request for quote access control and video surveillance
TRANSCRIPT
Jackson County Intermediate School District
On Behalf of Michigan Center School District
Request For Quote
Access Control and Video Surveillance
4/26/2017
Issued by: Jackson County Intermediate School District Attention: Shannon Degan, Director of Technology 6700 Browns Lake Road Jackson, MI 49201
Michigan Center – Security System
4/25/2017 2
Table of Contents
I. Introduction
II. Instructions to Bidders
III. General Terms & Conditions
IV. Technical Specifications & Pricing Summary
V. Contractor Agreement Form
Michigan Center – Security System
4/25/2017 3
I. Introduction
I.1 Purpose The Jackson County Intermediate School District (JCISD) is accepting bids for Access Control and Video Surveillance on behalf of Michigan Center School District. The intention of which is the expansion of Security Systems through the District’s buildings. I.2 Scope The bid will consist of the purchase of hardware as well as the installation and documentation of the work done. I.3 Total Price The total price quoted must include shipping to the location listed in this document. The JCISD has a loading dock and forklift and can accept palletized shipments. Any additional costs outside of the stated guidelines must be provided with an explanation, as an attachment to the Bidder’s proposal.
Michigan Center – Security System
4/25/2017 4
II. Instructions to Bidders
II.1 Overview The Jackson County Intermediate School District, located at 6700 Browns Lake Road, Jackson, Michigan, 49201, will be accepting bids for “Access Control and Video Surveillance” in accordance with the attached specifications. II.2 Project Timeline This proposal will be awarded no less than 14 days from the date of posting in order to maintain compliance with Erate 470/471 rules.
Required site visit – Wednesday, May 3, 2017 at 9:30 a.m. o Meeting location is
Michigan Center High School, 400 S State St, Michigan Center, MI 49254
Technical Questions Deadline – Monday, May 8, 2017 at 4:00 p.m. EST
II.3 RFQ Submission
Bids emailed shall be sent to: [email protected] Bids mailed shall be sent directly to: Jackson County Intermediate School District
Attn: Shannon Degan Michigan Center Lake Security System Bid 6700 Browns Lake Road Jackson, Michigan 49201 Bids hand delivered and/or mailed express carrier shall be delivered to: Jackson County Intermediate School District
Attn: Shannon Degan Michigan Center Lake Security System Bid
6700 Browns Lake Road Jackson, Michigan 49201
Michigan Center – Security System
4/25/2017 5
III. General Terms & Conditions III.1 Consideration of Proposals The JCISD reserves the right to reject any and all quotes; to accept portions of RFQ’s and alternates in any order or combination; is not obligated to accept the lowest or any RFQ; and may waive any informality or irregularity in submittal procedures. JCISD has the right to award bids in whole or in part.
III.2 Verbal Orders Verbal orders for additions to or deletions from this RFQ must be stated in writing and agreed upon by the JCISD. III.3 Verbal Interpretations Technical questions with regard to this RFQ document must be submitted via email no later than Wednesday, May 3, 2017 EST. Answers to questions shall be posted on Customer’s site. No other interpretations of the meaning of this bid document will be made to any bidder verbally. Every request for such interpretation shall be in writing and emailed to: Jackson County Intermediate School District
Attn: Shannon Degan, Director of Technology Email: [email protected]
III.4 Proposal Binding Period Prices quoted in the Vendor’s response for all materials will remain in effect for a period of at least one hundred and eighty (180) business days from the issuance date of the Vendor’s response.
III.6 Price Stability
Contract prices and discounts shall be fixed at the time the contract is signed and deemed “approved” by the Customer and the Vendor. In the event of price changes, replacement equipment shall be purchased at the lower of contract or then current market price. In no case shall a price higher than contract price be paid for equipment proposed.
In the event that the Customer desires to purchase equipment or services not contained in the contract, future purchases will be determined using the Vendor-specified discount rate in the proposal from the manufacturer’s suggested retail price as of the date of the order.
In the case of discrepancy in computed proposal prices, the lowest combined value of individual unit costs shall prevail.
In no case shall the price exceed the favored Vendor prices.
III.7 Variation in Quantities and Configurations
Michigan Center – Security System
4/25/2017 6
Equipment and quantity requirements are the best estimates currently available. The Customer reserves the right to modify quantity and configuration requirements. The Vendor agrees to sell the Customer the revised quantity of items at the unit price as stated in the RFQ regardless of quantity changes.
III.8 Payment Conditions
Payment shall be made upon final acceptance of the job by the Customer. The project will be deemed acceptable when the Vendor delivers to the Customer (as applicable):
Cables which are 100% free of defective pairs of copper or fiber strands.
Passing Network Certification test results by an approved Level III tester on the
horizontal cabling.
OTDR / TDR test results on the backbone cables.
Inspection of Vendors work by the District has been conducted.
Documentation and other deliverables have been delivered to customer.
Acceptance shall be further defined as beneficial use by the Customer. Acceptance will be deemed “in full” upon receipt by the Vendor of a Notice of Acceptance issued by the Customer upon beneficial use and full implementation of the Terms and Conditions and Technical Specifications of the Contract. Upon receipt of the Notice of Acceptance, the Vendor shall notify the Customer in writing of a release of all liens for all materials and services associated with this project.
III.9 Warranty
The Vendor shall promptly, at no cost to the Customer, correct or re-perform (including modifications or additions as necessary) any nonconforming or defective workmanship or labor within one year after completion of the project of which the work is a part.
The period of the Vendor’s warranties for any items herein are not exclusive remedies, and the Customer has recourse to any warranties of additional scope given by the Vendor to the Customer and all other remedies available at law or in equity. The Vendor’s warranties shall commence with acceptance of/or payment for the work in full.
If the Vendor procures equipment or materials under the Contract, the Vendor shall obtain for the benefit of the Customer equipment and materials warranties against defects in materials and workmanship to the extent such warranties are reasonably obtainable.
The Vendor shall pass along to the Customer any additional warranties offered by the manufacturers, at no additional costs to the Customer, should said warranties extend beyond the one-year period specified herein.
This warranty shall in no manner cover equipment that has been damaged or rendered un-serviceable due to negligence, misuse, acts of vandalism, or tampering by the Customer or anyone other than employees or agents of the Vendor. The Vendor’s obligation under its warranty is limited to the cost of repair of the warranted item or replacement thereof, at the Vendor’s option. Insurance covering said equipment from damage or loss is to be borne by the Vendor until full acceptance of equipment and services.
III.10 Inspection, Acceptance, and Title
Title to/or risk of loss or damage to all items shall be the responsibility of the successful Vendor until acceptance by the Customer, unless loss or damage results from negligence by the Customer. If the materials or services supplied to the Customer are found to be defective or do not conform to the specifications, the Customer reserves the right to cancel the contract upon
Michigan Center – Security System
4/25/2017 7
written notice to the Vendor and return products at the Vendor’s expense, based upon the terms of the Contract.
The Customer shall at all times have access to the work wherever it is in preparation or progress, and the Vendor shall provide proper facilities for such access and for inspection.
The Vendor shall not close up any work until the Customer has inspected the work. Should the Vendor close up the work prior to inspection by the Customer, the Vendor shall uncover the work for inspection by the Customer at no cost to the Customer, and then recover the work according to the specification contained herein.
The Vendor shall notify the Customer in writing when the work is ready for inspection. The Customer will inspect the work as expeditiously as possible after receipt of notification from the Vendor.
Price quotations are to include the furnishing of all materials, permits, make readies, equipment, maintenance and training manuals, tools, and the provision of all labor and services necessary or proper for the completion of the work, except as may be otherwise expressly provided in the Contract Documents. The Customer will not be liable for any costs beyond those proposed herein and awarded. Time and materials quotes will be unacceptable. The Customer is a non-taxable entity and as such sales, consumer, use, and other taxes are not applicable.
III.11 Subcontractors
Each subcontractor shall agree to be bound to the Vendor by the terms and conditions of this RFQ.
III. 12 Equal Employment Opportunity
In connection with the execution of this Contract, the Vendors and subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, or national origin. The Vendors shall take affirmative action to ensure that minority and disadvantaged applicants are employed and employees are treated during their employment without regard to race, religion, color, sex, age, or national origin.
III. 13 Compliance with Laws and Regulations
The Vendor performance of the work shall comply with applicable federal, state, and local laws, rules, and regulations. The Vendor shall give required notices, shall procure necessary governmental licenses, permits and inspections, and shall pay without burden to the Customer, all fees and charges in connection therewith unless specifically provided otherwise. In the event of violation, the Vendor shall pay all fines and penalties, including attorney’s fees and other defense costs and expenses in connection therewith.
