Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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