No preview available
HomeMy WebLinkAboutC05-133 Western Slope Pro Audio (;IJ5 '""/31:>' &0 v AGREEMENT REGARDING PROVISION OF SERVICES FOR ARENA SOUND SYSTEM UPGRADES FOR EAGLE COUNTY FAIRGROUNDS This Agre~ment Re~arding Provision of Professional Services For Arena Sound System Upgrades dated as of jtl;ru l-=r-t , 2005, is between the. County of Eagle, State of Colorado, a body corporate and politic, by and through its Board of County Commissioners ("County"), and Western Slope Pro Audio, Inc. (Contractor). A. Contractor has submitted to County a Proposal for performing Services (defined below in section 1) and represented that it has the expertise and personnel necessary to properly and timely perform the Services. B. Contractor and County intend by this Agreement to set forth the responsibilities and to define the relationship in connection with the Scope of Services and the related terms that will govern the relationship between both parties regarding these Services. AGREEMENT Therefore, for good and valuable consideration, including the promises set forth herein, the parties agree to the following: 1. Scope of the Services ("Services"or "Work"): Contractor's Services consist of those services performed by the Contractor, Contractor's Employees and Contractor's subcontractors. Briefly described these services consist of: Installing a new main speaker system and supporting equipment for the Grandstands. The Contractor shall provide all labor, materials and equipment necessary to perform and complete the Services described herein and as follows: a) Services are further described in Contractor's proposals which are attached hereto as Exhibit "A". In the event of any conflict between this Agreement and the provisions of Exhibit" A", the terms of this Agreement shall prevail over all others. b) The contractor shall, upon commencement of Services, provide a list of maintained equipment, for the faciIity(s), showing their type and location. The county reserves the right to purchase repair services and labor under the terms and rates established in the agreement. The County and Contractor must jointly determine procedures and practices for completing the work such that the named facility(s) staff can be effectively involved and the County's Facilities Management Department can be effectively informed by the Contractor to maintain effective supervision and control over the work. c) The Parties hereto recognize that the scope of the Services may change. When the Contractor believes that the scope of the Services has been changed or that by reason of a decision of County it will be required to redo properly completed Services, the Contractor shall immediately advise County of such belief and shall also provide a statement of the maximum additional charges for such Services. The Contractor shall not be entitled to be paid for any such additional Services unless and until County agrees in writing that the scope of the Services has changed and accepts the statement of the additional charges. 2. Contract Documents: The contract Documents which comprise the entire Agreement, made a part hereof, and consist of the following: a) This Agreement b) General Conditions, attached hereto and incorporated herein by this reference. c) Requirements and Procedures for Contractors and Vendors Performing Work at County Facilities, attached hereto and incorporated herein by this reference. d) That portion of the contractor's proposals attached hereto as Exhibit "A". e) Any modification, including Change Orders, duly delivered after execution of the Agreement. 3. Contractor's Professional Level of Care: The Contractor shall be responsible for the completeness and accuracy of the Services, including all supporting data and other documents prepared or compiled in performance of the Services, and shall correct, at its sole expense, all significant errors and omissions therein. The fact that the County has accepted or approved the Contractor's Services shall not relieve the Contractor of any of its responsibilities. The Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the standards of care, skill and diligence that would be anticipated from providers of similar services. Contractor warrants and guarantees that all work will be in accordance with the contract documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective work, whether or not in place, may be rejected or corrected as set forth herein. Ifrequired by County, Contractor shall promptly, without cost to County, either correct any defective work, whether or not fabricated, installed, or completed, or, if the work has been rejected by County, remove it from the site and replace it with nondefective work in a manner acceptable to the County. If Contractor fails, within a reasonable time after notice to proceed, to correct defective work, or to remove and replace rejected work, or if Contractor fails to perform the work in accordance with the contract documents, County may, after five (5) days written notice to Contractor, correct and remedy any such deficiency. All direct and indirect costs of County in exercising such rights shall be charged against Contractor and a change order shall be i$sued incorporating the necessary reduction in the contract price. 4. Time of Performance and Termination: a) The initial term of this Agreement is from the date the contract is executed by County to June 30,2005 b) County may terminate this Agreement immediately, in whole or in part, for its convenience upon providing notice to the Contractor. Such termination shall be effective upon receipt of the notice by Contractor or upon such other date as specified by County. c) Notwithstanding anything to the contrary contained in this Agreement, no charges shall be made to County nor shall any payment be made to Contractor for any Services done after June 30,2005, without the written approval of the County in accordance with a budget adopted by the Board of County Commissioners in accordance with the provisions of Article 25 of Title 30 of the Colorado Revised Statues and the Local Government Budget Law (C.R.S 29-1-101 et seq.). 5. Compensation and Payment: In consideration of its performance of the Services, the Contractor shall be paid as follows: a) County will pay an amount not to exceed Thirty Nine Thousand Seven Hundred Thirteen Dollars ($39,713). b) Invoices shall describe the Services performed in detail. Invoices must be itemized as applying to established rates and charges and any additional expenses must be itemized on a time and materials basis. Additional services must be approved by the county prior to commencing work. Contractor's proposal must enumerate charges for technician services based on skill level, travel time and overtime charges for weekend and after-hours work. Upon request, Contractor shall provide County with such other supporting information as County may request. c) All invoices will be sales tax free because County is a government exempt from such taxes (see General Conditions #2). d) The Contractor shall maintain comprehensive, complete and accurate records and accounts of its performance relating to this Agreement for a period of three (3) years following final payment hereunder, which period shall be extended at County's reasonable request. County shall have the right within such period to inspect such books, records and documents upon demand, with reasonable notice and at a reasonable time, for the purpose of determining, in accordance with acceptable accounting and auditing standards, compliance with the requirements of this Agreement and the Law. 6. Proiect Management: Contractor shall designate a Project Manager for the Services. County's Director of Facilities Management shall be County's manager responsible for this Agreement. All correspondence between the parties hereto regarding this project shall be between and among the project managers. Either party may designate a different project manager by notice in writing. 7 Independent Contractor: It is expressly acknowledged and understood by the parties hereto that nothing contained in this Agreement shall result in, or be construed as establishing, an employment relationship. Contractor shall be, and shall perform as an independent contractor. No agent, subcontractor, employee, or servant of Contractor shall be, or shall be deemed to be, the employee, agent or servant of County. The Contractor shall be solely and entirely responsible for its acts and for the acts of Contractor's agents, employees, servants and subcontractors during the performance of this Agreement. 