III.14 Regulations, Codes, Standards, and Ordinances Compliance
All work specified within this document shall default to the following requirements unless otherwise specified:
The latest edition of the National Electrical Code®
All local Building Codes and Ordinances, as applicable.
Michigan Center – Security System
4/25/2017 8
ANSI/TIA-568-C.0 through ANSI/TIA/EIA-568-C.3.
ANSI/TIA-569-C
ANSI/TIA-606-B
ANSI/TIA-607-B
Federal Communications Commission.
BICSI Telecommunications Distribution Methods Manual
National Fire Protection Association
OSHA (Standards-29 CFR) Telecommunications-1910.268
Terminated in T-568B Standard
Safety
The Vendor shall take the necessary precautions and bear the sole responsibility for the safety of the methods employed in performing the work. The Vendor shall at all times comply with the regulations set forth by federal, state, and local laws, rules, and regulations concerning “OSHA” and all applicable state labor laws, regulations, and standards. The Vendor shall indemnify and hold harmless The Customer from and against all liabilities, suits, damages, costs, and expenses (including attorney’s fees and court costs), which may be imposed on the Customer because of the Vendor, subcontractor, or supplier’s failure to comply with the regulations stated herein.
Patents and Royalties
The Vendor, without exception, shall indemnify and hold harmless the Customer and its employees from any liability of any nature or kind, including costs and expenses for, or on account of, any trademarked, copyrighted, patented, or non-patented invention, process, or article manufactured or used in the performance of the Contract, including its use by the Customer. If the Vendor or subcontractor uses any design, device, or materials covered by letters, patent, trademark, or copyright, it is mutually understood and agreed without exception that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work.
Ownership and Use of Architect’s Drawings, Specifications and Other Documents
The Drawings, Specification and other Documents prepared by the Architect are instruments of the Architect’s services through which the Work to be executed by the Vendor is described. The Architect grants the Customer a license to use and permit the use of copies, including reproducible copies of the Drawings, Specifications, and other documents prepared by the Architect in connection with the Customer’s construction of the Project, its use, and occupancy.
The Drawings, Specifications, and other documents shall not be used on other Projects by the Vendor without the prior written consent of the Architect, and the Vendor shall take such action as may be necessary to prevent their use on other projects. The Vendor and Sub-contractors are granted a limited license to use (but not reproduce) applicable portions of the Drawings, Specifications, and other documents appropriate to and for use in execution of their Work under this RFQ.
Indemnification
The Vendor shall indemnify and hold harmless Jackson County ISD, Michigan Center School District and their employees from or on account of any injuries or damages, received or sustained by any person or persons, during or on account of any operation connected with this Contract; or by consequence of any negligence (excluding negligence by the Customer, its agents, Consultant
Michigan Center – Security System
4/25/2017 9
or employees) in connection with the same; or by use of any improper materials or by or on account of any act or omission of said Vendor or its subcontractors, agents, servants, or employees. The Vendor further agrees to indemnify and hold harmless the Customer, its agents, Consultant or employees, against claims or liability arising from or based upon the violation of any federal, state, county, city, or other applicable laws, bylaws, ordinances, or regulations by the Vendor, its agents, associates, or employees.
The indemnification provided above shall obligate the Vendor to defend at its own expense or to provide for such defense, at the Customer’s option, of any and all claims of liability and all suits and actions of every name and description that may be brought against the Customer which may result from the operations and activities under this Contract whether the installation operations be performed by the Vendor, subcontractor, or by anyone directly or indirectly employed by either.
The award of this Contract to the Vendor shall obligate the Vendor to comply with the foregoing indemnity provision; however, the collateral obligation of insuring this indemnity must be complied with as set forth.
III.15 INSURANCE Liability and Insurance
The Vendor shall assume the full duty, obligation, and expense of obtaining and maintaining necessary insurance while providing services to the Customer under the requirements of this RFQ and any addendum.
Insurance Coverage
The Vendor shall be fully liable to provide and maintain in force during the life of this Contract, such insurance, including Public Liability Insurance, Product Liability Insurance, Auto Liability Insurance, Worker’s Compensation, and Employer’s Liability Insurance as will assure to the Customer the protection contained in the foregoing indemnification provision undertaken by the Vendor. Such policies shall be issued by United States Treasury-approved companies authorized to do business in the State of Michigan and having agents upon whom service of process may be made in the Customer and shall contain as a minimum, the following provisions, coverage, and policy limits of liability.
General Liability
General Liability Insurance shall protect the Jackson County ISD, Michigan Center School District, its subcontractors, agents, and employees from claims for damages. General Aggregate shall not be less than Two Million Dollars (U.S. $2,000,000.00) and it shall apply in total to this project only. Products – Comp/GP Aggregate shall not be less than Two Million Dollars (U.S. $2,000,000.00). Personal & ADV Injury shall not be less than One Million Dollars (U.S. $1,000,000.00). Each Occurrence shall not be less than One Million Dollars (U.S. $1,000,000.00). Fire Damage shall not be less than Fifty Thousand Dollars (U.S. $50,000.00) on any one (1) fire. Medical Expense shall not be less than Five Thousand Dollars (U.S. $5,000.00) on any one (1) person. Broad Form Property Damage coverage shall include completed operations.
Product Liability
Product Liability or Completed Operations Insurance shall have bodily injury limits of liability of not less than Five Hundred Thousand Dollars (U.S. $500,000.00) per person; Five Hundred Thousand Dollars (U.S. $500,000.00) per occurrence, and Five Hundred Thousand Dollars (U.S. $500,000.00) aggregate.
Workers’ Compensation and Employer’s Liability
Michigan Center – Security System
4/25/2017 10
Workers’ Compensation and Employer’s Liability Insurance shall meet minimum requirements set by the State of Michigan, but in no case less than Five Hundred Thousand Dollars (U.S. $500,000.00). The Disease Policy Limit shall not be less than Five Hundred Thousand Dollars (U.S. $500,000.00).
Proof of Insurance
The Vendor shall furnish to the Customer a Certificate of Insurance or duplicate policies of insurance described above which specifically protect the Customer. Jackson County ISD and Michigan Center School District shall be identified as additional insured on the General Liability policy form. Jackson County ISD and Michigan Center School District shall be named as the Certificate Holder.
Such certification must contain a provision for notification of the Customer thirty (30) days in advance of any material change in coverage or cancellation.
Notification shall be in writing and signed in ink by a duly authorized officer of the Insurer.
Insurance Companies are subject to approval and may be rejected by the Customer without stated cause.
Claims
In any and all claims against the Customer, or any of their agents or employees by any employee of the Vendor, any subcontractor, or anyone directly or indirectly employed by any of the contracting parties, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or types of damages, compensation acts, disability benefit acts, or other employee benefit acts.
Bid Evaluation
1. Bids will be evaluated as follows:
Compliance with bid documents
Completeness of bid
Contractor qualifications
Price
Anticipated completion timelines
References
2. Right to Reject
The Customer reserves the right to reject any or all bids for any reason.
This RFQ as well as the Vendor’s response will become contractual obligations of the successful Bidder. Additionally, by bidding on this RFQ, Vendors accept and acknowledge that the Customer may accept any or all proposals, ultimately waive some bid specifications where in its sole discretion it is appropriate, and not necessarily award the
Michigan Center – Security System
4/25/2017 11
contract to the lowest Bidder. Additionally, Bidders accept and acknowledge that the decision of the Customer is final and that the Vendors waive any recourse against the Customer, Consultant or other Vendors which may otherwise exist for action occurring during the course of this bid solicitation process.
The Customer at its discretion may award different sections to different vendors, if in their opinion it is in their best interest.
In the event of a conflict between any terms or conditions in any of the documents comprising the entire present Agreement, the terms and conditions set forth in this Request for Proposal shall take precedence.
All documents constituting the entire present agreement shall be construed in accordance with and governed by the laws of the State of Michigan.
III.16 Special Conditions
This facility is an educational facility that provides services to the students of the Customer. As such, activities in all buildings are critical to the provisioning of services to the students and staff and shall not be interrupted by the Vendor’s work activities.
Service interruptions during normal business hours must be coordinated by the Vendor to minimize impact to the end users.
The Vendor will be required to work around all of the conditions listed above, as well as working with the Customer’s staff and students to minimize disruptions to normal Customer activities.
Recognizing the environment in which work is to be done, smoking, consumption of alcoholic beverages and inappropriate language are not acceptable. Smoking is not permitted anywhere on school property. Contingent on awarding of the contract, anyone assigned to work on the project must pass and provide a background check to have on file at the District. Any cost associated with this is the responsibility of the Vendor.
