Loading...
HomeMy WebLinkAbout2006-05-08-Meeting Agendawww.augustaga.gov Public Safety Committee Meeting Committee Room- 5/8/2006- 3:30 PM PUBLIC SAFETY 1. Motion to approve award of Bid Item #06-119 to Hebbard Electric, Inc. as low bid for the purchase of emergency generators for the fire stations. Attachments 2. Consider request to hire maintenance worker in the Augusta Fire Department. Attachments 3. Discuss the duties and responsibilities of the Marshal's Department as it relates to ARC Enforcement. (Requested by Mayor Pro Tem Marion Williams) Attachments 4. Approve the purchase of a Pre-Fabricated Rifle Grade Shoot House from Action Target of Provo UT for $172,500.00. (Lowest bid offer on bid #06-121) Attachments 5. Motion to approve the purchase of a new Presentation, Sound and Voting System. (No recommendation from Public Safety Committee April 10, 2006) (Referred from April 18 Commission meeting) Attachments 6. Motion to approve the purchase of radar units for the Georgia State Patrol subject to the Administrator identifying a funding source other than contingency. (No recommendation from Public Safety Committee April 10, 2006) (Referred from April 18 Commission meeting) Attachments Public Safety Committee Meeting 5/8/2006 3:30 PM Awarding of Bid Item #06-119 Department:Fire Department, Howard Willis, Chief Caption:Motion to approve award of Bid Item #06-119 to Hebbard Electric, Inc. as low bid for the purchase of emergency generators for the fire stations. Background:The Augusta Fire Department and Procurement Department have completed the bid process for obtaining quotes for the purchase of emergency generators for our fire stations in accordabce with City policy. This need was brought about for compliance with mandated I.S.O and NFPA requirements for emergency back-up power supply for these facilities. Analysis:Hebbard Electric Inc. was low bid with a quote of $104,919.00. They met all bid specifications as stated in the bid package. Alrich Electric Contracting quote was $198,400.00. Tom Jackson and Associates quote was $506,669.00 Financial Impact:Bid quote is within the budgetary parameters for this project Alternatives:None recommended at this time. Recommendation:Award Bid Item #06-119 to as low bid Funds are Available in the Following Accounts: 324-03-4510-5421150 204324001-5421150 REVIEWED AND APPROVED BY: Finance. Administrator. Clerk of Commission May 2, 2006 To: Geri Sams, Director of Procurement Re: Awarding of Bid Item #06-119 Dear Geri, After review of the bid quotes from all vendors bidding on Bid Item 06-119 for providing and installation of emergency generators for Augusta Fire Department fire stations, Hebbard Electric Inc. was low bid with a quote of $104,919.00. They met all bid specifications as stated in the bid package. Therefore, it is our recommendation that Hebbard Electric Inc. be awarded this bid as low bidder. Respectfully, Michael Rogers, Deputy Chief CC: Chief Howard Willis Phyllis Mills Public Safety Committee Meeting 5/8/2006 3:30 PM Maintenance Personnel Department:Fire Department, Howard Willis, Chief Caption:Consider request to hire maintenance worker in the Augusta Fire Department. Background:The Augusta Fire Department has expanded its mission into numerous areas of service in the past several years. With this expansion, the demand on our personnel has limited their ability to perform maintenance work at our facilities such as grass cutting and minor repair work. We have identified a funding source to allow us to employ a full time maintenance employee to perform these maintenance functions. Analysis:If allowed to hire this employee, this will greatly alleviate the demands on current personnel to perform menial tasks such as grass cutting,painting of facilities and hydrants and minor station repairs and concentrate and utilize their time on service delivery to our citizens. This new employee will be trained by the Department of Corrections to supervise inmate work crews that will be utilized to perform these maintenance tasks. This employee will also be responsible for the repair and upkeep of all maintenance equipment and coordinating the maintenace schedule for all Fire Department facilities. Financial Impact:This position will be funded by the funds we receive from the Utiliies Department for the testing and maintenace of their fire hydrants. (See Attachment) This is an annual requirement for this testing and the reimbursement will also be annually, based on man hours and fuel and apparatus maintenance cost. This funding is more than adequate to cover salary and benefits for this new employee. Alternatives:None at this time. Recommendation:Approve the hiring of the Fire Department maintenace employee. Funds are Available in the Following Accounts: To be designated by Finance REVIEWED AND APPROVED BY: Finance. Human Resources. Administrator. REC/5 Augusta-Richmond County Job Description Approved Title: Maintenance Worker I Job Code: Title: Maintenance Repair Worker Overtime: Non-exempt Department: Fire Date Prepared: May 1, 2006 Reports to: Support Services Chief Job Grade: 38 GENERAL SUMMARY: Maintains Fire Department grounds, facilities and performs repairs within the guidelines of supervisory instructions, County and departmental policies and procedures, and standard work practices. Supervises inmates and provides security for work details within the guidelines of Department of Corrections, state and federal laws, local ordinances, and supervisory instructions. Reports to the Support Services Chief or other designated person and works with co-workers to ensure Fire Department grounds and facilities are maintained. PRINCIPAL DUTIES AND RESPONSIBILITIES 1. Maintains all Fire Department facilities 2. Inspects grounds for needed maintenance and repair. 3. Cuts grass and maintains grounds. 4. Performs minor maintenance repairs. 5. Operates equipment 6. Supervises assigned inmate work crews in accordance to Department of Corrections guidelines. REQUIREMENTS Education: High School diploma, trade school, or equivalent level of education. Experience: 5+ years in similar position or sufficient experience to perform principal duties and responsibilities, usually associated with completion of apprenticeship/internship. Knowledge/Skills/Abilities: • Considerable knowledge of grounds maintenance practices and principles. • Familiarity with County and departmental policies and procedures. • Proficiency in basic grounds and facility maintenance. • Proficient in the operation and maintenance of general outside maintenance equipment, lawn mowers and powered hand tools. • Good communication skills, both oral and written. • Demonstrated ability to work independently. Other: • May supervise and/or train designated Department of Corrections work crews. • Travel required from office to other locations on a regular basis. • Possess or have ability to obtain a valid state operator/driver’s license for the type vehicle or equipment operated. PHYSICAL DEMANDS Intermittent sitting, standing, stooping, crouching, walking, lifting of light and heavy objects, and using tools requiring high degree of manual dexterity. Work is performed outside with exposure to inclement weather, dust, dirt, noise, machinery with moving parts, and irritating chemicals requiring use of protective devices. DISCLAIMER The preceding job description has been designed to indicate the general nature and level of work performed by employees within this classification. It is not designed to contain or be interpreted as a comprehensive inventory of all duties, responsibilities, and qualifications required of employees to this job. REVIEW/APPROVALS ______________________________________________________ ______________________ Human Resources Date ______________________________________________________ ______________________ Line or Staff Management Date REC/5 Job Grade 38: Entry Level: Salary: $19,924.00 Benefits: $ 5,977.00 $25,901.00 MidPoint: Salary: $28,463.00 Benefits: $ 7,969.00 $36,432.00 Maximum: Salary: $34,156.00 Benefits: $ 10,246.00 $44,402.00 Suggested: Salary: $22,000.00 Benefits: $ 6,620.00 $28,600.00 Funding available from hydrant maintenance = $31,130.67 Public Safety Committee Meeting 5/8/2006 3:30 PM Marshal's Office Duties Department:County Attorney - Stephen E. Shepard, Attorney Caption:Discuss the duties and responsibilities of the Marshal's Department as it relates to ARC Enforcement. (Requested by Mayor Pro Tem Marion Williams) Background:The history and authority of the Marshal's Office is set forth on Attachment "A". The authority conferred by Ordinance No. 6242 for the authority of Code Enforcement Officers to issue citations in certain cases is attached hereto as Attachment "A". Analysis:The authority of the Marshal's Office and the Code Enforcement officers can be compared from Exhibits "A" and "B". Financial Impact:Not applicable at this time. Alternatives:N/A Recommendation:Decision for the Commission. Funds are Available in the Following Accounts: Not applicable at this time. REVIEWED AND APPROVED BY: Administrator. Clerk of Commission Attachment “A” The Marshall’s Office was originally created in 1931 when the City of Augusta created the municipal court (abolishing the justice courts), and was then known as the “sheriff” of the municipal court. See 1931 Ga. Laws pg. 270. The original act called for an election of the “sheriff” every four years. The 1931 act also gave the Marshall the same requirements and duties, powers and authority imposed by law upon and conferred upon the sheriff of Richmond County. In 1971, an act amended the 1931 act, to allow the chief judge to appoint the Marshall. See 1971 Ga. Laws pg. 2744. The Marshall’s term would be as long as that of the chief judge. An act passed in 1978 officially changed the name of the “Sheriff” of the civil court to the “Marshall” of said court. See 1978 Ga. Laws pg. 3340. An act passed in 1999 called for the election of the Marshall of the Civil Court, as opposed to being appointed by the chief judge. See 1999 Ga. Laws pg. 3508. The term of the newly elected Marshall is four years. Code §§ 1-1-8(b) and 1-6-8 of the Augusta-Richmond County Code give the authority to Civil/Magistrate Court of Augusta-Richmond County to enforce all ordinances of the Commission, along with the State Court of Richmond County. Charter § 5-145(b) gives the Marshall of the Civil/Magistrate Court the authority to enforce laws and ordinances regulating abandoned motor vehicles pursuant to O.C.G.A. § 40-11-1, et seq., or other applicable law or ordinance and laws and ordinances regulating litter on private property pursuant to O.C.G.A. § 16-7-40, or local ordinances adopted pursuant to O.C.G.A. § 16-7-48 and to issue citations for violations thereof. Public Safety Committee Meeting 5/8/2006 3:30 PM Pre-Fabricated Rifle Grade Shoot House Department:Richmond County Sheriff's Office, Ronald Strength/Sheriff Caption:Approve the purchase of a Pre-Fabricated Rifle Grade Shoot House from Action Target of Provo UT for $172,500.00. (Lowest bid offer on bid #06-121) Background:Deputies with the Richmond County Sheriff's Office conduct live fire training in the "tirehouse" located at the training facilty on Greeland Road near Blythe. Construction of this "tirehouse" began in 1992 and was completed in 1993. The "tirehouse" as the name implies is nothing more that a house with five