Use of Site ...... 13 3.13 Cutting and Patching ...... 14 3.14 Cleaning Up ...... 14 3.15 Access to Work ...... 14 3.16 Royalties and Patents ...... 14 3.17 Indemnification ...... 15 3.18 Liquidated Damages and Time ...... 15 3.19 Notice Requirements ...... 15 3.20 Submittals ...... 15 ARTICLE 4 - ADMINISTRATION OF THE CONTRACT ...... 17 4.1 Roles ...... 17 4.2 Meetings ...... 17 4.3 Unknown Conditions ...... 20 4.4 Claims for Additional Cost ...... 21 4.5 Claims for Additional Time ...... 21 4.6 Injury or Damage to Person or Property ...... 21 4.7 Claims and Disputes ...... 21 4.8 Contract Performance During Claim or Controversy Review ...... 22 ARTICLE 5 – SUBCONTRACTORS ...... 22 5.1 Definitions ...... 22 5.2 Award of Subcontracts and other Contracts for Portions of the Work ...... 22 5.3 Sub-contractual Relations ...... 23 5.4 Contingent Assignment of Subcontracts ...... 23

GENERAL CONDITIONS SECTION 00 72 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

ARTICLE 6 - CONSTRUCTION BY THE BOARD OR BY SEPARATE CONTRACTORS ...... 24 6.1 Board's Right to Perform Construction and to Award Separate Contracts ...... 24 6.2 Mutual Responsibility ...... 24 6.3 Board's Right to Clean Up ...... 25 ARTICLE 7 - CHANGES IN THE WORK ...... 25 7.1 Board Initiated Changes in the Work ...... 25 7.2 Provision Relating to Supplemental Work ...... 27 7.3 Costs to be Paid to Contractors ...... 27 7.4 Disruption, Delay and Acceleration Costs ...... 28 7.5 Full Settlement of Contract Claims...... 28 7.6 Prohibition on Use of Unabsorbed or Extended Overhead Formula Calculation ...... 28 ARTICLE 8 - TIME ...... 29 8.1 Definitions ...... 29 8.2 Progress and Completion ...... 29 8.3 Delays and Extensions of Time ...... 30 8.4 Limitation on Early Completion ...... 30 ARTICLE 9 - PAYMENTS AND COMPLETION ...... 31 9.1 Schedule of Values ...... 31 9.2 Applications for Payment ...... 31 9.3 Certificates for Payment ...... 32 9.4 Decisions to Withhold Certification...... 32 9.5 Progress Payments ...... 33 9.6 Failure of Payment ...... 34 9.7 Substantial Completion ...... 35 9.8 Partial Occupancy or Use ...... 35 9.9 Final Completion and Final Payment ...... 36 9.10 Retainage Escrow Agreement ...... 37 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY ...... 37 10.1 Safety Precautions and Programs ...... 37 10.2 Safety of Persons and Property ...... 38 10.3 Emergencies ...... 39 ARTICLE 11 - INSURANCE AND BONDS ...... 39 11.1 Contractor's Liability Insurance ...... 39 11.2 Board's Liability Insurance ...... Error! Bookmark not defined. 11.3 Property Insurance ...... Error! Bookmark not defined. 11.4 Performance Bond and Payment Bond ...... Error! Bookmark not defined. 11.5 Worker's Compensation Insurance ...... Error! Bookmark not defined. 11.6 General Requirements ...... Error! Bookmark not defined. ARTICLE 12 - UNCOVERING AND CORRECTION OF WORK ...... 43 12.1 Uncovering of Work ...... 43 12.2 Correction of Work ...... 43 12.3 Acceptance of Nonconforming Work ...... 44

GENERAL CONDITIONS SECTION 00 72 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

ARTICLE 13 - MISCELLANEOUS PROVISIONS...... 44 13.1 Delivery of Written Notice ...... 44 13.2 Rights and Remedies ...... 45 13.3 Tests and Inspections ...... 45 13.4 Non-Discrimination ...... 46 13.5 Disclosure ...... 46 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT ...... 46 14.1 Termination by the Contractor ...... 46 14.2 Termination by the Board for Cause ...... 47 14.3 Termination by the Board for Convenience ...... 47 ATTACHMENT 1 - DAILY STATUS REPORT ...... 49

ATTACHMENT 2 - CONTRACTOR NOTICE ...... 51

GENERAL CONDITIONS SECTION 00 72 00 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 GENERAL CONDITIONS

ARTICLE 1 - GENERAL PROVISIONS

1.1 Basic Definitions

1.1.1 Agreement. The term "Agreement" refers to the Construction Contract Agreement.

1.1.1.1 All definitions and other terms contained in the first section of this contract, entitled "Agreement" shall be incorporated into these General Conditions as if fully rewritten herein or attached hereto. To the extent that there is a conflict between any part of the agreement and these general conditions, the agreement shall control.

1.1.2 General Conditions. The term "General Conditions" refers to all of the contract conditions in this document.

1.1.3 Architect. The term "Architect" refers to Architect or the Architect’s authorized representative. The use of the term “Architect” does not necessarily mean one whom is licensed Architect, as the Architect may be a licensed Engineer, Consultant or the “Board”. If no Architect is used, the term “Architect” shall refer to be the “Board”.

1.2 Execution, Correlation, Intent and Interpretation

1.2.1 Signature Requirements. The Contract Documents shall be signed by the Board and the Contractor as provided in the Agreement and the Contract Documents. If either the Board or Contractor or both do not sign all of the Contract Documents, the Board shall identify such unsigned Documents upon request. Such failure to sign any of the Contract Documents shall in no way void or nullify the signatures of either party upon the Agreement.

1.2.2 Execution Representations. Execution of the Contract by the Contractor is a representation that the Contractor has visited the Contract Site, become familiar with the local conditions under which the Work is to be performed, confirmed the location of relevant utility tie-ins with the required utility provider, if the Contract Documents provide that such tie-ins are to be made by the Contractor, and correlated personal observations with requirements of the Contract Documents. These representations are in addition to all other representations contained or implied by the Contract Documents.

1.2.2.1 The Contractor and each Subcontractor shall evaluate and satisfy themselves as to the conditions and limitations under which the Work is to be performed, including, without limitation: (1) the location, condition, layout and nature of the Project site and surrounding areas; (2) generally prevailing climatic conditions; (3) anticipated labor supply and costs; (4) availability and cost of materials, tools and equipment; and (5) other similar issues. The Board assumes no responsibility or liability of any kind for the physical condition or safety of the Project site or any improvements located on the Project site.

1.2.2.2 The Contractor shall be solely responsible for providing a safe place for the performance of the Work. The Board shall not be required to make any adjustments in either the Contract Sum or Contract Time in connection with any failure by the Contractor or any Subcontractor to comply with the requirements of this Article 1.2.2.2.

1.2.3 Intent. The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all; performance by the Contractor shall be required only to the extent consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the intended results.

GENERAL CONDITIONS SECTION 00 72 00 - 4

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

1.2.4 Headings. Organization of the Specifications into divisions, sections and articles and arrangement of Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade. Numbered topical headings, articles, or titles in the Contract Documents are inserted for the convenience of organization and reference and are not intended to affect the interpretation or construction of the terms thereof.

1.2.5 Technical Word Interpretation. Unless otherwise stated in the Contract Documents, words which have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings.

1.2.6 Personal Pronoun and Number Interpretation. All personal pronouns used in the Contract Documents, whether used in the masculine, feminine, or neuter gender, shall include all other genders and, where used in the singular, shall include the plural and vice versa.

1.2.7 Limiting Language Interpretation. The use of the word "including," when following any general statement, term, or matter, shall not be construed to limit such statement, term, or matter to the specific items or matters set forth immediately following such word or to similar items or matters, whether or not non-limiting language (such words as "without limitation" or "but not limited to" or words of similar import) is used with reference thereto, but shall be deemed to refer to all other items or matters that could reasonably fall within the broadest possible scope of such general statement, term or matter.

1.2.8 Approval and Provision Interpretation. When the words "approved," "satisfactory," "proper," or "as directed" are used by the Architect, approval by the Architect shall be understood. When the word "provide" including derivatives thereof is used in the Contract Documents, it shall mean to properly fabricate, complete, transport, deliver, install, erect, construct, test and furnish all labor, materials, equipment, apparatus, appurtenances, and all items and expenses necessary to properly complete in place, ready for operation or use under the terms of the Contract Documents.

1.2.9 Knowledge Interpretation. The terms "knowledge," "recognize," "discover," their respective derivatives and similar terms in the Contract Documents, as used in reference to the Contractor, shall be interpreted to mean that which the Contractor knows or should know, recognizes or should recognize and discovers or should discover in exercising the care, skill and diligence required by the Contract Documents. Analogously, the expression "reasonably inferable," its derivatives and similar terms in the Contract Documents shall be interpreted to mean reasonably inferable by a contractor familiar with the Project and exercising all of the care, skill and diligence required of the Contractor by the Contract Documents.

1.2.10 Persistence Interpretation. The phrase "persistently fails," its derivatives and other similar expressions, as used in reference to the Contractor, shall be interpreted to mean any combination of acts and omissions, which causes the Board or the Architect to reasonably conclude that the Contractor will not complete the Work within the Contract Time, for the Contract Sum or in substantial compliance with the requirements of the Contract Documents.

1.2.11 Special Interpretive Agreement. The parties hereto agree that in the event it becomes necessary to determine the meaning, scope or interrelationship of any of the provisions of the Contract Documents, the doctrine of contra proferentum, that is that the contract shall be construed against the Board, shall not be used. On the contrary, the parties hereto specifically agree that interpretation shall be based upon a reasonable basis consistent with the provisions and intent of the Contract Documents.

GENERAL CONDITIONS SECTION 00 72 00 - 5

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

1.3 Ownership and Use of Architect's Drawings, Specifications and Other Documents

1.3.1 The Drawings, Specifications and other documents are instruments through which the Work to be executed by the Contractor is described. The Contractor may retain one (1) contract record set. Neither the Contractor nor any Subcontractor, Sub-subcontractor or material or equipment supplier shall own or claim a copyright in the Drawings, Specifications and other documents prepared by the Architect. All copies of the Drawings, Specifications and other documents, except the Contractor's record set and any public records, shall be returned or suitably accounted for, on request by the Board or the Architect, upon completion of the work. The Drawings, Specifications and other documents prepared by the Architect which are not public records or owned by the Board, and copies thereof furnished to the Contractor, are for use solely with respect to this Project. They are not to be used by the Contractor or any Subcontractor, Sub-subcontractor or material or equipment supplier on other projects or for additions to this Project outside the scope of the Work without the specific consent of the Board and Architect. The Contractor, Subcontractors, Sub-subcontractors and material or equipment suppliers are granted a limited license to use and reproduce applicable portions of the Drawings, Specifications and other documents prepared by the Architect which are not public records or owned by the Board appropriate to and for use in the execution of their Work under the Contract Documents. All copies made under this license shall bear the statutory copyright notice, if any, shown on the Drawings, Specifications and other documents prepared by the Architect. Submittal or distribution to meet official regulatory requirements or for other purposes in connection with this Project is not to be construed as publication in derogation of any copyright or other reserved rights.

ARTICLE 2 - THE BOARD

2.1 Fees and Information Required from Board

2.1.1 Except for permits and fees, which are the responsibility of the Contractor under the Contract Documents, the Board shall secure and pay for other necessary approvals, easements, assessments and similar charges required for construction, use or occupancy of permanent structures or for permanent changes in existing facilities. This is in addition to the other duties and responsibilities of the Board and Contractor enumerated herein.

2.1.2 Material Safety Data. Some of the Board's facilities may have hazardous chemicals on site. If the Contractor wishes to review the Material Safety Data Sheets for the chemicals located where the Contractor will be performing Work, Contractor shall notify the Board in writing and arrangements to review such Data Sheets within a reasonable time will be made. The Contractor shall be required to maintain on site all relevant Material Safety Data Sheets for all chemicals or hazardous materials which are brought on site.

2.1.3 Notice of Commencement. Ohio Revised Code Chapter 1311.01 et seq. requires that the Board keep copies of its Notice of Commencement on file and available to the public. Such Notice of Commencement shall be on file and available to the Contractor, Subcontractors, Sub-subcontractors, Architect and the public in the Montgomery County Department of Facilities Management: Montgomery County Administration Building P.O. Box 972 451 West Third Street, Seventh Floor Dayton, Ohio 45422-1403.

2.2 Board's Right to Stop the Work

2.2.1 If the Contractor fails to correct the Work which is not in accordance with the requirements of the Contract Documents as required by Article 12.2 or persistently fails to carry out Work in accordance with the Contract Documents, the Board, by written order, may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated and, in the Board's sole discretion,

GENERAL CONDITIONS SECTION 00 72 00 - 6

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 contact the surety, if any, though there shall not be any obligation to do so; however, the right of the Board to stop the Work shall not give rise to a duty on the part of the Board to exercise this right for the benefit of the Contractor or any other person or entity, except to the extent required by Article 6.1.3.

2.3 Board's Right to Carry Out Work

2.3.1 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven (7) day period after receipt of written notice from the Board to commence and continue correction of such default or neglect with diligence and promptness, the Board may, without prejudice to any other remedies the Board may have, correct such deficiencies and, in the Board's sole discretion, contact the surety, if any, though there shall not be any obligation to do so. In such case an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor the cost of correcting such deficiencies, including compensation for the Architect's additional services and expenses made necessary by such default, neglect or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Board.

ARTICLE 3 - CONTRACTOR

3.1 Review of Contract Documents and Field Conditions by Contractor

3.1.1 The Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the Board and shall at once report to the Board errors, inconsistencies or omissions discovered.

3.1.1.1 Minor errors, inconsistencies or omissions in the Contract Documents shall not relieve the Contractor from performing the tasks generally provided for by the Contract Documents.

3.1.1.2 The Contractor shall be liable to the Board for damage resulting from errors, inconsistencies or omissions in the Contract Documents of which the Contractor knew, or should have known, had the Contractor used reasonable care in reviewing the Contract Documents.

3.1.1.3 Notice of any error, inconsistency or omission in the Contract Documents which the Contractor knew, or should have known, must be given to the Board at or before the pre-bid conference.

3.1.1.4 If the Contractor performs any construction activity which it knows, or should have known, that the work involves an error, inconsistency or omission in the Contract Documents without giving notice to the Board at or before the pre-bid conference, if such a conference is scheduled, or if no such conference is scheduled before submitting its bid, the Contractor shall assume appropriate responsibility and liability for such performance and shall bear an appropriate amount of the attributable costs for correction, including, but not limited to, attorney fees, if any.

3.1.2 The Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to the Contractor with the Contract Documents before commencing activities. Errors, inconsistencies or omissions discovered shall be reported to the Architect and Board at once.

3.1.2.1 Exactness of grades, elevations, dimensions or locations given on any Drawings issued by the Architect or Board, or the work installed by other contractors, is not guaranteed by either the Board or Architect. The Contractor shall, therefore, satisfy itself as to the accuracy of all grades, elevations, dimensions or locations. In all cases of interconnection of the Contractor's Work with existing or other work, Contractor shall verify at the site all dimensions relating to such existing or other work.

GENERAL CONDITIONS SECTION 00 72 00 - 7

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

3.1.2.2 Any errors due to the Contractor's failure to so verify all such grades, elevations, dimensions or locations shall be promptly rectified by the Contractor at no additional cost to the Board.

3.1.3 The Contractor shall perform the Work in accordance with the Contract Documents and submittals approved pursuant to Article 3.11.

3.1.4 Except as to any reported errors, inconsistencies or omissions and to concealed or unknown conditions defined in Article 4.3, by executing the Agreement, the Contractor represents the following:

3.1.4.1 The Contract Documents are sufficiently complete and detailed for the Contractor to (1) perform the Work required to produce the results intended by the Contract Documents and (2) comply with all the requirements of the Contract Documents, and ORC 153.31.

3.1.4.2 The Work required by the Contract Documents, including, without limitation, all construction details, construction means, methods, procedures and techniques necessary to perform the Work, use of materials, selection of equipment and requirements of product manufacturers are consistent with (1) good and sound practices within the construction industry; (2) generally prevailing and accepted industry standards applicable to Work; (3) requirements of any warranties applicable to the Work; and (4) all laws, ordinances, regulations, rules and orders which bear upon the Contractor's performance of the Work.

3.2 Supervision and Construction Procedures

3.2.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention commensurate with the responsibility to produce a satisfactory product under the facts peculiar to this Project. The Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract, unless Contract Documents give other specific instructions concerning these matters. If the Contractor learns of or experiences an interference with its rights under this Article 3.2.1, the notice to the Board of such an event is mandatory and can not be waived by the Contractor.

3.2.2 The Contractor shall be responsible to the Board for acts and omissions of the Contractor's employees, Subcontractors and their agents and employees and any entity or other persons performing portions of the Work under a contract with the Contractor. Under no circumstances shall the failure of a subcontractor or other entity to perform work contracted by the Contractor with that entity, as required, be a basis for adjustment of this Contract. Under no circumstances shall the failure of a Subcontractor or other entity to perform Work contracted by the Contractor with that entity, as required, be a basis for adjustment of this Contract.

3.2.3 The Contractor shall not be relieved of obligations to perform the Work in accordance with the Contract Documents either by activities or duties of the Architect in the Architect's administration of the Contract, or by tests, inspections or approvals required or performed by persons other than the Contractor. Failure of the Board or its representative to discover defective work tendered by the Contractor for inspection, approval or acceptance, under the terms of the contract, when the Board relies upon the representations of or information furnished by the Contractor, to its detriment, as permitted or required by the Contract, shall not be treated as a waiver of the rights of the Board to receive work conforming to the Contract Requirements.

3.2.4 The Contractor shall be responsible for assuring that portions of Work already performed under this Contract to determine that such portions are, in fact, in proper condition to receive subsequent Work.

3.3 Labor and Materials

3.3.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, parking, restrooms and other facilities and services necessary for proper execution and

GENERAL CONDITIONS SECTION 00 72 00 - 8

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 completion of the Work, whether temporary or permanent, and whether or not incorporated or to be incorporated in the Work.

3.3.1.1 Unless otherwise provided for in the Contract Documents, as among the various contractors, water, heat, utilities, restrooms and other necessary or common facilities shall be the responsibility of the Coordinating Contractor. Unless otherwise provided for in the Contract Documents, each separate contractor shall be responsible for all of its own telephone charges including, but not limited to, any installation and line charges, taxes, telephones, long distance and local service.

3.3.1.2 The Board shall not be responsible for any heat, water, utilities or other supplies or facilities required due to any weather condition, or any weather induced delay, no matter how unusual or unexpected the weather condition, unless caused by weather related calamitous events of catastrophic proportions.

3.3.2 The Contractor shall enforce strict discipline and good order among the Contractor's employees and other persons carrying out the Contract. The Contractor shall not permit employment of persons not skilled in tasks assigned to them.

3.3.3 The Contractor accepts full responsibility for payment of all unemployment compensation, insurance premiums, workers' compensation premiums, income tax deductions, prevailing wages, pension deductions, and any and all other taxes or payroll deductions required for the Contractor and all employees engaged by the Contractor for the performance of the Work. The Contractor shall also ensure that all Subcontractors, Sub-subcontractors, vendors and other material suppliers shall also comply with all such requirements.

3.3.4 The Contractor accepts full responsibility for payment of all benefits as mandated by the Patient Protection and Affordable Care Act (PPACA). The costs of any health insurance benefits required by the PPACA shall be the responsibility of the Contractor and shall not be billed directly to the County. The Contractor shall comply with the requirements of the PPACA and any and all associated costs and/or penalties. It shall be the responsibility of the Contractor to report, track and determine employee hours that are eligible to be offered insurance benefits.

3.3.5 The Contractor accepts full responsibility for compliance with all MBE, WBE and EEO requirements. The Contractor shall also ensure that all Subcontractors, Sub-subcontractors, vendors and other material suppliers also comply with all such requirements.

3.3.6 The Contractor shall only employ labor on the Project or in connection with the Work capable of working harmoniously with all trades, crafts and any other individuals associated with the Project. The Contractor shall also use its best efforts to minimize the likelihood of any strike, work stoppage or other labor disturbance.

3.3.6.1 For any of the Work to be performed by trade unions, the Contractor shall make all necessary arrangements to reconcile, without delay, damage or cost to the Board and without recourse to the Board, any conflict between the Contract Documents and any agreements or regulations of any kind at any time in force among members or councils which regulate or distinguish what activities shall not be included in the work of any particular trade.

3.3.6.2 In case the progress of the Work is affected by any undue delay in furnishing or installing any items or materials or equipment required under the Contract Documents because of such conflict involving any such labor agreement or regulation, the Board may require that other material or equipment of equal kind and quality be provided pursuant to a Change Order.

GENERAL CONDITIONS SECTION 00 72 00 - 9

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

3.4 Warranty

3.4.1 The Contractor warrants to the Board and Architect that materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents, that the Work will be free from defects not inherent in the quality required or permitted, that the Work will be fit for the purpose for which it was intended, and that the Work will conform with the requirements of the Contract Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized, shall be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, modifications not executed by Contractor, improper or insufficient maintenance (except to the extent provided by the Contract Documents), improper operation, or normal wear and tear under normal usage. If required by the Board or Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment used.

3.4.2 The Contractor agrees to assign to the Board at the time of final completion of the Work, any and all manufacturer's warranties relating to materials and labor used in the Work and further agrees to perform the Work in such manner so as to preserve any and all such manufacturer's warranties.

3.4.3 In addition to the other terms herein, the Contractor specifically agrees to and hereby represents that it is aware of the additional warranty provisions found in Article 12.2.

3.5 Taxes

3.5.1 The Contractor shall pay sales, consumer, use and similar taxes for the Work or portions thereof provided by the Contractor which are legally enacted in force when the bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect.

3.6 Permits, Fees and Notices

3.6.1 Unless otherwise provided in the Contract Documents, the Contractor shall secure and pay for the building permit and other permits and governmental fees, licenses, review fees, and inspections necessary for proper execution and completion of the Work.

3.6.1.1 All connection charges, assessments or inspection fees as may be imposed by any governmental agency or utility company are included in the Contract Sum and shall be the Contractor's responsibility.

3.6.1.2 As among separate contractors, if any, unless otherwise provided in the Contract Documents, the Coordinating Contractor shall secure and pay for all general permits substantially covering Work involving more than one (1) separate contractor, regardless of whether the Coordinating Contractor's Work is subject to that permit. The Contract Sum for the Coordinating Contractor shall be adjusted to reflect the difference between the actual cost of such general permits involving other contractors and the cost of such general permits based upon the published Project estimates for other contractors.

3.6.2 The Contractor shall comply with and give notices required by laws, ordinances, rules, regulations, lawful orders and all other requirements of public authorities bearing on performance of the Work. The Contractor shall also obtain and pay all charges and costs, including repair costs, stemming from approvals and implementation of street, alley and sidewalk closings, temporary construction easements, parking meter removal and replacement, street sign removal and replacement, street lighting removal and replacement, temporary fences and barricades, and all other similar matters as may be necessary or appropriate from time to time for the performance of the Work.

3.6.3 It is not the Contractor's responsibility to ascertain that the Contract Documents are in accordance with applicable laws, statutes, ordinances, building codes, and rules and regulations. However, if the Contractor knows or should know that portions of the Contract Documents are at variance therewith, the Contractor shall promptly notify the Architect and Board in writing, and necessary changes shall be

GENERAL CONDITIONS SECTION 00 72 00 - 10

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 accomplished by appropriate modification unless such laws, statutes, ordinances, building codes, and rules and regulations bear upon the performance of the Work.

3.6.4 If the Contractor performs Work it knows or should know is contrary to laws, statutes, ordinances, building codes, and rules and regulations without such notice to the Architect and Board, the Contractor shall assume full responsibility for such Work and shall bear all attributable costs including, but not limited to, attorney fees. The Contractor shall notify the Board and the Architect, in writing, immediately upon discovery of any violation of the Building Code in the Contract Documents and only such notification will relieve the Contractor of responsibility under this Article 3.6.4 for violations inherent in the Contract Documents.

3.6.5 Storm Water Discharge (when applicable): for projects that disturb more than one acre of land area, the contractor will be required to obtain permit coverage from the Ohio Environmental Protection Agency under permit OHC000002. Coverage will require the successful bidder to submit a Notice of Intent (NOI), a site map (8 ½” x 11”), a permit fee (expected fee between $200 and $500) and prepare a storm water pollution prevention plan.

3.7 Allowances

3.7.1 The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. Items covered by allowances shall be supplied for such amounts and by such persons or entities as the Board may direct.

3.7.2 Unless otherwise provided in the Contract Documents (1) allowances shall cover the cost to the Contractor of materials and equipment delivered at the site and all required taxes, less applicable trade discounts; (2) Contractor's costs for unloading and handling at the site, labor, installation costs, overhead, profit and other expenses contemplated for stated allowance amounts shall be included in the Contract Sum and not in the allowances; and (3) whenever costs are less than allowances, the Contract Sum shall be adjusted accordingly by Change Order. The amount of the Change Order shall reflect the difference between actual costs and the allowances under Clause 1 of this Article, and changes in Contractor's costs under Clause 2 of this Article.

3.8 Superintendent

3.8.1 The Contractor shall employ a competent Superintendent, with the Contractor's authority to act in his behalf, and necessary assistants who shall be in attendance at the Project site during performance of the Work. The Superintendent shall be satisfactory to the Board. The Superintendent shall represent the Contractor, and communications given to the Superintendent shall be as binding as if given to the Contractor. Communications shall be confirmed in writing by the Contractor upon written request. The Board shall be advised in writing of the Superintendent's name, local address, telephone numbers, pager access if any, and limits of authority. This written advice is to be kept current during the duration of the Contract Time.