8. Subcontracting; Assignment: The Contractor understands and hereby acknowledges that County is relying primarily upon the expertise and personal abilities of Contractor. Contractor may not subcontract or delegate any part of the Services or substitute subcontractors without County's written consent, which consent County may exercise in its sole discretion. Neither Contractor nor its subcontractors may assign its interest in the Agreement or in its subcontract, including the assignment of any rights or delegation of any obligations provided therein, without the prior written consent of County, which consent County may withhold in its sole discretion; provided that County hereby consents to any assignment to a successor entity to Contractor and to an assignment to an entity affiliated (by ownership) with Contractor. Except as so provided, this Agreement shall be binding on and inure to the benefit of the parties hereto, and their respective successors and assigns, and shall not be deemed to be for the benefit of or enforceable by any third party. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Agreement. 9. Ownership of Documents: Records of Service provided under this Agreement shall be given to County at its request. 10. Insurance: At all times during the term ofthis Agreement, Contractor shall maintain the following msurance: a) Type of Insurance Coverage Limits b) Commercial General Liability $1,000,000 minimum c) Workers' Compensation As required by Colorado law d) All insurance required hereby shall be issued by an insurance company or companies authorized to do business in the State of Colorado. The Contractor shall deliver certificates of required insurance to the County, naming the county as "Additional Insured", within fifteen (15) calendar days of execution of this Agreement by the Board. e) Before permitting any subcontractor to perform any Services under this Agreement, Contractor shall either (1) require each of his subcontractors to procure and maintain, during the life of his subcontracts, insurance which meets the requirements for the Contractor herein, or (2) provide for insurance of the subcontractor in Contractor's own policies in the amounts required herein above. 11 Indemnification: Within the limits allowed by law, Contractor shall indemnify the County for, and hold and defend the County and its officials, boards, officers, principals and employees, harmless from all costs, claims and expenses, including reasonable attorney's fees, arising from claims of any nature whatsoever made by any person in connection with the acts or omissions, or representations by, the Contractor. This indemnification shall not apply to claims by third parties against the County to the extent that the County is liable to such third party for such claim without regard to the involvement of the Contractor. 12 Notices: Any notice and all written communications required under this Agreement shall be given in writing by personal delivery, FAX or mail to the appropriate party at the following addresses: a) Contractor: Western Slope Pro Audio, Inc. 146 W. Main St., #101 Montrose, CO 81401 Ph: 970-240-3499 Fax: 970-240-2720 b) County: Jason Hasenberg Deputy Director, Facilities Management Dept. Eagle County PO Box 850 Eagle, CO 81631 Ph. 970-328-8882 Fax. 970-328-8899 c) Notices shall be deemed given on the date of delivery if delivered by personal delivery or delivery service such as Federal Express or United Parcel Service, or three days after the date of deposit, first class postage prepaid, in an official depository of the U.S. Postal Service. 13 Miscellaneous: a) The Contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement on the basis ofrace, color, religion, national origin, sex, ancestry, physical handicap, age, political affiliation or family responsibility. The contractor shall require all consultants, subcontractors or assigns to agree to the provisions of this subparagraph. b) The making, execution and delivery of this Agreement by the parties hereto has not been induced by any prior or contemporaneous representation, statement, warranty or agreement as to any matter other than those herein expressed. This Agreement embodies the entire understanding and agreement of the parties, and there are no further or other agreements or understandings, written or oral, in effect between them relating to the subject matter hereof. This Agreement may not be amended, including by any modification or, deletion from or addition to the scope of the Services, except by a written document of equal formality executed by both parties hereto. c) This Agreement shall be governed by and construed in accordance with the internal laws of the State of Colorado, without reference to choice of law rules. The parties agree that venue in any action to enforce or interpret this Agreement shall be in the District Court in the 5th District for the State of Colorado. d) This Agreement does not and shall not be deemed to confer upon or grant to any third party any right enforceable at law or equity arising out of any term, covenant, or condition herein or the breach thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its ~.' :;C::;'4!c"'4c+... BOARD OUNTY COMMISSIONERS '-?~-----.. Co", A TTEST: I ~ /~4\ c::':;.'.'.c._.'.~.:'.'....; ~<! ~ . (l~ *S:' _ . .' ,p,l' By: Clerk to the BO~Of ,~ County Commissioners WESTERN SLOPE PRO AUDIO, INC. By: .JJzr;/ft; Title: ~rl/i;J( STATE OF COLORADO ) )ss ) I L{ t~ day of Ap rd I ;;X;D5 , My commission expires: 9 /.;2~ tJ 7 G:\CPROJECT\Fg-grand- projects\sound system\Westem Slope Contract.DOC. GENERAL CONDITIONS I. Contractor shall provide and pay for labor, materials, equipment, tools, utilities, permits, licenses, transportation, and other facilities and services necessary for proper execution and completion of the Work. 2. County will cooperate with Contractor to obtain tax exemption for this project. If Contractor fails to obtain tax exemption applicable to public works projects regarding sales, consumer, use and similar taxes, Contractor shall pay the same. 3. Contractor shall be responsible for having taken steps reasonably necessary to ascertain the nature and location of the Work, and the general and local conditions which can affect the Work or the cost thereof. Any failure by Contractor to do so will not relieve him from responsibility for successfully performing the Work without additional expense to the County. County assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, employees or agents prior to the execution of this Agreement, unless such understanding or representations are expressly stated in the Agreement. 4. Before commencing activities, Contractor shall: (l) take field measurements and verify field conditions; (2) carefully compare this and other information known to Contractor with that of the Agreement; and (3) promptly report errors, inconsistencies or omissions discovered to County. 5. Contractor shall supervise and direct the Work, using Contractor's best skill and attention. 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. 6. Contractor, as soon as practicable, shall furnish in writing to the County the names of subcontractors and suppliers for each portion of the Work. 7. No charge shall be made by Contractor for hindrances or delays from any cause whatever during the progress of any portion of the Work, unless such hindrance or delay is caused in whole or in part by acts or omissions within the control of Owner. In any event, Owner may grant an extension of time for the completion of the Work, provided it is satisfied that delays or hindrances were due to causes outside Contractor's control, e.g., weather, or to acts of omission or commission by the Owner, provided that such extensions oftime shall in no instance exceed the time actually lost to Contractor by reason of such causes, and provided further that Contractor shall have given Owner immediate (as determined by the circumstances, but not exceeding 72 hours) notice in writing of the cause of the detention or delay. 8. Contractor shall deliver, handle, store and install materials in accordance with manufacturers' instructions. 9. Contractor warrants to County that: (l) materials and equipment furnished under the Agreement will be new and of good quality; (2) the Work will be free from defects not inherent in the quality required or permitted; and (3) the Work will conform to the requirements of the Agreement. 