rooms that was bulit from old donated tires. The tires are arranged in vertical stacks and packed with dirt to capture bullets. Some of the stacks of tires are falling down and gaps are occuring with some stacks due to settling. Currently only three rooms of the "tirehouse" are safe to use for training. This limited numbers of rooms prohibits the types of scenario based training conducted in the "tirehouse". The existing "tirehouse" needs replacing to continue this type of training. Analysis:The Sheriff's Office conducted research within the law enforcement training community to find the options availablde for "live fire" training. The Sheriff's Office selected to pursue the purchase of a pre-fabricated shoothouse. The shoothouse is constructed of Brenell hardened steel plates that are joined together to make a barrier to stop bullet impact. The interior of the house is made of the same steel plates, but is modular in design, which allows for changing of room configurations. The Sheriff's Office submitted a request for bids through the Procurement Department, (see attached bid tabulation sheet #06-121). After reveiwing the bids Action Target of Provo UT submitted the lowest bid and met all the requirements set forth by the Sheriff's Office. Financial Impact:Funds to purchase the Pre-Fabricated Rifle Grade Shoot House will come from the agencies Asset Forfeiture Account, causing no impact to the Richmond County Sheriff's Office budget. Alternatives:None Recommendation:Approve the purchase of a Pre-Fabricated Rifle Grade Shoot House for $172,500.00 from Action Target of Prove UT. (lowest bid #06-121) Note: The price from Action Target on the bid tabulation sheet does not include the price of the optional catwalk ($16,000.00). The Sheriff''s Office has chosen to purchase this option from Action Target. Funds are Available in the Following Accounts: Fund 212 REVIEWED AND APPROVED BY: Finance. Administrator. Clerk of Commission VENDORS Addendum # 1 BID QUOTE Porta Target, P. O. Box 418, Grant, FLA 32949 X 178,100.00 *Action Target, P. O. Box 636, Provo UT 84603 X 156,500.00 Reed Construction Data, 30 Technology Parkway, Suite 500, Norcross, GA 30092 Continental Construction, 4190 Crosstowne Ct., Evans, GA 30809 X 210,082.00 Contract Management, Inc., 1827 Killingsworth Rd., Augusta, GA 30904 *Candler-Duncan Construction, 322 Old Evans Rd., Martinez, GA 30907 X 198,958.00 DeRalco, Inc., P O Box 3327, Augusta, GA 30914 * EXCEPTIONS NOTED Bid Item #06-121 Pre-Fabricated Rifle Grade Shoot House Sheriff's Office Bid Due: Thursday, March 30, 2006 @ 3:00 p.m. 1 Proposal for prefabricated shoot house Introduction: Provide a rifle grade shoot house that is 44 feet long by 36 feet wide. The shoot house will have a total of six rooms based on the designed floor plan (attachment A) submitted by the buyer. The shoot house will have an open ventilation roof system above it and a full length observation walkway down the center for instructor observation Required submittals Pre-bid The following must be submitted in sufficient detail to show full compliance with the specifications: • Submit detailed scaled drawings depicting the construction configuration and general layout of the floor plan and related structural items. • Submit general specification information for overall “turn-key” product to include but not limited to shoot house panel construction, prefab truss construction, material panel roofing, etc. • Must provide a single 3/8” thick 6” X 6” sample of rifle grade armor for testing. Post-bid Upon award of the contract the seller will provide the following to the buyer: • Submit three (3) copies of detailed engineered drawings showing layout, profiles and product components, including anchorage and accessories. • Submit product data, including manufacture’s product sheets for specified products and samples. • Submit product certificates signed by manufacture certifying materials comply with specify performance characteristics and criteria and physical requirements. • Submit operation and maintenance data manual which will include methods for maintaining installed product and precaution against cleaning materials and method detrimental to finishes and performance. 2 Quality Assurance Manufacturer Qualifications: • Company specializing in manufacturing and installing the specified products for a minimum of 10 years. • Company specializing in manufacturing the specified products with ten or more representative installations. Company will provide the locations of installations and contact information for installations. • Company’s work performance history is one of on-time contract completion, and is void of any performance penalties or liquidated damages. • Company will provide a turnkey installation. Manufacturer’s Field Representative Qualifications: The manufacture must be experienced in the installation of the specified products for a minimum of 10 years. Installer Qualifications: Installers shall be factory trained and licensed personal who have demonstrated experience in assembly and installation of products specified in this section. Specifications: 1. Armor panels: • The shoot house will consist of a series of hardened steel armor panels connected at the edges to form a continuous wall. • The steel panels will all be 48” wide by 96” tall and will connect one to another in a modular fashion so they may be taken apart again, rearranged or moved. • The panels will be a single sheet of rifle grade containment panels at least 3/8 inch thick with a certified Brinell rating of a least 510 or greater and will contain high power rifle round such as .223 and .308 calibers etc., without deformation at perpendicular angles. • All steel shall come with certifications from the steel manufacturer and all heat numbers shall match. 3 • Exterior and interior ballistic panels will adhere to the same ballistics specifications. • Each exterior panel shall be anchored to the concrete with at least one (1) ½” X 4” expansion anchor or more. • All steel surfaces, even those not exposed, shall be covered with industrial grade paint. 2. Interior facade: • The shoot house will include a wooden panel facade on all surfaces subject to bullet impact. The façade should effectively capture bullet splatter. • The wooden façade panels will be made of an exterior grade of plywood that is ¾” thick. • The façade will be spaced away from the steel panels by an air gap that is no less than 1.75” from the steel to effective capture bullet splatter. • The façade will consist of 2” X 4” strips completely covering all joint surfaces, and all edges of all steel plates (tops, bottoms, sides, etc). • The façade panels will be securely fastened to the 2’ X 4” strips to prevent warping. • All interior wood surfaces that are not pressure treated will be painted. • The top edge of all walls, exterior and interior, will have a weather cap to prevent moisture from entering into the wall assembly. • All lumber used in the façade is of standard manufactured size which can be purchased at any lumberyard. • Rounds fired into the facade walls will not deflect splatter back towards the shooter. 3. Doors/Entryways: • The shoot house will have two points of entry/exit to the shoot house, one from the front and one from the rear. (See attachment A) • The front point of entry will consist of a breach door and a ballistic cover panel that can be closed upon entry. 4 • The ballistic door cover will be 3/8” steel plate with a certified Brinell rating of at least 510 or greater and will contain high power rifle rounds (.223, .308, etc.) when closed. • Ballistic door covers will be hinged so the can be opened or closed. When closed the ballistic door covers will have the same ballistic integrity as a ballistic wall panel. • The breach door will be constructed to offer a level of resistance when breaching by forcible means when using breaching tools ram, hooligan tool, kicking, or shotgun breaching. • The breach door will be constructed of steel with no component being less than ¼ “thick. • The rear entry doorway will consist of a standard construction grade pre- hung steel or wooden door with a ballistic cover on the exterior attached to the rear wall. The ballistic cover will meet the same specifications as the ballistic cover covering the front entry way. • The ballistic covers, front and rear, will have a secured hasp and key lock to prevent after hours access from unauthorized persons. • Doorway module panels shall provide for the connection of a standard construction grade pre-hung door without need for special fabrication, punching, welding, etc. The doorways can be purchased at any lumberyard. • Doorway module panels shall be removable and interchangeable with doorway module panels to allow for relocation of doorways. • Doors installed in this manner shall totally function as a door or doorway might be found in a standard building, commercial or residential. 4. Construction: • The shoot house will be totally modular and prefabricated such that assembly can readily be accomplished in the field with standard hand tools. • Joining of the rectangular 48” X 96” ballistic panels shall be by a joint system that provides structural integrity, without the possibility of joint separation and maintains the ballistic integrity of the armor panels. • All joints shall be constructed so there is no potential for small cracks where bullets or bullet fragmentation might escape. 5 • A variety of joint modules will be available to form joints in a straight line, around a corner, in a “T” shape or terminate at a wall end. • All joints will be capable of containing high power rifle rounds such as .223 and .308 calibers etc. • The shoot house will provide a network of overhead cross supports to hold all wall modules in place and prevent side to side motion. • Each exterior panel shall be anchored to the concrete with at least one (1) expansion anchor or more. 5. Roof structure: • The shoot house will have a roof structure of a pole barn type or similar structure above the shoot house area. • The structure will be of a type that will provide full ventilation of the shoot house. • The structure will be made of metal and/or wood. • The roof will be of a truss style system or similar that will provide for the drainage of water during inclement weather. • If a truss style system is used is will meet all local building standards/codes for trusses. • The roof covering will be 24 gauge galvalume metal roof, securely fastened. 