3.9 Contractor's Construction Schedules and Daily Reports

3.9.1 The Contractor, within ten (10) days after being awarded the Contract, shall prepare and submit for the Board's information a Contractor's construction schedule for the Work.

3.9.1.1 The schedule shall not exceed time limits current under the Contract Documents, shall be revised at appropriate intervals, not less than one month, as required by the conditions of the Work and Project, shall be related to the entire Project to the extent required by the Contract Documents, and shall provide for expeditious and practicable execution of the Work.

3.9.1.2 Unless elsewhere stated herein, the schedule shall be a simple annotated bar- type progress schedule indicating a time bar for each significant category or unit of the work to be performed

GENERAL CONDITIONS SECTION 00 72 00 - 11

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 at the site. The schedule shall be arranged to indicate required sequencing of units of the Work and to show time allowances for submittals, inspections and similar time margins. No sequenced activity shall exceed twenty (20) days. Each activity shall be annotated to identify other activities which may be restrained by or dependent on such activity. Other Multi-Prime Contractors shall be contacted to concur in the preparation of the schedule.

3.9.2 The Contractor shall prepare and keep current, for the Board's approval, a schedule of submittals which is coordinated with the Contractor's construction schedule and allows the Board reasonable time to review critical submittals, the delay to which may delay the end performance date, and shall be noted.

3.9.3 The Contractor shall conform to the most recent schedules. If the periodic review by the Contractor disclosed that the end performance date is in jeopardy, notice of such fact shall be given immediately to the board.

3.9.4 The Contractor shall complete the Daily Report Form, in the format set forth in Attachment 1 to this Contract.

3.9.4.1 Each provision on said report shall be annotated in such a manner as to report all activity at the site under each heading of the report or indicate that no activity of that type occurred on that report date. Response shall be made to each item contained on the report form.

3.9.4.2 Such daily reports shall be submitted to the Board for each day that work is performed on the Project, without regard to the fact that such day was not a normal work day, at the location the Board designates, by the beginning of the next business day following the day which the report describes.

3.9.5 The Contractor's on-site Superintendent shall be personally responsible for assuring that each such daily report is accurate and complete and reports all relevant data (including data from Subcontractors, Sub-Subcontractors, vendors and material suppliers) which affects the time of performance of the Project or the cost of the Project, and the signature of the Contractor's on-site superintendent on each daily report shall constitute a warranty to the Board on behalf of and with the authority of the Contractor that all such data is current, accurate and complete as of the date of that report.

3.10 Documents and Samples at the Site

3.10.1 The Contractor shall maintain at the site for the Board one (1) record copy of the Drawings, Specifications, Addenda, Schedules, Change Orders and other modifications, in good order and marked currently to record changes and selections made during construction and containing all governmental approvals, stamps, signatures and comments and, in addition, shall maintain in good order and marked currently all approved Shop Drawings, Product Data, Samples and similar required submittals. These shall be available to the Board at all times and shall be delivered to the Architect for transmittal to the Board upon completion of the Work.

3.11 Shop Drawings, Product Data and Samples

3.11.1 Shop Drawings are drawings, diagrams, schedules and other data specially prepared for the Work by the Contractor or a Subcontractor, Sub-Subcontractor, manufacturer, supplier or distributor to illustrate some portion of the Work. Within ten (10) days after execution of the Agreement, Contractor shall submit a schedule of shop drawings to the Board.

3.11.1.1 At its election, the Contractor shall be permitted to establish a system of communication of submittals directly with the Board's professional and technical advisor. A copy of any such informal agreement shall be made available to the Board, forthwith, upon its execution.

3.11.2 Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate materials or equipment for some

GENERAL CONDITIONS SECTION 00 72 00 - 12

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 portion of the Work.

3.11.3 Samples are physical examples, which illustrate materials, equipment or workmanship and establish standards by which the Work will be judged.

3.11.4 Shop Drawings, Product Data, Samples, and similar submittals are not Contract Documents. The purpose of their submittal is to demonstrate for those portions of the Work for which submittals are required the way the Contractor proposes to conform to the information given and the design concept expressed in the Contract Documents. Review by the Board is subject to the representations made by the Contractor under Article 13.14.2.

3.11.5 The Contractor shall review, approve and submit to the Board Shop Drawings, Product Data, Samples and similar submittals required by the Contract Documents with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of the Board or of separate contractors. Submittals made by the Contractor which are not required by the Contract Documents shall be returned without action.

3.11.6 The Contractor shall perform no portion of the Work requiring submittal and review of Shop Drawings, Product Data, Samples or similar submittals until the respective submittal has been approved by the Board. Such Work shall be in accordance with approved submittals.

3.11.7 By approving and submitting Shop Drawings, Product Data, Samples and similar submittals, the Contractor represents that the Contractor has determined and verified materials, field measurements and field construction criteria related thereto, or will do so, and has scheduled and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents.

3.11.8 The Contractor shall not be relieved of responsibility for deviations from requirements of the Contract Documents by the Board's approval of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor has specifically informed the Board in writing of such deviation at the time of submittal and the Board has given written approval to the specific deviation. The Contractor shall not be relieved of responsibility under Article 13.14 because of errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Board's approval thereof.

3.11.9 The Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, Product Data, Samples or similar submittals, to revisions other than those requested by the Board on previous submittals.

3.11.10 Informational submittals upon which the Board is not expected to take responsive action may be so identified in the Contract Documents.

3.11.11 When professional certification of performance criteria of materials, systems, or equipment is required by the Contract Documents, the Contractor shall provide the person or party providing the certification with full information on the relevant performance requirements and on the materials, systems, or equipment that are expected to operate at the Project site.

3.11.12 All Shop Drawings for any architectural, structural, mechanical or electrical work must be submitted to and approved by the Board. The Contractor represents and warrants that all Shop Drawings shall be prepared by persons and entities possessing expertise and experience in the trade for which the Shop Drawing is prepared and by a licensed professional if so required by the Board or applicable law.

3.12 Use of Site

3.12.1 The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. Unless otherwise provided in the Contract Documents, the Coordinating Contractor shall be responsible

GENERAL CONDITIONS SECTION 00 72 00 - 13

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 for securing and paying for any permits or other fees necessary for the obstruction of streets, alleys, drives and other roads, which obstruction shall be kept to a minimum with minimum interference to traffic and other facilities. Streets, alleys, drives and other roads adjacent to the site shall be maintained free of mud and construction debris created by the construction process.

3.12.2 Only materials and equipment which are to be used directly in the Work shall be brought to and stored on the Project site by the Contractor. After equipment is no longer required for the Work, it shall be promptly removed from the Project site. Protection of construction materials and equipment stored at the Project site from weather, theft, damage and all other adversity is solely the responsibility of the Contractor.

3.12.3 The Contractor and any entity for whom the Contractor is responsible shall not erect any sign on the Project site without the prior written consent of the Board, which may be withheld in the sole discretion of the Board.

3.12.4 The Contractor shall ensure that the Work, at all times, is performed in a manner that affords reasonable access, both vehicular and pedestrian, to the site of the Work and all adjacent areas. The Work shall be performed, to the fullest extent reasonably possible, in such a manner that public areas adjacent to the site of the Work shall be free from all debris, building materials and equipment likely to cause hazardous conditions. Without limitation of any other provision of the Contract Documents, the Contractor shall use its best efforts to minimize any interference with the occupancy or beneficial use of (1) any areas and buildings adjacent to the site of the Work or (2) the building in the event of partial occupancy, as more particularly described elsewhere in the Contract Documents.

3.13 Cutting and Patching

3.13.1 The Contractor shall be responsible for cutting, fitting or patching required to complete the Work or to make its parts fit together properly.

3.13.2 The Contractor shall not damage or endanger a portion of the Work or fully or partially completed construction of the Board or separate contractors by cutting, patching or otherwise altering such construction, or by excavation. The Contractor shall not cut or otherwise alter such construction by the Board or a separate contractor except with written consent of the Board and of such separate contractor. The Contractor shall not unreasonably withhold from the Board or a separate contractor the Contractor's consent to cutting or otherwise altering the Work.

3.14 Cleaning Up

3.14.1 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the Work the Contractor shall remove from and about the Project waste materials, rubbish, the Contractor's tools, construction equipment, machinery and surplus materials.

3.14.2 If the Contractor fails to clean up as provided in the Contract Documents, the Board may do so and the cost thereof shall be charged to the Contractor.

3.15 Access to Work

3.15.1 The Contractor shall provide the Board and the Architect access to the Work in preparation and progress wherever located.

3.16 Royalties and Patents

3.16.1 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Board and Architect harmless from loss on

GENERAL CONDITIONS SECTION 00 72 00 - 14

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 account thereof, but shall not be responsible for such defense or loss when such suit or claim stems solely from a particular design, process or product of a particular manufacturer or manufacturers which is specifically required by the Contract Documents. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Board.

3.17 Indemnification

3.17.1 The Contractor agrees to indemnify, hold harmless and, not excluding the County’s right to participate, defend the County, its officers, agents, and employees, and any jurisdiction or agency issuing permits for any work included in the project, their officers, agents, and employees, hereinafter referred to as indemnitee, from all suits and claims, including attorney's fees and cost of litigation, actions, loss, damage, expense, cost or claims of any character or any nature arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law, or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. It is agreed that the Contractor will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County.

3.17.2 In claims against any person or entity indemnified under this Article 3.17 by an employee of the Contractor, a Subcontractor, a Sub-subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Article 3.17 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor, a Subcontractor or a Sub-subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts.

3.18 Liquidated Damages and Time

3.18.1 Time is of the essence to the Contract Documents and all obligations thereunder. Contractor agrees that Liquidated Damages shall be available to the Board pursuant to the terms of the Agreement.

3.19 Notice Requirements

3.19.1 In a variety of Articles set forth in this Contract, Contractor is required to give written notice to the Board of the occurrence of events for which the Board has assumed the legal or contractual responsibility. The giving of such notice is a CONDITION PRECEDENT to any liability of the Board. The failure to provide the written notice, when occurrence become known to the Contractor, or the information is reasonably available to the Contractor, shall release the Board from any liability on any claim for adjustment of the Contract or for the breach thereof by the Board, THE FORM FOR THE GIVING OF NOTICE UNDER THIS CONTRACT IS ATTACHED to this Contract as Attachment 2 hereto.

3.20 Submittals

3.20.1 Various provisions of the Contract require the Contractor to obtain permission to use Equipment, material or means and methods to fulfill its responsibility under the contract. Unless otherwise set forth in the Contract by specific recitation, these requirements are Mixed Design and Performance Specifications. In order for the Contractor to fully understand the nature of the warranty made to the Board in the submittal process under which the permission of the Board is obtained to use the submittal subject matter the following shall apply to all submittals.

3.20.2 When the contractor makes a "Submittal" to describe how it will fulfill its responsibility under the Contract by submitting Shop Drawings, Submittals, Samples, Cuts, Catalogues, Models, Samples or other preliminary data, when such submittals are to be subsequently utilized in the final construction of

GENERAL CONDITIONS SECTION 00 72 00 - 15

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 this project, the following provisions shall apply:

1. THE CONTRACTOR NOTES THE CONSPICUOUS NATURE OF THIS PROVISION. THE CONTRACTOR AGREES THAT THESE PROVISIONS ARE MATERIAL PROVISIONS AND ARE TO BE ENFORCED, IN THE EVENT OF CONTROVERSY, IN SUCH A MANNER AS TO PLACE UPON THE CONTRACTOR THE FULL, COMPLETE AND TOTAL RESPONSIBILITY FOR THE APPROVED SUBMITTAL FOR THE PURPOSE OF FULFILLING THE REQUIREMENTS OF THE CONTRACT FOR THE SUBSEQUENT SUITABILITY AND/OR THE COST OF REALIZING USEABILITY OF ANY PRELIMINARY SUBMISSIONS BY THE CONTRACTOR, WITHOUT REGARD TO ANY ACTION OR FAILURE TO ACT IN CONNECTION THEREWITH BY THE BOARD OR ITS DULY AUTHORIZED REPRESENTATIVE.

2. TO FACILITATE THE ASSUMPTION OF RESPONSIBILITY BY THE CONTRACTOR UNDER THIS ARTICLE, EACH PRELIMINARY SUBMITTAL BY THE CONTRACTOR SHALL CONTAIN AS A COVER PAGE THERETO, THE FOLLOWING LEGEND. THIS COVER PAGE SHALL BE SIGNED OR INITIALED BY A REPRESENTATIVE OF THE CONTRACTOR PREVIOUSLY DESIGNATED BY THE CONTRACTOR TO THE BOARD, IN WRITING, FOR SUCH PURPOSE. THE CONTRACTOR SHALL REQUEST SUBMITTAL APPROVAL AND WARRANT THE SUITABILITY OF THE EQUIPMENT OR MATERIAL SET FORTH FOR COMPLIANCE WITH THE REQUIREMENTS OF THE CONTRACT PROVISIONS FOR WHICH THIS SUBMITTAL IS INTENDED TO BE USED.

a. This submittal is made under the provisions of Article 13 of Quality Control requirements of the General Conditions of the Contract between these parties. Contractor makes an express warranty to the Board, by express affirmation, that if installed into or made a part of the project, the work which forms the basis of this submittal will conform to the design requirements of the contract, as that design has been agreed to and which is the basis of the bargain between the parties hereto.

b. It is the purpose of this submittal to describe the goods proposed for use by the Contractor and to demonstrate conformance of that description to the Contract Requirement.

c. To the extent necessary, the Contractor by making this submittal, warrants that the whole of the goods shall conform to the submittal.

d. At the time of this submission, the Contractor acknowledges that it is aware that the purpose of this Submittal is to induce the Board to authorize the use of this work for purposes of Contract compliance by the Contractor, and further, that the Board, in doing so, relies upon the skill, judgment and integrity of the Contractor as to the compliance of this submitted work to the requirements of the Contract. Contractor hereby acknowledges that it has, through the use of its own resources, found and selected the work submitted herewith and that the work submitted is usable for the purpose of being fit and suitable in the final construction under this Contract.

e. Notwithstanding any provision of this Contract to the contrary, the Contractor hereby notifies the Board that: (1) (2) (3) (4) (Or more) features of the Submittal ARE NOT IN CONFORMANCE with Contract Requirements, but nevertheless asks approval thereof.

SIGNED: ______Authorized Representative

GENERAL CONDITIONS SECTION 00 72 00 - 16

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

3.20.3 Contractor understands that in fulfilling its responsibility under this Article, that it may need or be required to obtain the services of a Professional Design Consultant in order to properly present any submittal made hereunder. If the Contractor determines that such services are needed for the purposes of carrying out the means and methods selected by the Contractor, then such a Professional Design Consultant must be included in the bid submitted.

ARTICLE 4 - ADMINISTRATION OF THE CONTRACT

4.1 Roles

4.1.1 After the award of the Construction Contract the Architect shall become an on-site Professional and Technical Advisor to the Board, as provided in the Contract between the Board and the Architect. In this capacity, the Architect will have continuous access to the site and any phase of the Contract Work which the Architect determines to be necessary including, through the Board's Project Representative, access to data in the construction Contractor's files or offices pertaining to the performance of the quality, time or cost requirements of the Construction Contract, in the same mode, manner and extent that such data would be available to the Board.

4.1.2 In its capacity as the Professional and Technical Representative of the Board, the Architect shall be responsible for professional supervision of the Work, excluding superintendence, of the building process. The Architect shall verify conformance with Contract Requirements in each of the areas of cost, quality and time. The Architect will have great responsibility to assure that the product offered for acceptance does, in fact, meet the Contract requirements.

4.1.2.1 However, the Architect has no contractual authority and may not legally authorize, or waive the full conformance to the Contract Requirements. If any matter arises during the performance of the Contract which is claimed to have been authorized by a representative of the Board and which may increase the Board's responsibility for cost or waives any requirement concerning time or quality, the Board shall not be prejudiced thereby unless the Contractor did present a formal notice in the manner required by the Contract to the Board and received specific written authority from the Board regarding the matter.

4.2 Meetings

4.2.1 The Architect shall be responsible for arranging and conducting construction-related meetings, as required. The Architect's representative shall attend, take notes, publish and distribute minutes of job meetings.

4.2.2 The Architect's site representative will receive copies of reports submitted by the prime construction Contractors and shall provide site services to verify the reports, when necessary. Discovered variances shall immediately be reported to the Board.

4.2.3 If requested by the Board, the Architect shall provide a full-time, on-site representative who shall be subject to the approval of the Board and qualified in construction administration. On projects for which the Board does not authorize full-time, on-site representation, the Architect shall provide an approved person with suitable experience in the construction process to make site quality verification visits and to monitor and report the progress, quality, and timely performance of the Work relative to the working Drawings and Specifications, the schedule and the quality requirements of the Contract, as such work is being performed by the construction contractor. The Contractor shall provide the Architect all such reasonably available data from its quality and scheduling procedures, so as to make it possible for the Architect to perform its duties.

4.2.3.1 The Architect shall report to the Board the progress and quality of the work based on professional review of Contractor activities at the site. Detected defects and deficiencies in the Work shall be reported

GENERAL CONDITIONS SECTION 00 72 00 - 17

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 to the Board forthwith. The Architect shall, upon the notice and representation of the Contractor that such documents are ready for review, establish a time for, and coordinate a meeting to discuss the Contractor's proposed quality and time management procedure. During contract performance, the Architect shall perform such analysis and evaluation of the quality and schedule procedures to enable the Architect to inform the Board of the failure of any Contractor to perform in accordance with the contract requirements. Any documentation required for a proper analysis by the Architect shall be furnished by the Contractor.

4.2.4 The Architect shall be responsible for the coordination and performance of on-site services performed by consultants employed by the Architect. It shall review reports and other data submitted by such consultants. The Architect and each consultant engaged shall visit the job site for the purpose of verifying the compliance by the Contractor with Contract requirements at the times and frequencies stated in the contract with the Architect. The Architect shall provide in each consultant subagreement a requirement for consultant visits to the site and a schedule for such visits to accomplish professional verification of the Work monitored by each consultant and a reporting system to inform the Board of deficiencies in the Work.

4.2.5 Prior to the start of construction, the Contractors and the Architect shall review the time sequencing and proposed schedule for submittals from construction Contractors so that the Architect and its consultants may suitably arrange proper review thereof. The Architect shall assess the feasibility of such submittals relative to the time needed for construction schedule review and advise the Board accordingly. Any Contractor who fails to cooperate in this commitment will be subject to immediate penalty, not excluding default termination.

4.2.6 Should the Architect become aware that the work of any construction Contractor or Subcontractor, whether in place, or in process, does not conform to the work or quality required by the construction Contracts, the Board shall be immediately notified. It is appropriate for the Architect to immediately advise the construction contractors of substantial deficiencies, and that this notification of deficiency will be made to the Board. The Architect shall furnish such data as is necessary to inform the Board of the degree of deviation from Contract requirements, the cause thereof, the impact on schedule and cost, if known, and a recommended course of conduct. The Board shall be solely responsible for implementation of the Architect's recommendation. This assumption of responsibility by the Board shall not relieve the Architect or its consultants for negligence in the discovery of any condition that was or should have been discovered.

4.2.6.1 Following construction site visits, the Architect shall make routine status reports of activities on the Project, at such intervals as is elsewhere herein established and in a format approved by the Board. The Architect shall submit routine reports within five (5) days of the site visit by the Architect's representative.

4.2.6.2 Reporting requirements for full-time, on-site representation shall be established by each Contract for such professional services.

4.2.7 If the Architect, at any time for any reason, considers suspension of construction Work appropriate, the Architect shall notify the Board of its recommendation and state the reasons which, in the professional opinion of the Architect, justify such action.

4.2.8 The Architect shall be responsible for the professional review and approval or rejection of Shop Drawings, Samples and other submittals from the construction Contractor to determine conformance with the specific portions of the Contract Documents or the Contractor's quality procedures, under which the submittal was made. Review of the submittals which have priority status, as required by the Schedule requirements, if applicable, or as determined by the Board's Project Representative, must be completed within five (5) working days of receipt, or such other time as not to delay the Contractor. Review of other submittals shall be completed within ten (10) working days of receipt, or in accordance with the submittal

GENERAL CONDITIONS SECTION 00 72 00 - 18

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 schedule prepared by the construction Contractor team and as approved by the Board and Architect at the start of construction.

4.2.9 If it becomes necessary during construction to interpret, construe, clarify or to otherwise determine the reasonable meaning, application or implementation of the Contract Documents, the Architect, acting in good faith based upon the facts known, or made known to it at the time, shall recommend to the Board a course of conduct concerning the issues involved. Such recommendation(s) may be considered for further contractual action by the Board.

4.2.10 Necessary professional services to repair or overcome problems caused by errors, omissions, ambiguities or changes not authorized by the Board in the preparation of the documents or design shall be the responsibility of the Architect or its consultants without additional cost to the Board.

4.2.11 The Architect shall review requests for information and Board requests for assistance in executing authorized changes or Supplemental Work. The Architect shall, evaluate subsequent construction Contractor change proposals and provide the Board with a written recommendation regarding acceptance or rejection of such change proposals. Review and recommendation shall be completed within five (5) working days of receipt or in accordance with the schedule specifically approved by the Board. The review shall consider the necessity for such change, the reasonable method for accomplishment of the proposed change, and an analysis of the cost proposed for effecting the change. Following approval by the Board, the Architect shall prepare, process and convey the necessary supplemental agreement or change order, in accordance with the provisions hereof, entitled Board Initiated Changes or Supplementary Work.

4.2.11.1 The Architect shall fully evaluate the merit and validity of claimed costs in connection with any request submitted to it by the Board for review of an application for claimed Supplemental Work. The Architect shall submit timely written recommendations to the Board and shall assist in negotiations concerning change orders or applications for payment for Supplemental Work.

4.2.11.2 The Architect shall review and analyze all requests for advice from the Board concerning Board Initiated Change Orders, and shall furnish advice concerning scope, quality, time and cost impact of the proposed Change Order.

4.2.12 Upon notification to the Board that the construction contractor has conducted an inspection indicating that Substantial Completion has taken place, the Architect shall take such action as in its professional opinion will establish that Substantial Completion has, in fact, been accomplished and that the necessary work to achieve final completion has been identified. The determination of Substantial Completion shall be made in accordance with Article 9.7 of these conditions. At this point, the Architect shall provide a written report to the Board indicating that Substantial Completion has been achieved. The Architect shall also submit a detailed list of items found not to be complete, in need of correction, replacement or otherwise not certified to be in accordance with the construction Contract Documents.

4.2.13 The Architect will conduct such inspections as are necessary to accurately identify and file with the Board the Date of Substantial Completion and the date of Final Completion. The Architect will receive and forward to the Board, for the Board's review and files, all written warranties and related documents required by the contract and assembled by the Contractor, and a professional opinion from which the Board will issue a final Certificate for Payment upon compliance with the requirements of the Contract Documents.

4.2.14 The Board will provide a set of contract plans to each prime construction contractor on which daily records of progress, changes and deviations from the Contract will be recorded. At completion of the Project, each construction contractor will submit its marked-up record prints to the Architect who shall, based on these marked-up prints, revise the original documents or prepare a set of mylar copies of original drawings showing changes in the work made during the construction process to produce a set of as-built documents. An alternate to revised drawings will be revised computer disks. This work shall be

GENERAL CONDITIONS SECTION 00 72 00 - 19

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 completed within thirty (30) days of receipt of the last marked-up prints. The consequences of circumstances known by the Architect to have caused change shall be included in the production of the as-built documents.

4.2.15 In the performance of the its work at the site, the Architect shall have only such safety duties as are imposed by Ohio or Federal Law or Regulation. It is not the purpose of this Article 4.2.15, or this contract, to either increase or diminish those duties.

4.2.16 The Architect shall also obtain from the Board's Project Representative, and review for compliance with design intent, an Operating and Maintenance Manual for building systems and operable mechanical and electrical equipment on the Project, both powered and manual. Two copies of the manuals shall be returned to the Board's Project Representative. These manuals shall include:

4.2.16.1 Manufacturer's instruction for maintenance and operation of equipment and systems, including a spare parts list; and

4.2.16.2 Temperature-control record drawings and equipment data sheets including recommended maintenance procedures.

4.2.17 NO REPRESENTATIVE OF THE BOARD, INCLUDING THE ARCHITECT, HAS THE AUTHORITY TO CHANGE, MODIFY, INCREASE, OR DECREASE THE SCOPE OF THE CONTRACTOR'S DUTY TO THE BOARD UNDER THIS CONTRACT. SHOULD A CONDITION ARISE WHICH REQUIRES IMMEDIATE RESPONSE FROM THE DULY AUTHORIZED REPRESENTATIVE OF THE BOARD, ALL CONTRACTORS ARE CAUTIONED THAT THE PROPER METHOD FOR COMMENCING RESOLUTION OF THE CONDITION IS THE GIVING OF THE FORMAL NOTICE SPECIFIED ELSEWHERE IN THIS CONTRACT TO MAKE THE BOARD AWARE OF SUCH CONDITION, AND ITS DUTY TO RESOLVE IT. THE GIVING OF THIS NOTICE IS A CONDITION PRECEDENT TO ANY LIABILITY OF ANY TYPE FOR ANY MATTER ARISING UNDER THE CONTRACT. CONTRACTORS FAIL TO GIVE SUCH NOTICE AT THEIR OWN PERIL.

4.3 Unknown Conditions

4.3.1 If conditions are encountered at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then notice by the observing party shall be given to the other party promptly before conditions are disturbed and in no event later than fourteen (14) days after first observance of the conditions.

4.3.1.1 The Board will promptly investigate such conditions and, if they differ materially and cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work, an equitable adjustment in the Contract Sum, Contract Time or both shall be made.

4.3.1.2 If the Board determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Board shall so notify the Contractor in writing, stating the reasons.

4.3.1.3 Claims by contractors to contest such determination must be made within fourteen (14) days after the Board has given notice of its decision. If the Board and Contractor cannot agree on an adjustment in the Contract Sum or Contract Time, the matter shall be subject to further proceedings pursuant to Article 4.7.