10. Contractor shall comply with and give notices required by all federal, state and local laws, statutes, ordinances, building codes, rules and regulations applicable to the Work. If the Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building codes, rules or regulations without notice to County, Contractor shall assume full responsibility for such Work and shall bear the attributable costs. Contractor shall promptly notify County in writing of any conflicts between the specifications for the Work and such govemmentallaws, rules and regulations. II. Contractor shall keep the premises and surrounding area free from accumulation of dust, debris and trash related to the Wark. 12. Before permitting any of his subcontractors to perform any Work under this contract, Contractor shall either (a) require each of his subcontractors to procure and maintain during the life of his subcontracts, Subcontractor's Public Liability and Property Damage Insurance of the types and in the amounts as may be applicable to his Work, which type and amounts shall be subject to the approval of the County as indicated in the Agreernent, or (b) insure the activities of his subcontractors in his own policy. 13. The performance of the Work may be terminated at any time in whole, or from time to time in part, by County for its convenience. Any such termination shall be effected by delivery to the Contractor of a written notice ("Notice of Termination") specifying the extent to which performance of the Work is terminated and the date upon which termination becomes effective. After receipt of a Notice of Termination, and except as otherwise directed by County, Contractor shall, in good faith, and to the best of its ability, do all things necessary, in the light of such notice and of such requests in implementation thereof as County may make, to assure the efficient, proper closeout of the terminated Work (including the protection of County's property). Among other things, Contractor shall, except as otherwise directed or approved by County: a. stop the Work on the date and to the extent specified in the Notice of Termination; b. place no further orders or subcontracts for services, equipment or materials except as may be necessary for completion of such portion of the Work as is not terminated; c. terminate all orders and subcontracts to the extent that they relate to the performance of Work terminated by the Notice of Termination; d. assign to County, in the manner and to the extent directed by it, all of the right, title and interest of Contractor under the orders or subcontracts so terminated, in which case County shall have the right to settle or pay any or all claims arising out of the termination of such orders and subcontracts; e. with the approval of County, settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts; and f. deliver to County, when and as directed, all documents and all property which, if the Work had been completed, Contractor would be required to account for or deliver to County, and transfer title to such property to County to the extent not already transferred. In the event of such termination, Contractor shall be paid for the satisfactorily completed work up to the termination date. Requirements and Procedures for Contractors and Vendors Performing Work at County Facilities 1. Customer Service: It is our job to maintain a customer service ethic. This means communicating efficiently and treating people with respect and courtesy. This requires communicating with Facilities Management to get permission prior to work, informing building users what is planned, how it will effect each of them, what the interruptions will be and how long the work will take. This applies to all contractors and vendors working in county facilities and sites. 2. Coordinating with Building Users/Employees: Before entering a county facility, arrangements must be made for work during regular business hours or for work after- hours. Any work which will create noise, dust or odors must be arranged and approved in advance by the Director of Facilities. Permission must also be granted by the department director of the effected area prior to commencing work during business hours. There is to be no work of any kind. other than routine maintenance functions. in the Eaf!le County Administration Campus Offices durinf! business hours of 7:00am to 5:30pm. Monday throuf!h Friday. This includes enterinf! to inspect or coordinate the work. movinf! furniture. deliverinf! or removinf! materials or makinf! post-completion punch-list inspections. Any exceptions to this must be approved by the county manaf!er. During the course of work, if the contractor or his workers are requested by a county employee to stop work for any reason, please do so. Immediately call the contact person or the emergency contact, as indicated below to report this stoppage and to get further directions. 3. Coordination and use of facilities Arrangements must be made with Facilities Management by calling 328-8880 during regular business hours or at the office located on 590 Broadway in Eagle, next to the main county building. Contractors and vendors must make sure they have a specific plan for building access and a contact person and direct phone number for that person prior to commencing any after-hours work. After hours emergency contact can be made by calling the on-call pager at 748-2223 or the cell phone at 471-6228. A. After hours work: Contractors and vendors must arrange, in advance, for any work to be performed outside of the regular building operating hours of 7:00am to 5:30pm, Monday through Friday. It is imperative that access be arranged in advance. Each time a contractor or vendor is working after hours, contact must be made with the Facilities Management project personnel, ahead of time, to coordinate issues which may arise as a result of the planned work. Certain facilities have security systems with restricted access and hours of access. Instructions for specific building entries will be given for after-hours. One key and one access card may be checked out. The contractor or vendor must sign for the key and/or card. There is a $500 charge for lost keys or cards. Final payment will not be made until keys and/or cards are returned. 1. Eagle County Building Site- The main east entrance of the Eagle County building is the only access point for the building after-hours. Enter and exit only through the east doors of the main building, all other doors are alarmed. 2. Do not prop open any doors. Contractors and vendors may not prop doors open to allow extension cords to be run through doors. Extension cords must be connected to exterior outlets to power any equipment used outdoors. 3. Contractors and vendors must arrange to meet their workers at building entrances to accompany them to work sites. 4. Contractor and vendor personnel must remain only in designated work areas and must not go into other areas of the building. C. Work which creates noise, vibration, dust, or any physical disturbance of staff (such as furniture moving) or requires the use of volatile organic compounds (VOCs) or other hazardous substances, must be coordinated with the Facilities Management Department prior to commencing work. The use of oil-based paints, lacquer finishes or thinners is prohibited inside or adjacent to County buildings. Contractors and vendors must have applicable MSDS documentation on site and be in compliance with the labeled requirements. D. Smoking is not allowed in county facilities. Smoking is allowed outside buildings a minimum of fifteen feet from the building. Certain county buildings have specific smoking areas assigned. E. Vehicles may not be parked on grass areas. Contractors and vendors must use the paved county parking areas. Contractors and vendors requiring special access must make specific arrangements through the Facilities Management Department prior to commencing work. F. Areas for storage of materials, tools or for work fabrication assembly must be arranged in advance. The County and their employees are not responsible for theft or damages of such materials or tools. 