6. Observation walkway (Optional to buy) • An overhead walkway module with stairs and railings shall be attached to the standard module joint sections. • The walkway shall have a floor level above the top of the wall modules to allow an observer to see down into the rooms in the shoot house. • The walkway shall be 32 feet long and 8 feet wide. • Access to the walkway shall be outside the shoot house via stairs with railings. • The walkway will be constructed of either pressure treated wood, metal, or a combination of both. 6 • The walkway surface shall be made of 1/8” X 1” bar grating. • The entire walkway shall meet OSHA standards. Warranty: Company will provide a lifetime warranty for constructed or manufactured products of the manufacturer. This will not include the consumable lumber which will be shot up during the course of training and will require periodic replacement. Implementation: Site examination Site conditions shall be verified as acceptable for product installation in accordance with manufacturer’s instruction. Installation/Cleanup Install building structures true to line, level, plumb, rigid, secure and anchored. Level base plates to true plane with full bearing to support structure, set in place as recommended by manufacturer. Provide qualified personnel who have been certified to be present during the complete installation of the modular building. Remove any temporary coverings and protection of adjacent work areas. Repair or replace damage installed products. Clean all installed products in accordance with manufacture’s instructions prior to owner’s acceptance. Remove construction debris from project site and legally dispose of debris. Public Safety Committee Meeting 5/8/2006 3:30 PM Presentation, Sound, and Voting System Department:Information Technology, Gary Hewett-Assistant Director Caption:Motion to approve the purchase of a new Presentation, Sound and Voting System. (No recommendation from Public Safety Committee April 10, 2006) (Referred from April 18 Commission meeting) Background:The Presentation, Sound, and Voting Systems currently installed in Commission Chambers are antiquated and can not be upgraded. The Voting System was installed in 1998 as a temporary solution and has far exceeded its useful life expectations. Support and replacement parts for the system are unavailable. The sound system was installed in 1993. The existing systems will not integrate with each other. When information is presented the attendees are required to turn around and view the information on the wall located behind them. Analysis:A new integrated system will provide complete control to the Clerk of Commission. Changes can be made without interruption to the meeting. The information presented to and by Commissioners would be easier to view, manipulate and record. Meeting attendees would be presented information in front of them on the wall behind the Commissioners and Commissioners would view information on the wall behind the attendees. All equipment purchased can be relocated to a new facility with minimal down time and expense. Final approval is pending contract approval by legal council. Financial Impact:A Presentation, Sound, and Voting System Selection Committee was formed to review all bid responses. Corporate Presentation Systems (CPS, Inc.) was selected as the best responsive bidder. CPS, Inc. was selected through a Request For Proposal (RFP) process (RFP # 05-118A). Alternatives:Continue operating the existing systems and fund any repairs from emergency maintenance. Recommendation:Approve the purchase of a new Presentation, Sound and Voting System. Funds are Available in the Following Accounts: $100,707.11 available in 272015410-5425310 $28,500.00 available in 272011310-5424120 REVIEWED AND APPROVED BY: Clerk of Commission The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 1 of 43 1. Letter of Transmittal and Table of Contents April 4, 2006 Geri A. Sams The Augusta-Richmond Procurement Department 530 Greene Street – Room 605 Augusta, GA 30911 Re: RFP #05-118A – Alternate Bid Dear Ms. Sams: Please accept the attached proposal to upgrade the audiovisual system in the Lee Beard Commission Chambers, Room 804 of the Municipal Building, 530 Greene Street, Augusta, GA 30911. It is an alternate response to the RFP, with the following change: The 15” LCD panels with touch overlay have been replaced by the integration of 5” Crestron Touch Panels at each commissioner’s seat. This change allows the commissioners to vote via the 5” Crestron touch panels using Crestron’s e- Control technology, and the e-vote software package included with the Crestron control system. Aside from this change, our alternate response to the RFP is identical to our primary response. Our proposal is comprehensive in nature; it, as required by the Request for Proposal, contains the following: 1. Letter of Transmittal 2. Table of Contents 3. Executive Summary 4. Corporate Profile 5. System Overview 6. Services 7. Support 8. Contract Information 9. Locations(s) Information 10. Appendices The Total System Price is $129,207.11. This is a fixed priced quote to provide these services, valid for one hundred- twenty (120) days from today’s date. The period of performance will be within sixty (60) days of contract award. Our proposal includes data that shall not be disclosed outside of The Augusta- Richmond Procurement Department and shall not be duplicated, used, or disclosed – in whole or in part – for any purpose The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 2 of 43 other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of – or in connection with – the submission of this data, The Augusta-Richmond Procurement Department shall have the right to duplicate, use or disclose the data to the extent provided in the resulting contract. This restriction does not limit the right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are all pages of this submittal. Please accept our sincerest gratitude for allowing us an opportunity to work with your organization. We stand prepared to commit our resources immediately to accomplish the project objective outlined in your Request for Quote. Respectfully, Jeff Baker Account Manager Corporate Presentation Systems, Inc. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 3 of 43 TABLE OF CONTENTS 1. LETTER OF TRANSMITTAL AND TABLE OF CONTENTS .............................................................................. 1 2. EXECUTIVE SUMMARY......................................................................... ................................................................. 4 3. CORPORATE PROFILE......................................................................... ................................................................... 6 3.1. OFFEROR INFORMATION..................................................................... .................................................................... 6 3.2. COMPANY BACKGROUND...................................................................... ................................................................. 6 3.3. CONTRACTOR REQUIREMENTS ................................................................................ ............................................... 7 3.4. FINANCIAL INFORMATION ................................................................................ ...................................................... 8 3.5. REFERENCE ACCOUNTS ................................................................................ .......................................................... 8 3.6. GENERAL CONTRACT ................................................................................ ........................................................... 27 4. SYSTEM OVERVIEW........................................................................ ...................................................................... 27 4.1. PROJECT OBJECTIVES ................................................................................ ........................................................... 27 4.2. SYSTEM DESCRIPTION ................................................................................ .......................................................... 28 5. SERVICES ................................................................................ ................................................................................ .. 29 5.1. DISPLAY DEVICES ................................................................................ ................................................................ 29 5.2. INTERFACE, SWITCHING, & DISTRIBUTION.................................................................... ........................................ 29 5.3. SOURCE EQUIPMENT....................................................................... ...................................................................... 30 5.4. VIDEO CONFERENCING SYSTEM.......................................................................... ................................................. 31 5.5. AUDIO SYSTEM.......................................................................... ........................................................................... 31 5.6. CONTROL SYSTEM.......................................................................... ...................................................................... 32 5.7. FURNITURE & MISCELLANEOUS ................................................................................ ............................................ 32 5.8. SYSTEM TESTING......................................................................... ......................................................................... 33 5.9. SYSTEM ACCEPTANCE ................................................................................ .......................................................... 33 5.10. SYSTEM TRAINING AND DOCUMENTATION................................................................... ......................................... 34 5.11. SYSTEM WARRANTY ................................................................................ ............................................................ 34 6. SUPPORT ................................................................................ ................................................................................ ... 34 6.1. IMPLEMENTATION PLAN............................................................................ ........................................................... 34 6.2. IMPLEMENTATION SUPPORT ................................................................................ ................................................. 37 6.3. ESCALATION PROCEDURE....................................................................... .............................................................. 37 6.4. CUSTOMER SUPPORT & PROBLEM RESOLUTION...................................................................... .............................. 37 6.5. CUSTOMER SUPPORT – PREVENTATIVE MAINTENANCE INSPECTIONS (PMI) AND SERVICE PLANS ....................... 38 7. CONTRACT INFORMATION..................................................................... ............................................................ 39 8. FOUR PHASES OF SYSTEM IMPLEMENTATION, TIMELINE & PROGRESS PAYMENT BILLING..... 40 9. ACCEPTANCE ................................................................................ .......................................................................... 42 10. BILL OF MATERIAL, LABOR ESTIMATE AND OTHER DIRECT COSTS .............................................. 