4.3.2 No adjustment in the Contract Time or Contract Sum shall be permitted in connection with a concealed or unknown condition which does not differ materially from those conditions disclosed or which reasonably should have been discovered by (1) the Contractor's prior inspections, tests, reviews and

GENERAL CONDITIONS SECTION 00 72 00 - 20

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 preconstruction services for the Project, or (2) inspections, tests, reviews and preconstruction services which were furnished to Contractor by the Board or which Contractor had the opportunity to make or should have made, in connection with the Project, or would have discovered by a reasonable site investigation.

4.4 Claims for Additional Cost

4.4.1 If the Contractor wishes to make Claim for an increase in the Contract Sum, written notice as provided herein shall be given before proceeding to execute the Work. Prior notice is not required for Claims relating to an emergency endangering life or property arising under Article 10.3.

4.4.1.1 If the Contractor believes additional cost is involved for reasons including, but not limited to (1) a written interpretation from the Board (2) an order by the Board to stop the Work where the Contractor was not at fault, (3) a written order for a minor change in the Work issued by the Board (4) failure of payment by the Board, (5) Board's suspension or (6) other reasonable grounds, Claim shall be filed in accordance with the procedure established herein.

4.5 Claims for Additional Time

4.5.1 If the Contractor wishes to make Claim for an increase in the Contract Time, written notice as provided herein shall be given. The Contractor's Claim shall include an estimate of cost and of probable effect of delay on progress of the Work. In the case of a continuing delay only one (1) Claim is necessary.

4.5.2 Neither increases in the Contract Time nor increases in Contract Sum will be granted for delays caused by unfavorable weather, weather significantly deviating from historical averages, unsuitable or unknown ground or soil conditions, acts of god, strikes, inadequate construction forces, or the failure of the Contractor to place orders for equipment or materials sufficiently in advance to insure delivery when needed. Claims for additional time may be made due to calamitous events of catastrophic proportions, including weather related calamitous events of catastrophic proportions.

4.6 Injury or Damage to Person or Property

4.6.1 If either party to the Contract suffers injury or damage to person or property because of an act or omission of the other party, of any of the other party's employees or agents, or of others for whose acts such party is legally liable, written notice of such injury or damage, whether or not insured, shall be given to the other party within a reasonable time not exceeding twenty-one (21) days after first observance. The notice shall provide sufficient detail to enable the other party to investigate the matter. If a Claim for additional cost or time related to this Claim is to be asserted, it shall be filed as provided in Articles 4.4.1 or 4.5.1.

4.7 Claims and Disputes

4.7.1 Except as otherwise provided in this Contract, any claim or dispute arising under this Contract which is not disposed of by agreement between the Contractor and the Project Manager shall, upon the request of the Contractor, be decided by the Designee of the Assistant Administrator for Facilities Management, Montgomery County, Ohio, who shall reduce his decision to writing and mail or otherwise furnish a copy thereof, to the Contractor.

4.7.2 The Designee reserves the right to make written request to the Contractor at any time for any additional information needed to make his decision.

4.7.2.1 The decision of the Designee shall be final and conclusive unless an appeal is filed by the Contractor within thirty (30) days from the date of approval of the decision by the Assistant Administrator for Facilities Management, and receipt thereof by the Contractor, notification of which shall be by certified mail, return receipt requested.

GENERAL CONDITIONS SECTION 00 72 00 - 21

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

4.7.2.2 The Contractor may appeal the decision by mail, certified with return receipt requested or otherwise furnish a written appeal to the Board of County Commissioners of Montgomery County, Ohio within the thirty (30) days allowed, the receipt of which is properly established, in writing, at the time thereof. Delivery of the timely notice is a condition precedent to liability of the Board.

4.7.2.2.1 The Contractor shall identify the exceptions taken to the decision, including specific provisions of the contract relied upon. General assertions that the decision is contrary to law or fact do not constitute an appeal under this provision.

4.7.2.3 The decision of the Board of County Commissioners of Montgomery County, Ohio, shall be rendered within 120 days of the Notice of Appeal. The decision shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith, or not supported by substantial evidence.

4.7.2.4 This Disputes article does not preclude consideration of questions of law in connection with decisions reached under this Article. Nothing in this Contract, however, shall be construed as making final the decisions of Board's designated representatives on a question of law.

4.8 Contract Performance During Claim or Controversy Review

4.8.1 At all times during the time that a dispute is pending and in the process of being resolved or decided, the Contractor shall proceed diligently with the work so as to achieve, if at all possible, performance of the Work within the contract allotted time.

ARTICLE 5 – SUBCONTRACTORS

5.1 Definitions

5.1.1 A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate contractor or subcontractors of a separate contractor.

5.1.2 A Sub-subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work at the site. The term "Sub-subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub-subcontractor or an authorized representative of the Sub-subcontractor.

5.1.3 Any specific requirement in the Contract Documents that the responsibilities or obligations of the Contractor also apply to a Subcontractor or Sub-subcontractor or both is added for emphasis and are also hereby deemed to include a Subcontractor or Sub-subcontractor of any tier. The omission of reference to a Subcontractor or Sub-subcontractor or either shall not be construed to diminish, abrogate or limit any responsibilities or obligations of a Subcontractor of any tier under the Contract Documents or the applicable subcontract.

5.2 Award of Subcontracts and other Contracts for Portions of the Work

5.2.1 Unless otherwise stated in the Contract Documents or the bidding requirements, the Contractor, within ten (10) days after award of the Contract, shall furnish in writing to the Board the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Board will promptly reply to the Contractor in writing stating whether or not the Board, after due investigation, has any objection to any such proposed person or entity.

GENERAL CONDITIONS SECTION 00 72 00 - 22

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

5.2.2 The Contractor shall not contract with a proposed person or entity to whom the Board or Architect has made an objection, and another subcontractor shall be proposed by the Contractor. Unless otherwise provided in the Contract Documents, the Contractor shall not be required to contract with anyone to whom the Contractor has made reasonable objection supported by evidence of sufficient grounds.

5.2.3 If the Board has an objection to a person or entity proposed by the Contractor pursuant to Article 5.2.2, the Contractor shall propose another to whom the Board has no objection. The Contract Sum shall be increased or decreased by the difference in cost occasioned by such change and an appropriate Change Order shall be issued. However, no increase in the Contract Sum shall be allowed for such change unless the Contractor has acted promptly and responsively in submitting names as required and the Board approves such increase by Resolution.

5.2.4 The Contractor shall not change a Subcontractor, person or entity previously selected if the Board or Architect makes an objection to such change.

5.3 Sub-contractual Relations

5.3.1 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Board and Architect. Each subcontract agreement shall preserve and protect the rights of the Board and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Board. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors.

5.3.1.1 The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub-subcontractors.

5.4 Contingent Assignment of Subcontracts

5.4.1 Each subcontract agreement for a portion of the Work is assigned by the Contractor to the Board provided that (1) assignment is effective only after termination of the Contract by the Board for cause pursuant to Article 15.2 and only for those subcontract agreements which the Board accepts by notifying the Subcontractor in writing; and (2) assignment is subject to the prior rights of the surety, if any, obligated under bond relating to the Contract.

5.4.2 If the Work in connection with a subcontract has been suspended for more than thirty (30) days after termination of the Contract by the Board pursuant to Article 15.2 and the Board accepts assignment of such subcontracts, the Subcontractor's compensation shall be equitably adjusted for any increase in direct costs incurred by such Subcontractor as a result of the suspension.

5.4.3 Each subcontract shall specifically provide that there is no privity of contract between the Board and any such conditionally assigned Subcontractor and the Board shall only be responsible to the Subcontractor for those obligations of the Contractor that accrue subsequent to the Board's exercise of any rights under this conditional assignment.

GENERAL CONDITIONS SECTION 00 72 00 - 23

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

ARTICLE 6 - CONSTRUCTION BY THE BOARD OR BY SEPARATE CONTRACTORS

6.1 Board's Right to Perform Construction and to Award Separate Contracts

6.1.1 The Board reserves the right to perform construction or operations related to the Project with the Board's own forces, and to award separate contracts in connection with other portions of the Project or other construction or operations on the site under Conditions of the Contract identical or substantially similar to these including those portions related to insurance and waiver of subrogation. If the Contractor claims that delay or additional cost is involved because of such action by the Board, the Contractor shall make such Claim as provided elsewhere in the Contract Documents.

6.1.2 When separate contracts are awarded for different portions or trades of the Project or other construction or operations on the site, the term "Contractor" in the Contract Documents in each case shall mean the Contractor who executes each separate Board-Contractor Agreement.

6.1.3 The Coordinating Contractor shall provide for coordination of the activities of the Board's own forces and of each separate contractor with the Work of the Contractor, who shall cooperate with them. The Contractor shall participate with other separate contractors and the Board in reviewing their construction schedules when directed to do so. The Contractor shall make any revisions to the construction schedule and Contract Sum as deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the Contractor, separate contractors and the Board until subsequently revised.

6.1.4 Unless otherwise provided in the Contract Documents, when the Board performs construction or operations related to the Project with the Board's own forces, the Board shall be deemed to be subject to the same obligations and to have the same rights which apply to the Contractor under the Conditions of the Contract, including, without excluding others, those stated in Article 3, this Article 6 and Articles 10, 11 and 12.

6.1.5 The Contractor accepts assignment of, and liability for, all purchase orders and other agreements for procurement of materials and equipment that are identified as part of the Contract Documents for the Work.

6.1.5.1 The Contractor shall be responsible for such pre-purchased items, if any, as if it were the original purchaser. The Contract Sum includes, without limitation, all costs and expenses in connection with delivery, storage, insurance, installation and testing of items covered in any assigned purchase orders or agreements.

6.1.5.2 All warranty and correction of the Work obligations under the Contract Documents shall also apply to any pre-purchased items, unless the Contract Documents specifically provide otherwise. The Contractor shall not be liable under this Article 6.1.5 if the Board determines that such materials and equipment cannot be incorporated into the Work and such items must be replaced.

6.1.5.3 Additionally, the Contractor shall not be liable for such material and equipment if the vendor of same becomes financially unable to perform under any pre-existing agreement for procurement.

6.2 Mutual Responsibility

6.2.1 The Contractor shall afford the Board and separate contractors reasonable opportunity for introduction and storage of their materials and equipment and performance of their activities and shall connect and coordinate the Contractor's construction and operations with theirs as required by the Contract Documents.

6.2.2 If part of the Contractor's Work depends for proper execution or results upon construction or operations by the Board or a separate contractor, the Contractor shall, prior to proceeding with that

GENERAL CONDITIONS SECTION 00 72 00 - 24

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 portion of the Work, promptly report to the Board apparent discrepancies or known or readily discoverable defects in such other construction that would render it unsuitable for such proper execution and results.

6.2.2.1 Failure of the Contractor to conduct a proper inspection of such work and to so report shall constitute an acknowledgment that the Board's or separate contractors' completed or partially completed construction is fit and proper to receive the Contractor's work, except as to defects not then reasonably discoverable.

6.2.3 Costs caused by improperly timed activities or defective work shall be borne by those responsible therefor.

6.2.4 The Contractor shall promptly remedy damage wrongfully caused by the Contractor to completed or partially completed construction or to property of the Board or separate contractors as provided in Article 10.2.5.

6.2.5 Claims and other disputes and matters in question between the Contractor and a separate contractor shall be subject to the provisions of Article 4.7 provided the separate contractor has reciprocal obligations.

6.2.6 Each separate contractor shall have the same cutting and patching responsibilities as outlined in Article 3.13.

6.3 Board's Right to Clean Up

6.3.1 If a dispute arises among the Contractor, separate Contractors, Subcontractors and the Board as to the responsibility under their respective contracts for maintaining the premises and surrounding area free from waste materials and rubbish as described in Article 3.14, the Board may clean up and allocate the cost among those it deems responsible.

ARTICLE 7 - CHANGES IN THE WORK

7.1 Board Initiated Changes in the Work

7.1.1 The Board may, at any time, without invalidating the Contract, and without notice to the surety, order changes in the Work by a written Change Order document.

7.1.2 This provision entitled, "Changes in the Work," shall be applicable only to Board Initiated Changes, which by agreement, are not within the coverage of the provision of this Contract entitled "Special Provision Relating to Supplemental Work."

7.1.2.1 All adjustments under this Contract shall be effected under the “Special Provision Governing Supplemental Work,” except those identified herein as "Board Initiated Changes."

7.1.2.2 The doctrine of "Constructive Change" to the Contract or any claim for entitlement to extras, changes, or additional time, or for any other reason, shall have no application under this Contract, except for new work or worked changed solely for the benefit or convenience of the Board under this "Board Initiated Changes" article.

7.1.3 When the Board desires to make changes in the Work the following procedures shall apply:

7.1.3.1 If requested by the Board, the Contractor shall prepare and submit a detailed proposal, including all time and cost adjustments to which the Contractor believes it will be entitled as a result of performing the changed Work. The Board shall be under no legal obligation to issue a Change Document authorizing the work then contemplated.

GENERAL CONDITIONS SECTION 00 72 00 - 25

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

7.1.3.2 The parties shall attempt in good faith to reach an agreement on all adjustments to the Contract required to incorporate the changed work into the Contract.

7.1.3.2.1 If the parties can agree upon all such adjustments, then a Bilateral Supplemental Agreement shall be executed to confirm the agreement reached.

7.1.3.2.2 If no agreement is reached, then the Board may, in its sole discretion, authorize the Work to be performed by its own forces or to hire others to complete the Work. Such action by the Board shall not be the basis of a claim by the Contractor for the failure to allow it to perform the changed work, or for interference with or impact on Contract scheduled work.

7.1.3.3 Notwithstanding the good faith efforts of the parties, it may be necessary for the Board to direct changed work for which no agreement can or has been reached. In such cases, the following procedures shall be followed:

7.1.3.3.1 Upon the receipt by the Contractor of a written directive from the Board the Contractor shall perform the Work set forth in the Change Order.

7.1.3.3.2 Any elements of the Changed work, as to which agreement has been reached, shall be incorporated into the Change Order Document and the Contractor shall evidence its agreement to these elements, in writing or on the Change Order Document.

7.1.3.3.3 If the element of "cost" is not agreed to by the parties, then the sum due to the Contractor for the performance of Changed Work authorized to be performed by the Board, shall be determined in strict accordance with the following procedures:

7.1.3.3.3.1 By Unit Prices stated in the Contract Documents, or as subsequently agreed to.

7.1.3.3.3.2 By a Lump Sum when the parties can agree upon a maximum sum including all cost for impact. In the event the parties cannot agree upon a maximum sum, then, Contractor cost shall be limited to the following:

7.1.3.3.3.2.1 Costs of labor, including social security, old age and employment insurance, fringe benefits, required by agreement or custom and any Workers Compensation Benefits.

7.1.3.3.3.2.2 Cost of material, supplies and equipment, including costs of transportation and travel and rental costs, exclusive of hand tools, for any such equipment. Rental charges for Contractor Owned Equipment shall not be allowed, unless it is the standard practice of the Contractor to include such costs in bids and performance accounting in all its work.

7.1.3.3.3.2.3 Costs of additional premiums for all bonds and insurance, permit fees and sales, use or similar taxes related to the Work.

7.1.3.3.3.2.4 Costs of field supervision and field support services shall be excluded. If the Contractor desires to recover costs for labor described in this Article 7.1.3.3.3.2.4, it must include such costs in its allowance for overhead and be in its bid. Nothing contained in this Article shall preclude recovery of field supervision and field support services as a part of the markup authorized and limited by Article 7.1.3.3.3.3 below.

7.1.3.3.3.3 A mark up of fifteen (15) percent of the costs incurred or to be incurred for overhead and profit, required by the Changed Work, whether performed by the Contractor or any Subcontractor. If the Change results in a reduction in the Work and a credit to the Board, no deduction for mark up shall be taken. How the Contractor and Subcontractor apportion the fifteen (15) percent markup is to be negotiated between the Contractor and Subcontractor.

GENERAL CONDITIONS SECTION 00 72 00 - 26

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

7.1.3.3.3.4 Costs incurred by the Contractor in preparing or processing the proposals identified herein shall be included in the Contractor's bid and no separate allowance shall be made therefor.

7.1.4 If feasible, as determined by the Board, a Bilateral Supplemental Agreement may be used to effect Board Initiated Changes. This Supplemental Agreement shall set forth in their entirety all adjustments of the contract, to which the Contractor may be entitled arising out of, incident to or as a result of the change effected by the Supplemental Agreement as provided in Article 7.5 hereof.

7.1.5 The following procedures shall apply to any authorized change under this provision, the amount or impact of which is not subject to mutual agreement of the parties. The Contractor shall maintain an accounting system which is kept in accordance with "Generally Accepted Accounting Principles" (GAAP). Within this accounting system the Contractor shall segregate all change order costs by activity and amount.

7.1.5.1 The failure to maintain adequate control of this process shall result in the denial of all costs that do not meet these criteria. These costs shall be reported daily, reported as a part of the Contractor's Daily Report and recognized by these procedures. These cost identifications shall be certified by the Board's Project Representative. Costs payable to the Contractor shall be limited to those costs recognized or limited by Article 7.1.3.3.3, hereof.

7.2 Provision Relating to Supplemental Work

7.2.1 Pricing of unanticipated work under the Contract which costs are not the responsibility of the Contractor shall be governed by the following:

7.2.1.1 The pricing arrangement described in this Article 7.2 shall apply to all Work, the need for which arises subsequent to the award of the Contract for which it is determined that the Contractor is not contractually liable for performance.

7.2.1.2 The Work may consist of discovered changes and conditions, the responsibility and liability for which are not specifically allocated to the Contractor.

7.2.1.3 This Work will arise from unanticipated conditions which could not have been identified or discovered prior to submission of the bid and which are initiated by unanticipated conditions at the site or which otherwise could not have reasonably been anticipated by the parties.

7.2.1.4 All claims by the Contractor for which the Contract assigns the responsibility to the Contractor under Article 7.2 of the Article hereof, entitled “Provision Relating to Supplemental Work,” shall be excluded from payment under this Article 7.2.1 because of the failure of conditions set forth herein.

7.3 Costs to be Paid to Contractors

7.3.1 The Costs to which the Contractor shall be entitled for unanticipated work, as defined in this contract, shall be limited to only the three categories of cost set forth in this Article 7.3.1 as follows:

7.3.1.1 Direct Labor Costs, including standard markups such as fringe benefits, as authorized specifically, by the Contract.

7.3.1.2 Direct Cost of Equipment, not otherwise reimbursed to Contractor by the Board, under other payment provisions.

7.3.1.3 Direct Cost of Material specifically needed for the Work which is generated by and attributable solely to the discovered conditions contemplated hereunder.

GENERAL CONDITIONS SECTION 00 72 00 - 27

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

7.3.2 No markup for overhead, administrative cost, contingency or profit, shall be paid to the Contractor under this special provision.

7.3.3 In the event that the Bidder desires to recover costs other than those identified herein, it must include those costs in its bid, and spread over all contract items of work.

7.3.3.1 If the Bidder chooses to include any such markup, the fact that such sums are included in the price, must be specifically reported in the bid package, at the time of submission of the bid.

7.3.3.1.1 Such identification shall be made on the bid itself or by a separate properly identified documents included in the bid package. The failure to include a declaration of such information, as required by 7.3.3.1 above, will make the bid non-responsive to this solicitation.

7.3.3.1.2 No post bid explanation of how these recoveries were intended will be permitted.

7.4 Disruption, Delay and Acceleration Costs

7.4.1 The costs to be allowed the Contractor under this special provision shall include costs identified in Article 7.3. above, for disruption, delay and acceleration of the Contract, when, and only when, (1) proper notice of Board caused delay has been given, (2) proper documentation clearly establishes that a Board caused delay of the schedule was encountered, (3) proper documentation discloses that, and the extent to which, the end performance date would have been actually extended, solely as a result of such delay, and that Contractor could not by a new or alternate schedule have avoided the delay, for which an extension of the period of performance was not given.

7.4.2 The Contractor shall be required to establish that these additional costs are necessary to avoid delay or to recapture time, as that time has been agreed to.

7.5 Full Settlement of Contract Claims

7.5.1 The following provision, “Accord and Satisfaction,” shall be incorporated by reference into any negotiated settlement, reflected by a bilateral amendment to the contract, to the same effect as if physically incorporated therein:

ACCORD AND SATISFACTION The parties hereby agree that the compensation to the Contractor effected hereby, constitutes full settlement of the claims of the Contractor under this Contract arising out of, under or incident to the changes effected hereby, including ripple and impact claims.

7.6 Prohibition on Use of Unabsorbed or Extended Overhead Formula Calculation

7.6.1 It is recognized by all parties to the Contracts which govern the building of this Project, the performance of the duties of the Board may require or cause the interruption or suspension of the work of a Contractor or some or all of the contractors, working on this Project for other than the reasonable time allowed under the Article 4.9 hereof entitled “Suspension of Work.”

7.6.2 In the event that it is determined that the Work is, in fact, interrupted, delayed or suspended for an unreasonable period of time, then the Board agrees that the Contractor will normally incur costs which the Board agrees are not within the contemplation of the parties at the time of the award of this Contract.

7.6.3 It is agreed, that if at all possible, these non-included costs shall be established by good faith negotiation between the parties, before the delaying action takes place, and the Contract shall be adjusted, in accordance with the Article 7.2 entitled "Provision Relating to Supplemental Work."

GENERAL CONDITIONS SECTION 00 72 00 - 28

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

7.6.4 In the event that the parties cannot agree to the adjustment to compensate the Contractor as contemplated by Article 7.6.3 of this Article, or the event causing the interruption or suspension of work, occurs suddenly without notice or control of the Board, the parties shall establish the sum to be paid the Contractor because of the interruption or suspension of work for which the Board is responsible under this Contract, in accordance with this Article.

7.6.5 It is expressly agreed, however, that the so-called “Eichleay” method of computing costs for extended or unabsorbed overhead shall not be used as the basis for any such adjustment or as evidence of the value of such adjustment. Additionally, time extension based on Change Orders, for which an overhead allowance would otherwise be proper or made, shall not include any allowance for “Eichleay” type extended overhead claims.

ARTICLE 8 - TIME

8.1 Definitions

8.1.1 Unless otherwise provided, Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents for Substantial Completion of the Work.

8.1.2 The date of commencement of the Work is the date from which the Contract Time in Article 8.1.1 is measured and shall be the date of the Agreement, unless a different date is agreed upon in writing or provision is made for the date to be fixed in a notice to proceed issued by the Board. The date shall not be postponed by the failure to act of the Contractor or of persons or entities for whom the Contractor is responsible.

8.1.3 The date of Substantial Completion is the date certified by the Board and the Architect in accordance with Article 9.7.

8.1.4 The term "day" as used in the Contract Documents shall mean calendar day unless otherwise specifically defined.

8.1.5 Unless the date of commencement is established by a notice to proceed issued by the Board, the Contractor shall notify the Board in writing not less than five (5) days before commencing the Work to permit the timely filing of mortgages, mechanic's liens and other security interests.

8.1.6 The Board and Contractor may agree to increase the Contract Time, at any time and for any reason, by a properly approved and executed Change Order. Unless otherwise specifically provided in that Change Order pursuant to the terms of the Contract Documents, such an increase in the Contract Time shall not imply any kind of corresponding increase in the Contract Sum.

8.2 Progress and Completion

8.2.1 Time limits stated in the Contract Documents are of the essence of the Contract. By executing the Agreement the Contractor confirms that the Contract Time is a reasonable period for performing the Work.

8.2.2 The Contractor shall not knowingly, except by agreement or instruction of the Board in writing, prematurely commence operations on the site or elsewhere prior to the effective date of insurance required by Article 11 to be furnished by the Contractor. The date of commencement of the Work shall not be changed by the effective date of such insurance. Unless the date of commencement is established by a notice to proceed given by the Board, the Contractor shall notify the Board in writing not less than five (5) days or other agreed period before commencing the Work to permit the timely filing of mortgages, mechanic's liens and other security interests.

GENERAL CONDITIONS SECTION 00 72 00 - 29

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract Time.

8.3 Delays and Extensions of Time

8.3.1 Except as otherwise provided in the Contract Documents, if the Contractor is delayed at any time in progress of the Work by an act or neglect of the Board or of a separate contractor employed by the Board, or by changes ordered in the Work, or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties or other cause beyond the Contractor's control, or by delay authorized by the Board pending arbitration, or by other causes which the Board determines may justify delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Board may determine to the extent such delay will prevent the Contractor from achieving Substantial Completion within the Contract Time and if the performance of the Work is not, was not or would not have been delayed by any other cause for which the Contractor is not entitled to an extension in the Contract Time under the Contract Documents.

8.3.1.1. The Contractor further acknowledges and agrees that adjustments in the Contract Time will be permitted for a delay only to the extent such delay (1) is not caused, or could not have been anticipated, by the Contractor, (2) could not be limited or avoided by the Contractor's timely notice to the Board of the delay and (3) is of a duration of not less than one (1) day. In the event the Architect and Board cannot agree upon a reasonable time, the decision of the Board shall be subject to Article 4.7.

8.3.2 Claims relating to time shall be made in accordance with applicable provisions of Article 4.5.

8.3.3 Notwithstanding anything to the contrary in the Contract Documents, extensions of the Contract Time, to the extent permitted under Article 8.3.1, shall be the sole remedy of the Contractor for any (1) delay in the commencement, prosecution or completion of the Work, (2) hindrance or obstruction in the performance of the Work, (3) loss of productivity, or (4) similar claims, collectively referred to in this Article 8.3.3 as Delays, whether or not such Delays are foreseeable. In no event shall the Contractor be entitled to any compensation or recovery of any damage, in connection with any Delay, including, without limitation, consequential damages, lost opportunity costs, interest or similar claims.