Cancellation
In the event any provisions of this RFQ are violated by the Vendor, the Customer may give written notice to the Vendor stating the deficiencies. Unless deficiencies are corrected within five (5) working days, recommendations will be made to the Customer for immediate cancellation. The Customer reserves the right to terminate immediately any contract resulting from this RFQ for failure to correct deficiencies.
Advertising
The Vendor agrees not to use the results from this RFQ as a part of any commercial advertising without prior written approval of the Customer.
Installation Guidelines
All work performed on this project will be installed under the guidelines of the current edition of the National Electrical Code®, the current edition of the National Electrical Safety Code®, the current issue of the ANSI/NECA/BICSI-568 Standard for Installing Commercial Building Telecommunications Cabling, the current edition of the BICSI Telecommunications Distribution Methods Manual, the current edition of the BICSI Cabling Installation Manual, the latest issue of the ANSI/TIA/EIA Standards as published by Global Engineering Documents as ANSI/TIA/EIA Telecommunications Building Wiring Standards, and all local codes and ordinances.
Michigan Center – Security System
4/25/2017 12
III.17 Statewide Prohibition Against Iran-Linked Businesses
The Michigan State legislature passed legislation to prohibit entities that have certain economic relationships with Iran from submitting a bid on a request for proposals (RFQ) from state public entities, to require bidders for certain public contracts to submit certification of eligibility with a bid, and to respond to and report a false certification.
The "Iran Economic Sanctions Act" (P.A. 517 of 2012) makes an Iran-linked business ineligible to submit a bid on a RFQ with a public entity. School districts, community college districts, and intermediate school districts must require each entity submitting a bid on an RFQ to certify it is not an Iran-linked business. This requirement applies to all RFQs and not just to construction projects
The Iran Economic Sanctions Act defines Iran-linked business as either of the following:
-- A person engaging in investment activities in the energy sector of Iran, including a person who provides oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran.
-- A financial institution that extends credit to another person, if that person will use the credit to engage in investment activities in the energy sector of Iran.
By responding to this RFQ, the Vendor certifies that it does not qualify as an Iran-linked business under these conditions.
Michigan Center – Security System
4/25/2017 13
Documentation Compile product data and related information appropriate for Customer’s maintenance and operation of products
furnished under this RFQ. Prepare the data in the form of an instructional manual for use by Customer’s IT personnel.
Format:
1. Size: 8-1/2” x 11”
2. Paper: white, for the typed pages.
3. Text: Manufacturer’s printed data.
4. Drawings:
a. Provide reinforced punched binder tab.
b. Fold larger drawings to size of the text pages.
5. Provide fly-leaf for each separate product, and major component parts of equipment.
6. Provide indexed tabs.
7. Cover: OPERATING AND MAINTENANCE INSTRUCTIONS – Columbia Structured Cabling.
8. Binders must be commercial grade.
9. Provide a complete copy of the manual and all drawings, invoices, etc. on CD or DVD ROM media.
Working Environment
1. It is required that all Vendor employees wear an identification badge with photograph. This badge should
have the Vendor company name and employee name as a minimum. Shirts with a company logo will be
accepted as an alternate means of identification.
2. All work will be performed in a neat and workman like manner in accordance with the latest edition of the
National Electric Code, the ANSI/NECA/BICSI-568 Standard for Installing Commercial Building
Telecommunications Cabling, the BICSI Telecommunications Cabling Installation Manual, and all
ANSI/TIA/EIA standards documents relevant to this installation. All methods of construction, details of
workmanship that are not specifically described or indicated shall be subject to approval by Customer.
3. All effected computer equipment and furniture shall be covered during the project to keep down the debris
residue.
4. Daily clean up is required of all site areas.
5. Equipment, cables, and personnel shall not be in hallways during classroom changes.
6. Any areas that may become a safety concern should be cordoned off to restrict access.
7. All equipment and supplies will be stored in Customer designated areas only.
8. Any disruption in service (data, phone, video, etc.) must be scheduled and coordinated with the Customer.
9. The work environment may demand the Vendor workers wear hardhats. Vendor is responsible for following
all OSHA guidelines and those work stipulations put forth by the General Contractor.
Ceilings and Walls
1. Vendor must carefully remove existing ceiling tiles as required. Store the removed tiles in a location specified
by Customer.
2. The ceiling grid should not be modified in any way.
3. Vendor can submit a waiver of responsibility for ceiling tiles that are already broken, brittle or discolored.
4. Any tiles that are damaged during the installation process must be replaced and installed by Vendor. New
tiles must match the type and design of the adjacent area.
5. All wall surfaces shall be restored to their original finish matching the adjacent area.
Abandoned Cables
1. Vendor will remove all unused or abandoned cables as identified by the District from the ceiling and riser
areas.
2. The Vendor will remove the debris and dispose of in a receptacle stipulated by the Customer.
3. All open wall penetrations that result from the removal of abandoned cables shall be properly sealed.
Michigan Center – Security System
4/25/2017 14
Fire-stopping
1. Vendor will supply the appropriate sleeves for any new penetration of building surfaces for this project.
Where necessary, Customer will provide Vendor with information for locations requiring firestop.
2. New penetrations shall be fire-stopped where they penetrate new or existing building construction.
3. Firestopping shall be accomplished by using a combination of materials and devices, including penetrating
raceway, sleeves, or cables, required to make up a complete fire-stop.
4. Vendor shall verify that cabling and other penetrating elements and supporting devices have been completely
installed and temporary lines and cables have been removed.
5. Vendor shall select the appropriate type or types of through penetration fire-stop devices or systems
appropriate for each type of communications penetration and base each selection on criteria specified herein.
6. Vendor shall perform all necessary coordination with other trades constructing floors, walls, or other
partitions of building construction with respect to size and shape of each opening to be constructed and device
or system approved for use in each instance.
7. Use materials that have no irritating or objectionable odors when firestopping is required in existing buildings
and areas that are occupied.
8. Provide damming materials, plates, wires, restricting collars, and devices necessary for proper installation of
firestopping. Remove combustible installation aids after fire-stopping material has cured.
9. Existing raceways, cable trays, and cabling that penetrate existing building construction shall be fire-stopped
to the extent necessary to fill cavities that may exist between existing building construction and existing
communications penetration or existing conduit sleeve, and between existing conduits and existing conduit
sleeve.
Sleeves
1. Provide sleeves for new conduit and cable penetrations of building construction if necessary.
2. Use galvanized rigid conduit sleeves for penetrations through exterior masonry/concrete walls and
foundations, concrete floor slabs on grade and above grade, and concrete-filled decks.
3. Use only fire-rated listed assemblies for the type of sleeve being installed through CMU walls or gypsum
walls for communications penetrations. Sleeve type shall be galvanized rigid conduit.
4. Secure sleeves firmly in place using filling and patching materials (grout) that match with the adjacent areas.
5. In wall penetrations, cut sleeves flush with wall surface and use metal escutcheon plates in finished interior
areas.
6. Seal voids between sleeves and building construction with joint sealants. Make allowances for and coordinate
the work with installation of firestopping, conduit insulation, and waterproofing, as applicable.
7. Vendor shall be responsible for final and correct location of sleeves. Sleeves that are omitted or incorrectly
located or installed in existing building construction shall be corrected and provided by the Vendor at no
charge to Customer.
Michigan Center – Security System
4/25/2017 15
IV. Configuration Specifications & Pricing Summary
The following scope is assuming that they will be adding on cameras into their existing Avigilon system. Not all cameras are new additions, several of them are direct replacement of existing cameras that are in place. The bidder will be responsible for removing of all old cameras and returning them to the district as a part of the Mount, Program, Configure, Document line item. Lines will be run by another vendor as a part of a larger cabling project. Please provide separate quotes for each Video Surveillance and Access Control
Michigan Center School District
Product Qty Unit Cost Total Cost
3.0C-H4A-D01-IR 30
1.3C-H4SL-D1-IR 63
5.0L-H4A-D1 10
3.0C-H4SL-D1-IR 23
6.0L-H4F-DO1-IR 2
9W-H3-3MH-DP1-B 2
CM-MT-WALL1 2
5.0L-H4A-DO1-IR 12
8.0-H4A-DP-IR 7
Pendant for 8.0-H4A-DP-IR 7
Avigilon Licenses 72
Mount, Program, Configure, Document
Building Cost
Michigan Center District Summary District Hardware Total District Install Total District Grand Total
The following is the cost to modify the number of cameras from the above scope.
Cost to add hang an inside camera Cost to add hang an outside camera Cost to remove hanging inside camera Cost to remove hanging outside camera
Michigan Center – Security System
4/25/2017 16
Access Control
The following scope is assuming that they are adding onto their existing access control system Lenel. Appropriate licenses should be included where applicable. Any work on existing card access doors has been noted in the attached spec sheet.