43 The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 4 of 43 2. Executive Summary This section addresses page 14 of the RFP. The following address some of the key elements of our proposal, highlighting major features, functions and areas of support. Crestron e-Control and e-Vote One of the major features of our design is the integration of 5” Crestron Touch Panels at each commissioner’s seat instead of the 15” touch panels as required by the RFP. We made this change after discussion with city government personnel at the pre-bid conference. It is our understanding that the primary function of the 15” touch panels is to provide an interface for commissioners to vote, replacing the current manual system. One of the functions of our control system allows the commissioners to vote via the 5” Crestron touch panels. Using Crestron’s e-Control technology, and the e-vote software package included with the Crestron control system, commissioners are provided the means to cast votes as well as gather, tally and break down the totals. This process is entirely automated and controlled by the software. In addition, each 5” Crestron touch panel provided to the commissioners is a fully functional control system interface. Display System The display system includes two 2700-lumen, XGA projectors and 150” motorized projection screens. The projection screens include extra “drop” material that will allow the screen height from the floor to be lowered. Interface, Switching & Distribution System This system includes an 8x4 audio/video switcher to route computer-based video signals to the display system. An additional 8x4 audio/video switcher is included to route S- Video-based video signals. The system also provides several computer, video, and microphone inputs at each of the lecterns to support laptop computers, DVD players and other video devices, and handheld microphones. Source Equipment This system includes two DVD/VCR combo units that will playback DVDs and VHS tapes that are located in the lecterns. In addition, it includes two Wolfvision VZ-8 XGA document cameras that are located in the lecterns. Mix-Minus Audio System In addition to providing audio from sources and speakers via microphones, the audio system has additional functionality to insure quality reproduction of audio from microphones through the distributed speaker system. The audio system includes a mix-minus processing system that The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 5 of 43 automatically prevents interaction between speakers and microphones that can cause feedback and echo. For example, when a commissioner pushes the push-to-talk button on the gooseneck microphone, the gain of the speaker(s) near that microphone location will be lowered or shut off. Control System The control system includes a Crestron AV2 integrated controller that will control the projectors, projection screens, and the audio system. The system includes one control panel: a 10.4” color, wireless touch panel with a docking station. This touch panel will provide the interface to the control system. Control System The control system includes a Crestron AV2 integrated controller that will control the projectors, projection screens, and the audio system. The system includes one control panel: a 10.4” color, wireless touch panel with a docking station. This touch panel will provide the interface to the control system. Furniture Our proposal includes two VFI audiovisual lecterns. Each lectern includes a bay for a computer, keyboard drawer, recessed monitor bay, and a pullout drawer for a document camera. The lecterns are also include a rack system for the rack-mounted AV equipment and are set on casters so they can be moved. 24/7/365 Support Capability CPS offers a full range of service contracts to meet the specific needs of any client. These include Preventative Maintenance, Corrective Maintenance/ Technical Support, and Emergency Maintenance services. Currently, CPS supports several customers with 24/7/365 day service contracts. The details of these service plans are included in Section 6.5 on page 35 and can be customized to meet your specific requirements and budget. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 6 of 43 3. Corporate Profile This section addresses page 14 of the RFP. 3.1. Offeror Information Solicitation number RFP #05-118 Offeror Corporate Presentation Systems, Inc. 1230 Peachtree Street, Suite 2440 Atlanta, GA 30309 Telephone: 404-532-1650 Fax: 404-532-1071 Web: www.cpslink.com Statement of compliance This proposal is 100% compliant with the terms, conditions and provisions included in the request for proposal and we agree to furnish any and all items upon which prices are offered at the price set opposite each item. Corporate personnel authorized to negotiate on offeror’s behalf Jeff Baker Account Manager Telephone: 404-532-1650 x16 Fax: 404-532-1071 Email: jbaker@cpslink.com Corporate personnel authorized to sign proposal Jeff Baker Account Manager Implementation Focal Point Contact Mike Stroble Atlanta Operations Manager 1230 Peachtree Street, Suite 2440 Atlanta, GA 30309 Telephone: 404-532-1650 Fax: 404-532-1071 Email: mstroble@cpslink.com 3.2. Company Background Corporate Presentation Systems, Inc. (CPS), an Audio Visual (AV) systems integrator, has supported corporate, government and educational clients with innovative AV solutions since 1989. Based in Reston, VA, with field offices in Dahlgren, VA, Atlanta, GA and Tampa, FL, CPS is a local company with global reach. Our clients have requested our services from locations as far away as Hawaii, Japan and Germany. The Southeast Regional office is located in the prestigious Mid-town area of Atlanta, GA. With the convenient location to the Metro-Atlanta area and the entire Southeast Region, CPS is able to provide The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 7 of 43 The Executive Briefing Center in our Atlanta Technology Center full engineering, installation and system maintenance capabilities as well as maintaining a complete 24/7 maintenance support to our Southeastern customer base. This state-of-the-art facility has been specifically designed to demonstrate various types of communication technology and assist decision makers through the maze of increasing technology choices. End-users are able to test and evaluate system solutions in a controlled environment to make betterinformed buying decisions. With a fully complimented Network Operations Center, Executive Briefing Center with videoconferencing capability, as well as a Situation Analysis Room, CPS showcases its capabilities to provide our customers with the “Cutting Edge” of today’s technology available in the presentation and videoconferencing market. CPS has expanded its commitment to the Southeast market by opening a satellite office in Gulfport, MS. This office has been established to provide full engineering, installation and 24/7 system maintenance support to our Gulf Coast region customer base giving CPS a solid footprint to best serve our diverse clientele. High-ranking government officials at the Department of Defense as well as the State and Executive levels of the US government have recognized the depth and breadth of our experience and capabilities. These branches have trusted CPS to design, install and service audiovisual systems that are being used in mission critical facilities monitoring our country’s security. CPS is available to design, install, operate and maintain a wide range of technologies found in operation centers, boardrooms, auditoriums, conference rooms, and training rooms. We have been praised for our innovative designs, speed of execution, ongoing support and the strong spirit of cooperation we bring to all of our projects. CPS maintains strong relations with our manufacturer partners to bring our clients the latest technologies, qualified factory trained technicians, and competitive pricing. In addition to these manufacturer alliances, we have developed strategic business partners to bring top-drawer support to areas outside our scope of business to ensure the highest quality product for our clients. At each of our offices, CPS supports the demonstration of cutting edge technology to its clients by providing state of the art presentation and videoconferencing facilities. This allows end-users to make better-informed buying decisions by first testing and evaluating system solutions in a controlled environment. CPS is 100% owned by Michael Perch, an African American and has been certified as a Minority owned company by the Georgia Minority Supplier Development Council (GMSDC). 3.3. Contractor Requirements This section addresses pages 6 and 13 of the RFP. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 8 of 43 Technical Expertise, Focus and Experience CPS is regularly engaged in the design, fabrication, installation and service of professional sound and presentation systems. CPS has highly trained and experienced engineers and technicians who will be available for the integration, installation and warranty period requirements of this RFP. CPS is staffed with a team of ICIA Gold level certified technicians and engineers and full time Crestron system programmers. CPS has the highest level training achievable for Extron, Crestron, Sanyo, Draper, Gentner and many other products. Service and Support Facilities CPS Atlanta’s Southeast Regional sales and service facility is a full service 5,000 square facility focused on AV systems integration, demonstration, inventorying equipment, and customer service. The office is located within a 150-mile radius of Augusta, GA. CPS currently maintains a 24/7/365 maintenance agreement with several clients and can easily meet the service and support requirements of this RFP. CPS is a direct dealer for all major products listed on the RFP and our Bill of Materials. 3.4. Financial Information This section addresses page 14 of the RFP. This information has been submitted under separate cover by Michael Perch, President. 3.5. Reference Accounts This section addresses page 14 of the RFP. CPS has a record of superior performance on many projects that are similar in size and scope to the Lee Beard Commission Chambers AV project. CPS is a true match to the needs of this project. We are specialists in AV systems design, integration, installation, integration; and preventative maintenance and repair. Our five references, as required by the RFP, are on the following pages. These projects, although located outside of the state of Georgia, were designed and installed by the technical staff in our Atlanta Southeast Regional Office. Corporate Highlights • Focused on Audio Visual Systems & Integration – 95% of our revenues are audio visual systems integration. • Superior performance on AV projects similar to this RFP. • 5,000 sq-ft full service office in Atlanta, GA. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 9 of 43 Contract Title: Video Teleconferencing/Briefing Auditorium Subcontract Number: 03-0159 (includes three mods) Procuring Company: BAE Systems, Inc. Period of Performance: February 2003 – February 2004 Dollar Value: $2,800,000 Procuring Contracting Officer: Donna M. Merski 8201 Greensboro Drive, Suite 1200 McLean, VA 22102 703-847-5820 Project Manager: Paul Bartman 703/428-4230 Project Summary Corporate Presentation Services, Inc. (CPS) designed and installed a complete turnkey auditorium with dual twelve-foot screens, multiple plasma displays, and the ability to conduct a video teleconference with multiple locations. The auditorium can be used to display a number of computer/laptop sources, document cameras, VCR’s, DVD’s, Sony Betacam SX, cassette player, and several other devices. The system incorporates the latest commercial off the shelf technology and provides the ability to present high impact presentations and video teleconferencing applications. CPS provided hardware design, integration and installation that involved a complete renovation of the conference room to turn it into a modern conference room environment. Video Display Systems CPS installed two Sanyo UXGA 7700 lumen LCD projectors in the rear projection room. CPS installed two new 12’ rear projection screens located at the front of the room. CPS installed five Hitachi 37” plasma display panels throughout the facility for display of video images and to project cable TV feeds. This system allows the users to display graphics and small text on the large projection screen and will allow the use of the plasma display screens for the display of video sources. The dual display system is used for VTC conferences, allowing the display of the far end and near end camera at the same time. The client has the ability to preview both video and computer sources on the touch panel prior to routing them to the projection screen or plasma displays, ensuring that the proper image is being displayed to the audience. Video Teleconferencing/Briefing Auditorium Project Summary The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 10 of 43 Matrix Switching Systems CPS installed one Extron 64x64 RGBHV matrix to route the high-resolution sources. CPS installed one Extron 64x64 AV matrix switch to route video and audio sources. The switches control the entire flow of video and high-resolution signals in the auditorium. They are rack-mounted and controlled by a Crestron control system. Audio System CPS installed three Polycom Vortex Audio Mixers/Noise Cancellers for mixing audio sources in the auditorium. CPS installed several Extron digital signal processors to improve the overall quality of the sound output by providing equalization and gain management. CPS installed twelve Shure gooseneck microphones and two lavaliere microphones to provide audio and video conferencing capability using the new sound system. There is also a shotgun microphone. The outputs of the Polycom mixer feed a Crown power amplifier. This amplifier feeds eight custom overhead ceiling speakers that provide a professional quality sound system. Remote Control System CPS installed five 6”, 12” and 15” AMX color touch panels for use at the lectern, control room, principal’s table, facilitator’s table, and in the rack. This system provides control for all source equipment in the room, including source selection and switching, audio/video teleconference dialing and control functions, lighting control for the entire auditorium, and volume level controls. This system incorporates video and computer preview capability at the touch panel. Video Teleconference System The conference room provides state of the art video conferencing utilizing a Tandberg CODEC 6000. The system provides the ability to have a VTC session utilizing ISDN protocol (H.320) or IP protocol (H.323). This connectivity provides the ability to have up to 4 sites in one multi-point call without the use of an external bridging system. The CODEC also provides the ability to transmit high-resolution signals from a computer. The system utilizes four Sony 3-chip video teleconference cameras that have the ability to pan/tilt/zoom/focus and are designed specifically for VTC usage. The videoconference cameras are all controlled by the control system, which provides the ability to preview, switch, and give individual camera control functions for each camera. Video Dubbing and Editing System The video dubbing system has its own control panel and rooming assignment in the video matrix switch, making it virtually a stand-alone system. The Sony dubbing system shares some source equipment and recording equipment with devices used in the editing system. This setup will provide the ability to record in Betacam format, VHS, and S-VHS. The signal processor in the control room system will provide the capability to record high-resolution and video sources with the dubbing system. The video editing system utilizes Sony production quality editing equipment. This system is connected to the matrix switching system, allowing the control room operator to do both live and post-production editing. This system utilizes its own independent set of source and recording equipment that is separate from the dubbing system and the equipment utilized for the main auditorium. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 11 of 43 Assistive Listening System This system is designed for use in assistive listening or simultaneous interpretation applications. The system is offered in infrared (IR) wireless with a single channel to be used for one application at a time . CATV System The CATV system provides five 43” Hitachi plasma screens and two 20” flat panel monitors throughout the facility. CPS connected outputs from the matrix switching system to a CFE cable plant. This allows for the display of any video input at the monitor locations. Control for the channel, volume, and power of the plasma screens is from the operator’s touch panel. User and Technical Training CPS provided training sessions for all onsite personnel to instruct the users on the full functionality and use of the system. CPS provided a detailed instruction manual for reference purposes to ensure that any new users who have not received formal training can review how the system operates. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 12 of 43 Contract Title: Audio Visual System Design, Installation, Operations and Maintenance Support Contract Number and Type: N00178-00-D-2010; Delivery Order Procuring Agency: Fort Detrick, Maryland Contracting Period of Performance: May 2001 – October 2003 Dollar Value: $3,000,000.00 Procuring Contracting Officer: Jennifer Sisco 18385 Frontage Road, Building 1450 Dahlgren, VA 22448(540) 653-3976jsisco@jwac.com Contracting Officer Technical POC: Chief Robert Hayes 18385 Frontage Road Building 1450A Dahlgren, VA 22448-5100 540-653-1607 Relevancy of the contract to the proposed requirement CPS provided end-to-end design/build services for JWAC over a two and a half year period. This consisted of interfacing with the architect, the general contractor, all other building trades, and JWAC personnel in identifying audio/visual considerations for the new 100,000 square foot, three story building. For any contemplated new building designs, this project highlights CPS’ ability to provide end-to-end engineering, design and implementation support. Project Summary Corporate Presentation Services, Inc. (CPS) engineered, designed and installed a complete turnkey audio/visual (AV) system for JWAC at NSWC – Dahlgren in building 1450A. The system incorporates the latest commercial, off the shelf technology and provides the ability to present high impact presentations and videoconferencing applications in seven different conference rooms and command center environments, along with two building wide systems. CPS provided hardware design, integration and installation for a state-of-the-art facility that represents the finest in cutting edge presentation and videoconferencing technology. The following represents the different environments that CPS designed and installed for JWAC: • JWAC Command Center • JWAC VTC Center • JWAC Commanders Conference Room • JWAC Collaborative Meeting Room • JWAC Situation Analysis Room • JWAC Small Conference Room The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 13 of 43 • JWAC Building Wide Paging and Sound Masking System • JWAC Closed Circuit Security Monitoring System JWAC Command Center Sub-System Overview JWAC Display System Requirements: • Provide the Command Center with a large screen display in the corner of the room with eight additional plasma displays placed throughout the facility for supplemental viewing. • Ensure that all displays are clearly visible to any participant in the conference center. The display is capable of displaying various combinations of multiple images of any format available in the Command Center. CPS Display System Design Solutions: • CPS furnished and installed two Rear Screen Projection (RPS) systems consisting of two Barco SLM UXGA 5000 lumen projectors mounted in to Draper RPS cradles. The projected images are shown onto a custom nine-foot diagonal screen utilizing the folded optics system. The custom screens are enclosed by a custom façade that also houses the program speakers for the AV system. • CPS furnished and installed eight Pioneer 50” plasma wall mounted displays throughout the facility for supplemental viewing. JWAC VTC System Requirements: • Connect a secured video teleconferencing system to the JWAC T1 network. Participants on the far end of the conference must be able to view the team chief and the room’s participants at various locations, which require multiple camera positions and flexible audio pickup. There can be as many as four locations participating in a VTC at one time. • Provide adequate directed lighting to ensure quality video images are transmitted to far end participants. CPS VTC System Design • CPS furnished and installed one Tandberg CODEC 6000 video conferencing system located in the head end room. This system is connected to a GFE serial video conferencing connection. • CPS furnished and installed two Tandberg color video cameras. These cameras were installed for use at the briefing position and at the center workstation, which covers the two positions from which the presenters would be located. JWAC Source Equipment Requirements: • Install a VCR, DVD, and a document camera in the pullout rack located in the wall adjacent to the main projection screen. Participants need to be able to view and hear content from either device. • The system installed should have the ability to utilize multiple types of media on the projection and audio systems. These include VCR tapes, DVD’s, hard copy documents, transparencies, television programming, CD’s and multiple computer sources. CPS Source Equipment Design: • CPS furnished and installed one new professional JVC SVHS VCR. • CPS furnished and installed one new Philips DVD 175 professional DVD player. This unit provides the ability to play CDs and DVDs and have RS-232 control capability for reliable control system The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 14 of 43 interoperability. • CPS furnished and installed ten new Sony DBS receivers, located in the head end room, and connected to a satellite dish. • CPS furnished and installed one new DBS dish on the roof. • CPS furnished and installed one new Elmo HV-5000XG document camera located in a pullout drawer in the rack adjacent to the screen. This unit provides the ability to capture hard copy documents (including transparencies) and display them on the projection screens, as well as, all of the plasma displays. JWAC Interface, Switching and Distribution Requirements: Provide auxiliary connection panels for portable devices that may be brought into the room. Auxiliary panels located near the large screen display and the center of the room will provide flexibility. Each auxiliary panel provides a connection point for computer display, an NTSC video or stereo audio device and user interface. There are 38 work areas in the conference center. Each work area may have up to three PCs each with an individual display. Each work area has a sub- switch to permit display of any one PC or one laptop from that station on the large screen displays. CPS Interface, Switching and Distribution Design: • CPS furnished and installed one new Extron document camera interface where the