8.4 Limitation on Early Completion

8.4.1 While all contractors on the Project to which these General Conditions apply are responsible for the scheduling of the Work required by them, no Contractor shall be authorized to finish the project at a time earlier than stated in the Contract, without the prior agreement thereto by the Board as contemplated. As a condition precedent to the right of the Contractor to finish early, the following shall apply:

8.4.1.1 At the time the Project Schedule is furnished to the Board, the Contractor and all other contractors affected shall unanimously agree to such early finish and report to the Board all actions by the Board which are necessary to accommodate the changes needed in order to accomplish the recommended early finish proposal.

8.4.1.2 The Board is agreeable to the early finish as proposed.

8.4.1.3 The Board can accelerate the performance of its duties and is compensated for any inconvenience or expense incident to or arising out of such proposed early finish.

8.4.2 The contractors each agree that no claim for delay shall be valid against the Board for compensation for any completion which extends completion beyond the early finish date, but which does not continue beyond the stated time for completion as set forth in the Contract.

GENERAL CONDITIONS SECTION 00 72 00 - 30

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

ARTICLE 9 - PAYMENTS AND COMPLETION

9.1 Schedule of Values

9.1.1 Schedule of Values. Within ten (10) days after execution of the Agreement, the Contractor shall submit to the Architect a schedule of values allocated to various portions of the Work, prepared in such form and supported by such data to substantiate its accuracy as the Architect or Board may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment.

9.1.2 Material Sources and Substitutions. Within ten (10) days after execution of the Agreement, the Contractor shall furnish the Board with a list of materials and suppliers upon which the Contractor's bid was based. Whenever a substitution of materials is proposed on an "approved equal" basis, Contractor shall submit such substitutions for approval by the Board.

9.2 Applications for Payment

9.2.1 At least ten (10) days before the last day of each calendar month, unless otherwise required by the Contract Documents, the Contractor shall submit to the Board an itemized Application for Payment for operations completed in accordance with the schedule of values. Such application shall be notarized and supported by such data substantiating the Contractor's right to payment as the Board or Architect may require, such as, but not limited to, copies of requisitions from Subcontractors and material suppliers, and reflecting retainage if provided for elsewhere in the Contract Documents or as required by law. A copy of the Application for Payment shall be submitted to the Architect simultaneously with submission of the original Application for Payment to the Board.

9.2.1.1 Applications for payment on account of changes in the Work which have been properly authorized by Change Orders approved by Board Resolution must be made separately from applications for payment under separate Board Resolutions.

9.2.1.2 Such applications may not include requests for payment of amounts the Contractor does not intend to pay to a Subcontractor or material supplier because of a dispute or other reason.

9.2.2 Unless otherwise provided in the Contract Documents, payments shall be made on account of materials and equipment delivered and suitably stored at the site of the Work for subsequent incorporation in the Work after such materials and equipment have been inspected by the Contractor, Architect or Board and the Board agrees that such materials and equipment meet the specifications in the Contract Documents. If approved in advance by the Board, payment may similarly be made for materials and equipment suitably stored off the site at a location agreed upon in writing. Payment for materials and equipment stored on or off the site shall be conditioned upon compliance by the Contractor with procedures satisfactory to the Board to establish the Board's title to such materials and equipment or otherwise protect the Board's interest, and shall include applicable insurance, storage and transportation to the site for such materials and equipment stored off the site. Retainage from payment for such material and equipment shall be in accordance with applicable law.

9.2.3 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Board no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment all Work for which Certificates for Payment have been previously issued and payments received from the Board shall, to the best of the Contractor's knowledge, information and belief, be free and clear of liens, claims, security interests or encumbrances in favor of the Contractor, Subcontractors, material suppliers, or other persons/entities making a claim by reason of having provided labor, materials or equipment related to the Work.

9.2.4 Each Application for Payment shall be based on the schedule of values submitted by the Contractor in accordance with the Contract Documents and the Wage Determination. The schedule of

GENERAL CONDITIONS SECTION 00 72 00 - 31

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Architect or Board may require. This schedule, unless objected to by the Architect or Board, shall be used as a basis for reviewing the Contractor's Applications for payment.

9.2.5 The period covered by each Application for Payment shall be one (1) calendar month ending on the last day of the month unless otherwise agreed to by the parties in writing.

9.3 Certificates for Payment

9.3.1 The Architect will, within seven (7) days after receipt of the Contractor's Application for Payment, either issue to the Board a recommendation for a Certificate for Payment, with a copy to the Contractor for such amount as the Architect determines is properly due, or notify the Contractor and Board in writing of the Architect's reasons for withholding such recommended certification in whole or in part as provided in Article 9.4.1. Both the recommended and the actual Certificate of Payment will reflect retainage of a percentage of the amount due as required pursuant to Ohio Revised Code Chapter 153. The Board will, within seven (7) days after receipt of the Architect's recommendation for a Certificate for Payment either issue to the Contractor a Certificate for Payment, for such amount as the Board determines is properly due, or notify the Contractor in writing of the Board's reasons for withholding such certification in whole or in part as provided in Article 9.4.1.

9.3.2 The issuance of a recommendation for a Certificate for Payment will constitute a representation by the Architect to the Board, based on the Architect's observations at the site and the data comprising the Application for Payment, that the Work has progressed to the point indicated and that, to the best of the Architect's knowledge, information and belief, quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to results of subsequent tests and inspections, to minor deviations from the Contract Documents correctable prior to completion and to specific qualifications expressed by the Architect. The issuance of a recommendation for a Certificate for Payment will further constitute a representation that, in the Architect's opinion, the Contractor is entitled to payment in the amount certified. However, the issuance of a recommendation for a Certificate for Payment will not be a representation that the Architect has (1) made continuous on-site inspections to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures beyond its control, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Board to substantiate the Contractor's right to payment or (4) made examination to ascertain how or for what purpose the Contractor has used money previously paid on account of the Contract Sum.

9.4 Decisions to Withhold Certification

9.4.1 The Architect may decide not to recommend to certify payment and may withhold a recommendation for a Certificate for Payment in whole or in part, to the extent reasonably necessary to protect the Board, if in the Architect's opinion the representations to the Board required by Article 9.3.2 cannot be made. If the Architect is unable to recommend payment in the amount of the Application, the Architect will notify the Contractor and Board as provided in Article 9.3.l. If the Contractor and Architect cannot agree on a revised amount, the Architect will promptly issue a recommendation for a Certificate for Payment for the amount for which the Architect is able to make such representations to the Board. The Architect or Board may also decide not to recommend or certify payment or, because of subsequently discovered evidence or subsequent observations, may nullify the whole or a part of a recommendation for a Certificate for Payment or a Certificate for Payment previously issued, to such extent as may be necessary in the Architect's or Board's opinion to protect the Board from loss because of:

9.4.1.1 defective Work not remedied;

9.4.1.2 third party claims filed or reasonable evidence indicating probable filing of such claims;

GENERAL CONDITIONS SECTION 00 72 00 - 32

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

9.4.1.3 failure of the Contractor to make payments properly to Subcontractors or for labor, materials or equipment;

9.4.1.4 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum;

9.4.1.5 damage to the Board or another contractor;

9.4.1.6 reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay;

9.4.1.7 persistent failure to carry out the Work in accordance with the Contract Documents; or

9.4.1.8 the Work has not progressed to the point indicated in the Application for Payment or the Work is not of the quality required by the Contract Documents.

9.4.2 When the above reasons for withholding a recommendation for a certification of payment or for withholding a Certificate of Payment are removed, a recommendation for a certification of payment and a Certificate of Payment will be made for amounts previously withheld.

9.5 Progress Payments

9.5.1 After the Architect has issued a recommendation for a Certificate for Payment, the Board shall issue a Certificate for Payment in the manner and within the time provided in the Contract Documents, and shall so notify the Architect. Such Certificate for Payment shall then be submitted by the Board to the Auditor of Montgomery County, Ohio for payment of funds due thereunder on behalf of the Board directly to the Contractor, unless otherwise requested in writing.

9.5.2 The Contractor shall promptly pay each Subcontractor, upon receipt of payment from the Board, out of the amount paid to the Contractor on account of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled, reflecting percentages actually retained from payments to the Contractor on account of such Subcontractor's portion of the Work. The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to Sub- subcontractors in similar manner. Notwithstanding anything in this Article 9.5.2 to the contrary, the Board may elect, in the Board's sole discretion, to make any payment requested by the Contractor on behalf of a Subcontractor of any tier jointly payable to the Contractor and such Subcontractor. The Contractor and such Subcontractor shall be responsible for the allocation and disbursement of funds included as part of any such joint payment. In no event shall any joint payment be construed to create any (1) contract between the Board and any Subcontractor of any tier, (2) obligation from the Board to such Subcontractor, or (3) rights in such Subcontractor against the Board.

9.5.3 The Architect will, on request, furnish to a Subcontractor, if practicable, information regarding percentages of completion or amounts applied for by the Contractor and action taken thereon by the Architect and Board on account of portions of the Work done by such Subcontractor.

9.5.4 Neither the Board nor Architect shall have an obligation to pay or to see to the payment of money to a Subcontractor except as may otherwise be required by law.

9.5.5 Payment to material suppliers shall be treated in a manner similar to that provided in Articles 9.5.2, 9.5.3 and 9.5.4.

9.5.6 A Certificate for Payment, a progress payment, a recommendation for a Certificate for Payment or partial or entire use or occupancy of the Project by the Board shall neither constitute acceptance of Work not in accordance with the Contract Documents nor act as a waiver of any claim.

GENERAL CONDITIONS SECTION 00 72 00 - 33

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

9.5.7 Subject to the provisions of the Contract Documents and the Ohio Revised Code, the amount of each progress payment shall be computed as follows:

9.5.7.1 take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the schedule of values and Wage Determination, less retainage as provided by Ohio Revised Code Sections 153.12, 153.13, 153.14 and 153.63, as may be amended. Pending final determination of cost to the Board of changes in the Work, amounts not in dispute may be included as provided in Article 4.7 even though the Contract Sum has not yet been adjusted by Change Order and Board Resolution;

9.5.7.2 add that portion of the Contract Sum properly and legally allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Board, suitably stored off the site at a location agreed upon in writing), less retainage as provided by Ohio Revised Code Sections 153.12, 153.13, 153.14 and 153.63 as may be amended;

9.5.7.3 subtract the aggregate of previous payments made by the Board; and

9.5.7.4 subtract amounts, if any, for which the Architect or Board has withheld or nullified a Certificate of Payment or a recommendation for same as provided in Article 9.4.

9.5.8 The progress payment amount determined in accordance with Article 9.5.7 shall be further modified under the following circumstances:

9.5.8.1 subtract, upon Substantial completion of the Work, a sum as determined by the Architect and the Board for incomplete Work and unsettled claims; and

9.5.8.2 add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Article 9.9.3.

9.5.9 Progress payments shall have no relationship to the transfer of title in the Work absent an express written agreement to the contrary signed by both the Board and Contractor and specifically addressing the orderly transfer, limitation or discontinuation of all or part of any applicable insurance coverages.

9.6 Failure of Payment

9.6.1 If the Board does not issue a Certificate for Payment, through no fault of the Contractor, within forty-five (45) days after receipt of the Contractor's Application for Payment, or if the Board does not pay the Contractor within forty-five (45) days after the date established in the Contract Documents the amount recommended to be certified by the Architect and actually certified by the Board, then the Contractor may, upon twenty-one (21) additional days' written notice to the Board and Architect, stop the Work until payment of the amount owing has been received. The Contract Time shall be extended appropriately and the Contract Sum may be increased by the amount of the Contractor's reasonable costs of shut- down, delay and start-up, which shall be accomplished as provided in Article 7.

9.6.2 If the Board is entitled to reimbursement or payment from the Contractor under or pursuant to the Contract Documents, such payment shall be made promptly upon demand by the Board. Notwithstanding anything contained in the Contract Documents to the contrary, if the Contractor fails to promptly make any payment due the Board, or the Board incurs any costs and expenses to cure any default of the Contractor or to correct defective Work, the Board shall have an absolute right to offset such amount against the Contract Sum and may, in the Board's sole discretion, elect either to (1) deduct an amount equal to that which the Board is entitled from any payment then or thereafter due the Contractor from the Board, or (2) issue a written notice to the Contractor reducing the Contract Sum by an amount equal to that which the Board is entitled to which notice the Contractor hereby agrees to be

GENERAL CONDITIONS SECTION 00 72 00 - 34

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 bound.

9.7 Substantial Completion

9.7.1 Substantial Completion is the stage in the progress of the Work when (a) the Work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so the Board can occupy and utilize the Work for its intended purpose and (b) the Board has received all final certificates of occupancy and other final permits, approvals, licenses and other documents or authorizations from any governmental authority necessary or appropriate for final occupancy and use of the Project.

9.7.2 When the Contractor considers that the Work, or a portion thereof which the Board agrees in writing to accept separately, is substantially complete, the Contractor shall prepare and submit to the Architect and the Board a comprehensive list of items to be completed or corrected. The Contractor shall proceed promptly to complete and correct items on the list. Failure to include an item on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. Upon receipt of the Contractor's list, the Architect and the Board will jointly make an inspection to determine whether the Work or designated portion thereof is substantially complete. If the Architect and Board's inspection discloses any item, whether or not included on the Contractor's list, which is not in accordance with the requirements of the Contract Documents, the Contractor shall, before issuance of the Certificate of Substantial Completion, complete or correct such item upon notification by the Architect or Board. The Contractor shall then submit a request for another joint inspection by the Architect and the Board to determine Substantial Completion. When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall establish responsibilities of the Board and Contractor for security, maintenance, heat, utilities, damage to the Work and insurance, within the bounds of the Contract Documents, and shall fix the time within which the Contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to the Board and Contractor for their written acceptance of responsibilities assigned to them in such Certificate.

9.7.3 Upon Substantial Completion of the Work or designated portion thereof and upon application by the Contractor and recommendation for certification by the Architect, the Board shall certify and make payment, reflecting adjustment in retainage, if any, for such Work or portion thereof as provided in the Contract Documents. Payment of any retainage shall be made in accordance with law.

9.8 Partial Occupancy or Use

9.8.1 The Board may occupy or use any completed or partially completed portion of the Work at any stage when such portion is designated by separate agreement with the Contractor, provided such occupancy or use is consented to by the insurer as required under Article 11 and authorized by public authorities having jurisdiction over the Work. Such partial occupancy or use may commence whether or not the portion is substantially complete, provided the Board and Contractor have accepted in writing the responsibilities assigned to each of them for payments, retainage if any, security, maintenance, heat, utilities, damage to the Work and insurance, and have agreed in writing concerning the period for correction of the Work and commencement of warranties required by the Contract Documents. When the Contractor considers a portion substantially complete, the Contractor shall prepare and submit a list to the Architect and Board as provided under Article 9.7.2. Consent of the Contractor to partial occupancy or use shall not be unreasonably withheld. The stage of the progress of the Work shall be determined by written agreement between the Board and Contractor or, if no agreement is reached, by decision of the Architect, subject to Board approval.

9.8.2 Immediately prior to such partial occupancy or use, the Board, Contractor and Architect shall jointly inspect the area to be occupied or portion of the Work to be used in order to determine and record the condition of the Work.

GENERAL CONDITIONS SECTION 00 72 00 - 35

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

9.8.3 Unless otherwise agreed upon in writing, partial occupancy or use of a portion or portions of the Work shall neither constitute acceptance of Work not complying with the requirements of the Contract Documents nor act as a waiver of any claim by any party.

9.9 Final Completion and Final Payment

9.9.1 Upon completion of all Work required to be performed, Contractor may serve written notice that the Work is ready for final inspection and acceptance and upon receipt of such notice and upon receipt of a final Application for Payment, the Architect and the Board will promptly make such inspection and, when the Architect finds the Work acceptable under the Contract Documents and the Contract fully performed, the Architect will promptly issue a final recommendation for a Certificate for Payment stating that to the best of the Architect's knowledge, information and belief, and on the basis of the Architect's observations and inspections, the Work has been completed in accordance with terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor and noted in said recommendation for said final Certificate is due and payable. The Architect's final recommendation for a Certificate for Payment will constitute a further representation that, in the Architect's opinion, conditions listed in Article 9.9.2 as precedent to the Contractor's being entitled to final payment have been fulfilled. Upon receipt of the Architect's recommendation for a final Certificate for Payment and when the Board finds the Work acceptable under the Contract Documents and the Contract fully performed, the Board will promptly issue a final Certificate for Payment stating that to the best of the Board's knowledge, information and belief, and on the basis of the Architect's and Board's recommendations, observations and inspections, the Work has been completed in accordance with terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor and noted in said final Certificate is due and payable.

9.9.2 Neither final payment nor any remaining retained percentage shall become due until the Contractor submits to the Board with copies to the Architect, (1) an original, notarized affidavit certifying that all Work required to be performed under this Contract has been fully completed in accordance with the Contract Documents and that all liens, claims, payrolls, bills for labor and materials and equipment, and other indebtedness connected with the Work for which the Board or the Board's property might be responsible or encumbered (less amounts withheld by Board) have been paid or otherwise satisfied, (2) a certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect and will not be canceled or allowed to expire until at least thirty (30) days' prior written notice has been given to the Board, (3) a written statement that the Contractor knows of no substantial reason that the insurance will not be renewable to cover the period required by the Contract Documents, (4) consent of surety, if any, to final payment, (5) if required by the Board, other data establishing payment or satisfaction of obligations, such as receipts, releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the extent and in such form as may be designated by the Board, and (6) all Work and corrections are made to the satisfaction of the Board. Additionally, final payment shall not be due and payable until the following submittals are made to the Board: (1) delivery of extra materials as outlined in the Specifications; (2) all operating and maintenance manuals, training schedules and demonstrations; (3) all test reports; (4) all equipment and materials guaranties and warranties; (5) the final inspection certificate; (6) all as-built drawings; (7) a payment of prevailing wage affidavit; (8) release of all liens; and (9) a one (1) year written project guarantee for workmanship, equipment and materials. If a Subcontractor or Sub-subcontractor refuses to furnish a release or waiver required by the Board, the Contractor may furnish a bond satisfactory to the Board to indemnify the Board against such lien. If such lien remains unsatisfied after payments are made, the Contractor shall refund to the Board all money that the Board may be compelled to pay in discharging such lien, including all costs and reasonable attorneys' fees.

9.9.3 If, after Substantial Completion of the Work, final completion thereof is materially delayed through no fault of the Contractor or by issuance of Change Orders affecting final completion, and the Architect so confirms, the Board shall, upon application by the Contractor and recommendation for certification by the Architect, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted to the extent deemed warranted in the Board's discretion. If the remaining balance for Work not fully completed or corrected is less than retainage stipulated in the

GENERAL CONDITIONS SECTION 00 72 00 - 36

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

Contract Documents, and if bonds have been furnished, the written consent of surety to payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Board with copies to the Architect prior to certification of such payment. Such payment shall be made under terms and conditions governing final payment and it shall not constitute a waiver of claims. The making of final payment also shall only constitute a waiver of claims by the Board to the extent provided in Article 7.5.

9.9.4 Acceptance of final payment by the Contractor, a Subcontractor, Sub-subcontractor or material supplier shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of final Application for Payment.

9.9.5 Waiver of Claims: Final Payment. The making and acceptance of the Final Payment shall constitute (1) a waiver of all claims by the Board against the Contractor other than those arising from unsettled liens, from faulty or defective Work, or from failure to comply with the requirements of the Contract Documents or the terms of any special guarantees therein; and (2) a waiver of all claims by the Contractor against the Board other than those previously made in writing and still unsettled.

9.10 Retainage Escrow Agreement

9.10.1 After award of the Contract and before completion of fifty (50) percent of the Work, the Contractor may establish an escrow account with the Board's concurrence in accordance with Ohio Revised Code Sections 153.12, 153.13, 153.14, 153.63, and 153.80, as may be amended. If such an escrow account is established, the Board will deposit all funds retained by it on the first fifty (50) percent of the completed Work pursuant to said Ohio Revised Code Sections. Upon final acceptance of the Work by the Board, a notice will be sent to the escrow agent for release of such escrowed funds to the Contractor in accordance with Ohio Revised Code Section 153.63. The escrow agent hereunder must be a Board approved depository institution qualified under Ohio Revised Code Section 135.03 et seq. and must be located within the geographical confines of Montgomery County, Ohio.

9.10.2 In regard to the amount of any funds retained, the Board, in its sole discretion, may reduce the amount of funds retained pursuant to section 153.12 and 153.14 of the Ohio Revised Code for the faithful performance of work by fifty (50) percent of the amount of funds required to be retained pursuant to those sections, provided that the surety on the bond remains liable for all of the following that are caused due to default by the Contractor:

9.10.2.1 Completion of the job;

9.10.2.2 All delay claims;

9.10.2.3 All liquidated damages;

9.10.2.4 All additional expenses incurred by the contracting authority.

9.10.3 As used in Article 9.10.2, "Delay claim" means a claim that arises due to default on provisions in the Contract in regard to the time when the Work or any specified portion of the Work must be completed.

ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY

10.1 Safety Precautions and Programs

10.1.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract.

GENERAL CONDITIONS SECTION 00 72 00 - 37

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

10.1.2 In the event the Contractor encounters on the site material reasonably believed to be asbestos, lead paint, polychlorinated biphenyl (PCB), or any other environmental hazard which has not been rendered harmless, the Contractor shall immediately stop Work in the area affected and report the condition to the Board in writing. The Work in the affected area shall not thereafter be resumed except by written agreement of the Board and Contractor if in fact the material is asbestos, lead paint, polychlorinated biphenyl (PCB), or any other environmental hazard and has not been rendered harmless.

10.1.2.1 The Work in the affected area shall be resumed in the absence of asbestos, lead paint, polychlorinated biphenyl (PCB), or any other environmental hazard or when it has been rendered harmless, by written agreement of the Board and Contractor, or in accordance with final determination by the Board.

10.1.2.2 The term "rendered harmless" shall be interpreted to mean that levels of asbestos, lead paint, PCB, or any other environmental hazard are less than any applicable exposure standards set forth in OSHA regulations. However, in no event shall the Board have any responsibility for any substance or material that is brought to the Project site by the Contractor, any Subcontractor, Sub-subcontractor or materialman or supplier or any entity for whom any of them is responsible.

10.1.3 The Contractor shall not be required pursuant to Article 7 to perform without consent any Work relating to asbestos or polychlorinated biphenyl (PCB).

10.1.4 The Contractor agrees not to use any fill or other materials to be incorporated into the Work which are hazardous, toxic or otherwise dangerous or comprised of any items that are hazardous, toxic or otherwise dangerous, unless otherwise provided for in the Contract Documents.

10.2 Safety of Persons and Property

10.2.1 The Contractor shall comply with all applicable federal and state laws and regulations dealing with safety and shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to all of, but not limited to, the following:

10.2.1.1 employees on the Work and other persons who may be affected thereby;

10.2.1.2 the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub- subcontractors; and

10.2.1.3 other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction.

10.2.2 The Contractor shall give notices and comply with all applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss.

10.2.3 The Contractor shall erect and maintain, as required by existing conditions, by the Contract Documents, by all applicable laws, ordinances, rules, regulations or orders of public authorities having jurisdiction, and by performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying the Board and users of adjacent sites and utilities. The Contractor shall also be responsible, at the Contractor's sole cost and expense, for all measures necessary to protect any property adjacent to the Project and improvements therein. Any damage to such property or improvements shall be promptly repaired by the Contractor.

GENERAL CONDITIONS SECTION 00 72 00 - 38

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

10.2.4 When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. The Board must be informed at least two (2) days in advance of any day upon which explosives or other hazardous materials or equipment or unusual methods are necessary. Contractor must maintain Material Safety Data Sheets in accordance with Article 2.1.2.

10.2.5 The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to property referred to in Article 10.2.1 caused in whole or in part by the Contractor, a Subcontractor, a Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible under Article 10.2.1, except damage or loss attributable to acts or omissions of the Board or anyone directly or indirectly employed by the Board, or by anyone for whose acts they may be liable, and not attributable to the fault or negligence of the Contractor. The foregoing obligations of the Contractor are in addition to the Contractor's obligations under Article 3.17.

10.2.6 The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to the Board.

10.2.7 The Contractor shall not load or permit any part of the construction or site to be loaded so as to endanger its safety.

10.2.8 When all or a portion of the Work is suspended for any reason, the Contractor shall securely fasten down all coverings and protect the Work, as necessary, from injury by any cause.

10.2.9 The Contractor shall promptly report in writing to the Board all accidents arising out of or in connection with the Work which cause death, personal injury, or property damage, giving full details and statements of any witnesses. In addition, if death, serious personal injuries, or serious property damages occur, the accident shall be reported immediately by telephone or messenger to the Board or its authorized representative.

10.3 Emergencies

10.3.1 In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. Claims for additional compensation or extension of time claimed by the Contractor on account of an emergency shall be presented to the Board.

ARTICLE 11 - INSURANCE AND BONDS

11.1 Contractor's Liability Insurance

11.1.1 Contractor and subcontractors shall procure and maintain until all of their obligations have been discharged, including any warranty periods under this Contract are satisfied, insurance against claims for injury to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees, or subcontractors.

11.1.2 The insurance requirements herein are minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract.

11.1.3 The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, his agents, representatives, employees, or subcontractors. Contractor is free to purchase

GENERAL CONDITIONS SECTION 00 72 00 - 39

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 such additional insurance as may be determined necessary.

11.1.4 MINIMUM SCOPE AND LIMITS OF INSURANCE - Contractor shall provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a “following form” basis.

11.1.4.1 Commercial General Liability – Occurrence Form Policy shall include bodily injury, property damage, and contractual liability as defined in the insured contract definition.