Consult the Hardware plans and prints to determine the doors that are scheduled to have Access Control and/or electronic latches linked to the system installed.
Each building should have a lockdown button installed in the main office to have a single point to lock all doors in the building in the event of a lockdown procedure. The location of this button is TBD at a later time with the owner.
Hardware specs for each building and each door is enclosed. That is what is being provided to the vendor. Anything else needed should be accommodated for.
Vendor will be required to put their own pathway from the MDF (location of the door controller) to each door.
Consult the attached documents to gain further information on each door and what is required to be provided.
Michigan Center – Security System
4/25/2017 17
V. Contractor Agreement Form We, the undersigned, have prepared and submitted this Contractor Agreement Form as our proposal in response to the “Security System” issued by the Jackson County Intermediate School District located at 6700 Browns Lake Road, Jackson, Michigan 49201. We understand the submittal of this Contract Agreement constitutes our offer of Proposal for this equipment. And that this submittal shall not be construed as a bilateral Agreement until fully executed as a Contract countersigned by the Jackson County Intermediate School District. This price is guaranteed for one hundred and eighty (180) days after the date of opening bids, and if authorized to proceed within that period, we agree to deliver the equipment covered by this bid at the said price.
________________________________ Contractor Authorized Signature
________________________________ Printed Name
________________________________ Company Name
________________________________ Title
________________________________ Address
________________________________ City, State and Zip Code
________________________________ Telephone Number
________________________________ Date
________________________________
Email Address
Michigan Center
Access Control Addition
All Doors should be linked to a Lockdown Button located in the office of each building that will card only
all doors in the building in the event of a lockdown situation. The location of the button is TBD. This
button is in addition to any buttons explained at a door level detail. Currently the district has 8 door
reader licenses. Any additional licenses that will be required should be included in the proposal.
Michigan Center is being added to an existing system located at Jackson County ISD. Segmentation
license will be purchased by the time that this is implemented and these doors should be installed into a
new segment of that install.
Jr/Sr High School
Door Numbers 1A,1B (F100)
Doors are to be equipped with an Electronic latch provided by bidder. These will NOT be tied to any
card reader but will be able to have a schedule attached to the door. The preferred way of making this
work would to have them be represented as separate doors in Lenel.
Door Number 1C (F100)
This is an existing door. The door is currently running off a Lenel 2210 single door controller. This door
should be re-ran to the location of the new central controller for the building. This door does NOT
require new hardware.
Door Numbers 2A,2B (F100)
Doors will have new hardware provided by others. Hardware Group No. 21 from Hardware spec for
details. These will NOT be tied to any card reader but will be able to have a schedule attached to the
door. The preferred way of making this work would to have them be represented as separate doors in
Lenel.
Door Number 2C (F100)
Door will have new hardware provided by others. Hardware Group No. 21 from Hardware spec for
details. This door will be tied to a Card reader which should be supplied by bidder.
Door Number 3 (F130A)
Door will have new hardware provided by others. Hardware Group No. 15 from Hardware spec for
details. This door will be tied to a Card reader which should be supplied by bidder. This Door should be
tied to a lockdown button located at a location TBD in the front office. This button should be a locking
button that should lock Door 3 and 4 in the event of an emergency.
Door Number 4 (F130B)
Door will have new hardware provided by others. Hardware Group No. 16 from Hardware spec for
details. This door will be tied to a Card reader which should be supplied by bidder. This Door should be
tied to a lockdown button located at a location TBD in the front office. This button should be a locking
button that should lock Door 3 and 4 in the event of an emergency.
Door Number 5 (F131A)
Door will have new hardware provided by others. Hardware Group No. 15 from Hardware spec for
details. This door will be tied to a Card reader which should be supplied by bidder.
Door Number 6 (D100)
This is an existing door. The door is currently running off a Lenel 2210 single door controller. This door
should be re-ran to the location of the new central controller for the building. This door does NOT
require new hardware.
Door Number 7 (A100)
Door are to be equipped with an Electronic latch provided by bidder. This door will have a card reader,
Door Contact, and REX.
Door Number 8 (B131)
Door are to be equipped with an Electronic latch provided by bidder. This door will have a card reader,
Door Contact, and REX.
Door Number 9 (B100)
Door are to be equipped with an Electronic latch provided by bidder. This door will have a card reader.
Door Number 10 (C110)
Door will have new hardware provided by others. Hardware Group No. <Unknown> from Hardware
spec for details. This door will be tied to a Card reader which should be supplied by bidder.
Door Number 11 (F155)
This is an existing door. The door is currently running off a Lenel 2210 single door controller. This door
should be re-ran to the location of the new central controller for the building. This door does NOT
require new hardware.
Door Number 12 (G101)
This is an existing door. The door is currently running off a Lenel 2210 single door controller. This door
should be re-ran to the location of the new central controller for the building. This door does NOT
require new hardware.
Door Number 13 (H129)
This is an existing door. The door is currently running off a Lenel 2210 single door controller. This door
should be re-ran to the location of the new central controller for the building. This door does NOT
require new hardware.
Door Number 14 (G203)
This is an existing door. The door is currently running off a Lenel 2210 single door controller. This door
should be re-ran to the location of the new central controller for the building. This door does NOT
require new hardware.
Arnold Elementary
Door Number 1 (A100)
Door are to be equipped with an Electronic latch provided by bidder. This door will have a card reader
and a JK Series AiPhone. The base station should be mounted in a location TBD.
Door Number 2 (A135)
Doors are to be equipped with an Electronic latch provided by bidder. This door will have a card reader.
Door Number 3 (A141)
Doors are to be equipped with an Electronic latch provided by bidder. This door will have a card reader.
Door Number 4 (B102)
Doors are to be equipped with an Electronic latch provided by bidder. This door will have a card reader.
Door Number 5 (B131)
Door will have new hardware provided by others. Hardware Group No. 02 from Hardware spec for
details. This door will be tied to a Card reader which should be supplied by bidder.
Door Number 6 (B130)
Door will have new hardware provided by others. Hardware Group No. 02 from Hardware spec for
details. This door will be tied to a Card reader which should be supplied by bidder.
Door Number 7 (B103)
Door will have new hardware provided by others. Hardware Group No. 01 from Hardware spec for
details. This door will be tied to a Card reader which should be supplied by bidder.
Door Number 8 (B102)
Door are to be equipped with an Electronic latch provided by bidder. This door will have a card reader.
Keicher Elementary
Door Number 1 (C100)
Existing door. Nothing being done
Door Number 2 (D100B)
Door will have new hardware provided by others. Hardware Group No. 17 from Hardware spec for
details. This door will be tied to a Card reader which should be supplied by bidder.
Door Number 3 (D133)
Door are to be equipped with an Electronic latch provided by bidder. This door will have a card reader.
Door Number 4 (A107)
Door will have new hardware provided by others. Hardware Group No. 17 from Hardware spec for
details. This is an existing door that is equipped with an electronic strike, card reader, and Aiphone. It is
the responsibility of the bidder to remove the card reader and Aiphone prior to door being removed and
keep for re-install on the new door. Failure to do so will result in the bidder needing to replace those
items at their expense.
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
UNIT
A
UNIT
B
UNIT
C
UNIT
D
UNIT
E
UNIT
F
UNIT
G
UNIT
H
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
UNIT
A
UNIT
B
UNIT
C
UNIT
D
UNIT
E
UNIT
F
UNIT
G
UNIT
H
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
UNIT
A
UNIT
B
UNIT
C
UNIT
D
UNIT
E
UNIT
F
UNIT
G
UNIT
H
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
UNIT
A
UNIT
B
UNIT
C
UNIT
D
UNIT
E
UNIT
F
UNIT
G
UNIT
H
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
UNIT
A
UNIT
B
UNIT
C
UNIT
D
UNIT
E
UNIT
F
UNIT
G
UNIT
H
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
UNIT
A
UNIT
B
UNIT
C
UNIT
D
UNIT
E
UNIT
F
UNIT
G
UNIT
H
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
UNIT
A
UNIT
B
UNIT
C
UNIT
D
UNIT
E
UNIT
F
UNIT
G
UNIT
H
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
UNIT
A
UNIT
B
UNIT
C
UNIT
D
UNIT
E
UNIT
F
UNIT
G
UNIT
H
3000-02 DOOR HARDWARE 087111-1
Kingscott Associates, Inc. Additions and Remodeling
Architects/Engineers Michigan Center School District
Kalamazoo, Michigan Michigan Center, Michigan
SECTION 087111
DOOR HARDWARE
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes:
1. Mechanical door hardware for the following:
a. Swinging doors.
2. Electrified door hardware.
B. Products furnished, but not installed, under this Section include the products listed below.
Coordinating and scheduling the purchase and delivery of these products remain requirements of
this Section.