3. Insurance and Bonds: A. All contractors and vendors must meet the minimum statutory insurance requirements before entering to work on any county site. A valid commercial general liability insurance certificate must be received in the Facilities Management office, and approved, before any mobilization or work commences on a county site. Contractors and vendors under contract with the county should refer to the Agreement for applicable insurance and bonding requirements. Contract insurance and bonding requirements may differ from those indicated in this document. B. The minimum statutory insurance requirements are as follows: commercial general liability coverage shall be carried in the minimum amount of $500,000 per injury and $1,000,000 per occurrence for claims or damages arising from activities conducted, including but not limited to personal injury, death, property damage and other damages imposed by law. Contractors must carry worker's compensation insurance as required by law. 4. Compliance with Federal. State and Local Laws: A. It is the responsibility of all contractors and vendors to be in compliance with all applicable Federal, State and local laws while performing work on behalf of the county on all county sites. B. Contractors and vendors must be aware of and be in compliance with the Occupation and Safety Act (OSHA). All work procedures and any use of equipment on county sites must meet and be handled and operated in compliance with OSHA. C. Contractors and vendors must be aware of Federal, State and local laws applicable to the procurement, use and handling of hazardous substances. Contractors and vendors must receive written approval from the Director of Facilities Management to bring a substance with a hazardous materials classification greater than one (1) for health, fire or reactivity hazard and/or any specific hazard designation onto a county site. 5. Personnel: A. Contractors and vendors are required to ensure that all personnel are qualified employees meeting all Federal, State and local laws related to employment, and may be required to show verification upon request. B. Contractors and vendors act as an independent contractor on all projects, unless the contract specifies otherwise, and are obligated to pay federal and state income tax on moneys earned. The personnel employed by contractors and vendors are not and shall not become employees, agents or servants of the County because of the performance of any contracted work. C. Eagle County is a drug-free workplace. The possession or use of alcohol and drugs is prohibited while on county sites. All personnel must arrive for work at Eagle County sites sober and drug-free. Any person violating this provision must be immediately removed from the site. 7. Clean Up: A. Contractors and vendors are responsible for clean up of immediate work areas. Disturbed areas must be returned to their original condition at the completion of the work. Contractors and vendors must either designate an area to be separated, and remain as work area for the duration of the project, or provide for immediate work areas open to employees and the public to be cleaned every 24 hours prior to the commencement of the next day's business hours and on weekends no later than Sunday night prior to the commencement of business on Monday morning. Areas to be designated as work areas must be separated from occupied business areas with partitions or plastic sheeting which will stop the transmission of sound, dust and other disturbances. B. Trash: Contractors and vendors are responsible for trash generated by work at county facilities. Minor disposal in county trash receptacles is permitted. Contractors and vendors engaging in work requiring seven days or longer or disturbing greater than 100 square feet of existing space must provide for their own trash collection and disposal. 8. Sales Tax: County will cooperate with Contractor to obtain tax exemption. If Contractor fails to obtain the tax exemption(s) applicable to public works projects from sales, consumer, use and similar taxes, Contractor shall pay the same. 10. Indemnification: Within the limits allowed by law, Contractor shall indemnity the County for, and hold and defend the other party and its officials, boards, officers, principals and employees, harmless from all costs, claims and expenses, including reasonable attorney's fees, arising from claims of any nature whatsoever made by any person in connection with the acts or omissions, or representations by, the Contractor. Arena Sound System Upgrades Custom Designed for Jason Hasenberg Eagle County ~J"'estern Slope Proposal: 1877-00 Pro Audio, Inc. April 11 , 2005 PROFESSIONAL SOUND VIDEO & CONTROL SYSTEMS Arena Sound System Upgrades Custom Designed for Jason Hasenberg Eagle County Western Slope Pro Audio, Inc. is the regions leading custom professional audio, video and control system design and installation company. Our management team has built its reputation for quality, innovation and professionalism with over 37 -years of combined experience in live sound reinforcement, digital recording systems, broadcast, and system design & installation. This proposal represents a design carefully prepared with your requirements, our experience and industry standards all balanced to form a workable plan. Please evaluate this proposal to determine if it meets your needs and budget. WSPA, Inc's. design flexibility allows us to easily modify this proposal to truly meet your expectations. This plan can be fully implemented at this time or in stages as your needs grow. Investing in quality components and having them properly installed will provide you with many years of trouble free service and performance. Please let us know how we can help with your plans. 146 W. Main St. #101, Montrose, CO 81401 Ph: 970-240-3499 Fax: 970-240-2720 Tason Hasenberg - Eagle Count, Arena Sound System Upgrades Proposal: 1877-00 4/11/05 Section: I Page: 1 WESTERN SLOPE PRO AUDIO, INC. SYSTEM DESIGN This proposal represents a design carefully prepared with your requirements, our experience and industry standards all balanced to form a workable plan. The following is a summary of the existing systems and results ofthe diagnoses completed by our Technician on April 27, 2004, and recommended remedy for a functional User-friendly sound system. DIAGNOSES - Current Systems Technician Danny Kinimaka visited the Arena Monday evening 4/26 while it was being used for practice. During this visit he noticed that a pair of Grandstand speakers near the center of the stands not working and no sound was being produced from the paging horns located on the North side of the Arena. Tuesday Danny met with Tom Harris and toured the facility. The following is a list of issues found during that walk-through. 1) Found a circuit breaker for the center section speakers that were not working Monday PM. Labels where present are not easily legible for correct system operation. Being required to locate and use circuit breakers for system power on/off is at best crude and inefficient. 2) Speakers hanging in the Grandstand are not properly attached to the beams, allowing the speakers to move in high winds, changing the coverage angles. While strong chain was used to hang the speakers, the hardware attached directly to the speakers are not forged steel and susceptible to breakage. 3) The Grandstand speakers are self-powered speakers installed without any protection for the electronics that power the speakers. This is ill advised for a high current, powered speaker in an outdoor environment and will cause the speakers to fail well before their expected lifespan. 4) Identical speakers are installed in the Red Barn where a large amount of dust has accumulated in and on the speakers. While the sound quality from the speakers is good, lifespan will be drastically reduced. 5) There are wiring faults in the Red Barn system, probably due to the DPST switch located in the connection panel. The switch labeled "Stereo/Mono" is supposed to allow the Red Barn system to be combined with, or be isolated from the Main Arena system. Currently the switch does not operate correctly, allowing a large amount of bleed-through to enter the Red Barn system from the main system, even though the system should not have sound present. 6) Three of the six Red Barn speakers are currently not working; two have been turned off due to hum and buzzing. The third possibly due to the switch issue addressed above. 146 W. Main St. # I 0 I, Montrose, CO 8140 I Ph: 970-240-3499 Fax: 970-240-2720 ~Iason Hasenberg - Eagle Count~ ~ :lrena Sound System Upgrades Proposal: 1877-00 4/11105 Section: 1 Page: 2 WESTERN SLOPE PRO AUDIO, INC. 7) In the Grandstand the manufacturer recommended limit for "daisy-chained" operation is dependant on the output impedance of the driving unit, in this case the Rane SPM-26b. The system is currently at its absolute mathematical limit, NOT including the resistance associated with the long cable run from the Crow's Nest to the Grandstand. Once this cable length is added into the equation the system can become unbalanced causing overloading of the output circuitry causing system noise. 