output of the Elmo document camera was connected. The output of the Elmo was then connected to the routing switch for use on the display system. • CPS furnished and installed 152 new Extron DVI interfaces, four located at each work area. The output of each GFE computer was connected to each interface, which was then connected to the subsystem switch for use on the display system. • CPS furnished and installed two new Extron interfaces. These interfaces are located at the center table to provide a laptop connection. The output of this device was connected to the routing switch for use on the display system. • CPS furnished and installed three new Auxiliary Extron interfaces. These interfaces also contain connection points for an S-video device with audio. The output of these devices where connected to the routing switch for use on the display system. Two auxiliary panels are located adjacent to the podiums. • CPS furnished and installed one new Extron scaler located in the head end room. • CPS furnished and installed thirty-eight new Extron 4x1 RGBHV routing subsystem switches, located at each work area, for all computer and other high-resolution sources. CPS connected the output of this switch to the display system. • CPS furnished and installed one new Extron 64x32 RGBHV matrix routing switch, located in the head end room, for all computer and other high-resolution sources. The output of this switch was connected to the display system, for display on the projection system and plasma screens, and the control system, for computer preview in the equipment room. • Furnished and installed one new Extron 32x32 S-video and audio matrix switch, located in the head end room, for all video sources. CPS connected the output of this switch to the display system, for display on the projection system and plasma screens, and the control system, for video preview in the equipment room and the source equipment for recording video images. • CPS furnished and installed two new Folsom video wall processors. • CPS furnished and installed four new Extron distribution amplifiers to allow the signal to go to both video wall processors. • CPS furnished and installed two new Extron dual S-Video distribution amplifiers to allow the signal to go to both video wall processors. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 15 of 43 • CPS furnished and installed one new Folsom edge blending processor. • CPS furnished and installed four new Opticonx fiber optic patch panels located in the head end room. The panels were connected to the GFE fiber optic plant for signal distribution. Fiber terminations are provided by JWAC. • 14. FCPS furnished and installed two new Optelecom high-resolution RGB receivers rack mounted in the A/V Room. The receivers were connected to the GFE fiber optic plant for reception of RGB signals. • CPS furnished and installed one new Optelecom high-resolution RGB transmitter rack mounted in the A/V Room. The transmitter was connected to the GFE fiber optic plant for transmission of RGB signals. • CPS furnished and installed two new Optelecom video receiver modules in the A/V Room. The receivers were connected to the GFE fiber optic plant for reception of video and audio sources. • CPS furnished and installed one new Optelecom video transmitter modules in the A/V Room. The transmitter was connected to the GFE fiber optic plant for transmission of video and audio sources. JWAC Control System Requirements: Install an electronic control system to provide a user-friendly control interface for the new A/V system. The system should be able to provide five touch panels that will allow the operation of all of the system equipment. From the push of a button, an operator will be able to turn the system on, select which source to display, adjust volume levels, dial VTC calls, and power the system down. There is a need for both limited user controls and an advanced user section. CPS Control System Design: • CPS furnished and installed three new Crestron 15” touch panels. These panels will be located in the following areas: • Head end room with RGB preview • Team Chief station • Head end rack • CPS furnished and installed two new Crestron 6” touch panels with video preview. These panels will be located, one each, on the briefer podiums. • CPS furnished and installed one new Crestron integrated control system, located in the head end room, to operate all system devices. The control system will provide these functions to users: • Power on/off for A/V system device • Routing of computer, video, and audio sources • Volume control for multimedia and microphone audio • Computer and video preview for equipment room only • VCR, DVD, CD & transport controls • Tuner selection and channel selection • Help icon with button explanations JWAC Audio System Requirement: Audio reinforcement of the briefing or any selected source is required within the room. Sound masking music is not required in this space due to the audio/visual system content. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 16 of 43 CPS Audio Systems Design: • CPS furnished and installed two new AKG gooseneck microphones, one at each podium. • CPS furnished and installed four new Shure table microphones for the VTC system, located at the center console. • CPS furnished and installed one new Polycom audio matrix mixer located in the head end room. Furnished and installed two new Rane graphic equalizers located in the head end room. • CPS furnished and installed one new Crown four channel amplifier located in the head end room, which will give power to the speakers. • CPS furnished and installed two new JBL wall mounted speakers recessed in custom enclosures in the wall. • CPS furnished and installed nine new JBL ceiling speakers recessed into the ceiling knee wall. User and Technical Training CPS provided multiple extensive four-hour training sessions for all onsite personnel to instruct the users on the full functionality and use of the system. CPS provided Training Manuals complete with bitmap images of the control panel button layouts and narrative descriptions as to their use. Innovative solutions to problems encountered during contract performance JWAC requested that CPS provide and install a custom metallic façade for RPS system to match the system furniture located in the Command Center. Working closely with our millwork contractor, CPS was able to provide precise fit, form and functionality to JWAC to meet the requirement. CPS also devised an innovative solution to JWAC switching and distribution system that allowed for a 4 x 1, accommodating the display requirements at each workstation. This allowed the matrix switcher to received only one output per workstation gave JWAC a flexible, cost effective method of accommodating all participates within the room without providing individual interfaces to each workstation. Cost growth, number, type, frequency, duration and impact of any quality, delivery or cost problems encountered, and corrective action taken None encountered. Statement as to completion of project on time CPS has completed the contract to the 100% satisfaction of our client. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 17 of 43 Contract Title: Audio Visual System Design, Installation, and Preventative Maintenance Support Contract Number: PO 4500704699 Contract Type/Amount: Fixed Price, $350,717.00 Period of Performance: December 2003 – December 2005 Construction Duration: December 2003 – March 2003 Outcome: Completed On Time – On Budget Procuring Contracting Officer: Bruce Swenson 1710 SAIC Drive Tower 1, 9th Floor McLean, VA 22102 (703) 676-5117 Project Description Science Applications International Corporation (SAIC) is the largest employee- owned research and engineering company in the United States, providing information technology, systems integration and eSolutions to commercial and government customers. Corporate Presentation Systems, Inc. (CPS) is proud to have been chosen to redesign their existing Decision Support Center into a flagship facility that incorporates sleek design, complete flexibility of use, and the latest technology to provide a truly unparalleled company resource. CPS designed this conference room for effective communication. Incorporating 16 computer interfaces, two 61” plasma displays, a complete distribution system with customized control programming, as well as a point-to-point/multipoint video teleconferencing system. This conference room can effectively be used for many applications. SAIC uses this room as a full service training room, briefing room with the ability to video teleconference other locations, as well as an impressive client conference room with the ability to view all types of presentation formats. This is an example of economy and functionality at its finest making it one of the most utilized rooms in the facility. Display System Solutions CPS designed this display system around the concept of complete flexibility. Brighter LCD projectors were installed for professional quality images during all types of lighting conditions. Two 100” tab tensioned electronic projection screens were ceiling recessed at the front of the conference room. CPS provided a customized valance in front of the new screens that matched the current décor for a professional and finished appearance. Two 61” plasma displays were installed to the left and right of the projection screens for improved viewing in the conference room. CPS provided a unique design to emulate a TelePrompTer environment without the high price tag. A 17” LCD monitor was mounted between the projectors to allow the presenter to see the presentation without having to turn around to look at the displays. With this solution, the presentation can be Science Applications International Corporation (SAIC) Project Summary The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 18 of 43 viewed by the presenter while still facing the audience. This monitor was installed in the ceiling with an LCD flip down mount for storage when the LCD is not in use and provides a unique combination of functionality, sleek design, and cost economy for a user friendly environment. Video Teleconferencing (VTC) System Solutions CPS designed and implemented a digital teleconferencing system to provide interactive VTC sessions with as many as four locations at one time. Participants on the far end of the conference are able to view the presenter and the room’s participants from one of three Canon video cameras strategically located throughout the room. CPS furnished and installed one Tandberg CODEC 6000 video conferencing system, which allows both ISDN and IP connectivity. A Natural Presenter Package was also supplied to view high-resolution PC images during VTC sessions Source Equipment Solutions CPS designed this system to utilize multiple types of media with the display and audio systems. Source formats included VCR tapes, DVD’s, hard copy documents, transparencies, CD’s and multiple computer sources. This system provides the ability to easily present any format material at a moments notice. All devices have RS-232 control capability for reliable operation from easy to use touch panels. Interface, Switching and Distribution Solutions The distribution system was specifically designed to view any source on any display within the Decision Support Center. Combining the quality features of Extron’s 