1. Permanent lock cores to be installed by Owner.
1.2 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Details of electrified door hardware.
C. Other Action Submittals:
1. Door Hardware Schedule: Prepared by or under the supervision of Installer, detailing
fabrication and assembly of door hardware, as well as installation procedures and diagrams.
Coordinate final door hardware schedule with doors, frames, and related work to ensure
proper size, thickness, hand, function, and finish of door hardware.
a. Format: Use same scheduling sequence and format and use same door numbers as
in the Contract Documents.
b. Content: Include the following information:
1) Identification number, location, hand, fire rating, size, and material of each
door and frame.
2) Locations of each door hardware set, cross-referenced to Drawings on floor
plans and to door and frame schedule.
3) Complete designations, including name and manufacturer, type, style,
function, size, quantity, function, and finish of each door hardware product.
4) Description of electrified door hardware sequences of operation and
interfaces with other building control systems.
3000-02 DOOR HARDWARE 087111-2
2. Keying Schedule: Prepared by or under the supervision of Installer, detailing Owner's final
keying instructions for locks.
1.3 QUALITY ASSURANCE
A. Installer Qualifications: Supplier of products and an employer of workers trained and approved
by product manufacturers and an Architectural Hardware Consultant who is available during the
course of the Work to consult with Contractor, Architect, and Owner about door hardware and
keying.
B. Architectural Hardware Consultant Qualifications: A person who is experienced in providing
consulting services for door hardware installations that are comparable in material, design, and
extent to that indicated for this Project and who is currently certified by DHI as follows:
1. For door hardware, an Architectural Hardware Consultant (AHC) who is also an Electrified
Hardware Consultant (EHC).
C. Source Limitations: Provide electrified door hardware from same manufacturer as mechanical
door hardware, unless otherwise indicated.
D. Fire-Rated Door Assemblies: Where fire-rated door assemblies are indicated, provide door
hardware rated for use in assemblies complying with NFPA 80 that are listed and labeled by a
qualified testing agency, for fire-protection ratings indicated, based on testing at positive pressure
according to NFPA 252 or UL 10C, unless otherwise indicated.
E. Electrified Door Hardware: Listed and labeled as defined in NFPA 70, Article 100, by a testing
agency acceptable to authorities having jurisdiction.
F. Means of Egress Doors: Latches do not require more than 15 lbf to release the latch. Locks do
not require use of a key, tool, or special knowledge for operation.
G. Accessibility Requirements: Comply with applicable provisions in the DOJ's 2010 ADA
Standards for Accessible Design and ICC A117.1 for door hardware on doors in an accessible
route.
1. Provide operating devices that do not require tight grasping, pinching, or twisting of the
wrist and that operate with a force of not more than 5 lbf.
2. Comply with the following maximum opening-force requirements:
a. Interior, Non-Fire-Rated Hinged Doors: 5 lbf applied perpendicular to door.
b. Fire Doors: Minimum opening force allowable by authorities having jurisdiction.
3. Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than
1/2 inch high.
4. Closers: Adjust door and gate closer sweep periods so that, from an open position of 90
degrees, the time required to move the door to a position of 12 degrees from the latch is 5
seconds minimum.
3000-02 DOOR HARDWARE 087111-3
1.4 DELIVERY, STORAGE, AND HANDLING
A. Deliver keys to manufacturer of key control system for subsequent delivery to Owner.
B. Deliver keys and permanent cores to Owner by registered mail or overnight package service.
1.5 WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace
components of door hardware that fail in materials or workmanship within specified warranty
period.
1. Warranty Period: Three years from date of Substantial Completion, unless otherwise
indicated.
a. Exit Devices: Two years from date of Substantial Completion.
b. Manual Closers: 10 years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1 SCHEDULED DOOR HARDWARE
A. Provide door hardware for each door as scheduled in Part 3 "Door Hardware Schedule" Article
to comply with requirements in this Section.
1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated.
2. Sequence of Operation: Provide electrified door hardware function, sequence of operation,
and interface with other building control systems indicated.
B. Designations: Requirements for design, grade, function, finish, size, and other distinctive qualities
of each type of door hardware are indicated in Part 3 "Door Hardware Schedule" Article. Products
are identified by descriptive titles corresponding to requirements specified in Part 2.
2.2 CONTINUOUS HINGES
A. Continuous Hinges: BHMA A156.26; minimum 0.120-inch- thick, hinge leaves with minimum
overall width of 4 inches; fabricated to full height of door and frame and to template screw
locations; with components finished after milling and drilling are complete.
B. Continuous, Gear-Type Hinges: Extruded-aluminum, pinless, geared hinge leaves joined by a
continuous extruded-aluminum channel cap; with concealed, self-lubricating thrust bearings.
1. Ives, Select, Stanley, Markar, Pemko
2. Grade: Grade 2-300
3. Hinges for Fire-Rated Assemblies: With steel fire pins to hold fire-rated doors in place if
required by tested listing.
4. Mounting: Concealed leaf.
3000-02 DOOR HARDWARE 087111-4
2.3 MECHANICAL LOCKS AND LATCHES
A. Lock Functions: As indicated in door hardware schedule.
B. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire doors,
and as follows:
1. Mortise Locks: Minimum 3/4-inch latchbolt throw.
C. Lock Backset: 2-3/4 inches, unless otherwise indicated. Verify backsets on existing doors in field.
D. Lock Trim:
1. Levers:
a. Match Existing.
E. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with
requirements indicated for applicable lock or latch and with strike box and curved lip extended to
protect frame; finished to match lock or latch.
1. Flat-Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by
manufacturer.
2. Extra-Long-Lip Strikes: For locks used on frames with applied wood casing trim.
3. Aluminum-Frame Strike Box: Manufacturer's special strike box fabricated for aluminum
framing.
4. Rabbet Front and Strike: Provide on locksets for rabbeted meeting stiles.
F. Mortise Locks: BHMA A156.13; Grade 1; stamped steel case with steel or brass parts;
Series 1000.
1. Schlage L9000 series, Corbin-Russwin ML2000 series, Best 45H series, Sargent 8200
series
G. Bored Locks: Grade 1;
1. Schlage ND series, Corbin Russwin CL3500; Sargent 11 line.
2.4 EXIT DEVICES AND AUXILIARY ITEMS
A. Exit Devices and Auxiliary Items: BHMA A156.3.
1. Von Duprin 98/35A series, Sargent 80 series, Precision Apex series
B. Panic Exit Devices: Listed and labeled by a testing and inspecting agency acceptable to authorities
having jurisdiction, for panic protection, based on testing according to UL 305.
C. Fire Exit Devices: Devices complying with NFPA 80 that are listed and labeled by a testing and
inspecting agency acceptable to authorities having jurisdiction, for fire and panic protection,
based on testing according to UL 305 and NFPA 252.
3000-02 DOOR HARDWARE 087111-5
D. Rim Exit Devices: Grade 1.
1. Type: Type 4, narrow stile
2. Grade: Grade 1.
3. Actuating Bar: Push pad
4. Material: Stainless steel, Aluminum
E. Exit Device Outside Trim: Pull with cylinder; material and finish to match locksets, unless
otherwise indicated.
1. Match design for lock trim, unless otherwise indicated.
2.5 LOCK CYLINDERS
A. Lock Cylinders: Tumbler type, constructed from brass or bronze, stainless steel, or nickel silver.
1. Match Existing Corbin –Russwin system
B. Standard Lock Cylinders: BHMA A156.5; Grade 1; cores that are interchangeable; face finished
to match lockset.
1. Number of Pins: Six.
C. Construction Cores: Provide construction cores that are replaceable by permanent cores. Provide
10 construction master keys.
2.6 KEYING
A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A.
Incorporate decisions made in keying conference.
1. Existing System:
a. Master key or grand master key locks to Owner's existing system as directed by the
Owner.
B. Keys: Nickel silver.
1. Stamping: Permanently inscribe each key with a visual key control number and include the
following notation:
a. Notation: "DO NOT DUPLICATE."
2. Quantity: In addition to one extra key blank for each lock, provide the following:
a. Cylinder Change Keys: Five.
2.7 OPERATING TRIM
A. Operating Trim: BHMA A156.6; stainless steel, unless otherwise indicated.
3000-02 DOOR HARDWARE 087111-6
1. Any BHMA Manufacturer
B. Offset Door Pulls: 1-inch constant-diameter pull with minimum clearance of 2-1/4 inches from
face of door and offset of 2 inches.