11.1.4.1.a Minimum Requirements: General Aggregate $2,000,000 Products – Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence $1,000,000

11.1.4.1.b The policy shall be endorsed to include the following additional insured language: “The Board of Montgomery County Commissioners” shall be named as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations”.

11.1.4.1.c Additional insured forms should be CG 20 10 11 85 or CG 20 10 10 01 or 04 13 and CG 20 37 07 04 or an equivalent.

11.1.4.1.d For design professional additional insureds, ISO Endorsement CG 20 32 07 04, "Additional Insured-Engineers, Architects or Surveyors Not Engaged by the Named “Insured" or its equivalent.

11.1.4.1.e Coverage shall be primary and non-contributory.

11.1.4.1.f Associated bid number, job number, or project number should be referenced on the certificate.

11.1.4.1.g The policy should contain an unintentional failure to disclose endorsement.

11.1.4.1.h Policy should be endorsed with Notice of Occurrence-CEO, President, CFO, Risk Manager or General Counsel wording. The policy shall be endorsed to include a definition of “Occurrence” to include an accident, including continuous or repeated exposure to substantially the same general harmful conditions. Faulty workmanship does not constitute an occurrence. When faulty workmanship performed causes bodily injury or causes property damage to property other than your work, bodily injury or property damage will be considered caused by an occurrence.

11.1.4.1.i General liability should be aggregate per location if construction activities are involved.

11.1.4.1.j The policy shall be endorsed to include a definition of “Occurrence” to include an accident, including continuous or repeated exposure to substantially the same general harmful conditions. Faulty workmanship does not constitute an occurrence. When faulty workmanship performed causes bodily injury or causes property damage to property other than your work, bodily injury or property damage will be considered caused by an occurrence.

11.1.4.1.k Contractor’s subcontractor shall be subject to the same minimum requirements identified above.

11.1.4.2 Automobile Liability

11.1.4.2.a Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

GENERAL CONDITIONS SECTION 00 72 00 - 40

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

11.1.4.2.b Combined Single Limit (CSL) $1,000,000

11.1.4.2.c The policy shall be endorsed to include the following additional insured language: "The Board of Montgomery County Commissioners” shall be named as an additional insured with respect to liability arising out of the activities performed by or on behalf of the Contractor, including automobiles owned, leased, hired, or borrowed by the Contractor".

11.1.4.2.d Coverage shall be primary and non-contributory.

11.1.4.2.e Contractor’s subcontractor shall be subject to the same minimum requirements identified above.

11.1.4.2.f Associated bid number, job number, or project number should be referenced on the certificate.

11.1.4.2.g The policy should include a notice of occurrence endorsement – CEO, President, CFO, Risk Manager, or General Counsel.

11.1.4.3 Workers' Compensation and Employers' Liability

11.1.4.3.a Limits Workers' Compensation Statutory Employers' Liability Each Accident $1,000,000 Disease – Each Employee $1,000,000 Disease – Policy Limit $1,000,000

11.1.4.3.b Policy shall contain a waiver of subrogation in favor of The Board of Montgomery County Commissioners.

11.1.4.3.c Contractor’s subcontractor shall be subject to the same minimum requirements identified in this section.

11.1.4.4 Builders' Risk Insurance or Installation Floater In an amount equal to the initial Contract Amount plus additional coverage equal to Contract Amount for all subsequent change orders.

11.1.4.4.a The Board of Montgomery County Commissioners shall be named as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor”. The Contractor and subcontractors, shall be additional insureds on the policy.

11.1.4.4.b Coverage shall be written on an all risk, replacement cost basis and shall include coverage for soft costs, flood and earth movement.

11.1.4.4.c Policy shall be maintained until whichever of the following shall first occur: (1) final payment has been made; or, (2) until no person or entity, other than the Board of Montgomery County Commissioners, has an insurable interest in the property required to be covered.

11.1.4.4.d Policy shall be endorsed such that the insurance shall not be canceled or lapse because of any partial use or occupancy by the County.

11.1.4.4.e Policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site.

GENERAL CONDITIONS SECTION 00 72 00 - 41

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

11.1.4.4.f Policy shall contain a waiver of subrogation in favor of The Board Montgomery County Commissioners.

11.1.4.4.g Contractor is responsible for the payment of all policy deductibles.

11.1.4.4.h Testing coverage maybe required.

11.1.4.4.i Contractor's subcontractor shall be subject to the same minimum requirements identified in this section.

11.1.4.5 Cyber Liability Coverage

11.1.4.5.a Information/Security & Privacy $1,000,000 claim/aggregate

11.1.4.5.b Regulatory Action (Defense & Penalties) $1,000,000 claim/aggregate

11.1.4.5.c Website-Media Content $1,000,000 claim/aggregate

11.1.4.5.d Privacy Breach Response $1,000,000 claim/aggregate

11.1.4.5.e Extortion $1,000,000 claim/aggregate

11.1.4.6 ADDITIONAL INSURANCE REQUIREMENTS: The policies shall include, or be endorsed to include, the following provisions: 11.1.4.6.a On insurance policies where the Board of Montgomery County Commissioners, are named as an additional insured, the Board of Montgomery County Commissioners and shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract.

11.1.4.6.b The Contractor's insurance coverage shall be primary insurance and non-contributory with respect to all other available sources.

11.1.4.7 NOTICE OF CANCELLATION: Each insurance policy required by the insurance provisions of this Contract shall provide the required coverage and shall not be suspended, voided, or canceled except after sixty (60) days prior written notice has been given to the County, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. Such notice shall be sent directly to Julia Gourley, Montgomery County Facilities Management, 451 West Third Street, Dayton, Ohio 45422.

11.1.4.8 ACCEPTABILITY OF INSURERS: Insurance is to be placed with insurers duly licensed or authorized to do business with the Board of Montgomery County Commissioners with an “A.M. Best” rating of not less than A IX. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

11.1.4.9 VERIFICATION OF COVERAGE: Contractor shall furnish the County with certificates of insurance (ACORD form or equivalent approved by the County) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

11.1.4.9.1 All certificates and any required endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

GENERAL CONDITIONS SECTION 00 72 00 - 42

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

11.1.4.9.2 All certificates required by this Contract shall be sent directly to Julia Gourley, Montgomery County Facilities Management, 451 West Third Street, Dayton, Ohio 45422. The County project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE COUNTY’S RISK MANAGEMENT DEPARTMENT.

11.1.4.10 SUBCONTRACTORS: Contractors’ certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate.

11.1.4.11 APPROVAL: Any modification or variation from the insurance requirements in this Contract shall be made by the County Risk Management Department or the Prosecutor’s Office, whose decision shall be final. Such action will not require a formal Contract amendment, but may be made by administrative action.

ARTICLE 12 - UNCOVERING AND CORRECTION OF WORK

12.1 Uncovering of Work

12.1.1 If a portion of the Work is covered contrary to the Board's request or to requirements specifically expressed in the Contract Documents, it must, if required in writing by the Board, be uncovered for the Board's inspection and be replaced at the Contractor's expense, if defective, without change in the Contract Time. If prior to the date of Substantial Completion, the Contractor, a Subcontractor, a Sub- subcontractor or anyone for whom either is responsible uses or damages any portion of the Work, including, without limitation, mechanical, electrical, plumbing and other building systems, machinery, equipment or other mechanical device, the Contractor shall cause such item to be replaced or restored to "like new" condition at no expense to the Board.

12.1.2 If a portion of the Work has been covered which the Board has not specifically requested to observe prior to its being covered, the Board may request to see such Work and it shall be uncovered by the Contractor. If such Work is in accordance with the Contract Documents, costs of uncovering and replacement shall, by appropriate Change Order, be charged to the Board. If such Work is not in accordance with the Contract Documents, the Contractor shall pay such costs unless the condition was caused by the Board or a separate contractor in which event the Board shall be responsible for payment of such costs and may recoup such cost from such separate contractor as applicable.

12.2 Correction of Work

12.2.1 The Contractor shall promptly correct Work rejected by the Board or failing to conform to the requirements of the Contract Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear costs of correcting such rejected Work, including additional testing and inspections and compensation for any services and expenses made necessary thereby. If prior to the date of Substantial Completion, the Contractor, a Subcontractor or anyone for whom either is responsible uses or damages any portion of the Work, including, without limitation, mechanical, electrical, plumbing, HVAC, security, fire prevention and other building systems, machinery, equipment, or other mechanical device, the Contractor shall cause such item to be restored to "like new" condition at no expense to the Board.

12.2.2 If, within one (1) year after the date of Substantial Completion of the Work or designated portion thereof, or after the date for commencement of warranties established under Article 9.8.1 or by terms of an applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall correct it promptly

GENERAL CONDITIONS SECTION 00 72 00 - 43

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 after receipt of written notice from the Board to do so unless the Board has previously given Contractor a written acceptance of such specific condition. This period of one (1) year shall be extended with respect to portions of Work first performed after Substantial Completion and the actual performance of the Work. This obligation under this Article 12.2.2 shall survive acceptance of the Work under the Contract and termination of the Contract. The obligations under this Article 12.2 shall cover any repairs and replacement to any part of the Work or other property caused by the defective Work. Upon completion of any Work under or pursuant to this Article 12.2, the one (1) year correction period in connection with the Work requiring correction shall be renewed and recommence.

12.2.3 The Contractor shall remove from the site at its own expense portions of the Work which are not in accordance with the requirements of the Contract Documents and are neither corrected by the Contractor nor accepted by the Board.

12.2.4 If the Contractor fails to correct nonconforming Work within a reasonable time, the Board may correct it in accordance with Article 2.3. If the Contractor does not proceed with correction of such nonconforming Work within a reasonable time fixed by written notice from the Architect or Board, the Board may remove it and store the salvable materials or equipment at the Contractor's expense. If the Contractor does not pay costs of such removal and storage within ten (10) days after written notice, the Board may, upon ten (10) additional days' written notice, sell such materials and equipment at auction or at private sale and shall account for the proceeds thereof, after deducting costs and damages that should have been borne by the Contractor, including compensation for the Architect's services and expenses made necessary thereby. If such proceeds of sale do not cover costs which the Contractor should have borne, the Contract Sum shall be reduced by the deficiency. If payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Board.

12.2.5 The Contractor shall bear the cost of correcting destroyed or damaged construction, whether completed or partially completed, of the Board or separate contractors caused by the Contractor's correction or removal of Work which is not in accordance with the requirements of the Contract Documents.

12.2.6 Nothing contained in this Article 12.2 shall be construed to establish a period of limitation with respect to other obligations which the Contractor might have under the Contract Documents. Establishment of the time period of one (1) year as described in Article 12.2.2 relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to the Contractor's obligations other than specifically to correct the Work.

12.3 Acceptance of Nonconforming Work

12.3.1 If the Board prefers to accept Work which is not in accordance with the requirements of the Contract Documents, the Board may do so instead of requiring its removal and correction, in which case the Contract Sum will be reduced as appropriate and equitable. The doctrine of Substantial Conformity shall not apply to work performed under this contract and any acceptance of non-conforming work shall be within the sole discretion of the Board. Such adjustment shall be effected whether or not final payment has been made. If the parties cannot agree as to the amount of such reduction, then the Contractor shall repair or replace the work, under other provisions of this Contract.

ARTICLE 13 - MISCELLANEOUS PROVISIONS

13.1 Delivery of Written Notice

13.1.1 Written notice to parties other than the Board shall be deemed to have been duly served if delivered in person to the individual or a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered at or sent by registered or certified mail to the address of the

GENERAL CONDITIONS SECTION 00 72 00 - 44

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 intended party as stated at the beginning of the Agreement, unless such address is changed in a subsequent writing received by the serving party. Written notice to the Board shall be deemed to have been duly served if delivered in person to the Board's authorized representative, which for notice purposes shall in no case be the Architect except where the Board serves as the Architect and no other representative is authorized, or if delivered at or sent by registered or certified mail to the following address unless such address is changed in a subsequent writing received by the serving party:

Director, Department of Facilities Management Montgomery County Administration Building P.O. Box 972 451 West Third Street Dayton, Ohio 45422-1326

13.2 Rights and Remedies

13.2.1 Except to the extent expressly provided in the Contract Documents, duties and obligations imposed by the Contract Documents and rights and remedies available thereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise imposed or available by law.

13.2.2 No action or failure to act by the Board, Architect or Contractor shall constitute a waiver of a right, remedy, duty or obligation afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach thereunder, except as may be specifically agreed in writing.

13.3 Tests and Inspections

13.3.1 Tests, inspections and approvals of portions of the Work required by the Contract Documents or by laws, ordinances, rules, regulations or orders of public authorities having jurisdiction shall be made at an appropriate time. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Board, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Board timely notice of when and where tests and inspections are to be made so the Board may observe such procedures. The Board shall only bear costs of tests, inspections or approvals which do not become requirements until after bids are received or negotiations concluded.

13.3.2 If the Board or public authorities having jurisdiction determine that portions of the Work require additional testing, inspection or approval not included under Article 13.3.1, the Board will instruct the Contractor to make arrangements for such additional testing, inspection or approval by an entity acceptable to the Board, and the Contractor shall give timely notice to the Board of the time and place when and where tests and inspections are to be made so that the Board may observe such procedures. The Board shall bear such costs except as provided in Article 13.3.3.

13.3.3 If such procedures for testing, inspection or approval under Articles 13.3.1 and 13.3.2 reveal failure of the portions of the Work to comply with requirements established by the Contract Documents, the Contractor shall bear all costs made necessary by such failure including those of repeated procedures and compensation for the Architect's services and expenses. The Contractor also agrees that the cost of testing services required for the convenience of the Contractor in its scheduling and performance of the Work, and the cost of testing services related to remedial operations performed to correct deficiencies in the Work shall be borne by the Contractor.

13.3.4 Required certificates of testing, inspection or approval shall, unless otherwise required by the Contract Documents, be secured by the Contractor and promptly delivered to the Board with complete and accurate copies promptly delivered to the Architect.

GENERAL CONDITIONS SECTION 00 72 00 - 45

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

13.3.5 If the Architect is to observe tests, inspections or approvals required by the Contract Documents, the Architect will do so promptly and, where practicable, at the normal place of testing.

13.3.6 Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to avoid unreasonable delay in the Work.

13.3.7 All such tests shall be in accordance with the methods approved by AASHTO, ASTM, ANSI, or such other applicable organizations as may be required by law, the Contract Documents, or as recommended by the Board.

13.3.8 Observations, inspections and tests by the Board or Architect are for the sole benefit of the Board. Observations, inspections or tests by the Board or Architect or observations, inspections, tests or approvals by persons other than the Contractor, shall NOT (1) relieve the Contractor from any obligation to perform Work in accordance with the requirements of the Contract Documents; (2) relieve the Contractor from providing adequate quality control measures; (3) relieve the Contractor of responsibility for damage to or loss of material before acceptance; (4) constitute or imply acceptance; or (5) affect the continuing rights of the Board after acceptance of the completed Work.

13.4 Non-Discrimination

13.4.1 During the performance of the Contract, the Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, national origin, ancestry, handicap, age, political belief or place of birth. The Contractor will ensure that applicants are employed and that employees are treated during employment without regard to race, color, religion, sex, sexual orientation, national origin, ancestry, handicap, age, political belief or place of birth. Such action shall include, but shall not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.

13.4.2 The Contractor or any person claiming through the Contractor, agrees not to establish or knowingly permit any such practice or practices of discrimination or segregation as referred to in Article 13.4.1 in reference to anything relating to the Agreement, or in reference to any Subcontractors or Sub- subcontractors of the Contractor.

13.5 Disclosure

13.5.1 The Contractor hereby covenants that it has complied with the Board's disclosure policy adopted pursuant to Resolution No. 83-112, dated January 18, 1983, which requires anyone contracting with the Board to disclose to the Board any business relationship or financial interest that it has with a Montgomery County, Ohio employee or employee's business, or any business relationship or financial interest that a Montgomery County, Ohio employee has with the contracting party or in the contracting party's business. The Contractor hereby agrees to and acknowledges a continuing obligation to so disclose said information to the Board.

ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT

14.1 Termination by the Contractor

14.1.1 The Contractor may terminate the Contract if the Work is stopped for a period of sixty (60) days through no act or fault of the Contractor or a Subcontractor, Sub-subcontractor or their agents or employees or any other persons performing portions of the Work under contract with the Contractor, for (1) issuance of an order of a court or other public authority having jurisdiction; or (2) an act of government, such as a declaration of national emergency, making material unavailable.

GENERAL CONDITIONS SECTION 00 72 00 - 46

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

14.1.2 If one (1) of the above reasons exists, the Contractor may, upon seven (7) additional days' written notice to the Board, terminate the Contract and recover from the Board payment for Work executed and for proven loss with respect to materials, equipment, tools, and construction equipment and machinery, including reasonable overhead, profit and damages.

14.1.3 If the Work is stopped for a period of sixty (60) days through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing portions of the Work under some contract with the Contractor because the Board has persistently failed to fulfill the Board's obligations under the Contract Documents with respect to matters important to the progress of the Work, the Contractor may, upon seven (7) additional days written notice supplied to the Board, terminate the Contract as provided in Article 14.1.2.

14.2 Termination by the Board for Cause

14.2.1 In addition to any other remedy available herein, the Board may terminate the Contract if the Contractor (1) persistently or repeatedly refuses or fails to supply enough properly skilled workers or proper materials; (2) fails to make payments to Subcontractors for materials or labor in accordance with the respective agreements between the Contractor and the various Subcontractors; (3) persistently disregards laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; (4) otherwise is guilty of substantial breach of a provision of the Contract Documents; (5) is in breach of any warranty or representation in the Contract Documents; (6) fails to materially comply with the Board's construction schedule; (7) fails to proceed continuously with the construction and completion of the Work; or (8) fails to furnish the Board with assurances satisfactory to the Board evidencing the Contractor's ability to complete the Work in compliance with all the requirements of the Contract Documents.

14.2.2 When any of the conditions stated in Article 14.2.1 exist, the Board may, seven (7) days after giving the Contractor and the Contractor's surety, if any, written notice, without prejudice to any other rights or remedies of the Board, terminate employment of the Contractor and may, subject to any prior rights of the surety, if any (1) take possession of the site and of all materials, equipment, tools, and construction equipment and machinery thereof owned by the Contractor; (2) accept assignment of subcontracts pursuant to Article 5.4; and (3) finish the Work by whatever reasonable method the Board may deem expedient.

14.2.3 When the Board terminates the Contract for one (1) of the reasons stated in Article 14.2.1, the Contractor shall not be entitled to receive further payment until the Work is finished.

14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including, without limitation, compensation for Architect's services and any other loss, cost, damage or expense incurred or suffered by the Board as a result of any of the occurrences listed in 14.2.1 above, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Board.

14.3 Termination by the Board for Convenience

14.3.1 The Board may, at any time, terminate the Contract in whole or in part for the Board's convenience and without cause. The Board's termination under this Article shall be by a notice of termination delivered to the Contractor specifying the extent of termination and the effective date.

14.3.2 Upon receipt of a notice of termination for convenience, the Contractor shall immediately, in accordance with instructions from the Board, proceed with performance of the following duties regardless of delay in determining or adjusting amounts due under this Article:

14.3.2.1 cease operation as specified in the notice;

GENERAL CONDITIONS SECTION 00 72 00 - 47

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

14.3.2.2 place no further orders and enter into no further subcontracts for materials, labor, services or facilities except as necessary to complete continued portions of the Contract;

14.3.2.3 terminate all subcontracts and orders to the extent they relate to the Work terminated by way of the notice;

14.3.2.4 proceed to complete the performance of the Work not terminated; and

14.3.2.5 take actions that may be necessary, or that the Board may direct, for the protection and preservation of the terminated Work.

14.3.3 Upon such termination, the Contractor shall recover as its sole remedy payment for Work properly performed in connection with the terminated portion of the Work prior to the effective date of termination and for items properly and timely fabricated off the Project site, delivered and stored in accordance with the Board's instructions. The Contractor hereby waives and forfeits all other claims for payment and damages, including, without limitation, anticipated profits.

14.3.4 Notwithstanding any other provision in the Contract Documents, the Board shall be credited for (1) payments previously made to the Contractor for the terminated portion of the Work, (2) claims which the Board has against the Contractor under the Contract and (3) the value of the materials, supplies, equipment or other items that are to be disposed of by the Contractor that are part of the Contract Sum.

END OF SECTION 00 72 00

GENERAL CONDITIONS SECTION 00 72 00 - 48

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113 ATTACHMENT 1 - DAILY STATUS REPORT

REPORTING DATE: ______REPORTING ACTIVITIES: ______

ARE CRITICAL PATH IMPACTS REPORTED ON THIS REPORT? YES or NO? (CIRCLE ONE) IF YES, ACTIVITY NUMBERS IMPACTED? ______

NAME: ______(PRIME, GEN. TRADE, SUBCONTRACTOR MATERIAL MANAGER, INSTALLER)

EQUIPMENT ACTIVITIES FOR WHICH REQUIRED PARKED OR IDLED ON SITE EQUIPMENT

ACTIVITIES SCHEDULED FOR WORK ON THIS REPORTING DATE

ACTIVITY CRITICAL FLOAT QUANTITY QUANTITY VARIANCE NUMBER ACTIVITY REMAINING SCHEDULED ACHIEVED YES or NO? (IF YES, LIST)

WERE TERMS AND CONDITIONS OF TIME. QUALITY OR PRICE VARIED ON THIS REPORTING DATE? YES or NO?

IF YES, BY WHOM?______

FOR WHAT REASON?______

IS CONTRACT MODIFICATION REQUIRED? YES or NO?

IF YES, WHAT IMPACT WAS THERE ON : TIME, QUANTITY, MONEY? (ATTACH MEMO)

GENERAL CONDITIONS SECTION 00 72 00 - 49

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

ACTION REQUIRED TO BE TAKEN TO OVERCOME VARIANCE BY OWNER:

BY CONTRACTOR:

TIME BY WHICH ABOVE LISTED ACTION MUST BE TAKEN BEFORE CRITICAL PATH ACTIVITIES ARE IMPACTED:

CONTRACT RESPONSIBILITY FOR VARIANCE REPORTED BY OWNER OR CONTRACTOR? (CIRCLE ONE)

IF CRITICAL PATH IMPACTED, CAN LOST TIME BE RECOVERED? YES or NO? HOW?

IS AN IMPACT ANALYSIS NEEDED AT THIS TIME? YES or NO?

IF IMPACT IS UNKNOWN, WHAT ACTIVITIES NEED TO BE MONITORED TO AVOID FUTURE IMPACT?

OTHER ACTIVITIES TO BE REPORTED:

CHANGE MADE THIS REPORTING DATE: FORMAL or INFORMAL? REASON?

IS IMPACT FULLY REPORTED ABOVE? YES or NO?

ADDITIONAL INFORMATION NEEDED (DESCRIBE):

HAS A DIFFERING (CHANGE) CONDITION BEEN ENCOUNTERED? YES or NO?

HAS THE NOTICE REQUIRED BY THIS CONTRACT BEEN GIVEN IN DETAIL? YES or NO?

DOES THE CONTRACTOR UNDERSTAND THAT THE GIVING OF THE NOTICE IS A CONDITION PRECEDENT TO THE CLAIM FOR ANY RELIEF OR EQUITABLE RELIEF UNDER THESE PROVISIONS OF THIS CONTRACT? YES or NO?

OTHER INFORMATION NEEDED TO BE RECORDED:

AS THE DULY AUTHORIZED REPRESENTATIVE OF THE CONTRACTOR, IN WHOSE NAME THIS REPORT IS FILED, I HEREBY CERTIFY THAT THE INFORMATION CONTAINED HEREIN IS CURRENT, ACCURATE AND COMPLETE.

______(AUTHORIZED SIGNATURE) (DATE)

GENERAL CONDITIONS SECTION 00 72 00 - 50

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

ATTACHMENT 2 - CONTRACTOR NOTICE

The contract between the owner and this contractor requires, in a variety of Articles, that the Owner, its representative and others be given notice of the occurrence of certain events when the occurrence will impact the contractor’s right to an adjustment of the time or price of the contract. Please be aware that, as indicated in this notice, the contractor hereby fulfills its responsibility under the contract to give the required notice, thereby preserving its rights under the contract.

CLAUSE UNDER THE CONTRACT UNDER WHICH NOTICE IS GIVEN

Circle one of the following: Change Changes/Differing Site Conditions Delay/Suspension of Work Defective Specifications Excusable Delay Other - please list:

NATURE OF THE EVENT:

CAUSE OF THE EVENT:

IMPACT OF THE EVENT On Time of Performance:

On Contract Price:

ACTION(S) REQUIRED By the A/E:

By the Owner:

IMPACT OF THE CONTRACT IF THESE ACTIONS ARE NOT TAKEN:

Copy on this notice was delivered to the ( ) A/E, ( ) Owner, ( ) Other ______on ______by ______

Signed ______Contractor’s Representative

SUPPLEMENTARY COMMENTS:

GENERAL CONDITIONS SECTION 00 72 00 - 51

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 00 76 43 - WAGE RATE REQUIREMENTS

1.1 Payment of Prevailing Wage Rates 1.1.1 The Contractor shall pay the prevailing wage rates of the Project locality, as issued by the Ohio Department of Commerce, Wage and Hour Bureau to laborers and mechanics performing Work on the Project.

1.1.2 The Contractor shall comply with the provisions, duties, obligations, and is subject to the remedies and penalties of ORC Chapter 4115.

1.1.3 If the Contractor or its Subcontractors fail to comply with ORC Chapter 4115, Montgomery County may withhold payment pursuant to Section 9.8.2.5 of the General Conditions. The Contractor is liable for violations committed by the Contractor or its Subcontractors to the extent provided in ORC Chapter 4115.

1.1.4 The Contractor shall submit all payroll reports in compliance with the requirements of Section 1.4 for all of the employees of the Contractor and of the Contractor’s Subcontractors.