32x32 RGB and 16x16 S-video switchers, clear images can be displayed from any source. The true versatility of the system is demonstrated with the ability to display one image on all displays devices or simultaneously displaying up to 25 different images on individual monitors. No presenter will be limited by the room design or configuration for years to come regardless of the application. Computer interaction was a critical need for SAIC’s training applications. CPS provided 16 interfaces for workstations located in the conference table, four interfaces mounted in movable tables for laptop portability, and two interfaces strategically located for guest’s laptop connections. CPS provided a distinctive feature to make this a truly state-of-the-art training facility. Control buttons were installed at the side of each workstation located around the conference table. Each user is able to switch between two sources within the system for viewing on their individual monitor screen. The training facilitator controls which sources can be accessed by using a custom programmed control touch panel. This ensures students access appropriate material at the correct time. Control System Solutions CPS designed an electronic control system to provide a user-friendly control interface for the new A/V system. This system includes a 17” touch panel that operates all of the system components from a single location. From the push of a button, an operator can turn the system on, select which source to display, adjust volume levels, dial VTC calls, control VTC camera pan/tilt/zoom, operate the zoned lighting effects, initiate an conference call, select sources for individual computer display, and power the system down. Audio System Solutions Ambient Sound CPS updated the existing audio system to provide professional sound quality re- enforcement especially important to ATC/VTC sessions. Two Polycom audio microphone mixers were installed to The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 19 of 43 compensate for weak or strong conference call signals by automatically providing gain control, echo cancellation, feedback elimination and mix-minus functionality without any intervention from the presenter or technical staff. A Polycom telephone hybrid with four (4) microphone inputs supplies local participant audio support. Quality sound could not be simpler with this sophisticated system. Participants frequently need to hear PC based audio files and to speak or record files via NetMeeting or other software connection tools provided by SAIC. Headsets and local microphones were provided for participants to do so without interrupting their neighbor. Each computer station around the main conference table includes phone jacks and volume control for the individual headsets. Microphones selected for this application contain programmable LED buttons and nineteen-inch flexible goosenecks to allow recording from a comfortable sitting position without leaning into the microphone. CPS also furnished ceiling recessed speakers to provide better sound quality as part of the sound reinforcement. The speakers provide better coverage and control without feedback during presentations to complete this professional audio solution. User and Technical Training CPS provided multiple in-depth training sessions for all onsite personnel to instruct the users on the full functionality and use of the system. CPS provided training manuals complete with bitmap images of the control panel button layouts and narrative descriptions as to their use. Relevancy of the contract to the proposed requirement CPS provided a design that not only matched but exceeded SAIC’s initial requirements. As suggestions and alternatives were discussed, SAIC quickly discovered that this room could accomplish multiple training and meeting needs as well as become a venue to “showcase” various technologies to clients. CPS was able to provide above and beyond engineering, installation, and maintenance services to a completely satisfied customer. Innovative solutions to problems encountered during contract performance While control of the AV systems for the room is a common service provided by CPS, providing user control for 16 computer workstations offered an interesting challenge. CPS designed a unique KVM solution that allows the presenter to operate a student’s computer remotely from the presenter’s station. The KVM solution combined with a traditional AV control system, allows the presenter to monitor student progress, select specific files or programs for individual students to access, as well as provide private one-on-one instruction to slower students without disrupting others, which is especially important for adult learners. This CPS design offers a state-of-the- art training environment adaptable to any situation. Cost growth, number, type, frequency, duration and impact of any quality, delivery or cost problems encountered, and corrective action taken None encountered. Because of the superior performance of CPS’ engineering and installation staff, SAIC requested a two-year maintenance contract to ensure the optimal working condition of their new systems. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 20 of 43 Project Summary Contract Title: Audio Visual System Design, Installation and Maintenance Support Contract Number and Type: N00178-01-D-3071 Multiple Delivery Order Contracts Procuring Agency: NSWC-DD Period of Performance: May 2003 – September 2003 Dollar Value: $1,114,564.85 Procuring Contracting Officer: Mr. Don Becker Financial Business Officer NSWC-DD J-Department 17320 Dahlgren Road, Building J08 Dahlgren, Virginia 22448 (540) 653-6897 Relevancy of the contract to the proposed requirement CPS provided end-to end design/build services for J-Department over several months. This consisted of interfacing with the architect, the general contractor, all other building trades, and J-Department personnel in identifying audio/visual considerations for the new multi-story building that went up in early 2003. For any contemplated new building designs, this project highlights CPS’ ability to provide end-to-end engineering, design and implementation support. Project Summary CPS has provided on-going design, installation and maintenance support for the Naval Surface Warfare Center – Dahlgren Division since 1987. The J-Department moved into a brand new building during the early part of 2003 and contracted with CPS to provide them with five state of the art audio visual environments. CPS built the Director’s Conference Room, a Video Teleconferencing (VTC) suite, Mission Assurance Operation Center (MAOC), Decision Support Center (DSC) and the Data Fusion Center (DFC). Director’s Conference Room (JDC) - $127,648.48 Delivery Order 0022 CPS was contracted by the J-Department to build a Director’s Presentation System in Building 1460, room 2217 for the J-Department Director. The room components include: one 61” plasma display, one 37” plasma display, one electronic interactive whiteboard, VCR player, DVD player, document camera, cable/satellite tuner, Crestron integrated control system with 12” touch panel, automatic microphone mixer, six channel amplifier, 8x8 RGBHV matrix switcher, 8x8 S-video and audio matrix switcher, PC/laptop interfaces, custom wood credenza to house the equipment, custom wood lectern that can be used on either side of the room, and custom blackout drapes for the windows. Naval Surface Warfare Center – Dahlgren Division Joint Warfare Applications Department (JWAD) Project Summary The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 21 of 43 VTC Suite - $278,027.74 Delivery Order 0021 CPS was contracted by the J-Department to build a state of the art video teleconferencing suite within a SCIF in its new building. The VTC suite was built using theater style seating. Two plasma displays were installed in the front of the room and two plasma displays were installed on each side wall half way to the rear of the suite to allow better viewing for those sitting in the very back of the room. A Tandberg 6000 CODEC provides the VTC capability. Two professional quality 3-chip color video cameras were installed at the front of the room. One camera picks up the meeting participants sitting around the conference table and first few rows while the second camera picks up the rest of the rows. The person operating the VTC system can preview all material shown through the VTC call before it goes out. J-Department has the ability to conduct multi-site calls and can send graphics over the dedicated line to the far end. J-Department is able to show and transmit from many sources – VCR, DVD, document camera, cable/satellite TV tuner, and from multiple laptops/PC’s that can be interfaced into the system. There is a complete audio systems with microphones, speakers, amplifies, noise cancellation devices, mixers, etc. The entire system is controlled through a Crestron Control System and two color 12” touch panels. J-Department has the ability to conduct a JWICS call from this suite. Mission Assurance Operation Center (MAOC) - $172,171.88 Delivery Order 0024 CPS was contracted by the J-Department to provide all necessary labor and materials to install audio video systems and activate the Mission Assurance Operation Center (MAOC) in Building 1460, room 1218 at the Naval Surface Warfare Center, Dahlgren Division (NSWC-DD). This facility is divided into two rooms: The Conference Planning Center (CPC) and the Primary Operations Center (POC). The CPC contains a ceiling mounted projector; eight foot diagonal screen; and an electronic interactive whiteboard for its display devices. The POC has two ceiling mounted high resolution projectors; two eight foot diagonal ceiling recessed motorized screens, two 27” television monitors on ceiling suspended extension poles; and an electronic interactive whiteboard for its display devices. CPS had a custom rolling VTC cart built to allow the MAOC to conduct video teleconference calls from either the CPC or the POC. Other source devices included the ability to display graphics from a PC/laptop, VCR players, DVD player, CD/cassette deck, and document camera. Computer interfaces are located throughout the facility to allow multiple inputs for PC/laptops. Several matrix switchers were installed to handle the routing of source signals to the various displays. There is a complete audio systems with microphones, speakers, amplifies, noise cancellation devices, mixers, etc. The entire system is controlled through a Crestron Control System and two color 12” touch panels. CPS also installed a lighting control system with two zones. Other equipment installed include an Alpha Bright sign with two inch lettering providing information on room status; power conditioners; and a wireless mouse and keyboard system for each room. Decision Support Center (DSC) - $371,716.75 Delivery Order 0023 CPS was contracted by the J-Department to provide a complete state of the art audio visual presentation system for the Decision Support Center that is the largest meeting space within JDepartment. CPS furnished and installed two large venue ceiling mounted projectors; two permanently mounted twelve foot diagonal screens; two 19” UXGA LCD displays; an electronic interactive whiteboard on a mobile cart; VCR players; DVD player; document camera; DSS receiver to allow cable/satellite TV feed