8) In the Crow's Nest the Rane SPM-26b is incorrectly labeled causing users to operate a volume control without effect on any speaker output. There are several wires connected to the outputs of the SPM-26b that are dangling on the outside of the equipment rack. No cables in the rack are labeled as to their destinations. 9) There is no power management for the equipment rack, causing Users to power on and off all components individually. Also, no surge or spike protection is provided to the equipment rack, making it susceptible to power related noise and possible damage. 10) The TOA mixer/amp currently used in the Crow's Nest is designed for a primary use in office paging systems. The amplifier section of this unit is not being used, causing the transformer inside the unit to buzz and resonate inside the rack. This releases RF energy into the rack environment and can lead to sound bleeding into other cables and unshielded electronics. 11) The Crest power amplifier is a high power distributed 70-volt design being operated in and 8-ohm mode. The amp has no provision for 8-ohm operation and is therefore absolutely wrong for this application. This is a very powerful amp driving very efficient horns incorrectly, causing distortion and most likely damaging the drivers on the horns. The fan on the amp does not appear to be working and this will ultimately lead to amplifier failure. 12) The TOA amplifier driving the horns on the outside ofthe Red Barn for the Small Arena and Front Entry area is a commercial amp designed to drive long 70-volt or short 8-ohm speaker runs. Currently the amp is driving a long 8-ohm run with the horns hooked up in 8-ohm mode (one horn at 6-ohms, and one at 16-ohms). This is extremely inefficient and adds damping loss and frequency loss over long cable runs. 13) The horns in the Main Arena, Small Arena, and Entry Area are being run in 8-ohm mode. This is incorrect for the cable lengths and allows more full range frequencies to attempt to drive the horns. This leads to horn failure and poor sound quality. Furthermore, the horns are incorrectly aimed for the areas they are supposed to cover. Horns by nature are bandwidth limited, making them inappropriate for music playback. There is also a break in the wiring to the Small ArenaJEntry horns, which was repaired prior to testing the system. The incorrect aiming, powering and application of horns in the Arena make it very difficult for any rodeo performers to hear music or timing announcements. 14) There is currently no easy way to control volume at the Small ArenaJEntry horns. This is also the case for the Red Barn system when it is combined with the Main Arena system. 15) The Front Entry horn sound is "muddy"; probable cause is a blown driver. 146 W. Main St. #101, Montrose, CO 81401 Ph: 970-240-3499 Fax: 970-240-2720 Jason Hasenberg - Eagle Coun~ 'A.rena Sound System Upgrades Proposal: 1877-00 4/11/05 Section: 1 Page: 3 WESTERN SLOPE PRO AUDIO, INC. 16) There is no monitoring capability in the Crow's Nest for announcers. The directional nature of the current horns means the first sound heard in the Booth is a reflection off the Grandstands or sound from the Grandstand speakers themselves. This is also true for the gates directly under the Crow's Nest, making it difficult for the rodeo performers to hear their cues. 17) There is insufficient space in the equipment rack for all currently installed units. This means the delay unit installed in the system for proper intelligibility of the Grandstand speakers is crammed into the rear of the rack, crimping cables and obstructing airflow. 18) There is insufficient cooling for the equipment rack with large convection cooled power amplifiers stacked directly on top of one another. There is no forced air-cooling to help prolong the life ofthe electronics. 19) The Rane AD22 delay did not seem to be set correctly for the distance needed. The delay was set for 75 feet, which resembles the distance from the equipment to the pole mounted horns. The delay needs to reflect the distance between the pole mount horns and the Grandstand speaker, therefore incorrect and causing intelligibility problems. Further conftrmation and acoustical measurement is required. 20) The Denon Cassette Deck and CD player are high quality units although there is some noise present in the tray loading mechanism ofthe CD. This is probably caused by dust or other contamination. Preventative maintenance on the two decks is recommended. SUMMARY Main Arena Sound System We expect to be able to salvage some ofthe current cable, however due to the original design this will be limited. We will also be able to utilize the equipment rack, the Denon Tape and CD should also be useable with the aforementioned service successfully completed on those units. Red Barn Sound System The speakers are not in an environment that will allow them to perform for a full life cycle. When failure does occur we recommend replacement with a speaker more suited for harsh environments. The current system is providing partial operation due to poor wiring and switching in this area. Four of the powered speakers are more than adequate to cover the indoor arena. No upgrades to the Red Barn system are included in this proposal. SCOPE OF WORK Remove all components from the Crow's Nest and Grandstand. Replace wiring as necessary to insure proper operation of the new sound system. Add additional required equipment racks in locations noted on drawings and in this document. Install a high-quality full-range sound reinforcement system to the 146 W. Main St. #101, Montrose, CO 81401 Ph: 970-240-3499 Fax: 970-240-2720 Jason Hasenberg - Eagle Coun9' Arena Sound System Upgrades' Proposal: 1877-00 4/11/05 Section: 1 Page: 4 WESTERN SLOPE PRO AUDIO, INC. Main Arena and Grandstands. Provide proper connection and termination of all associated components. Provided complete coverage to all areas that require audio in order to properly cover all events in the facility. Tune, balance, & test the system for optimum system performance. Train Owner's staff on proper operation and maintenance of the sound system. Deliver a fully functional operator friendly system. Additionally we recommend transfer all removed equipment to our shop for complete testing and cleaning, prepare a plan for use of working equipment to be used in other County facilities in a manner in which they were originally intended. Recommend any necessary service or repair required to return damaged components to a serviceable state. PERFORMANCE NARRATIVE - Main Arena Sound System The new sound reinforcement system is designed for operation with limited user interface or control. A Shure SCM-810/410 automatic mic/line mixer combination will open and close audio channels as they are used. This feature greatly reduces system noise and aids in feedback control by limiting signal path to only those input channels that are active. Front level controls for mic and source level is provided on the front panel of the SCM-81O and SCM-41O, gain structure and automatic settings are not accessible to the average system operator. This feature will prevent unauthorized changes in the system that could cause damage to speakers or electronics. Three channels are available on the mixing system for future expanSIOn. A Shure P-4800 system processor provides equalization, limiting, feedback control, and crossover in a completely flexible matrix design. Eight independent outputs are tuned and balanced for each system served, with all necessary processing custom tailored for each zone. Control zones include the main right/left speaker clusters, Chutes & Booth monitor, Grandstand delay, and the Practice Arena. The existing line level audio feed for the Red Barn remains intact, no upgrade work is made to the Red Barn functionality or speaker systems. A remote mix connection panel is installed on the North wall of the Crow's Nest and provides a connection for a local mixer. This input is processed through the automatic mixer for level adjustment and the P-4800 system processor for overall system protection. This will limit the damage an untrained operator could do to the new system and will maintain a basic level of system performance. A broadcast feed is provided next to the remote mixer connection and may be used by radio to send the Arena program over the air if desired. Again a dedicated output on the P-4800 will allow us to maximize the signal dedicated to broadcast without effecting normal system operation. 