1.1.5 By executing a Contract, the Contractor certifies that it based its Bid upon the prevailing rates of wages as ascertained by the Ohio Department of Commerce, Wage and Hour Bureau for the Project as provided in ORC Sections 4115.03 through 4115.14, which are inserted at the end of this Document.

1.2 Prevailing Wage Rate Revisions

1.2.1 Montgomery County shall, within 7 business days after receipt of a notice of a change in the prevailing wage rates, notify the Contractor of the change. The prevailing wage rates are available at the Ohio Department of Commerce’s web site: http://com.state.oh.us/.

1.2.2 The Contractor shall pay any revised wage rates issued during the term of the Contract.

1.3 Payroll Schedule

1.3.1 Within 10 days of the date of the Notice to Proceed, the Contractor shall provide Montgomery County’s Prevailing Wage Coordinator a schedule of dates during the term of the Contract on which wages shall be paid to employees for the Project.

1.4 Payroll Reports

1.4.1 The Contractor shall submit payroll reports with each Contractor Payment Request, which reports shall be certified by the Contractor that the payroll is correct and complete and the wage rates shown are not less than those required by the Contract. The Contractor is responsible for submitting all payroll reports of its Subcontractors. 1.4.1.1 Each payroll report shall indicate the period covered and include a list containing the name, address and social security number of each employee of the Contractor and its Subcontractors paid for the Work. 1.4.1.2 Each payroll report shall list the number of hours each employee worked each day on the Project during the reporting period, the total hours each week on the Project, the employee's hourly rate of pay, job classification, hourly rate of fringe benefits, and all deductions from wages and net pay. 1.4.1.3 Each payroll report shall list each fringe benefit and state if it is paid as cash to the employee or to a named plan.

WAGE RATE REQUIREMENTS SECTION 00 73 43 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

1.4.1.4 The Contractor and its Subcontractors shall submit apprenticeship agreements for all apprentices utilized on the Project with the first payroll report from the Contractor or its Subcontractor that includes apprentices.

1.5 Current Montgomery Co. Prevailing Wage Rates

1.5.1 See attached wage scales: 1. Electrical Local 82 Inside Lt Commercial South West 2. Electrical Local 82 Inside 3. Electrical Local 82 Voice Data Video 4. Labor Local 1410 Building

END OF SECTION 00 73 43

WAGE RATE REQUIREMENTS SECTION 00 73 43 - 2

Prevailing Wage Rate

Skilled Crafts Name of Union: Electrical Local 82 Inside Lt Commercial South West

Change # : LCNO1-2019fbLoc82in

Craft : Electrical Effective Date : 09/19/2019 Last Posted : 09/19/2019 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification

Electrician $30.15 $5.95 $8.75 $0.66 $0.00 $2.45 $0.00 $0.00 $0.00 $47.96 $63.03 CE-3 $21.89 $5.95 $0.66 $0.66 $0.00 $0.62 $0.00 $0.00 $0.10 $29.88 $40.82 12,001- 14,000 CE-2 $17.20 $5.95 $0.52 $0.66 $0.00 $0.49 $0.00 $0.00 $0.10 $24.92 $33.52 10,001- 12,000 Hrs CE-1 $15.64 $5.95 $0.47 $0.66 $0.00 $0.44 $0.00 $0.00 $0.10 $23.26 $31.08 8,001- 10,000 Hrs CW-4 $14.07 $5.95 $0.42 $0.66 $0.00 $0.40 $0.00 $0.00 $0.10 $21.60 $28.64 6,001- 8,000 Hrs CW-3 $12.51 $5.95 $0.38 $0.66 $0.00 $0.35 $0.00 $0.00 $0.10 $19.95 $26.21 4,001- 6,000 Hrs CW-2 $11.73 $5.95 $0.35 $0.66 $0.00 $0.31 $0.00 $0.00 $0.10 $19.10 $24.96 2,001- 4,000 Hrs CW-1 0- $10.94 $5.95 $0.33 $0.66 $0.00 $0.31 $0.00 $0.00 $0.10 $18.29 $23.76 2,000 Hrs

Apprentice Percent

1st period 0 42.00 $12.66 $3.42 $0.20 $0.22 $0.00 $0.00 $0.00 $0.00 $0.00 $16.50 $22.83 - 1000 hrs 2nd period 42.00 $12.66 $3.42 $0.20 $0.22 $0.00 $0.00 $0.00 $0.00 $0.00 $16.50 $22.83 1001-2000 hrs 3rd period 47.00 $14.17 $6.27 $3.69 $0.24 $0.00 $1.50 $0.00 $0.00 $0.00 $25.87 $32.96 2001-3500 hrs 4th period 52.00 $15.68 $6.32 $4.08 $0.27 $0.00 $1.65 $0.00 $0.00 $0.00 $28.00 $35.84 3501-5000 hrs 5th period 62.00 $18.69 $6.42 $4.87 $0.32 $0.00 $1.96 $0.00 $0.00 $0.00 $32.26 $41.61 5001-6500 hrs 6th period 75.00 $22.61 $6.80 $5.89 $0.38 $0.00 $2.40 $0.00 $0.00 $0.00 $38.08 $49.39 6501-8000 hrs Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 to 3 Journeymen to 3 Apprentices CLINTON, DARKE, GREENE, MIAMI, 4 to 6 Journeymen to 6 Apprentices MONTGOMERY, PREBLE, WARREN* per job site

Construction Electrician and Construction Wireman Ratio There shall be a minimum ratio of one inside Journeyman to every (4) employees of different classification per jobsite. An inside Journeyman Wireman is required on the project as the fifth (5th) worker or when apprentices are used.

Special Jurisdictional Note : The following townships in Warren County are included: Clearcreek, Franklin and Wayne.

The scope of work for the light commercial agreement shall apply to the following facilities not to exceed 200,000 square feet; office buildings, shopping centers, auto sales agencies and garages, churches, funeral homes, nursing homes, hotels, retail and wholesale facilities, small stand-alone facilities when free standing and not part of a larger facility (not to exceed 50,000 square fee), solar projects (500 panels or less) unless otherwise covered under the agreement, lighting retrofits (when not associated with remodels involving branch re-circuiting) lighting retrofits shall be defined as the changing of lamps and ballasts in existing light fixtures and shall also include the one for one replacement of existing fixtures, warehouses, gas stations, food service centers, restaurants, entertainment facilities, hospitals, clinics, motels, residential buildings.

Details :

Prevailing Wage Rate

Skilled Crafts Name of Union: Electrical Local 82 Inside

Change # : LCN02-2019fbLoc82in

Craft : Electrical Effective Date : 12/18/2019 Last Posted : 12/18/2019 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification

Electrician $31.15 $7.20 $9.03 $0.53 $0.00 $3.20 $0.00 $0.00 $0.00 $51.11 $66.68

Apprentice Percent

1st period 0 42.00 $13.08 $3.82 $0.59 $0.22 $0.00 $0.00 $0.00 $0.00 $0.00 $17.71 $24.25 - 1000 hrs 2nd period 42.00 $13.08 $3.82 $0.59 $0.22 $0.00 $0.00 $0.00 $0.00 $0.00 $17.71 $24.25 1001-2000 hrs 3rd period 47.00 $14.64 $6.67 $4.25 $0.25 $0.00 $1.50 $0.00 $0.00 $0.00 $27.31 $34.63 2001-3500 hrs 4th period 52.00 $16.20 $6.72 $4.70 $0.28 $0.00 $1.66 $0.00 $0.00 $0.00 $29.56 $37.66 3501-5000 hrs 5th period 62.00 $19.31 $6.82 $5.60 $0.33 $0.00 $1.98 $0.00 $0.00 $0.00 $34.04 $43.70 5001-6500 hrs 6th period 75.00 $23.36 $7.20 $6.78 $0.40 $0.00 $2.40 $0.00 $0.00 $0.00 $40.14 $51.82 6501-8000 hrs Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 to 3 Journeymen to 3 Apprentices CLINTON, DARKE, GREENE, MIAMI, 4 to 6 Journeymen to 6 Apprentices MONTGOMERY, PREBLE, WARREN* per job site

Special Jurisdictional Note : The following townships in Warren County are included: Clearcreek, Franklin and Wayne.

Details : Only correction made on 6-19-19 was the 5th year Apprentice fb.

Prevailing Wage Rate

Skilled Crafts Name of Union: Electrical Local 82 Voice Data Video

Change # : LCR01-2019fbLoc82VDV

Craft : Voice Data Video Effective Date : 12/11/2019 Last Posted : 12/11/2019 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification

Electrical $24.35 $6.50 $0.73 $0.46 $0.00 $4.40 $0.00 $0.00 $0.00 $36.44 $48.62 Installer Technician A Electrical $23.13 $6.50 $0.69 $0.44 $0.00 $4.40 $0.00 $0.00 $0.00 $35.16 $46.72 Installer Technician B JW $21.92 $6.50 $0.66 $0.42 $0.00 $4.40 $0.00 $0.00 $0.00 $33.90 $44.86 Installer Technician NON $15.83 $3.00 $0.47 $0.30 $0.00 $2.00 $0.00 $0.00 $0.00 $21.60 $29.51 BICSI Installer

Apprentice Indentured Before 09- 03-2018 1st Period $12.18 $6.50 $0.37 $0.23 $0.00 $0.25 $0.00 $0.00 $0.00 $19.53 $25.62 0-800 Hrs 2nd Period $12.18 $6.50 $0.37 $0.23 $0.00 $0.25 $0.00 $0.00 $0.00 $19.53 $25.62 801-1600 Hrs 3rd Period $14.61 $6.50 $0.44 $0.28 $0.00 $4.40 $0.00 $0.00 $0.00 $26.23 $33.54 1601-2400 Hrs 4th Period $15.83 $6.50 $0.47 $0.30 $0.00 $4.40 $0.00 $0.00 $0.00 $27.50 $35.42 2401-3200 Hrs 5th Period $17.05 $6.50 $0.51 $0.32 $0.00 $4.40 $0.00 $0.00 $0.00 $28.78 $37.31 3201-4000 Hrs 6th Period $18.26 $6.50 $0.55 $0.35 $0.00 $4.40 $0.00 $0.00 $0.00 $30.06 $39.19 4001 Hours Cable $12.18 $3.00 $0.37 $0.23 $0.00 $0.25 $0.00 $0.00 $0.00 $16.03 $22.12 Puller Apprentice Percent Indentured After 09- 04-2018 1st 0-1000 55.00 $13.39 $3.00 $0.40 $0.25 $0.00 $0.25 $0.00 $0.00 $0.00 $17.29 $23.99 hours 2nd 1001- 55.00 $13.39 $3.00 $0.40 $0.25 $0.00 $0.25 $0.00 $0.00 $0.00 $17.29 $23.99 2000 hours 3rd 2001- 65.00 $15.83 $6.40 $0.47 $0.30 $0.00 $4.40 $0.00 $0.00 $0.00 $27.40 $35.31 3000 hours 4th 3001- 65.00 $15.83 $6.40 $0.47 $0.30 $0.00 $4.40 $0.00 $0.00 $0.00 $27.40 $35.31 4000 hours 5th 4001- 75.00 $18.26 $6.43 $0.55 $0.35 $0.00 $4.40 $0.00 $0.00 $0.00 $29.99 $39.12 5000 hours 6th 5001- 75.00 $18.26 $6.43 $0.55 $0.35 $0.00 $4.40 $0.00 $0.00 $0.00 $29.99 $39.12 6000 hours 7th 6001- 80.00 $19.48 $6.44 $0.58 $0.37 $0.00 $4.40 $0.00 $0.00 $0.00 $31.27 $41.01 7000 hours 8th 7001 80.00 $19.48 $6.44 $0.58 $0.37 $0.00 $4.40 $0.00 $0.00 $0.00 $31.27 $41.01 hours Cable 50.00 $12.18 $3.00 $0.37 $0.23 $0.00 $0.25 $0.00 $0.00 $0.00 $16.02 $22.11 Puller Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 2 Apprentice CLINTON, DARKE, GREENE, MIAMI, (Indentured After 9-4-2018) MONTGOMERY, PREBLE, WARREN*

1 Journeymen to 1 Apprentice (Indentured Before 9--03-2018)

Special Jurisdictional Note : The following townships in Warren County are included: (Clearcreek, Franklin and Wayne)

Details : Work covered but not limited to: installation which utilize transmission and/or transference of voice, sound, vision or digital for commercial, education, security and entertainment purposes for the following:

TV monitoring and surveillance, background-foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multimedia, multiplex, nurse call system, radio page, school intercom, sound and low voltage master clock systems.

Fire Alarm work is excluded on all new construction sites or wherever the fire alarm system is installed in conduit.

All HVAC control work is not covered by this wage rate but by the Inside Electrical wage rate.

Prevailing Wage Rate

Skilled Crafts Name of Union: Labor Local 1410 Building

Change # : LCN01-2019bLoc1410

Craft : Laborer Effective Date : 07/03/2019 Last Posted : 07/03/2019 BHR Fringe Benefit Payments Irrevocable Total Overtime Fund PWR Rate H&W Pension App Vac. Annuity Other LECET MISC Tr. (*) (*) Classification

Laborer $25.90 $7.00 $3.70 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $37.10 $50.05 Group 1 Group 2 $26.50 $7.00 $3.70 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $37.70 $50.95 Group 3 $27.00 $7.00 $3.70 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $38.20 $51.70

Apprentice Percent

Building 60.00 $15.54 $7.00 $3.70 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $26.74 $34.51 Laborer 1- 1000 hrs 1001-2000 70.02 $18.14 $7.00 $3.70 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $29.34 $38.40 2001-3000 80.00 $20.72 $7.00 $3.70 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $31.92 $42.28 3001-4000 90.00 $23.31 $7.00 $3.70 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $34.51 $46.17 More than 100.00 $25.90 $7.00 $3.70 $0.40 $0.00 $0.00 $0.00 $0.10 $0.00 $37.10 $50.05 4000 hrs Special Calculation Note : $0.10 LECET is for Labor Management.

Ratio : Jurisdiction ( * denotes special jurisdictional note ) : 1 Journeymen to 1 Apprentice CHAMPAIGN, CLARK, DARKE, GREENE, 4 Journeymen to 1 Apprentice LOGAN, MIAMI, MONTGOMERY, PREBLE

Special Jurisdictional Note :

Details : Group 1 Building & Construction Laborer, Railroad Laborer, Asbestos & Hazardous Waste (Levels A,B,C, & D),Concrete Crew, Form Setter, Pipelayer, Bottom Man, Burner (Cutting Torch), Welder Helper, All Machine & Power Driven Tools, Sandblaster Yardman-Landscaping,Sewer Jet, Waterperson, Tool Cage Laborer,Unloading Furniture & Fixtures,Final Clean-Up Watchman, Residential Construction, Signal Men

Group 2 Mason Tender For Bricklayers, Flexcore, Firebrick Tender (Blast Furnaces,Soaking Pits,Stoves & Stacks), Plasterer Tenders & Lathers

Group 3 Tender Operator

Asbestos, Lead and Hazardous Material: The removal, abatement or encapsulation of asbestos, lead and/or toxic and hazardous waste or materials is defined as all work included in the erection, moving servicing and dismantling of all enclosures, scaffolding, barricades, etc. and the operation of all tools and equipment (including generators, compressors and vacuums) normally used in the removal or abatement or asbestos, lead and toxic and hazardous waste or materials; the labeling, bagging, cartoning, crating or otherwise packaging of materials for disposal; as well as the clean-up of the work site and all other work incidental to the removal, abatement or encapsulation of asbestos, lead or toxic and hazardous waste materials.

Level A Protective equipment is required when the area has been determined to contain extremely toxic contaminants or contaminants unknown but may be expected to be extremely toxic and/or immediately dangerous to life and health. This ensemble includes a fully encapsulated chemical suit, self contained breathing apparatus (SCBA) or airline fed respirator, and various types and numbers of boots and gloves.

Level B Protective equipment includes a chemically resistant splash suit and a SCBA or airline respirator. This ensemble is required when the situation is very hazardous, such as oxygen deficient atmospheres, IDLH atmospheres, or confined space entries.

Level C Protective equipment includes a protective suit and an air purifying respirator (APR) with the appropriate filter canisters.

Level D To be worn only in established "safe zones" may consist of, from normal work clothes to normal skin protection such as gloves, face shields goggles, coveralls and occasionally respiratory protection.

Allen Co. Juvenile Detention Center K2M Project #:16345 3050 N. Cole Street Construction Documents Lima, OH 45801

SECTION 00 10 00 - SUMMARY

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Contract description. 2. Work by Owner or other Work at the Site. 3. Owner-furnished products. 4. Contractor's use of Site and premises. 5. Permits. 6. Specification conventions.

1.2 CONTRACT DESCRIPTION

A. Work of the Project includes the construction of a new Juvenile Detention Center for Allen County, OH. located at 3050 North Cole Street, Lima, OH. 45801. The building will contain three 8-bed youth housing units. Each two 8-bed units will have access to shared Group and counseling spaces. There are three classrooms capable of sitting 12 youth in a classroom setting. There is also an Indoor Gymnasium and a secure Outdoor Recreation / Learning Garden included. There are areas for juvenile intake and processing, health services, and programming. There is a lobby for the public and separate administrative spaces for the director, assistant, clinical director, and treatment director, as well as multiple facilitator and coordinator spaces on the units. Support services include staff support, a prep. kitchen, laundry room, and equipment rooms for air handlers, plumbing, electrical, telecommunications and security electronics. See drawings for additional information.

B. Perform Work of the Contract under a stipulated sum Contract with Owner according to Conditions of Contract.

1.3 WORK BY OWNER OR OTHERS

A. If Owner-awarded contracts interfere with each other due to work being performed at the same time or at the same Site, Owner will determine the sequence of work under all contracts according to "Work Sequence" and "Contractor's Use of Site and Premises" Articles in this Section.

B. Coordinate Work with utilities of Owner and public or private agencies.

C. Work under this Contract includes: 1. Work as indicated on Drawings.

1.4 OWNER-FURNISHED PRODUCTS

A. Owner's Responsibilities: 1. Arrange for and deliver Owner-reviewed Shop Drawings, Product Data, and Samples to Contractor. 2. Arrange and pay for delivery to Site. 3. Upon delivery, inspect products jointly with Contractor. 4. Submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Arrange for manufacturers' warranties, inspections, and service. 6. Installation of Owner furnished equipment.

SUMMARY SECTION 01 10 00 - 1

Allen Co. Juvenile Detention Center K2M Project #:16345 3050 N. Cole Street Construction Documents Lima, OH 45801

7. Installation of furnishings and furniture. 8. Stocking of supplies.

B. Items noted ‘OFOI’ (Owner Furnished, Owner Installed) will be furnished and installed by Owner as is appropriate to the flow of the work, and ‘OFCI’ (Owner Furnished, Contractor Installed) will be furnished to the Contractor by the Owner for the Contractor to install. Items noted ‘NIC’ (Not in Contract) are not in contract and will be provided by others.

C. Contractor's Responsibilities: 1. Review Owner-reviewed Shop Drawings, Product Data, and Samples. 2. Receive and unload products at Site; inspect for completeness or damage jointly with Owner. 3. Handle, store, install, and finish products. 4. Contractor is responsible for scheduling the work, storing such equipment if requested, and coordinating related work in the Contract with installation of NIC and OFOI equipment. 5. Contractor shall provide all preparatory work necessary for proper installation including blocking and backing, and finish work including caulking, grouting, furring, and painting adjacent surfaces as required for NIC and OFOI equipment. Confirm with Owner work to be done.

D. Repair or replace items damaged after receipt. Items furnished by Owner for installation by Contractor:

1.5 CONTRACTOR'S USE OF SITE AND PREMISES

A. Limit use of Site to allow: 1. Owner occupancy. 2. Work by Owner. 3. Work by Others.

B. Construction Operations: Limited to areas indicated on Drawings 1. Noisy and Disruptive Operations (such as Use of Jack Hammers and Other Noisy Equipment): Not allowed in close proximity to existing building during regular hours of operation. Coordinate and schedule such operations with Owner to minimize disruptions.

C. Time Restrictions for Performing Work: None.

D. Utility Outages and Shutdown: 1. Coordinate and schedule electrical and other utility outages with Owner. 2. Outages: Allowed only at previously agreed upon times. 3. At least one At least one week before scheduled outage, submit Outage Request Plan to Owner itemizing the dates, times, and duration of each requested outage.

E. Construction Plan: Before start of construction, provide the owner a construction plan regarding access to Work, use of Site, and utility outages for acceptance by Owner. After acceptance of plan, construction operations shall comply with accepted plan unless deviations are accepted by Owner in writing.

1.6 PERMITS

A. Furnish necessary permits for construction of Work including the following: 1. Contact the Lima/ Allen County Building Department.

SUMMARY SECTION 01 10 00 - 2

Allen Co. Juvenile Detention Center K2M Project #:16345 3050 N. Cole Street Construction Documents Lima, OH 45801

1.7 SPECIFICATION CONVENTIONS

A. These Specifications are written in imperative mood and streamlined form. This imperative language is directed to Contractor unless specifically noted otherwise. The words "shall be" are included by inference where a colon (:) is used within sentences or phrases.

PART 2 PRODUCTS - Not Used

PART 3 EXECUTION - Not Used

END OF SECTION 01 10 00

SUMMARY SECTION 01 10 00 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 01 20 00 – PRICE AND PAYMENT PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES A. Procedures for preparation and submittal of applications for progress payments. B. Change procedures.

1.2 SCHEDULE OF VALUES A. Form to be used: AIA G703. B. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit draft to Architect for approval. C. Forms filled out by hand will not be accepted. D. Submit Schedule of Values in duplicate within 15 days after date of Owner-Contractor Agreement. E. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the specification Section. Identify all general conditions as separate line items, including but not limited to mobilization, bond, insurance, temporary toilets, field office, field supervision, submittals, construction fencing, dumpsters, and similar to perform the work scope. F. Include separate lines items for each Allowance. G. Separate line items shall be provided for labor and materials. H. Include within each line item, a direct proportional amount of Contractor's overhead and profit. I. Revise schedule to list approved Change Orders, with each Application for Payment.

1.3 APPLICATIONS FOR PROGRESS PAYMENTS A. Payment Period: Submit at intervals stipulated in the Agreement. B. Form to be used: AIA G702 and G703. C. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit sample to Architect for approval. D. Forms filled out by hand will not be accepted. E. Execute certification by signature of authorized officer. F. Submit three copies of each Application for Payment. G. Include the following with the application: 1. Transmittal letter as specified for Submittals in Section 01 30 00. 2. Construction progress schedule, revised and current as specified in Section 01 30 00. 3. Partial release of liens from major Subcontractors and vendors. 4. Certified payroll reports. H. When Architect requires substantiating information, submit data justifying dollar amounts in question. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description.

1.4 MODIFICATION PROCEDURES A. For minor changes not involving an adjustment to the Contract Sum or Contract Time, Architect will issue instructions directly to Contractor. B. For other required changes, Architect will issue a document signed by Owner instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order.

PRICE & PAYMENT PROCEDURES SECTION 01 20 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

1. The document will describe the required changes and will designate method of determining any change in Contract Sum or Contract Time. 2. Promptly execute the change. C. For changes for which advance pricing is desired, Architect will issue a document that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within 14 calendar days. D. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract. E. Substantiation of Costs: Provide full information required for evaluation. 1. Provide the following data: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. F. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. G. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum. H. Promptly revise progress schedules to reflect any change in Contract Time, revise sub-schedules to adjust times for other items of work affected by the change, and resubmit.

1.5 APPLICATION FOR FINAL PAYMENT A. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Sum, previous payments, and sum remaining due. B. Application for Final Payment will not be considered until the following have been accomplished: 1. All closeout procedures specified in Section 01 70 00.

PART 2 PRODUCTS - Not Used

PART 3 EXECUTION - Not Used

END OF SECTION 01 20 00

PRICE & PAYMENT PROCEDURES SECTION 01 20 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 01 25 00 – SUBSTITUTION PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Quality assurance. B. Product options. C. Product substitution procedures.

1.2 QUALITY ASSURANCE

A. Contract is based on products and standards established in Contract Documents without consideration of proposed substitutions.

B. Products specified define standard of quality, type, function, dimension, appearance, and performance required.

C. Substitution Proposals: Permitted for specified products except where specified otherwise. Do not substitute products unless substitution has been accepted and approved in writing by Owner.

1.3 PRODUCT OPTIONS A. See Section 01 60 00 - Product Requirements.

1.4 PRODUCT SUBSTITUTION PROCEDURES A. Section 00 21 13 – Instruction to Bidders specifies time restrictions for submitting requests for substitutions during Bidding period.

B. Substitutions may be considered when a product becomes unavailable through no fault of Contractor.

C. Document each request with complete data, substantiating compliance of proposed substitution with Contract Documents, including:

1. Manufacturer's name and address, product, trade name, model, or catalog number, performance and test data, and reference standards. 2. Itemized point-by-point comparison of proposed substitution with specified product, listing variations in quality, performance, and other pertinent characteristics. 3. Reference to Article and Paragraph numbers in Specification Section. 4. Cost data comparing proposed substitution with specified product and amount of net change to Contract Sum. 5. Changes required in other Work. 6. Availability of maintenance service and source of replacement parts as applicable. 7. Certified test data to show compliance with performance characteristics specified. 8. Samples when applicable or requested.

SUBSTITUTION PROCEDURES SECTION 01 25 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

9. Other information as necessary to assist Architect/Engineer's evaluation.

D. A request constitutes a representation that Bidder or Contractor: 1. Has investigated proposed product and determined that it meets or exceeds quality level of specified product. 2. Will provide same warranty for substitution as for specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will coordinate installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. 6. Will reimburse Owner and Architect/Engineer for review or redesign services associated with re-approval by authorities having jurisdiction.