1. Mounting: Through-bolted with decorative bolt .
2. Overall Length: [9 inches] <Insert dimension>.
2.8 SURFACE CLOSERS
A. Surface Closers: BHMA A156.4; rack-and-pinion hydraulic type with adjustable sweep and latch
speeds controlled by key-operated valves and forged-steel main arm. Comply with manufacturer's
written recommendations for size of door closers depending on size of door, exposure to weather,
and anticipated frequency of use. Provide factory-sized closers, adjustable to meet field
conditions and requirements for opening force.
1. LCN 4040XP Series, Sargent 281Series, Norton 9500 Series
B. Surface Closer without Cover: Grade 1; Modern Type.
1. Mounting: Mount on interior side of door.
2. Type: As specified
3. Backcheck: Adjustable, effective between 60 and 85 degrees of door opening.
2.9 MECHANICAL STOPS AND HOLDERS
A. Wall Bumpers: Grade 1; with rubber bumper; 2-1/2-inch diameter, minimum 3/4-inch projection
from wall; with backplate for concealed fastener installation; with concave bumper configuration.
2.10 OVERHEAD STOPS AND HOLDERS
A. Overhead Stops and Holders: BHMA A156.8; type and grade as indicated in door hardware
schedule.
1. Glynn Johnson, Rixson, Sargent
2.11 DOOR GASKETING
A. Door Gasketing: BHMA A156.22; air leakage not to exceed 0.50 cfm per foot of crack length for
gasketing other than for smoke control, as tested according to ASTM E 283; with resilient or
flexible seal strips that are easily replaceable and readily available from stocks maintained by
manufacturer.
1. National Guard Products, Pemko, Reese, Zero
B. Door Sweeps: Nylon brush gasket material held in place by flat aluminum housing or flange;
surface mounted to face of door with screws.
3000-02 DOOR HARDWARE 087111-7
2.12 THRESHOLDS
A. Thresholds: BHMA A156.21; fabricated to full width of opening indicated.
1. National Guard Products, Pemko, Reese, Zero
B. Saddle Thresholds:
1. Type: Fluted top, barrier free.
2. Base Metal: Aluminum
2.13 AUXILIARY ELECTRIFIED DOOR HARDWARE
A. Auxiliary Electrified Door Hardware:
1. Von Duprin 6000 series, Folger Adam 300 series, HES 1006 series
B. Boxed Power Supplies: Modular unit in NEMA ICS 6, Type 4 enclosure; filtered and regulated;
voltage rating and type matching requirements of door hardware served; listed and labeled for use
with fire alarm systems.
C. Door Position Switches: Magnetically operated reed switch designed for concealed mounting.
D. Door and Frame Transfer Devices: Steel housing for mortise in hinge stile of door, with flexible
tube for wiring bundle; accommodating doors that swing open to 120 degrees.
2.14 FABRICATION
A. Fasteners: Provide door hardware manufactured to comply with published templates prepared for
machine, wood, and sheet metal screws. Provide screws that comply with commercially
recognized industry standards for application intended, except aluminum fasteners are not
permitted. Provide Phillips flat-head screws with finished heads to match surface of door
hardware, unless otherwise indicated.
1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except
for units already specified with concealed fasteners. Do not use through bolts for
installation where bolt head or nut on opposite face is exposed unless it is the only means
of securely attaching the door hardware. Where through bolts are used on hollow door and
frame construction, provide sleeves for each through bolt.
2. Fire-Rated Applications:
a. Wood or Machine Screws: For the following:
1) Hinges mortised to doors or frames.
2) Strike plates to frames.
3) Closers to doors and frames.
b. Steel Through Bolts: For the following:
1) Surface hinges to doors.
3000-02 DOOR HARDWARE 087111-8
2) Closers to doors and frames.
3) Surface-mounted exit devices.
3. Spacers or Sex Bolts: For through bolting of hollow-metal doors.
4. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and
elsewhere as indicated.
2.15 FINISHES
A. Provide finishes complying with BHMA A156.18 as indicated in door hardware schedule.
B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary
protective covering before shipping.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Steel Doors and Frames: For surface applied door hardware, drill and tap doors and frames
according to ANSI/SDI A250.6.
B. Mounting Heights: Mount door hardware units at heights to comply with the following unless
otherwise indicated or required to comply with governing regulations.
1. Standard Steel Doors and Frames: ANSI/SDI A250.8.
C. Install each door hardware item to comply with manufacturer's written instructions. Where cutting
and fitting are required to install door hardware onto or into surfaces that are later to be painted
or finished in another way, coordinate removal, storage, and reinstallation of surface protective
trim units with finishing work. Do not install surface-mounted items until finishes have been
completed on substrates involved.
1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment
substrates as necessary for proper installation and operation.
2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space
fasteners and anchors according to industry standards.
D. Hinges: Install types and in quantities indicated in door hardware schedule but not fewer than the
number recommended by manufacturer for application indicated or one hinge for every 30 inches
of door height, whichever is more stringent, unless other equivalent means of support for door,
such as spring hinges or pivots, are provided.
E. Lock Cylinders: Install construction cores to secure building and areas during construction period.
1. Replace construction cores with permanent cores as directed by Owner.
2. Furnish permanent cores to Owner for installation.
F. Key Control System: Tag keys and place them on markers and hooks in key control system
cabinet, as determined by final keying schedule.
3000-02 DOOR HARDWARE 087111-9
G. Boxed Power Supplies: Locate power supplies as indicated or, if not indicated, in equipment
room. Verify location with Architect.
1. Configuration: Provide least number of power supplies required to adequately serve doors
with electrified door hardware.
H. Thresholds: Set thresholds for exterior doors and other doors indicated in full bed of sealant
complying with requirements specified in Section 079200 "Joint Sealants."
I. Stops: Provide floor stops for doors unless wall or other type stops are indicated in door hardware
schedule. Do not mount floor stops where they will impede traffic.
J. Adjustment: Adjust and check each operating item of door hardware and each door to ensure
proper operation or function of every unit. Replace units that cannot be adjusted to operate as
intended. Adjust door control devices to compensate for final operation of heating and ventilating
equipment and to comply with referenced accessibility requirements.
3.2 FIELD QUALITY CONTROL
A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent
Architectural Hardware Consultant to perform inspections and to prepare inspection reports.
3.3 DOOR HARDWARE SCHEDULE
Hardware Group No. 01
For use on mark/door #(s): A-B103
Each To Have: Qty Description Catalog Number Finish Mfr
1 EA CONT. HINGE 224HD 628 IVE
1 EA CONT. HINGE 224HD EPT 628 IVE
1 EA POWER TRANSFER EPT10 CON 689 VON
1 EA FIRE EXIT HARDWARE 9827-L-F-LBR-ER36-06-499F-SNB 626 VON
1 EA ELEC FIRE EXIT
HARDWARE
9827-L-F-LBR-ER36-E996-06-FSE-499F-
SNB-CON
626 VON
2 EA RIM CYLINDER 20-057
- KEY TO EXISTING SYSTEM
626 SCH
2 EA SURFACE CLOSER 4040XP EDA 689 LCN
2 EA KICK PLATE 8400 10" X 1" LDW B-CS 630 IVE
2 EA FIRE/LIFE WALL MAG SEM7800 SERIES 689 LCN
1 EA GASKETING 488S-BK S-Bk ZER
1 EA MEETING STILE 8217S-BK S-Bk ZER
1 EA WIRE HARNESS CON-32
Electrified Device to Power Transfer (evaluate
conditions and modify wire length as required)
VON
1 EA POWER SUPPLY PS902 900-2RS
Coordinate Power Supply Requirement with
Security Provider
LGR VON
3000-02 DOOR HARDWARE 087111-10
Hardware Group No. 02
For use on mark/door #(s): A-B130 A-B131
Each To Have: Qty Description Catalog Number Finish Mfr
2 EA CONT. HINGE 112HD 628 IVE
1 EA PANIC HARDWARE 98-DT 626 VON
1 EA PANIC HARDWARE 98-NL 626 VON
1 EA ELECTRIC STRIKE 6300 FSE 630 VON
2 EA OH STOP 100S 630 GLY
2 EA SURFACE CLOSER 4040XP EDA 689 LCN
2 EA DOOR SWEEP 8198AA AA ZER
1 EA THRESHOLD 655A-MSLA-10 A ZER
EA FIXED MULLION BY FRAME PROVIDER
1 EA WEATHERSTRIP BY DOOR/FRAME
MANUFACTURER
Hardware Group No. 03
For use on mark/door #(s): A-A100
Each To Have: Qty Description Catalog Number Finish Mfr
1 EA ELECTRIC STRIKE 6300 FSE 630 VON
1 EA POWER SUPPLY PS902 900-2RS
Coordinate Power Supply Requirement with
Security Provider
LGR VON
EA AI PHONE BY OTHERS
BALANCE OF HARDWARE EXISTING
CARD READER BY OTHERS
Door normally locked, entrance by Ai phone or access control/card reader to release electric strike.