146 W. Main St. #101, Montrose, CO 81401 Ph: 970-240-3499 Fax: 970-240-2720 .J:ason Hasenberg - Eagle County ~~rena Sound System Upgrades Proposal: 1877-00 4/11105 Section: I Page: 5 WESTERN SLOPE PRO AUDIO, INC. All speakers specified are fully weatherproof design and are capable of long-term installation in harsh environments. Technomad loudspeakers feature a three-layer WeatherTech grille system, one-piece molded Mil-Spec cabinets and are resistant to impact, UV light and fire. Technomad loudspeakers are designed for use in real-world abusive situations, year-round without fear of water, salt, sand, insect, temperature, mold, mildew, chemical, condensation, or other sources of datnage. Technomad builds compact and durable speakers that are powerful and musically accurate. Western Slope Pro Audio, Inc has a nearly 10-year track record with Technomad loudspeakers in numerous harsh installations including an outdoor amphitheater in Rocky Mountain National Park, Montrose County Rodeo Arena, Snowmass Rodeo Arena, Cody Stampede Rodeo Arena, Ogden Dinosaur Park, UT and many others. Technomad speakers carry a comprehensive 10-year cabinet, 5-year hardware and 2-year electronics warranty. The main speaker clusters are installed on the light poles that are currently home to the disconnected horns. Technomad Berlin 15/H weatherproof outdoor speakers are specified for arena coverage. Installation is made at a height so as not to adversely interfere with performers, while providing complete coverage to the riding area. The Berlin 15/H Tour model ships with a watertight front lid allowing the speakers to remain outdoors even under the harshest conditions and are completely waterproof with the lid attached. A total of four Berlin 15/H speakers are installed with clusters of two per pole. Power for the main speaker system is provided by a QSC CX-702 commercial amplifier delivering 700-watts of power per channel into the designed 4-ohm speaker load. With a power rating of275-watts per cabinet the main speakers will have ample headroom to ensure consistent, reliable operation under any circumstance. Two Technomad Vernal 1ST loudspeakers are installed under the Crow's Nest to cover both Chute areas. This will provide the performers with adequate sound levels and timing information. The Rolls RA-170 70-volt power amplifier installed in the new amp rack powers the Vernal 1ST's. An in-wall volume control in the Crow's Nest provides level control. Connected to the same amplifier and capable of independent level control is an Atlas W -150 weatherproof speaker for in-booth monitoring. A separate in-wall volume control is installed next to the Chute Vc. This allows the announcer to monitor program material and be able to hear timing or other cues from the arena such as clowns or other entertainers. An independent output of the P-4800 system processor will ensure adequate level without feedback in the Booth. 146 W. Main St. #101, Montrose, CO 81401 Ph: 970-240-3499 Fax: 970-240-2720 /.Jason Hasenberg - Eagle CountYt Arena Sound System Upgrades i Proposal: 1877-00 4111105 Section: 1 Page: 6 WESTERN SLOPE PRO AUDIO, INC. A processed line level signal is sent to the main Grandstands electrical room and connects to the amplifier rack provided. An RDL audio distribution amplifier feeds each of the three QSC CX-502 power amplifiers and distributes level signal. Each QSC CX-502 provides 300-watts of power per channel to the Technomad NOHO C delay speakers. Five NOHO C speakers are installed for Grandstand fill and deliver full-range music and voice to the audience. The NOHO C speakers will be properly installed with load rated forged eyebolts and aircraft grade wire rope. Nominal level control is set on the amplifiers and all speakers will adjust up or down with the settings on the Shure mixer in the Crow's Nest. Furman power relays power the amplifier rack on and off from the main power panel installed in the equipment rack (Crow's Nest). A complete arena microphone package is included. Shure SM-58 vocal microphones provide for in-booth announcing, four Shure UHF frequency agile wireless microphone systems are included for arena announcing and performers. Two wireless systems include a body pack transmitter / headset combination for use by clowns or other active performers and two wireless with SM-58 handheld transmission is provided. An antenna distribution system is employed to eliminate interference from the steel exterior. Two weatherproof electrical boxes are installed for antenna connection, which will need to be removed when not in use. Antenna distribution will allow wireless range of up to 350 feet from the Crow's Nest. DESIGN NOTES A complete power conditioning and management system is included for the Arena sound system. A Furman PS-PRO power sequencer is installed in the main equipment rack in the Crow's Nest and a low voltage control line are installed to the electrical room rack. All components in the system are powered on in sequence to prevent damaging in-rush currents and power "pops" that may cause speaker or electronic damage. Reverse order power down provides the same protection when the system is turned off. WORK BY OTHERS Two 20-amp dedicated electrical circuits are required for the grandstand equipment rack. WARRANTIES All new components are covered by manufacture warranties less pickup/delivery labor and shipping/insurance/handling charges. No warranty is expressed or implied for Owner supplied equipment to be integrated into this design. 146 W. Main St. # 10 I, Montrose, CO 8140 I Ph: 970-240-3499 Fax: 970-240-2720 .Jason Hasenberg - Eagle County, Arena Sound System Upgrades Proposal: 1877-00 4/11/05 Section: 1 Page: 7 WESTERN SLOPE PRO AUDIO, INC. PERFORMANCE GUARANTEE - MAIN ARENA SYSTEM ONLY New equipment specified in Proposal # 1877-00 is hereby covered by the following Performance Guarantee (Scoreboard Upgrades Excluded). Western Slope Pro Audio, Inc. (Contractor) guarantees the performance ofthe sound system as described in the attached proposal to meet or exceed the following stated specifications. I) The Sound system shall provide intelligible speech reproduction without garble, hum or buzzes. 2) The Main speaker system will deliver full-range music reproduction at model-specific frequencies measured at I-meter I-watt. 3) Direct speaker coverage areas will be capable of continuous Sound Pressure Level (SPL) output of+lOdB above ambient area noise measured at I-meter. 4) System performance is based on providing clear, high-quality audio performance, systems are programmed to deliver sound from the main and delay speaker systems to the audience without "echo" effect. Should, on completion offinal testing and balancing, the system fails to meet this criteria and if the Contractor is unable to satisfactorily correct any deficiency in a reasonable time Contractor will, at the Owner's request, remove and refund 100% of the cost of the proposed system and return the facility to the same or like state as found prior to the system installation. Performance guarantee applies to new equipment purchase only as listed in the attached Proposal. No performance warranty is expressed or implied for Owner supplied equipment that is to be permanently or temporarily utilized in the sound system proposal. The performance warranty applies to only those NEW items, which are to be provided and installed by Western Slope Pro Audio, Inc. This performance guarantee expires 30-days after commissioning of system to the Owner. Commission date is determined by the day and time of scheduled Owner training. Training schedule date may not be any later than 3 (three) business days after notice of substantial completion to Owner's Representative by Western Slope Pro Audio, Inc. If the Owner fails to schedule said training within the above time frame the Owner is deemed to be fully accepting of the system as installed and waives any claim to this Performance Guarantee. Cancellation or rescheduling of training by Owner will not change the warranty schedule in any way. This guarantee in no way authorizes deference of payments due Contractor per the attached payment schedule. This guarantee applies to the system as proposed in this document, Change Orders or equipment modifications may affect this guarantee up to and including nullifYing this guarantee in its entirety. 