E. Substitutions will not be considered when they are indicated or implied on Shop Drawing or Product Data submittals without separate written request or when acceptance will require revision to Contract Documents.

F. Substitution Submittal Procedure: 1. Submit requests for substitutions on form attached to end of this Section (an electronic version of this form is available from the Architect upon request). 2. Submit electronic files to Project website of Request for Substitution for consideration. Limit each request to one proposed substitution. 3. Submit Shop Drawings, Product Data, and certified test results attesting to proposed product equivalence. Burden of proof is on proposer. 4. Architect/Engineer will notify Contractor in writing of decision to accept or reject request.

1.5 INSTALLER SUBSTITUTION PROCEDURES

A. Section 00 21 13 – Instruction to Bidders specifies time restrictions for submitting requests for substitutions during Bidding period.

B. Document each request with: 1. Installer's qualifications. 2. Installer's experience in work similar to that specified. 3. Other information as necessary to assist Architect/Engineer's evaluation.

C. Substitution Submittal Procedure: 1. Submit electronic files to Project website of Request for Substitution for consideration. Limit each request to one proposed substitution. 2. Architect/Engineer will notify Contractor in writing of decision to accept or reject request.

PART 2 PRODUCTS - Not Used

PART 3 EXECUTION - Not Used

END OF SECTION 01 25 00

SUBSTITUTION PROCEDURES SECTION 01 25 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 01 30 00 – ADMINISTRATIVE REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES A. Coordination and Project conditions. B. Preconstruction meeting. C. Site mobilization meeting. D. Progress meetings. E. Preinstallation meetings. F. Closeout meeting. G. Alteration procedures.

1.2 COORDINATION AND PROJECT CONDITIONS

A. Coordinate scheduling, submittals, and Work of various Sections of Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later.

B. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate Work of various Sections having interdependent responsibilities for installing, connecting to, and placing operating equipment in service.

C. Coordinate space requirements, supports, and installation of mechanical and electrical Work indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit as closely as practical; place runs parallel with lines of building. Use spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. 1. Coordination Drawings: Prepare as required to coordinate all portions of Work. Show relationship and integration of different construction elements that require coordination during fabrication or installation to fit in space provided or to function as intended. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are important.

D. Coordination Meetings: In addition to other meetings specified in this Section, hold coordination meetings with personnel and Subcontractors to ensure coordination of Work.

E. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within construction. Coordinate locations of fixtures and outlets with finish elements.

F. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's partial occupancy and for portions of Work designated for Owner's occupancy.

G. After Owner's occupancy of premises, coordinate access to Site for correction of defective Work and Work not complying with Contract Documents, to minimize disruption of Owner's activities.

1.3 PRECONSTRUCTION MEETING

A. Architect/Engineer will schedule and preside over meeting after Notice of Award.

B. Attendance Required: Architect/Engineer, Owner, major Subcontractors and Contractor.

ADMINISTRATIVE REQUIREMENTS SECTION 01 30 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

C. Minimum Agenda: 1. Discussion of Owner-Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of products, schedule of values, and Progress Schedule. 5. Designation of personnel representing parties in Contract and Architect/Engineer. 6. Communication procedures. 7. Procedures and processing of requests for interpretations, field decisions, field orders, submittals, substitutions, Applications for Payments, proposal request, Change Orders, and Contract closeout procedures. 8. Scheduling. 9. Critical Work sequencing.

D. Architect/Engineer: Record minutes and distribute electronic copies to participants within two days after meeting, to Owner, Contractor and those affected by decisions made.

1.4 SITE MOBILIZATION MEETING

A. Contractor will schedule and preside over meeting at Project Site prior to Contractor occupancy.

B. Attendance Required: Architect/Engineer, Owner, Contractor, Contractor's superintendent, consultants and major Subcontractors.

C. Minimum Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements and partial occupancy. 3. Construction facilities and controls. 4. Temporary utilities. 5. Survey and building layout. 6. Security and housekeeping procedures. 7. Schedules. 8. Procedures for testing. 9. Procedures for maintaining record documents. 10. Requirements for startup of equipment. 11. Inspection and acceptance of equipment put into service during construction period.

D. Architect/Engineer: Record minutes and distribute electronic copies to participants within two days after meeting, to Owner, Contractor and those affected by decisions made.

1.5 PROGRESS MEETINGS

A. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. Revisions to this can be made, by mutually agreeable change, after schedule has been established.

B. Architect/Engineer will make arrangements for meetings, prepare agenda with copies for participants, and preside over meetings.

C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Architect/Engineer and Owner, as appropriate to agenda topics for each meeting.

ADMINISTRATIVE REQUIREMENTS SECTION 01 30 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

D. Minimum Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems impeding planned progress. 5. Review of submittal schedule and status of submittals. 6. Review of off-Site fabrication and delivery schedules. 7. Maintenance of Progress Schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period (provide two week look ahead schedule). 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on Progress Schedule and coordination. 13. Review draft of Application for Payment (at end of month). 14. Other business relating to Work. 15. Confirm next meeting date, location and time plus those requested to be in attendance

E. Architect/Engineer: Record minutes and distribute electronic copies to participants within two days after meeting, with electronic copies each to Owner, Contractor and those affected by decisions made.

1.6 PREINSTALLATION MEETINGS

A. When required in individual Specification Sections, the Contractor will convene preinstallation meetings at Project Site or other appropriate location before starting Work of specific Section.

B. Require attendance of parties directly affecting, or affected by, Work of specific Section.

C. Notify Architect/Engineer four days in advance of meeting date and include them on the schedule.

D. Prepare agenda and preside over meeting: 1. Review conditions of installation, preparation, and installation procedures. 2. Review coordination with related Work.

E. Architect/Engineer: Record minutes and distribute electronic copies to participants within two days after meeting, with electronic copies each to Owner, Contractor and those affected by decisions made.

1.7 CLOSEOUT MEETING

A. Schedule Project closeout meeting with sufficient time to prepare for requesting Substantial Completion. Preside over meeting and be responsible for minutes.

B. Attendance Required: Contractor, major Subcontractors, Architect/Engineer, Owner and others appropriate to the agenda.

C. Notify Architect/Engineer and approve date four days in advance of meeting date.

D. Minimum Agenda: 1. Start-up of facilities and systems. 2. Operations and maintenance manuals. 3. Testing, adjusting, and balancing.

ADMINISTRATIVE REQUIREMENTS SECTION 01 30 00 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

4. System demonstration and observation. 5. Operation and maintenance instructions for Owner's personnel. 6. Contractor's inspection of Work. 7. Contractor's preparation of an initial "punch list." 8. Procedure to request Architect/Engineer inspection to determine date of Substantial Completion. 9. Completion time for correcting deficiencies. 10. Inspections by authorities having jurisdiction. 11. Certificate of Occupancy and transfer of insurance responsibilities. 12. Partial release of retainage. 13. Final cleaning. 14. Preparation for final inspection. 15. Verify Owner’s personnel have received training as indicated for the systems in the contract. 16. Closeout Submittals: a. Project record documents. b. Operating and maintenance documents. c. Operating and maintenance materials. d. Affidavits. 17. Final Application for Payment. 18. Contractor's demobilization of Site. 19. Maintenance.

E. Architect/Engineer: Record minutes and distribute electronic copies to participants within two days after meeting, with electronic copies to Owner, Contractor and those affected by decisions made.

PART 2 PRODUCTS - Not Used

PART 3 EXECUTION

3.1 ALTERATION PROCEDURES

A. Materials: As specified in product Sections; match existing products with new products for patching and extending Work.

B. Employ skilled and experienced installer to perform alteration and renovation Work.

C. Cut, move, or remove items as necessary for access to alterations and renovation Work. Replace and restore at completion. Comply with Section 017000 - Execution and Closeout Requirements

D. Remove unsuitable material not marked for salvage, including rotted wood, corroded metals, and deteriorated masonry and concrete. Replace materials as specified for finished Work.

E. Remove debris and abandoned items from area and from concealed spaces.

F. Prepare surface and remove surface finishes to permit installation of new Work and finishes.

G. Close openings in exterior surfaces to protect existing Work from weather and extremes of temperature and humidity.

ADMINISTRATIVE REQUIREMENTS SECTION 01 30 00 - 4

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

H. Remove, cut, and patch Work to minimize damage and to permit restoring products and finishes to original or specified condition.

I. Refinish existing visible surfaces to remain in renovated rooms and spaces, to specified condition for each material, with neat transition to adjacent finishes.

J. Where new Work abuts or aligns with existing Work, provide smooth and even transition. Patch Work to match existing adjacent Work in texture and appearance.

K. When finished surfaces are cut so that smooth transition with new Work is not possible, terminate existing surface along straight line at natural line of division and submit recommendation to Architect/Engineer for review.

L. Where change of plane of 1/4 inch or more occurs, submit recommendation for providing smooth transition to Architect/Engineer for review.

M. Trim existing doors to clear new floor finish. Refinish trim to original or specified condition.

N. Patch or replace portions of existing surfaces that are damaged, lifted, discolored or showing other imperfections.

O. Finish surfaces as specified in individual product Sections.

END OF SECTION 01 30 00

ADMINISTRATIVE REQUIREMENTS SECTION 01 30 00 - 5

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 01 32 16 – CONSTRUCTION PROGRESS SCHEDULE

PART 1 GENERAL

1.1 SECTION INCLUDES A. Submittals. B. Quality assurance. C. Format for network analysis schedules. D. Network analysis schedules. E. Bar chart schedules. F. Review and evaluation. G. Updating schedules. H. Distribution.

1.2 SUBMITTALS

A. Within 10 days after date of Notice to Proceed, submit proposed preliminary diagram defining planned operations for first 60 days of Work, with general outline for remainder of Work.

B. Participate in review of preliminary and complete diagrams jointly with Architect/Engineer.

C. Within 20 days after joint review of proposed preliminary diagram, submit draft of proposed complete network diagram for review. Include written certification that major, mechanical and electrical Subcontractors have reviewed and accepted proposed schedule.

D. Submit updated schedules with each Application for Payment.

E. Post as electronic file to Project website.

F. Submit schedules under transmittal letter form specified in Section 01 33 00 - Submittal Procedures.

G. Schedule Updates: 1. Overall percent complete, projected and actual. 2. Completion progress by listed activity and sub-activity, to within five working days prior to submittal. 3. Changes in Work scope and activities modified since submittal. 4. Delays in submittals or resubmittals, deliveries, or Work. 5. Adjusted or modified sequences of Work. 6. Other identifiable changes. 7. Revised projections of progress and completion.

H. Narrative Progress Report: 1. Submit with each monthly submission of Progress Schedule. 2. Summary of Work completed during the past period between reports. 3. Work planned during the next period. 4. Explanation of differences between summary of Work completed and Work planned in previously submitted report. 5. Current and anticipated delaying factors and estimated impact on other activities and completion milestones. 6. Corrective action taken or proposed.

CONSTRUCTION PROGRESS SECTION 01 32 16 - 1 SCHEDULE

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

1.3 QUALITY ASSURANCE

A. Scheduler: Contractor's personnel specializing in CPM scheduling with two years' minimum experience in scheduling construction work of complexity comparable to the Project and having use of computer facilities capable of delivering detailed graphic printout within 48 hours of request.

B. Contractor's Administrative Personnel: two years' minimum experience in using and monitoring CPM schedules on comparable Projects.

1.4 FORMAT FOR NETWORK ANALYSIS SCHEDULE

A. Listings: Reading from left to right, in ascending order for each activity. Identify each activity with applicable Specification Section number.

B. Diagram Sheet Size: minimum 11 x 17 inches.

C. Scale and Spacing: To allow for notations and revisions.

1.5 NETWORK ANALYSIS SCHEDULES (For projects over $20 million)

A. Prepare analysis diagrams and supporting mathematical analyses using critical path method.

B. Illustrate order and interdependence of activities and sequence of Work; how start of given activity depends on completion of preceding activities, and how completion of activity may restrain start of subsequent activities.

C. Illustrate complete sequence of construction by activity, identifying Work of separate stages or floors. Indicate dates for submittals and return of submittals; dates for procurement and delivery of long lead and critical products; and dates for installation and provision for testing. Include legend for symbols and abbreviations used.

D. Mathematical Analysis: Tabulate each activity of detailed network diagrams using calendar dates, and identify for each activity: 1. Preceding and following event numbers. 2. Activity description. 3. Estimated duration of activity, in maximum 15-day intervals. Status of critical activities. 4. Earliest start date. 5. Earliest finish date. 6. Actual start date. 7. Actual finish date. 8. Latest start date. 9. Latest finish date. 10. Total and free float; accrue float time to Owner and to Owner's benefit. 11. Monetary value of activity, keyed to Schedule of Values. 12. Percentage of activity completed. 13. Responsibility.

E. Analysis Program: Capable of accepting revised completion dates, and of recomputing of scheduled dates and float.

F. Required Sorts: List activities in sorts or groups: 1. By preceding Work item or event number from lowest to highest. 2. By longest float, then in order of early start.

CONSTRUCTION PROGRESS SECTION 01 32 16 - 2 SCHEDULE

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

3. By responsibility in order of earliest possible start date. 4. In order of latest allowable start dates. 5. In order of latest allowable finish dates. 6. Contractor's periodic payment request sorted by Schedule of Values list. 7. List of basic input data-generating report. 8. List of activities on critical path.

G. Prepare sub-schedules for each stage of Work identified in Section 01 10 00 - Summary.

H. Coordinate contents with Schedule of Values in Section 01 33 00 - Submittal Procedures.

1.6 BAR CHART SCHEDULES (For projects less than $20 million)

A. Format: Bar chart Schedule, to include at least: 1. Identification and listing in chronological order of those activities reasonably required to complete the Work, including: a. Subcontract Work. b. Major equipment design, fabrication, factory testing, and delivery dates including required lead times. c. Preconstruction conferences. d. Move-in and other preliminary activities. e. Equipment and equipment system test and startup activities. f. Project closeout and cleanup. g. Work sequences, constraints, and milestones. 2. Listings identified by Specification Section number. 3. Identification of the following: a. Horizontal time frame by year, month, and week. b. Duration, early start, and completion for each activity and subactivity. c. Critical activities and Project float. d. Subschedules to further define critical portions of Work.

1.7 REVIEW AND EVALUATION

A. Participate in joint review and evaluation of schedules with Architect/Engineer at each submittal.

B. Evaluate Project status to determine Work behind schedule and Work ahead of schedule.

C. After review, revise schedules incorporating results of review and resubmit within 10 days.

1.8 UPDATING SCHEDULES

A. Maintain schedules to record actual start and finish dates of completed activities.

B. Indicate progress of each activity to date of revision, with projected completion date of each activity. Update schedules to depict current status of Work.

C. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes.

D. Upon approval of a Change Order, include the change in the next schedule submittal.

E. Indicate changes required to maintain Date of Substantial Completion.

CONSTRUCTION PROGRESS SECTION 01 32 16 - 3 SCHEDULE

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

F. Submit sorts as required to support recommended changes.

G. Prepare narrative report to define problem areas, anticipated delays, and impact on schedule. Report corrective action taken or proposed and its effect.

1.9 DISTRIBUTION

A. Following joint review, distribute copies of updated schedules to Contractor's Project site file, to Subcontractors, suppliers, Architect/Engineer, Owner and other concerned parties.

B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules.

PART 2 PRODUCTS - Not Used

PART 3 EXECUTION - Not Used

END OF SECTION 01 32 16

CONSTRUCTION PROGRESS SECTION 01 32 16 - 4 SCHEDULE

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 01 33 00 – SUBMITTAL PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES A. Definitions. B. Submittal procedures. C. Construction progress schedules. D. Proposed product list. E. Product data. F. Use of electronic CAD files of Project Drawings. G. Shop Drawings. H. Samples. I. Other submittals. J. Design data. K. Test reports. L. Certificates. M. Manufacturer's instructions. N. Manufacturer's field reports. O. Erection Drawings. P. Construction photographs. Q. Contractor review. R. Architect/Engineer review.

1.2 DEFINITIONS

A. Action Submittals: Written and graphic information and physical samples that require Architect/Engineer's responsive action.

B. Informational Submittals: Written and graphic information and physical Samples that do not require Architect/Engineer's responsive action. Submittals may be rejected for not complying with requirements.

1.3 SUBMITTAL PROCEDURES

A. Transmit each submittal with Architect/Engineer-accepted form.

B. Sequentially number transmittal forms. Mark revised submittals with original number and sequential alphabetic suffix.

C. Identify: Project, Contractor, Subcontractor and supplier, pertinent Drawing and detail number, and Specification Section number appropriate to submittal.

D. Apply Contractor's stamp, signed or initialed, certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is according to requirements of the Work and Contract Documents.

E. Schedule submittals to expedite Project, and submit electronic submittals via email as PDF electronic files. Coordinate submission of related items.

F. For each submittal for review, allow 15 days excluding delivery time to and from Contractor.

SUBMITTAL PROCEDURES SECTION 01 33 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

G. Identify variations in Contract Documents and product or system limitations that may be detrimental to successful performance of completed Work.

H. Allow space on submittals for Contractor and Architect/Engineer review stamps.

I. When revised for resubmission, identify changes made since previous submission.

J. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report inability to comply with requirements.

K. Submittals not requested will not be recognized nor processed.

L. Incomplete Submittals: Architect/Engineer will not review. Complete submittals for each item are required. Delays resulting from incomplete submittals are not the responsibility of Architect/Engineer.

1.4 CONSTRUCTION PROGRESS SCHEDULES

A. Comply with Section 01 32 16 - Construction Progress Schedule

1.5 PROPOSED PRODUCT LIST

A. Within 15 days after date of Notice to Proceed, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product.

B. For products specified only by reference standards, indicate manufacturer, trade name, model or catalog designation and reference standards.

1.6 PRODUCT DATA

A. Product Data: Action Submittal: Submit to Architect/Engineer for review for assessing conformance with information given and design concept expressed in Contract Documents.

B. Submit electronic submittals via email as PDF electronic files.

C. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project.

D. Indicate product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances.

E. After review, produce copies and distribute according to "Submittal Procedures" Article and for record documents described in Section 01 70 00 - Execution and Closeout Requirements.

1.7 ELECTRONIC CAD FILES OF PROJECT DRAWINGS

A. Electronic CAD Files of Project Drawings: May only be used to expedite production of Shop Drawings for the Project. Use for other Projects or purposes is not allowed.

B. Electronic CAD Files of Project Drawings: Distributed only under the following conditions: 1. Use of files is solely at receiver's risk. Architect/Engineer does not warrant accuracy of files. Receiving files in electronic form does not relieve receiver of responsibilities for measurements, dimensions, and quantities set forth in Contract Documents. In the event of ambiguity, discrepancy, or conflict between information on electronic media

SUBMITTAL PROCEDURES SECTION 01 33 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

and that in Contract Documents, notify Architect/Engineer of discrepancy and use information in hard-copy Drawings and Specifications. 2. CAD files do not necessarily represent the latest Contract Documents, existing conditions, and as-built conditions. Receiver is responsible for determining and complying with these conditions and for incorporating addenda and modifications. 3. User is responsible for removing information not normally provided on Shop Drawings and removing references to Contract Documents. Shop Drawings submitted with information associated with other trades or with references to Contract Documents will not be reviewed and will be immediately returned. 4. Receiver shall not hold Architect/Engineer responsible for data or file clean-up required to make files usable, nor for error or malfunction in translation, interpretation, or use of this electronic information. 5. Receiver shall understand that even though Architect/Engineer has computer virus scanning software to detect presence of computer viruses, there is no guarantee that computer viruses are not present in files or in electronic media. 6. Receiver shall not hold Architect/Engineer responsible for such viruses or their consequences, and shall hold Architect/Engineer harmless against costs, losses, or damage caused by presence of computer virus in files or media. 7. The Contractor is to obtain a Consent for Release of Electronic Media per attached form (an electronic version of this form is available upon request). Subcontractors are to obtain this information from the Contractor and their use of the electronic files is subject to the same conditions.

1.8 SHOP DRAWINGS

A. Shop Drawings: Action Submittal: Submit to Architect/Engineer for assessing conformance with information given and design concept expressed in Contract Documents.

B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances.

C. When required by individual Specification Sections, provide Shop Drawings signed and sealed by a professional Engineer responsible for designing components shown on Shop Drawings. 1. Include signed and sealed calculations to support design. 2. Submit Shop Drawings and calculations in form suitable for submission to and approval by authorities having jurisdiction. 3. Make revisions and provide additional information when required by authorities having jurisdiction.

D. Submit electronic submittals via email as PDF electronic files.

E. After review, produce copies and distribute according to "Submittal Procedures" Article and for record documents described in Section 01 70 00 - Execution and Closeout Requirements.

1.9 SAMPLES

A. Samples: Action Submittal: Submit to Architect/Engineer for assessing conformance with information given and design concept expressed in Contract Documents.

B. Samples for Selection as Specified in Product Sections: 1. Submit to Architect/Engineer for aesthetic, color, and finish selection. 2. Submit Samples of finishes, textures, and patterns for Architect/Engineer selection.

SUBMITTAL PROCEDURES SECTION 01 33 00 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

C. Submit Samples to illustrate functional and aesthetic characteristics of products, with integral parts and attachment devices. Coordinate Sample submittals for interfacing work.

D. Include identification on each Sample, with full Project information.

E. Submit number of Samples specified in individual Specification Sections; Architect/Engineer will retain one Sample.

F. Reviewed Samples that may be used in the Work are indicated in individual Specification Sections.

G. Samples will not be used for testing purposes unless specifically stated in Specification Section.

H. After review, produce copies and distribute according to "Submittal Procedures" Article and for record documents described in Section 017000 - Execution and Closeout Requirements.

1.10 OTHER SUBMITTALS

A. Closeout Submittals: Comply with Section 01 70 00 - Execution and Closeout Requirements.

B. Informational Submittal: Submit data for Architect/Engineer's knowledge as Contract administrator or for Owner.

C. Submit information for assessing conformance with information given and design concept expressed in Contract Documents.

1.11 TEST REPORTS

A. Informational Submittal: Submit reports for Architect/Engineer's knowledge as Contract administrator or for Owner.

B. Submit test reports for information for assessing conformance with information given and design concept expressed in Contract Documents.

1.12 CERTIFICATES

A. Informational Submittal: Submit certification by manufacturer, installation/application Subcontractor, or Contractor to Architect/Engineer, in quantities specified for Product Data.

B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate.

C. Certificates may be recent or previous test results on material or product but must be acceptable to Architect/Engineer.

1.13 MANUFACTURER'S INSTRUCTIONS

A. Informational Submittal: Submit manufacturer's installation instructions for Architect/Engineer's knowledge as Contract administrator or for Owner.

B. Submit printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing, to Architect/Engineer in quantities specified for Product Data.

SUBMITTAL PROCEDURES SECTION 01 33 00 - 4

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

C. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation.

1.14 MANUFACTURER'S FIELD REPORTS

A. Informational Submittal: Submit reports for Architect/Engineer's knowledge as Contract administrator or for Owner.

B. Submit a PDF report within 5 days of observation to Architect/Engineer for information unless it is needed sooner.

C. Submit reports for information for assessing conformance with information given and design concept expressed in Contract Documents.

1.15 ERECTION DRAWINGS

A. Informational Submittal: Submit Drawings for Architect/Engineer's knowledge as Contract administrator or for Owner.

B. Submit Drawings for information assessing conformance with information given and design concept expressed in Contract Documents.

C. Data indicating inappropriate or unacceptable Work may be subject to action by Architect/Engineer or Owner.

1.16 CONSTRUCTION PHOTOGRAPHS

A. Provide photographs of Site and construction throughout progress of Work produced by an experienced photographer acceptable to Architect/Engineer.

B. Submit photographs with Application for Payment.

C. Photographs: One print; black and white, matte; 8 x 10 inch size; mounted on 8-1/2 x 11-inch soft card stock, with left edge binding margin for three-hole punch. Digital images, as indicated for the record documents, may be substituted if approved on a project by project basis.

D. Take sufficient Site photographs from different directions and sufficient interior photographs indicating relative progress of the Work, 5 days maximum before submitting, to confirm billing requests.

E. Identify each print on back, identify digital prints with file name. Identify name of Project, contract number, orientation of view, date and time of view and photographer's numbered identification of exposure.

F. Digital Images: Deliver complete set of digital image electronic files on CD-ROM or other approved media to Architect with project record documents. Identify electronic media with date photographs were taken (not necessary on digital prints). Submit images that have same aspect ratio as sensor, uncropped. 1. Digital Images: Uncompressed TIFF or other approved format, produced by a digital camera with minimum sensor size of 4.0 megapixels, and image resolution of not less than 1024 by 768 pixels.

SUBMITTAL PROCEDURES SECTION 01 33 00 - 5

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

1.17 CONTRACTOR REVIEW

A. Review for compliance with Contract Documents and approve submittals before transmitting to Architect/Engineer.

B. Contractor: Responsible for: 1. Determination and verification of materials including manufacturer's catalog numbers. 2. Determination and verification of field measurements and field construction criteria. 3. Checking and coordinating information in submittal with requirements of Work and of Contract Documents. 4. Determination of accuracy and completeness of dimensions and quantities. 5. Confirmation and coordination of dimensions and field conditions at Site. 6. Construction means, techniques, sequences, and procedures. 7. Safety precautions. 8. Coordination and performance of Work of all trades.

C. Stamp, sign or initial and date each submittal to certify compliance with requirements of Contract Documents.

D. Do not fabricate products or begin Work for which submittals are required until approved submittals have been received from Architect/Engineer.

1.18 ARCHITECT/ENGINEER REVIEW

A. Do not make "mass submittals" to Architect/Engineer. "Mass submittals" are defined as six or more submittals or items in one day or 20 or more submittals or items in one week. If "mass submittals" are received, Architect/Engineer's review time stated above will be extended as necessary to perform proper review. Architect/Engineer will review "mass submittals" based on priority determined by Architect/Engineer after consultation with Owner and Contractor.