Hardware Group No. 04
For use on mark/door #(s): JS-A116 JS-A121 JS-A123 JS-B126 JS-B142 JS-B152
JS-F136 JS-F143
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA PRIVACY LOCK ND40S RHO 626 SCH
3000-02 DOOR HARDWARE 087111-11
1 EA SURFACE CLOSER 4040XP 689 LCN
1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE
1 EA WALL STOP WS406/407CCV 630 IVE
Hardware Group No. 05
For use on mark/door #(s): A-B132 A-B133
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA PRIVACY LOCK ND40S RHO 626 SCH
1 EA SURFACE CLOSER 4040XP 689 LCN
1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE
1 EA WALL STOP WS406/407CCV 630 IVE
1 EA GASKETING 488S-BK S-Bk ZER
Hardware Group No. 06
For use on mark/door #(s): JS-A120 JS-B123 JS-B124 JS-C110 JS-C115 JS-F132
JS-F134 JS-F135 JS-F137
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA CLASSROOM LOCK ND70PD RHO
- KEY TO EXISTING SYSTEM
626 SCH
1 EA WALL STOP WS406/407CCV 630 IVE
Hardware Group No. 07
For use on mark/door #(s): A-B136 K-D113 K-D115 K-D132A
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA CLASSROOM LOCK ND70PD RHO
- KEY TO EXISTING SYSTEM
626 SCH
1 EA SURFACE CLOSER 4040XP 689 LCN
1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE
1 EA WALL STOP WS406/407CCV 630 IVE
1 EA GASKETING 488S-BK S-Bk ZER
3000-02 DOOR HARDWARE 087111-12
Hardware Group No. 08
For use on mark/door #(s): JS-A112 JS-A113 JS-C126 JS-F139 JS-F140 K-A110
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA CLASSROOM SECURITY ND75PD RHO XN12-035
- KEY TO EXISTING SYSTEM
626 SCH
1 EA SURFACE CLOSER 4040XP 689 LCN
1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE
1 EA WALL STOP WS406/407CCV 630 IVE
Hardware Group No. 09
For use on mark/door #(s): A-A127 A-A133 A-A134 A-A137 A-A150 A-A153
A-A155 A-A156 A-A157 A-A158 A-B110 A-B111
A-B112 A-B113 K-A111 K-A112 K-A113 K-A116
K-B110 K-B115 K-B117 K-C130 K-C131 K-C132
K-C133 K-C134 K-C135 K-C136 K-C137 K-D110
K-D112
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA CLASSROOM SECURITY ND75PD RHO XN12-035
- KEY TO EXISTING SYSTEM
626 SCH
1 EA SURFACE CLOSER 4040XP 689 LCN
1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE
1 EA WALL STOP WS406/407CCV 630 IVE
1 EA GASKETING 488S-BK S-Bk ZER
Hardware Group No. 10
For use on mark/door #(s): JS-A115 JS-B125 JS-C112 JS-C120 JS-F131B JS-F141
JS-F156
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA STOREROOM LOCK ND80PD RHO
- KEY TO EXISTING SYSTEM
626 SCH
1 EA WALL STOP WS406/407CCV 630 IVE
3000-02 DOOR HARDWARE 087111-13
Hardware Group No. 11
For use on mark/door #(s): JS-A117
Each To Have: Qty Description Catalog Number Finish Mfr
6 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 SET AUTO FLUSH BOLT FB41P 630 IVE
1 EA DUST PROOF STRIKE DP2 626 IVE
1 EA STOREROOM LOCK ND80PD RHO
- KEY TO EXISTING SYSTEM
626 SCH
2 EA WALL STOP WS406/407CCV 630 IVE
Hardware Group No. 12
For use on mark/door #(s): JS-B128B
Each To Have: Qty Description Catalog Number Finish Mfr
2 EA CONT. HINGE 224HD 628 IVE
1 SET AUTO FLUSH BOLT FB41P 630 IVE
1 EA DUST PROOF STRIKE DP2 626 IVE
1 EA STOREROOM LOCK ND80PD RHO
- KEY TO EXISTING SYSTEM
626 SCH
1 EA COORDINATOR COR X FL 628 IVE
2 EA MOUNTING BRACKET MB 689 IVE
2 EA SURFACE CLOSER 4040XP SCUSH 689 LCN
2 EA KICK PLATE 8400 10" X 1" LDW B-CS 630 IVE
1 EA GASKETING 429A A ZER
2 EA DOOR SWEEP 8198AA AA ZER
EA OVERLAPPING ASTRAGAL BY DOOR
MANUFACTURER
Hardware Group No. 13
For use on mark/door #(s): A-B135 JS-B128A
Each To Have: Qty Description Catalog Number Finish Mfr
6 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 SET AUTO FLUSH BOLT FB41P 630 IVE
1 EA DUST PROOF STRIKE DP2 626 IVE
3000-02 DOOR HARDWARE 087111-14
1 EA STOREROOM LOCK ND80PD RHO
- KEY TO EXISTING SYSTEM
626 SCH
1 EA COORDINATOR COR X FL 628 IVE
2 EA MOUNTING BRACKET MB 689 IVE
2 EA SURFACE CLOSER 4040XP 689 LCN
2 EA KICK PLATE 8400 10" X 1" LDW B-CS 630 IVE
2 EA WALL STOP WS406/407CCV 630 IVE
1 EA MEETING STILE 8217S-BK S-Bk ZER
Hardware Group No. 14
For use on mark/door #(s): A-B134 K-D124 K-D134
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA STOREROOM LOCK ND80PD RHO
- KEY TO EXISTING SYSTEM
626 SCH
1 EA SURFACE CLOSER 4040XP 689 LCN
1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE
1 EA WALL STOP WS406/407CCV 630 IVE
1 EA GASKETING 488S-BK S-Bk ZER
Hardware Group No. 15
For use on mark/door #(s): JS-F130A JS-F131A
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA STOREROOM LOCK ND80PD RHO
- KEY TO EXISTING SYSTEM
626 SCH
1 EA ELECTRIC STRIKE 6211 FSE CON 630 VON
1 EA SURFACE CLOSER 4040XP 689 LCN
1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE
1 EA WALL STOP WS406/407CCV 630 IVE
1 EA POWER SUPPLY PS902 900-2RS
Coordinate Power Supply Requirement with
Security Provider
LGR VON
CARD READER BY OTHERS
Outside lever always locked. Access by card reader or access control schedule to release electric strike. Lockdown
button will override any schedules and lock electric strike. Free egress.
3000-02 DOOR HARDWARE 087111-15
Hardware Group No. 16
For use on mark/door #(s): JS-F130B
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA INSTITUTION LOCK ND82PD RHO
- KEY TO EXISTING SYSTEM
626 SCH
1 EA ELECTRIC STRIKE 6211 FSE CON 630 VON
1 EA SURFACE CLOSER 4040XP 689 LCN
1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE
1 EA WALL STOP WS406/407CCV 630 IVE
1 EA POWER SUPPLY PS902 900-2RS
Coordinate Power Supply Requirement with
Security Provider
LGR VON
CARD READER BY OTHERS
Both levers always locked. Access by card reader or access control schedule to release electric strike. Lockdown
button will override any schedules and lock electric strike preventing access both directions.
Hardware Group No. 17
For use on mark/door #(s): K-A107 K-D100B
Each To Have: Qty Description Catalog Number Finish Mfr
2 EA CONT. HINGE 112HD 628 IVE
1 EA KEYED REMOVABLE
MULLION
KR4954 689 VON
1 EA PANIC HARDWARE 98-DT 626 VON
1 EA PANIC HARDWARE 98-NL 626 VON
1 EA RIM CYLINDER 20-057
- KEY TO EXISTING SYSTEM
626 SCH
1 EA MORTISE CYLINDER 20-062
- KEY TO EXISTING SYSTEM
626 SCH
1 EA ELECTRIC STRIKE 6300 FSE 630 VON
2 EA OH STOP 100S 630 GLY
2 EA SURFACE CLOSER 4040XP EDA 689 LCN
1 EA MULLION SEAL 8780N N ZER
2 EA DOOR SWEEP 8198AA AA ZER
1 EA THRESHOLD 655A-MSLA-10 A ZER
1 EA POWER SUPPLY PS902 900-2RS
Coordinate Power Supply Requirement with
Security Provider
LGR VON
CARD READER BY OTHERS
1 EA WEATHERSTRIP BY DOOR/FRAME
MANUFACTURER
3000-02 DOOR HARDWARE 087111-16
Doors normally locked. Free egress at all times. Access by card reader/access control to release electric strike and
allow entry.