146 W. Main S1. # 1 0 I, Montrose, CO 8140 I Ph: 970-240-3499 Fax: 970-240-2720 Jason Hasenberg - Eagle Count~ Arena Sound System Upgrades Proposal: 1877-00 4/11/05 Section: 1 Page: 8 WESTERN SLOPE PRO AUDIO, INC. MISCELLANEOUS Upon final testing WSP A will at its discretion offer trade-in credits on certain components or aid in listing and selling unwanted gear to the highest bidder. WSPA, Inc. feels that your best interests were not considered by the company(s) that have sold or installed the current systems. For their actions we are embarrassed at the lack of professionalism and workmanship. Our industry is riddled with companies like this and it is unfortunate that you have been subject to their actions. Western Slope Pro Audio, Inc is committed to delivering the highest level of professionalism, knowledge, service and support to you, our valued client, in your efforts to provide your constituents with the best investment for their dollar. Western Slope Pro Audio, Inc. is a member ofthe National Systems Contractors Association and the International Communications Installers Association, please feel free to contact them regarding our standing in this industry, and if at anytime, you feel our service to you is less than satisfactory we encourage you to report such activity to these organizations and to our office. JOB SPECIFIC REFERENCES Montrose County Fairgrounds Jim Mitchell - Fairgrounds Manager 970-249-8884 Town of Snowmass Village Hunt Walker - Public Works Director 970-923-5110 x201 Rocky Mountain National Park Jeff Maugans 970-586-1227 146 W. Main St. #101, Montrose, CO 81401 Ph: 970-240-3499 Fax: 970-240-2720 ,Jason Hasenberg - Eagle County" Arena Sound System Upgrades ( Proposal: 1877-00 4111/05 Section: 1 Page: 9 WESTERN SLOPE PRO AUDIO, INC. 146 W. Main St. #101, Montrose, CO 81401 Ph: 970-240-3499 Fax: 970-240-2720 Jason Hasenberg - Eagle County Arena Sound System Upgrades Proposal: 1877-00 v I 4/11/05 Section: 1 Page: 10 WESTERN SLOPE PRO AUDIO, INC. CROW'S NEST This area includes the following products and features: 1 ea APHEX - 108 - COMPRESSOR Easyrider Auto Compressor - two channel. 1 ea ATLAS/SOUNDOLlER - AT-I0 - IN-WALL/ 10-WATT VOLUME CONTROL In-wall, 10-watt mono volume control. Stainless steel wall plate. 1 ea ATLAS/SOUNDOLlER - AT-35 - IN WALL VOLUME CONTROL In wall volume control for 70-volt distributed speaker systems. 1 ea ATLAS/SOUNDOLlER- WI50AT-(XX) - 2-WAY OUTDOOR SPEAKER Weather resistant indoor/outdoor speaker with 70 volt transformer/8 ohm selectable. Includes mounting hardware. 5.25" woofer. 75Hz-20kHz +-5dB frequency response. Available in Black or White 1 ea FURMAN - PS-PRO II - POWER CONDITION/SEQUENCER Power Conditioner/ Sequencer for applications where lights are not needed. 20 amp rating circuit breaker. Turn on/Turn-off sequences may be initiated locally or by remote. Time-delay adjustable 1 ea MAP - DWRlO-22/FDlO - 19" SECTIONAL WALL RACK Sectional Wall Rack for mounting standard 19" equipment. 20" usable depth, weight capacity 150 Ibs. Unit includes a padlockable draw latch plus cowlick in its center section and solid front door. Vented or Plexiglass front doors optional. Textured Black Finish. 1 ea QSC - CX 702 - 2 CH /8 OHMS /425 WATTS POWER AMP Compact design 2 channel power amplifier with PowerWave switching technology. High output power and versatile loading. 425 watts per channel at 8 Ohms. 2 rack space 1 ea ROLLS - RA170 - SINGLE CHANNEL / 70W POWER AMP 70 watt, Single Channel Industrial Power Amplifier. Supplies 70-watts continuous to constant voltage 70 volt systems. 1 ea SHURE - SCM41 0 - 4 CHANNEL MICROPHONE MIXER Four-channel automatic microphone mixer (11 OV) with logic control and EQ per channel. AC only. Half rack space. 1 ea SHURE - SCM81 0 - 8 CHANNEL AUTOMATIC MIXER This 8-channel automatic mixer features Shure's patented IntelliMix' which activates only microphones being addressed, minimizing poor audio caused by multiple open mics. The SCM81 0 is designed specifically for installed sound applications. 2 ea SHURE - SLX 24/SM58 - UHF WIRELESS HANDHELD Frequency agile UHF wireless system with SM 58 transmitter. Backlit LCD with timeout feature Frequency and power lockout 3-segment battery fuel gauge 2 AA batteries (included) provide 8 hours of continuous use 518 - 782 mHz operating range 2 ea SHURE - SLXI4/WH30 - UHF WIRELESS HEADSET Frequency agile UHF wireless system with bodypack transmitter and WH-30 headset microphone. Backlit LCD with timeout feature Frequency and power lockout 3-segment battery fuel gauge 2 AA batteries (included) provide 8 hours of continuous use 518 - 782 mHz operating range 146 W. Main St. # I 0 I, Montrose, CO 8140 I Ph: 970-240-3499 Fax: 970-240-2720 Iqson Hasenberg - Eagle County Arena Sound System Upgrades Proposal: 1877-00 vi 4/11105 Section: 1 Page: 11 WESTERN SLOPE PRO AUDIO, INC. 2 ea SHURE - SM58-LC - VOCAL MICROPHONE The SM-58 is a genuine world standard and a true audio legend. Lively, yet intelligible, powerful sound and rugged reliability have never been duplicated. Makes vocals sound their best. Cardioid (unidirectional) dynamic. Frequency response 50-15,000 Hz 1 ea SHURE - UA844 - ANTENNA DISTRIBUTION Wideband UHF (470-900 MHz) four-way active antenna splitter and power distrbution. 2 ea TECHNOMAD. - VERNAL-WALL MOUNT - SPEAKER WALL MOUNT Multi-position mounting bracket for Technomad Vernal 15 loudspeaker. 4 ea TECHNOMAD - BERLIN 15/H TOUR - 2- WAY FULL RANGE OUTDOOR SPEAKER Weather Resistant, Self-Casing Loudspeaker, 2-Way Full-Range. 2" HF Compression Driver, LF 15" LF Driver. 2 x handles (top and bottom), touring lid with back latches. 2 ea TECHNOMAD - VERNAL 15T(X) - 2- WAY FULL RANGE OUTDOOR SPEAKER Weatherproof2-way 60 watt full-range loudspeaker, mil-spec polymer cabinet with grill. 70v multi-tap transformer (10, 20, 40, 60 watts RMS) Available in Black or White 2 ea WSP A - CUSTOM CLUSTER RIGGING - SPEAKER CLUSTER RIGGING Custom rigging frame and hardware for speaker system specified in this proposal. 1 ea WSPA - CUSTOM QUAD - WALLPLATE Floor Box Connection Plate includes lea. I5-pin D-Sub, RCA Video, 3.5mm stereo audio and dual RCA stereo audio connectors 146 W. Main St. # I 01, Montrose, CO 8140 I Ph: 970-240-3499 Fax: 970-240-2720 Jason Hasenberg - Eagle County Arena Sound System Upgrades Proposal: 1877-00 v I 4111105 Section: I Page: 12 WESTERN SLOPE PRO AUDIO, INC. GRANDSTANDS This area includes the following products and features: 2 ea FURMAN - MP-20 - POWER RELAY The MiniPort 20 is a low-cost, relay actuated 20A outlet that can be switched on and off remotely with a simple switch closure. Built-in turn-on delay for linking multiple units. 1 ea MAP - DWRlO-22/FDl 0 - 19" SECTIONAL WALL RACK Sectional Wall Rack for mounting standard 19" equipment. 20" usable depth, weight capacity 150 Ibs. U nit includes a padlockable draw latch plus cowlick in its center section and solid front door. Vented or Plexiglass front doors optional. Textured Black Finish. 3 ea QSC - CX 502 - 2 CHI 8 OHMS 1300 WATTS POWER AMP Compact design 2 channel power amplifier with PowerWave switching technology. High output power and versatile loading. 300 watts per channel at 8 Ohms. 2 rack space 1 ea RAXXESS - SDR-4 - SLIDING DRAWER Sliding drawer 4RU. 1 ea RDL - PS-24A - POWER SUPPLY 24 V DC Power Supply. 1 ea RDL - RU-DA4D - DISTRIBUTION AMPLIFER Stereo Unbalanced or Balanced Audio Distribution Amplifier. Unity gain on both inputs. 4 outputs per channel. 5 ea TECHNOMAD. - NOHO C INSTALL - 2- WAY FULL RANGE OUTDOOR SPEAKER Weather Resistant, Self-casing, 2-way Coaxial Full-Range Loudspeaker. Technomad loudspeakers are impact, UV light, fire and shotgun blast resistant, as well as water tight with the protective lid attached. 146 W. Main St. # 1 0 I, Montrose, CO 8140 I Ph: 970-240-3499 Fax: 970-240-2720 Western Slope! Proposal: 1877-00 Pro Audio, Inc. 4111105 Section: 4 Page: 1 PROFESSIONAL SOUND VIDEO & CONTROL SYSTEMS Jason Hasenberg - Eagle County Arena Sound System Upgrades Address I: PO Box 850 590 Broadway Work: 970-328-8882 Eagle, CO 81631-0850 Fax: 970-328-8899 System Design Western Slope Pro Audio, Inc. is a member ofthe National Systems Contractors Association, International Communications Installers Association, National Federation ofIndependent Business, Montrose Chamber of Commerce, and Grand Junction Chamber of Commerce. WSPA, Inc's design and installation standards guarantee the highest system performance, reliability and visual esthetics. Design considerations include acoustics, noise control, intelligibility and musicality. All cable and connectors meet or exceed commercial codes. Warranty All equipment is covered per manufacturer warranties, less shipping and handling charges. Warranty covers manufacturing defects, not misuse or normal wear. Installation workmanship is guaranteed for 180 days from completion of installaion. Optional on-site technical support service is available. Payment Schedule 50% Deposit due upon acceptance $19,856.50 50% Payment due upon completion $19,856.50 Pricing Detail System Price Prices quoted are guaranteed 7110105 Equipment: 