B. Informational submittals and other similar data are for Architect/Engineer's information, do not require Architect/Engineer's responsive action and will not be reviewed or returned with comment.

C. Submittals made by Contractor that are not required by Contract Documents may be returned without action.

D. Submittal approval does not authorize changes to Contract requirements unless accompanied by: Change Order, Architect's Supplemental Instruction, Field Order, Substitution Request or Construction Change Directive.

E. Owner may withhold monies due to Contractor to cover additional costs beyond the second submittal review.

PART 2 PRODUCTS - Not Used

PART 3 EXECUTION - Not Used

END OF SECTION 01 33 00

SUBMITTAL PROCEDURES SECTION 01 33 00 - 6

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 01 40 00 – QUALITY REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES A. Quality control. B. Tolerances. C. References. D. Labeling. E. Mockup requirements. F. Testing and inspection services. G. Manufacturers' field services.

1.2 QUALITY CONTROL

A. Monitor quality control over suppliers, manufacturers, products, services, Site conditions, and workmanship, to produce Work of specified quality.

B. Comply with specified standards as the minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship.

C. Perform Work using persons qualified to produce required and specified quality.

D. Products, materials, and equipment may be subject to inspection by Architect/Engineer and Owner at place of manufacture or fabrication. Such inspections shall not relieve Contractor of complying with requirements of Contract Documents.

E. Supervise performance of Work in such manner and by such means to ensure that Work, whether completed or in progress, will not be subjected to harmful, dangerous, damaging, or otherwise deleterious exposure during construction period.

1.3 TOLERANCES

A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate.

B. Comply with manufacturers' recommended tolerances and tolerance requirements in reference standards. When such tolerances conflict with Contract Documents, request clarification from Architect/Engineer before proceeding.

C. Adjust products to appropriate dimensions; position before securing products in place.

1.4 REFERENCES

A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard except when more rigid requirements are specified or are required by applicable codes.

B. Conform to reference standard by date of issue current as of date of Contract Documents except where specific date is established by code.

QUALITY REQUIREMENTS SECTION 01 40 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

C. Obtain copies of standards and maintain on Site when required by product Specification Sections.

D. When requirements of indicated reference standards conflict with Contract Documents, request clarification from Architect/Engineer before proceeding.

E. Neither contractual relationships, duties, or responsibilities of parties in Contract nor those of Architect/Engineer shall be altered from Contract Documents by mention or inference in reference documents.

1.5 LABELING

A. Attach label from agency approved by authorities having jurisdiction for products, assemblies, and systems required to be labeled by applicable code.

B. Label Information: Include manufacturer's or fabricator's identification, approved agency identification, and the following information, as applicable, on each label: 1. Model number. 2. Serial number. 3. Performance characteristics.

C. Manufacturer's Nameplates, Trademarks, Logos, and Other Identifying Marks on Products: Not allowed on surfaces exposed to view in public areas, interior or exterior.

1.6 MOCK-UP REQUIREMENTS

A. Tests will be performed under provisions identified in this Section and identified in individual product Specification Sections.

B. Assemble and erect specified or indicated items with specified or indicated attachment and anchorage devices, flashings, seals, and finishes.

C. Accepted mockups shall be comparison standard for remaining Work.

D. Where mockup has been accepted by Architect/Engineer and is specified in product Specification Sections to be removed, remove mockup and clear area when directed to do so by Architect/Engineer.

1.7 TESTING AND INSPECTION SERVICES

A. Owner will employ and pay for specified services of an independent firm to perform testing and inspection.

B. Independent firm will perform tests, inspections, and other services specified in individual Specification Sections and as required by Architect/Engineer, Owner or authorities having jurisdiction. 1. Laboratory: Authorized to operate at Project location. 2. Laboratory Staff: Maintain full-time specialist on staff to review services. 3. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to National Bureau of Standards or accepted values of natural physical constants.

C. Testing, inspections, and source quality control may occur on or off Project Site. Perform off- Site testing as required by Architect/Engineer or Owner.

QUALITY REQUIREMENTS SECTION 01 40 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

D. Reports shall be submitted by independent firm to Architect/Engineer, Contractor and authorities having jurisdiction, in PDF format indicating observations and results of tests and compliance or noncompliance with Contract Documents. 1. Submit final report indicating correction of Work previously reported as noncompliant.

E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Architect/Engineer and independent firm 24 hours before expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional Samples and tests required for Contractor's use.

F. Employment of testing agency or laboratory shall not relieve Contractor of obligation to perform Work according to requirements of Contract Documents.

G. Retesting or re-inspection required because of nonconformance with specified or indicated requirements shall be performed by same independent firm on instructions from Architect/Engineer. Payment for retesting or re-inspection will be charged to Contractor by deducting testing charges from Contract Sum/Price.

H. Agency Responsibilities: 1. Test Samples of mixes submitted by Contractor. 2. Provide qualified personnel at Site. Cooperate with Architect/Engineer and Contractor in performance of services. 3. Perform indicated sampling and testing of products according to specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Architect/Engineer and Contractor of observed irregularities or nonconformance of Work or products. 6. Perform additional tests required by Architect/Engineer. 7. Attend preconstruction meetings and progress meetings.

I. Agency Reports: After each test, promptly submit PDF copies of report to Architect/Engineer, Contractor, and authorities having jurisdiction. When requested by Architect/Engineer, provide interpretation of test results. Include the following: 1. Date issued. 2. Project title and number. 3. Name of inspector. 4. Date and time of sampling or inspection. 5. Identification of product and Specification Section. 6. Location in Project. 7. Type of inspection or test. 8. Date of test. 9. Results of tests. 10. Conformance with Contract Documents.

J. Limits on Testing Authority: 1. Agency or laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency or laboratory may not approve or accept any portion of the Work. 3. Agency or laboratory may not assume duties of Contractor. 4. Agency or laboratory has no authority to stop the Work.

QUALITY REQUIREMENTS SECTION 01 40 00 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

1.8 MANUFACTURER'S FIELD SERVICES

A. When specified in individual Specification Sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe Site conditions, conditions of surfaces and installation, quality of workmanship, startup of equipment, testing, adjusting, and balancing of equipment and commissioning as applicable, and to initiate instructions when necessary.

B. Submit qualifications of observer to Architect/Engineer 30 days in advance of required observations. Observer is subject to approval of Architect/Engineer.

C. Report observations and Site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturer's written instructions.

D. Refer to Section 013300 - Submittal Procedures, "Manufacturer's Field Reports" Article.

PART 2 PRODUCTS - Not Used

PART 3 EXECUTION - Not Used

END OF SECTION 01 40 00

QUALITY REQUIREMENTS SECTION 01 40 00 - 4

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 01 60 00 – PRODUCT REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES A. Products. B. Product delivery requirements. C. Product storage and handling requirements. D. Product options. E. Equipment electrical characteristics and components.

1.2 PRODUCTS

A. At minimum, comply with specified requirements and reference standards.

B. Specified products define standard of quality, type, function, dimension, appearance, and performance required.

C. Furnish products of qualified manufacturers that are suitable for intended use. Furnish products of each type by single manufacturer unless specified otherwise. Confirm that manufacturer's production capacity can provide sufficient product, on time, to meet Project requirements.

1.3 PRODUCT DELIVERY REQUIREMENTS

A. Transport and handle products according to manufacturer's instructions.

B. Promptly inspect shipments to ensure products comply with requirements, quantities are correct, and products are undamaged.

C. Provide equipment and personnel to handle products; use methods to prevent soiling, disfigurement or damage.

1.4 PRODUCT STORAGE AND HANDLING REQUIREMENTS

A. Store and protect products according to manufacturer's instructions.

B. Store products with seals and labels intact and legible.

C. Store sensitive products in weathertight, climate-controlled enclosures in an environment suitable to product.

D. For exterior storage of fabricated products, place products on sloped supports aboveground.

E. Provide bonded off-Site storage and protection when Site does not permit on-Site storage or protection.

F. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products.

G. Store loose granular materials on solid flat surfaces in well-drained area. Prevent mixing with

PRODUCT REQUIREMENTS SECTION 01 60 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

foreign matter.

H. Provide equipment and personnel to store products; use methods to prevent soiling, disfigurement or damage.

I. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition.

1.5 PRODUCT OPTIONS

A. Products Specified by Naming One or More Manufacturers with Provision for Substitutions: Submit Request for Substitution for any manufacturer not named, according to Section 01 25 00 - Substitution Procedures.

PART 2 PRODUCTS

2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS

A. Wiring Terminations: Furnish terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Include lugs for terminal box.

B. Cord and Plug: Furnish minimum 6-foot long cord and plug including grounding connector for connection to electric wiring system. Cord of longer length may be specified in individual Specification Sections or required for actual connection.

PART 3 EXECUTION - Not Used

END OF SECTION 01 60 00

PRODUCT REQUIREMENTS SECTION 01 60 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

SECTION 01 70 00 – CLOSEOUT REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES A. Field engineering. B. Closeout procedures. C. Starting of systems. D. Demonstration and instructions. E. Testing, adjusting, and balancing. F. Project record documents. G. Operation and maintenance data. H. Manual for materials and finishes. I. Manual for equipment and systems. J. Spare parts and maintenance products. K. Product warranties and product bonds. L. Maintenance service. M. Examination. N. Preparation. O. Execution. P. Cutting and patching. Q. Protecting installed construction. R. Final cleaning.

1.2 FIELD ENGINEERING

A. Employ land surveyor registered at Project location and acceptable to Architect/Engineer.

B. Owner will locate and Contractor shall protect survey control and reference points. Promptly notify Architect/Engineer of discrepancies discovered.

C. Control datum for survey is established by Owner-provided survey.

D. Verify setbacks and easements; confirm Drawing dimensions and elevations.

E. Provide field engineering services. Establish elevations, lines, and levels using recognized engineering survey practices.

F. Submit copy of Site drawing signed by land surveyor certifying elevations and locations of the Work are in conformance with Contract Documents.

G. Maintain complete and accurate log of control and survey Work as Work progresses.

H. Protect survey control points prior to starting Site Work; preserve permanent reference points during construction.

I. Promptly report to Architect/Engineer loss or destruction of reference point or relocation required because of changes in grades or other reasons.

J. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect/Engineer.

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 1

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

1.3 CLOSEOUT PROCEDURES

A. Prerequisites to Substantial Completion: Complete following items before requesting Certification of Substantial Completion, either for entire Work or for portions of Work: 1. Submit maintenance manuals, Project record documents, digital images of construction photographs and other similar final record data in compliance with this Section. 2. Complete facility startup, testing, adjusting, balancing of systems and equipment, demonstrations and instructions to Owner's operating and maintenance personnel as specified in compliance with this Section. 3. Conduct inspection to establish basis for request that Work is substantially complete. Create comprehensive list (initial punch list) indicating items to be completed or corrected, value of incomplete or nonconforming Work, reason for being incomplete, and date of anticipated completion for each item. Include copy of list with request for Certificate of Substantial Completion. 4. Obtain and submit releases enabling Owner's full, unrestricted use of Project and access to services and utilities. Include certificate of occupancy, operating certificates, and similar releases from authorities having jurisdiction and utility companies. 5. Deliver tools, spare parts, extra stocks of material, and similar physical items to Owner. 6. Make final change-over of locks and transmit keys directly to Owner. Advise Owner's personnel of change-over in security provisions. 7. Discontinue or change over and remove temporary facilities and services from Project Site, along with construction tools, mockups, and similar elements. 8. Perform final cleaning according to this Section.

B. Substantial Completion Inspection: 1. When Contractor considers Work to be substantially complete, submit to Architect/Engineer: a. Written certificate that Work, or designated portion, is substantially complete. b. List of items to be completed or corrected (initial punch list). 2. Within seven days after receipt of request for Substantial Completion, Architect/Engineer will make inspection to determine whether Work or designated portion is substantially complete. 3. Should Architect/Engineer determine that Work is not substantially complete: a. Architect/Engineer will promptly notify Contractor in writing, stating reasons for its opinion. b. Contractor shall remedy deficiencies in Work and send second written request for Substantial Completion to Architect/Engineer. c. Architect/Engineer will re-inspect Work. d. Redo and Inspection of Deficient Work: Repeated until Work passes Architect/Engineer's inspection. 4. When Architect/Engineer finds that Work is substantially complete, Architect/Engineer will: a. Prepare Certificate of Substantial Completion on AIA G704 - Certificate of Substantial Completion, accompanied by Contractor's list of items to be completed or corrected as verified and amended by Architect/Engineer and Owner (final punch list). b. Submit Certificate to Owner and Contractor for their written acceptance of responsibilities assigned to them in Certificate. 5. After Work is substantially complete, Contractor shall: a. Allow Owner occupancy of Project under provisions stated in Certificate of Substantial Completion. b. Complete Work listed for completion or correction within time period stipulated.

C. Prerequisites for Final Completion: Complete following items before requesting final acceptance and final payment.

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 2

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

1. When Contractor considers Work to be complete, submit written certification that: a. Contract Documents have been reviewed. b. Work has been examined for compliance with Contract Documents. c. Work has been completed according to Contract Documents. d. Work is completed and ready for final inspection. 2. Submittals: Submit following: a. Final punch list indicating all items have been completed or corrected. b. Final payment request with final releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. c. Specified warranties, workmanship/maintenance bonds, maintenance agreements, and other similar documents. d. Accounting statement for final changes to Contract Sum. e. Contractor's affidavit of payment of debts and claims on AIA G706 - Contractor's Affidavit of Payment of Debts and Claims. f. Contractor affidavit of release of liens on AIA G706A - Contractor's Affidavit of Release of Liens. g. Consent of surety to final payment on AIA G707 - Consent of Surety to Final Payment Form. 3. Perform final cleaning for Contractor-soiled areas according to this Section.

D. Final Completion Inspection: 1. Within seven days after receipt of request for final inspection, Architect/Engineer will make inspection to determine whether Work or designated portion is complete. 2. Should Architect/Engineer consider Work to be incomplete or defective: a. Architect/Engineer will promptly notify Contractor in writing, listing incomplete or defective Work. b. Contractor shall remedy stated deficiencies and send second written request to Architect/Engineer that Work is complete. c. Architect/Engineer will re-inspect Work. d. Redo and Inspection of Deficient Work: Repeated until Work passes Architect/Engineer's inspection.

1.4 STARTING OF SYSTEMS

A. Coordinate schedule for startup of various equipment and systems.

B. Notify Architect/Engineer seven days prior to startup of each item.

C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage.

D. Verify that tests, meter readings, and electrical characteristics agree with those required by equipment or system manufacturer.

E. Verify that wiring and support components for equipment are complete and tested.

F. Execute startup under supervision of manufacturer's representative or Contractors' personnel according to manufacturer's instructions.

G. When specified in individual Specification Sections, require manufacturer to provide authorized representative who will be present at Site to inspect, check, and approve equipment or system installation prior to startup and will supervise placing equipment or system in operation.

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 3

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

H. Submit a written report according to Section 01 33 00 - Submittal Procedures that equipment or system has been properly installed and is functioning correctly.

1.5 DEMONSTRATION AND INSTRUCTIONS

A. Demonstrate operation and maintenance of products to Owner's personnel two weeks prior to date of Substantial Completion.

B. Demonstrate Project equipment instructed by qualified representative who is knowledgeable about the Project.

C. Video Recordings: Provide high-quality color video recordings of demonstration and instructional sessions. Engage approved videographer to record sessions. Include classroom instructions, demonstrations, board diagrams, and other visual aids.

D. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months.

E. Use operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance.

F. Demonstrate startup, operation, control, adjustment, troubleshooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at designated location.

G. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction.

H. Required instruction time for each item of equipment and system is specified in individual Specification Sections.

1.6 TESTING, ADJUSTING, AND BALANCING

A. Owner will appoint, employ, and pay for services of independent firm to perform testing, adjusting, and balancing.

B. Reports will be submitted by independent firm to Architect/Engineer indicating observations and results of tests and indicating compliance or noncompliance with requirements of Contract Documents.

1.7 PROJECT RECORD DOCUMENTS

A. Maintain on Site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, product data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting.

B. Ensure entries are complete and accurate, enabling future reference by Owner.

C. Store record documents separate from documents used for construction.

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 4

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

D. Record information concurrent with construction progress, not less than weekly.

E. Specifications: Legibly mark and record, at each product Section, description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates used. 3. Changes made by Addenda and modifications.

F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction as follows: 1. Include Contract modifications such as Addenda, supplementary instructions, change directives, field orders, minor changes in the Work, and change orders. 2. Include locations of concealed elements of the Work. 3. Identify depth of buried utility lines and provide dimensions showing distances from permanent facility components that are parallel to utilities. 4. Dimension ends, corners, and junctions of buried utilities to permanent facility components using triangulation. 5. Identify and locate existing buried or concealed items encountered during Project. 6. Measured depths of foundations in relation to finish floor datum. 7. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 8. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 9. Field changes of dimension and detail. 10. Details not on original Drawings.

G. Submit PDF electronic files of marked-up documents to Architect/Engineer before Substantial Completion.

1.8 OPERATION AND MAINTENANCE DATA

A. Submit in PDF composite electronic indexed file.

B. Prepare media cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS," title of Project.

C. Internally subdivide media contents with permanent page dividers, logically organized as described below.

D. Drawings: Provide scalable PDF copies in media requested.

E. Contents: Prepare table of contents for media, with each product or system description identified, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect/Engineer, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by Section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Include the following: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for finishes, including recommended cleaning methods

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 5

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

and materials, and special precautions identifying detrimental agents. g. Safety precautions to be taken when operating and maintaining or working near equipment. 3. Part 3: Project documents and certificates, including the following: a. Shop Drawings and product data. b. Air and water balance reports. c. Certificates. d. PDF copies of warranties and bonds. Deliver original to Owner in separate bound folder in CSI format.

1.9 MANUAL FOR MATERIALS AND FINISHES

A. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect/Engineer will review draft and return one copy with comments.

B. For equipment or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance.

C. Submit one copy of completed media before Substantial Completion. Draft copy be reviewed and returned after Substantial Completion, with Architect/Engineer comments. Revise content of document sets as required prior to final submission.

D. Submit in PDF composite electronic indexed file of final manual within ten days after final inspection.

E. Building Products, Applied Materials, and Finishes: Include product data, with catalog number, size, composition, and color and texture designations. Include information for re- ordering custom-manufactured products.

F. Instructions for Care and Maintenance: Include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance.

G. Moisture Protection and Weather Exposed Products: Include product data listing applicable reference standards, chemical composition, and details of installation. Include recommendations for inspections, maintenance and repair.

H. Additional Requirements: As specified in individual product Specification Sections.

1.10 MANUAL FOR EQUIPMENT AND SYSTEMS

A. Submit two PDF copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect/Engineer will review draft and return one copy with comments.

B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit PDF documents within ten days after acceptance.

C. Submit one PDF copy of completed volumes before Substantial Completion. Draft copy will be reviewed and returned after Substantial Completion, with Architect/Engineer comments. Revise content of document sets as required prior to final submission.

D. Submit in PDF composite electronic indexed file of final manual within ten days after final inspection.

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 6

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

E. Each Item of Equipment and Each System: Include description of unit or system and component parts. Identify function, normal operating characteristics, and limiting conditions. Include performance curves, with engineering data and tests, and complete nomenclature and model number of replaceable parts.

F. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed.

G. Include color-coded wiring diagrams as installed.

H. Operating Procedures: Include startup, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shutdown, and emergency instructions. Include summer, winter and special operating instructions.

I. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing and checking instructions.

J. Include servicing and lubrication schedule and list of lubricants required.

K. Include manufacturer's printed operation and maintenance instructions.

L. Include sequence of operation by controls manufacturer.

M. Include original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance.

N. Include control diagrams by controls manufacturer as installed.

O. Include Contractor's coordination drawings with color-coded piping diagrams as installed.

P. Include charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams.

Q. Include list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage.

R. Include test and balancing reports as specified in Section 014000 - Quality Requirements.

S. Additional Requirements: As specified in individual product Specification Sections.

T. Include listing in table of contents for design data with tabbed dividers and space for insertion of data.

1.11 SPARE PARTS AND MAINTENANCE PRODUCTS

A. Furnish spare parts, maintenance, and extra products in quantities specified in individual Specification Sections.

B. Deliver to place in location as directed by Owner; obtain receipt prior to final payment.

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 7

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

1.12 PRODUCT WARRANTIES AND PRODUCT BONDS

A. Obtain warranties and bonds executed by responsible Subcontractors, suppliers and manufacturers within ten days after completion of applicable item of Work.

B. Execute and assemble transferable warranty documents and bonds from Subcontractors, suppliers, and manufacturers.

C. Verify documents are in proper form, contain full information and are notarized.

D. Co-execute submittals when required.

E. Include table of contents and assemble in three D side ring binder with durable plastic cover. Maintain a PDF copy for O&M manual at project closeout.

F. Submit prior to final Application for Payment.

G. Time of Submittals: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within ten days after acceptance. 2. Make other submittals within ten days after date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Substantial Completion, submit within ten days after acceptance, listing date of acceptance as beginning of warranty or bond period.

1.13 MAINTENANCE SERVICE

A. Furnish service and maintenance of components indicated in Specification Sections during warranty period.

B. Examine system components at frequency consistent with reliable operation. Clean, adjust, and lubricate as required.

C. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by manufacturer of original component.

D. Do not assign or transfer maintenance service to agent or Subcontractor without prior written consent of Owner.

PART 2 PRODUCTS - Not Used

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify that existing Site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions.

B. Verify that existing substrate is capable of structural support or attachment of new Work being applied or attached.

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 8

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

C. Examine and verify specific conditions described in individual Specification Sections.

D. Verify that utility services are available with correct characteristics and in correct locations.

3.2 PREPARATION

A. Clean substrate surfaces prior to applying next material or substance according to manufacturer's instructions.

B. Seal cracks or openings of substrate prior to applying next material or substance.

C. Apply manufacturer-required or -recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond.

3.3 EXECUTION

A. Comply with manufacturer's installation instructions, performing each step-in sequence. Maintain one set of manufacturer's installation instructions at Project Site during installation and until completion of construction.

B. When manufacturer's installation instructions conflict with Contract Documents, request clarification from Architect/Engineer before proceeding.

C. Verify that field measurements are as indicated on approved Shop Drawings or as instructed by manufacturer.

D. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1. Secure Work true to line and level and within specified tolerances, or if not specified, industry-recognized tolerances. 2. Physically separate products in place, provide electrical insulation, or provide protective coatings to prevent galvanic action or corrosion between dissimilar metals. 3. Exposed Joints: Provide uniform joint width and arrange to obtain best visual effect. Refer questionable visual-effect choices to Architect/Engineer for final decision.

E. Allow for expansion of materials and building movement.

F. Climatic Conditions and Project Status: Install each unit of Work under conditions to ensure best possible results in coordination with entire Project. 1. Isolate each unit of Work from incompatible Work as necessary to prevent deterioration. 2. Coordinate enclosure of Work with required inspections, photographs and tests to minimize necessity of uncovering Work for those purposes.

G. Mounting Heights: Where not indicated, mount individual units of Work at industry recognized standard mounting heights for particular application indicated. 1. Refer questionable mounting heights choices to Architect/Engineer for final decision. 2. Elements Identified as Accessible to Handicapped: Comply with applicable codes and regulations.

H. Adjust operating products and equipment to ensure smooth and unhindered operation.

I. Clean and perform maintenance on installed Work as frequently as necessary through remainder of construction period. Lubricate operable components as recommended by

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 9

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

manufacturer.

3.4 CUTTING AND PATCHING

A. Employ skilled and experienced installers to perform cutting and patching.

B. Submit written request in advance of cutting or altering elements affecting: 1. Structural integrity of element. 2. Integrity of weather-exposed or moisture-resistant elements. 3. Efficiency, maintenance or safety of element. 4. Visual qualities of sight-exposed elements. 5. Work of Owner or separate contractor.

C. Execute cutting, fitting, and patching, including excavation and fill to complete Work and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and nonconforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work.

D. Execute Work by methods to avoid damage to other Work and to provide proper surfaces to receive patching and finishing.

E. Cut masonry and concrete materials using masonry saw or core drill.

F. Restore Work with new products according to requirements of Contract Documents.

G. Fit Work tight to pipes, sleeves, ducts, conduits and other penetrations through surfaces.

H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids.

I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for assembly, refinish entire unit.

J. Identify hazardous substances or conditions exposed during the Work to Architect/Engineer for decision or remedy.

3.5 PROTECTING INSTALLED CONSTRUCTION

A. Protect installed Work and provide special protection where specified in individual Specification Sections.

B. Provide temporary and removable protection for installed products. Control activity in immediate Work area to prevent damage.

C. Provide protective coverings at walls, projections, jambs, sills and soffits of openings.

D. Use durable sheet materials to protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage or movement of heavy objects.

E. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer.

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 10

Montgomery County Courts Security K2M Project #:19074 41 North Perry Street Construction Documents Dayton, OH 43113

F. Prohibit traffic from landscaped areas.

3.6 FINAL CLEANING

A. Execute final cleaning prior to final Project assessment. 1. Employ experienced personnel or professional cleaning firm.

B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains, and foreign substances; polish transparent and glossy surfaces; and vacuum carpeted and soft surfaces.

C. Clean equipment and fixtures to sanitary condition with appropriate cleaning materials.

D. Replace filters of operating equipment.

E. Clean debris from roofs, gutters, downspouts and drainage systems.

F. Clean Site; sweep paved areas, rake clean landscaped surfaces.

G. Remove waste and surplus materials, rubbish, and construction facilities from Site.

END OF SECTION 01 70 00

CLOSEOUT REQUIREMENTS SECTION 01 70 00 - 11