Hardware Group No. 19
For use on mark/door #(s): JS-A110 JS-C118
Each To Have: Qty Description Catalog Number Finish Mfr
1 EA CONT. HINGE 112HD 628 IVE
1 EA PANIC HARDWARE 98-EO 626 VON
1 EA OH STOP 100S 630 GLY
1 EA SURFACE CLOSER 4040XP EDA 689 LCN
1 EA THRESHOLD 655A-MSLA-10 A ZER
1 EA WEATHERSTRIP BY DOOR/FRAME
MANUFACTURER
Hardware Group No. 20
For use on mark/door #(s): A-B137B A-B137C K-B124
Each To Have: Qty Description Catalog Number Finish Mfr
2 EA CONT. HINGE 112HD 628 IVE
1 EA KEYED REMOVABLE
MULLION
KR4954 689 VON
2 EA PANIC HARDWARE 98-EO 626 VON
1 EA MORTISE CYLINDER 20-062
- KEY TO EXISTING SYSTEM
626 SCH
2 EA OH STOP 100S 630 GLY
2 EA SURFACE CLOSER 4040XP EDA 689 LCN
1 EA MULLION SEAL 8780N N ZER
2 EA DOOR SWEEP 8198AA AA ZER
1 EA THRESHOLD 655A-MSLA-10 A ZER
1 EA WEATHERSTRIP BY DOOR/FRAME
MANUFACTURER
Hardware Group No. 21
For use on mark/door #(s): JS-F100
(VESTIBULE)
Each To Have:
3000-02 DOOR HARDWARE 087111-17
Qty Description Catalog Number Finish Mfr
1 EA PANIC HARDWARE 35A-EO 313 VON
1 EA PANIC HARDWARE 35A-NL-OP-388 313 VON
1 EA RIM CYLINDER 20-057
- KEY TO EXISTING SYSTEM
626 SCH
1 EA ELECTRIC STRIKE 6300 FSE 630 VON
1 EA POWER SUPPLY PS904 900-2RS 900-2RS LGR VON
BALANCE OF HARDWARE EXISTING
CARD READER BY OTHERS
Doors normally locked. Strikes can be locked/unlocked by access control schedule. Access by card reader or key
override when doors are locked.
Hardware Group No. 23
For use on mark/door #(s): A-A135A A-A135B
Each To Have: Qty Description Catalog Number Finish Mfr
2 EA CONT. HINGE 224HD 628 IVE
1 EA KEYED FIRE RATED
REMOVABLE MULLION
KR9954 689 VON
2 EA FIRE EXIT HARDWARE 98-L-F-06 626 VON
2 EA RIM CYLINDER 20-057
- KEY TO EXISTING SYSTEM
626 SCH
1 EA MORTISE CYLINDER 20-062
- KEY TO EXISTING SYSTEM
626 SCH
2 EA SURFACE CLOSER 4040XP EDA 689 LCN
2 EA KICK PLATE 8400 10" X 1" LDW B-CS 630 IVE
2 EA WALL STOP WS406/407CCV 630 IVE
1 EA GASKETING 488S-BK S-Bk ZER
1 EA MULLION SEAL 8780N N ZER
Hardware Group No. 24
For use on mark/door #(s): JS-B120A JS-C116A JS-C116B JS-C116C JS-C117A JS-C117B
K-D131A K-D131B K-D132B
Each To Have: Qty Description Catalog Number Finish Mfr
HARDWARE BY MANUFACTURER
Hardware Group No. 25
3000-02 DOOR HARDWARE 087111-18
For use on mark/door #(s): JS-A118 JS-B122 JS-B127
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA HINGE 5BB1 4.5 X 4.5 652 IVE
1 EA PANIC HARDWARE 98-NL 626 VON
1 EA RIM CYLINDER 20-057
- KEY TO EXISTING SYSTEM
626 SCH
1 EA SURFACE CLOSER 4040XP EDA 689 LCN
1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE
1 EA WALL STOP WS406/407CCV 630 IVE
Hardware Group No. 26
For use on mark/door #(s): JS-F142
Each To Have: Qty Description Catalog Number Finish Mfr
1 EA CONT. HINGE 112HD 628 IVE
1 EA PANIC HARDWARE 98-NL 626 VON
1 EA RIM CYLINDER 20-057
- KEY TO EXISTING SYSTEM
626 SCH
1 EA OH STOP 100S 630 GLY
1 EA SURFACE CLOSER 4040XP EDA 689 LCN
1 EA THRESHOLD 655A-MSLA-10 A ZER
1 EA WEATHERSTRIP BY DOOR/FRAME
MANUFACTURER
Hardware Group No. 27
For use on mark/door #(s): A-B137A JS-B120 JS-B121
Each To Have: Qty Description Catalog Number Finish Mfr
2 EA CONT. HINGE 112HD 628 IVE
1 EA KEYED REMOVABLE
MULLION
KR4954 689 VON
1 EA PANIC HARDWARE 98-DT 626 VON
1 EA PANIC HARDWARE 98-NL 626 VON
1 EA RIM CYLINDER 20-057
- KEY TO EXISTING SYSTEM
626 SCH
1 EA MORTISE CYLINDER 20-062
- KEY TO EXISTING SYSTEM
626 SCH
2 EA SURFACE CLOSER 4040XP EDA 689 LCN
2 EA WALL STOP WS406/407CCV 630 IVE
3000-02 DOOR HARDWARE 087111-19
Hardware Group No. 28
For use on mark/door #(s): K-D100A
Each To Have: Qty Description Catalog Number Finish Mfr
2 EA CONT. HINGE 112HD 628 IVE
1 EA KEYED REMOVABLE
MULLION
KR4954 689 VON
1 EA PANIC HARDWARE 98-DT 626 VON
1 EA PANIC HARDWARE 98-NL 626 VON
1 EA RIM CYLINDER 20-057
- KEY TO EXISTING SYSTEM
626 SCH
1 EA MORTISE CYLINDER 20-062
- KEY TO EXISTING SYSTEM
626 SCH
2 EA OH STOP 100S 630 GLY
2 EA SURFACE CLOSER 4040XP EDA 689 LCN
1 EA MULLION SEAL 8780N N ZER
2 EA DOOR SWEEP 8198AA AA ZER
1 EA THRESHOLD 655A-MSLA-10 A ZER
1 EA WEATHERSTRIP BY DOOR/FRAME
MANUFACTURER
Hardware Group No. 29
For use on mark/door #(s): JS-B140
Each To Have: Qty Description Catalog Number Finish Mfr
1 EA CONT. HINGE 224HD 628 IVE
1 EA PUSH PLATE 8200 6" X 16" 630 IVE
1 EA PULL PLATE 8303 10" 4" X 16" 630 IVE
1 EA SURFACE CLOSER 4040XP EDA 689 LCN
1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE
1 EA WALL STOP WS406/407CCV 630 IVE
Hardware Group No. 30
For use on mark/door #(s): JS-A119 JS-A124 K-D102
Each To Have: Qty Description Catalog Number Finish Mfr
2 EA CONT. HINGE 224HD 628 IVE
3000-02 DOOR HARDWARE 087111-20
2 EA PUSH PLATE 8200 6" X 16" 630 IVE
2 EA PULL PLATE 8303 10" 4" X 16" 630 IVE
2 EA SURFACE CLOSER 4040XP EDA 689 LCN
2 EA KICK PLATE 8400 10" X 1" LDW B-CS 630 IVE
2 EA WALL STOP WS406/407CCV 630 IVE
Hardware Group No. JS-LOCK REPLACEMENT
For use on mark/door #(s): JS-LOCK
REPLACEMENT
Each To Have: Qty Description Catalog Number Finish Mfr
3 EA PASSAGE SET L9010 06A EXT AS REQ 626 SCH
12 EA CLASSROOM LOCK L9070P 06A EXT AS REQ
- KEY TO EXISTING SYSTEM
626 SCH
39 EA CLASSROOM SECURITY L9071P 06A EXT AS REQ
- KEY TO EXISTING SYSTEM
626 SCH
18 EA STOREROOM LOCK L9080P 06A EXT AS REQ
- KEY TO EXISTING SYSTEM
626 SCH
18 EA CLASSROOM SECURITY ND75PD RHO XN12-035
- KEY TO EXISTING SYSTEM
626 SCH
6 EA STOREROOM LOCK ND80PD RHO
- KEY TO EXISTING SYSTEM
626 SCH
Lock replacement on doors only. Supply L9050/60/70 universal lock body on mortise locks configured to lock
function listed in hardware set. Balance of hardware existing. - FIELD VERIFY DOOR AND OPENING
REQUIREMENTS PRIOR TO ORDERING HARDWARE
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org
6700 Browns Lake Rd Jackson MI 49201 www.jcisd.org