27,799.69 Products & Installation prices are guaranteed for Installation: 6,467.37 90 days. Parts & Materials: 5,445.94 Sub Total: 39,713.00 Tax: 0.00 Grand Total: 39,713.00 146 W. Main St. # I 01, Montrose, CO 81401 Ph: 970-240-3499 Fax: 970-240-2720 Crawford Community Church Park City Silver Mine Adventure Theme Park POC: Larry Jensen POC: Ted Simans - Synergy Graup Descriptian of Work: New Sound System Theaters (3), Exhibit Displays, Video Diorama Crawfard, CO Audia, Videa, and system and lighting cantral 970-921-6144 Campleted 12/97 435-647-7778 Mauntain View Bible Church pac: Tim Hadges 1) Murray Caurts Descriptian afWark: New Saund System Caurtroam Lazear, CO Murray, UT 970-872-3131 Audia & cantral system (Will Demo System on Request) Completed 12/98 2) Siman Trucking St. Mary's Catholic Church Corporate Headquarters pac: Sue Warren Audia & Crestran system & lighting cantral Description of Work: System Upgrades Completed 12197 Montrose, CO Dee Olson - STS Cammunicatians 249-3319 xl2 80 I -284-4729 Cedaredge Methadist Church Mantrose Recreatian District POC: Steve Grewe pac: Tam Thamas Descriptian afWark: New System 1 Upgrades Descriptian afWark: Partable Sound System Cedaredge, CO Montrase, CO 856-4307 970-249-7831 Shalaka Ranch First Church afthe Nazarene POC: Doug - Ranch Manager POC: Pastor Scot Moore ar Fred Roberts Descriptian ofWark: Saund, videa, and cantrol Descriptian afWark: New Saund System system. Multi-purpose private facility. Montrose, CO Durango., CO 970-249-9213- Scot 970-385-1593 970-626-5078-Fred S1. Matthew's Episcapal Church Ute Indian Museum POC: Father Stan Wright pac: CJ Braffard Descriptian afWork: Sound System New Facility Description of Work: Multi Zone Sound System Grand Junction, CO Mantrose, CO. 970-242-3293 970-249-3098 University of Utah Museum of West em Colorado. Biology Research Building pac: David Bailey POC: Tom Christensen - Campus Design & Descriptian afWork: Exhibit Audia Systems Construction, University of Utah Grand Junctian, CO Lecture Hall And Departmental Meeting Roam 970-242-0971 Audio, Video, and AMX System & Lighting Control Completed 12/98 Dr. Dennis Fleisher 801-581-4742 MuSanics 33079 Janelle Circle Bryce Canyan National Park Visitor Center Galden, CO POC: Gary Dallman - General Manager 303-642-3290 Auditorium Theater Audio, Video and Crestron System & Lighting Waterford School Control POC Tadd Sarensan Completed 10/98 Description of Work: Gym Sound Systems(2) 435-834-5361 Multi-Purpose Raam Audia/Video/Cantral Systems Sandy, UT 801-572-1780 l-Vestern Slope Pro Audio, Partial Client List 1983- 'Wesley Snipes I Axel Rose (GnR) Present Randy Jackson 1 Hoosier Recording Studios Goods and/or Services IceT John Mellenmmp I Westwood Studios Rufty St. Marie Beaver Run Resort A T&T Bell Labs Data Sonics, Inc. City of Avon Nananal Public: Radio NBC Studios Burbank Tuum of Breckenridge Earl Scruggs Pacific Ocean Post TO-Wit afDillon NuSkin International Village Recorders Summit County OUl11tber Bryce Canyon N.P. Omega Associates Genu;"''/! Ja"'''' ;... futy Fe"ti7tl'! Zions N.P. Town afVail . '*, ....t:.i .,. J. iJ .v" Rob Mullins U.S. Navy MSNBC Bobl'Y Braum I Jackson Browne 96 Atlanta Olumvics ., I Town of Frisco Department of Defense Democratic National Coors Classic Ft. Meade Convention Chimgo Ullr Fest lIT Aerospace ESPN Basketball Breckenridge Ozamber of MCA Records ABC Sports Camllrerce U.S. Army Procuremen:t College Football Lee Rittenour Arista Records MCl Daurnhill Oscar Pederson Todd AID Studios- Skiing James Horner Westwood One Ch. 4 London A&M Records Giant Records Super Bcrwl XXX Walt Disney Imagineering Album Network NBC Sports Jeep King of the Jeff Bridges Segue Music Mountain Dcrwnhill George Carlin General Physics Corp. CBS Sports College Football Robby Kreiger (Doors) St. Vincent DePaul Catholic KBYU- TV Production Warner-Otappel Music Ozurch Dave Grissom Publishing XCEL Spa & Fih1e.ss Andy Topeka (RJJlling Shirley Walker Body Tedl Stones) Bobcat Goldthwait Episcopal Church of St. Rikki Rockett (poison) Lyle Lovett George, La Canada Bennetrs BBQ Resfaurants Ronnie Milsap -Flintridge, CA Applebee's Restaurants Slash (GnR) Hill Air Force Base Moody Blues Warrm DiMartini (Rntt) St. Mary's Catholic OlurcJ, Mountain View Bible ChurcJl- Hit Factory Recording Mootrose Lazear, CO Studios Cedaredge United Methodist Mad Dog Ranch & Caje - Pam Sun Studio& Church & Joe Cocker Chuck Liwe1le (Rolling Park City Silver Mitre St. Clare of Assisi School- Stones) Adventure Edwards~ CO Warner Brothers Studios Ogden Dinosaur Park 1st Oturch of the Nazarene- Geffen Music Museum of Western Montrose, CO Mark McCollum Colorado Ute Indian Museum-Montrose Beau LaMour ShaIako Ranch - Durango Fairway Pines G.c.- Ridgway EMI Music Publishing Summit County Ommber of Montrose Area Merchants Los Angeles Commerce Association New York Assembly of God Church KokopelWs SW Grille, Montrose Albert Brooks Talon of Telluride Rocky Mountain National Park Women~s Pro Ski Tour Telluride Ski & Golf La Plata County David Cassidy TIle Peaks at Telluride City of Gunnison Warner BratJrers Music KOTO Public RadiO' Ritz-Carlton Hotels Nashville Body by Banks > Mesa County Jennifer Hart Tri{} City of Montrose Eagle County ABC Radio Networks KKXK/KUBC Radio US European Cornmand- Los Angeles Complete Post Inc. Stuttgart & Moldova. New York U.S. Forest Service (DynCorp) I I I I I I I I I I ] I I , i ./ -.......... ./ ........... CX702 [> Berlin 15/H Berlin 15/H Main Right Cluster I- ./ .......... ./ , 108 SCM-8I0 Insert [> Announce 1 1 1 I- Main Left Cluster Berlin 15/H Berlin 15/H (( )) Announce 2 2 2 "'---t . I I Arena HH 3 Ant WIre ess I P4800 (( )) distro RA170 .....----..... .....----..... --t Wireless : Arena HH 4 In Out ,I Insert 1 1 [> VC Vernal Vernal Chutes H . I I Arena Headset 1 Insert WIre ess r 5 2 2 Insert 3 3 H . I I Arena Headset 2 6 4 4 WIre ess r ~ I--- 5 p-----------. W- : CD/AMlFM P. 7 6 Booth Monitor vc 130 . . 7 To Red Barn Amp L...-.. . :.. . ~ 8 out 8 ~ . ------------ Granstand Electrical Room ~ aux link 10- ~2 N oho/C RUDA4D f( - '- SCM-410 Broadcast Feed ~ In Out Grandstand Delay Fill r-----------:..,. : Tape _1-1" 1 1 1 Noho/C /' - ------------ 2 2 V ""'- 2 3 Remote Mix Input ~ 4 ~2 Noho/C 3 5 - f( ---...... 6 4 out 7 Noho/C 8 - /' v-----.. aux link I-- ~2 Noho/C - > En try/Practice RA170 Red Barn [> VC !-- 0 vc Eagle County Rodeo Grounds - Main .Sound System Scale: None Project Designer: PAGE Western Slope Pro Audio, Inc. Scott Ikier Project Contact: 146 W. Main St. #101 Jason Hasenberg Montrose, CO 81401 Project # wo# 1 of 3 970-240-3499 1 877 -00 Date: Rev. Date: @ 2003 4/29/04 4/11/05 enter Un Drawing Notes <> No warranty on Denon gear expressed or implied <> Locking Vented Front Door <> Ventilation fan mounted in rack ill Ll') .. co ~ -- 18.99" 'n___ - 0 o ,... is: :> ,... '" - 22.20" -- a: ~ OJ :.... (!) '" :.... t5 .0 .~ (!) co c rnmrnmmm IIIIII1111 IlTITTIlllIIIIII [ lllIIIIIIJJI]]] :s2 c (!) II) 0 U) '" 0 +- () a:s +- t5 I t5 0 & Installed by .~ () -~ C Pro Audio, lne 2 CJ) 2 0 CL CL U) 1 a:s J .. 0 "<:t t5 0 " 0 r-:. '" -- 2 .~ CO 0 2 r--- o ('I') Denon Tape <> CL co -- T"" "<:t 3 4 I 5 6 Denon CD /Tuner <> 7 I Shure SCM-410 8 38.62" 31.49" Shure SCM-81O 9 Aphex Compellor 10 Shure Wireless Receiver #1 & 2 11 Shure Wireless Receiver #3 & 4 12 Shure Antenna Distribution 13 Furman PS- Pro -t;:S----- 14 ~ Shure P-4800 System Processor 15 C' .~ "l::'::~~ 16 ;::~~O') ~::tl:~0') ...:oo~ CVlOt'tj d:; .5 u ~ gs t':i (lj" ~ ~ Existing Equipment Rack ~:ECI)~@ C .81 -.. S: 'E ~ \J) \0 0 0') ;::~:E 18.99" ~ ~ 22.20" ~ <> f'J) l [ 1111111111111 TT II1111111111111111111 [[! 1111 U 1II11111111I ~ ~-_._---- 1 QSC CX702 2 "d' 3 Rolls RA-170 4 Blank 5 38.62" 31. .49" 'YX'XY: 6 ~ ~ 7 8 4RU Storage Drawer <> 9 1 10 I r;;u ("tj New Amp Equipment Rack Cj ~ < 0 ~ N 00 0 '"'i '" ~ ..... r-< >-rJ ~ 0 !: aq " .... z :>;" :3 S' OJ 0 (Jq ::l .... It) < ~ (fJ III '"C ::l N ..... "" <J1 ,p. W N ..... ;; <=> '.0 cr:o '3 0.. 0 >-rJ ;:::J III .... f;' 0 a '< '" t:l :3 ,.... 0 0 0 !: I- .... ::l I- ;; l- I- 0.. I- S' l- I- .... I- III I- OJ I- .... I- 0 I- ..... I- .... ~ OJ " C) :>;" '"'i '" I ~ & p,.. (fJ ~ 10 .... 10 10 '" 6< ~ ~ (fJ (fJ (fJ p,.. () o:i () o:i () - tv >-< >-< - tv >- I () P.l () P.l () - N '" 0 ~ ~ - 0 & s > >< :A' >< :A' >< I- , V1 V1 V1 - r' "'0 ..,. 0 0 0 l- s. :;:; N N N I- ~ '" l- n I- :A' I- - - - - - - - - ~ ~ - .t .: Project Desi ner: IWestern Slope Pro Audio, Inc. Scott Ikier PAGE Project Contact: I 146 W. Main St. #101 Jason Hasenberg I Montrose, CO 81401 Project # wo# 3 of 3 1877 -00 , 970-240-3499 Date: Rev. Date: I @ 2003 4/30/04 4/11/05 I