to be displayed; two pan, tilt, zoom cameras to record various meetings; PC/laptop interfaces; and several matrix switchers to route signals. There is a complete audio systems with microphones, speakers, amplifies, noise cancellation devices, mixers, etc. The audio system includes a 24 microphone chairman/delegate conferencing system. The entire A/V system is controlled through a Crestron Control System and two color 12” touch panels. CPS furnished and The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 22 of 43 installed a directed lighting system over the groupware tables to enhance images being recorded. CPS furnished a custom facilitator’s console and a custom podium. Data Fusion Center (DFC) - $165,000.00 CPS was contracted by the J-Department to provide all necessary labor and materials to install audio/visual systems and activate the Data Fusion Center (DFC) located in Building 1460 at the Naval Surface Warfare Center, Dahlgren Division (NSWC-DD). CPS furnished and installed a ceiling mounted projector; an eight foot diagonal ceiling recessed, motorized screen mounted between two 61” plasma displays furnished and installed by CPS. Using Government Furnished software the JDC is able to “fuse” the data on the two plasma displays onto the drop down screen. The system has a full array of source equipment to include – VCR player, DVD player, document camera and a DSS receiver to allow the display of a cable/satellite feed onto any of the display devices in the room. Several matrix switchers were installed to handle the routing of source signals to the various displays. CPS furnished and installed a two-channel amplifier two wall mounted speakers. The entire A/V system is controlled through a Crestron Control System and one color 6” touch panel. CPS also furnished and installed a custom credenza to house the A/V components and a custom table with two popup PC/laptop interfaces. User and Technical Training CPS provided training on all of the equipment installed in the different environments. A comprehensive user guide was also developed and delivered for each room built by CPS. CPS continues to interface with the Government contractor hired by NAVFAC to provide day to day support for the Command. Cost growth, number, type, frequency, duration and impact of any quality, delivery or cost problems encountered, and corrective action taken None encountered. Statement as to completion of project on time CPS has completed the contract to the 100% satisfaction of our client. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 23 of 43 Contract Title: Audio Visual System Design, Installation, and Maintenance Support Contract Number and Type: Purchase Order: 20-001671O Project Owner: SRI International, Menlo Park, California Period of Performance: July 2004 – August 2004 Dollar Value: $562,036.55 Procuring Contracting Officer: Mr. David Pirogowicz P.O. Box 2203 Menlo Park, CA 94026 (650) 859-2027 Email: davy.pirogowicz@sri.com Technical Contact: Mr. Jerry DeMoney 1100 Wilson Blvd. Arlington, VA 2209-2268 (703) 247-8480 Email: demoney@sri.com General Scope of the Project CPS was contacted and then contracted by SRI International to design and install a presentation/display environment for an SRI project (government client). This project was to utilize state of the art Audio/Visual technology with new IT technology to demonstrate new and innovative ways to process information. The project was to have a very short installation time frame (approximately 30 days) and would require a large effort from both SRI International and CPS to ensure that the desired end product would meet overall expectations. Due to the scope and cutting edge technologies specified for this particular project, both SRI and CPS invested many resources to ensue that it went smoothly. The display environment is still operational and has led to CPS being awarded a separate follow-on service contract to help maintain the system. For any contemplated new building designs, this project highlights CPS’ ability to provide end-to-end engineering, design and implementation support. In addition, it also highlights CPS’s dedication to ensuring customer satisfaction. Role and Work Performed by CPS Prime. Corporate Presentation Services, Inc. (CPS) engineered, designed and installed a complete turnkey audio/visual (A/V) system for SRI International in the Washington DC region. The system incorporates the latest commercial, off the shelf and cutting edge technologies to provide the ability for high impact presentations, information processing, and videoconferencing in both conference room and command center environments. CPS provided hardware design, integration and installation Stanford Research Institute Audio Visual System Design, Installation, and Maintenance Support Project Summary The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 24 of 43 for a state-of-the-art facility. This installation show cases cutting edge presentation and videoconferencing technology in addition to new and innovate solutions. Supplemental Information The following are services that CPS provided for this project: Original Award: • Audio/Visual System Contract Modifications: • Custom Consoles/Workstations and Furniture • Custom Façade for Video Wall and Supplemental Displays • Additional Room Modifications • Supplemental LCD Displays • Additional Audio/Visual System Upgrades • Lighting and Control • HVAC • Electrical • UPS • Acoustic Ceiling Tiles SRI International Sub-System Overview Display System Requirements: • Provide the display environment with an 8 million pixel main display solution. Main display is to be controlled via CPU or processor and must have the ability to display multiple images and any given time. • Include two large plasma displays for VTC purposes. • Incorporate two (2) extremely high resolution LCD displays and workstations for collaboration purposes. • Supplemental displays throughout room. • Ensure that all displays are clearly visible to any participant in the conference center. The display solution must be capable of displaying various combinations of multiple images in any format available within the room. CPS Display System Design Solutions: • CPS furnished and installed a 2x3 video wall consisting of six (6) 50” Clarity cubes and a Jupiter Fusion processor. The video wall and processor provided the ability to route and display both computer and video images over a main display and satisfied the 8 million pixel requirement. • CPS furnished and installed two 50” plasma displays that were mounted on either side of the video wall. • CPS furnished and installed two extremely high resolution LCD displays that were mounted and integrated with pull out keyboards into custom facade. Façade housed video cubes, plasma displays and LCD displays. Façade also housed three speakers and two VTC cameras. • CPS furnished and installed three 40” LCD displays. Displays were wall mounted at the rear and side of the room to provide the ability to view additional content. • All displays were easily viewable and were mounted in the custom façade or custom shadow boxes to enhance overall effect of room. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 25 of 43 • Entire display system provided the ability of matrix switching and viewing. Any source could be routed and displayed on any and all display devices. VTC System Requirements: • Connect a secured video teleconferencing system to the JWICS network. Participants on the far end of the conference must be able to view the room’s participants at various locations. Require multiple camera positions and flexible audio pickup. • Provide adequate lighting to ensure quality video images are transmitted to far end participants. CPS VTC System Design: • CPS furnished and installed one Tandberg CODEC 6000 video conferencing system. This system is connected to a GFE network. • CPS furnished and installed three Sony color video cameras. Two of the cameras were installed on either side of the video wall and the third was wall mounted at the rear of the room. The cameras provided adequate viewing of the entire room and participants. • Multiple boundary Shure microphones were installed at the console/workstation locations for participant audio during VTC. Source Equipment Requirements: • Provide for VCR, DVD player/record, and CFE satellite tuner in source rack next to operator’s console. • The system installed should have the ability to utilize multiple types of media on the display and audio systems. These include VCR tapes, DVD’s, television programming, CD’s and multiple computer sources (computer sources are both DVI and analog with a minimum native resolution of 1600x1200). CPS Source Equipment Design: • CPS furnished and installed one new professional JVC SVHS VCR for play back. • CPS furnished and installed one new professional JVC SVHS VCR for record only. • CPS furnished and installed one Panasonic DVD player/recorder with hard drive. Unit provided the capability of playing DVD or CD, burning to media, and recording to hard drive. • CPS installed one CFE RCA satellite receiver connected to a CFE satellite dish. Interface, Switching and Distribution Requirements: • Provide ability for connecting and routing multiple analog computers to the system for display. Each computer will display a minimum resolution of 1600x1200. • Provide the ability of connecting and routing multiple DVI computers to the system for display. Each computer may contain multiple headed video cards and each head will display a minimum resolution of 1600x1200. System must provide the ability to configure display system so that multiple DVI sources can be aligned for one continuous or multiple images (at both local workstation and video wall). • Picture quality and maximum resolution is desired. • System must provide for display/routing computer and video sources. CPS Interface, Switching and Distribution Design: • CPS furnished and installed sixteen (12) Extron universal analog interfaces. Each universal interface allows for both vertical and horizontal picture adjustment. The output of each GFE The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 26 of 43 computer was connected to each interface, which was then connected to the subsystem matrix switch fro use in the display system. • CPS furnished and installed sixteen (16) Extron DVI interfaces, four located at each work area. The output of each GFE computer was connected to each interface and connected to the subsystem matrix. • CPS furnished and installed one new Extron Universal Signal Processor for the display system to further adjust signals as needed. • CPS furnished and installed one Extron 32x16 RGBHV matrix routing switch for all computer and other high-resolution sources. The outputs of the switch were connected to the various displays and video wall processor, for display on the plasma displays, LCD displays, video wall processor and the control system (for computer preview on touch panel). • CPS furnished and installed one new Extron MAV S-video and audio matrix switch for all video sources. CPS connected the output of this matrix switch to the displays within the system (see above). • CPS furnished and installed three (3) Extron Universal Signal Processors for scaling images to the three supplemental LCD displays. The processors allow for maximum picture quality while scaling images from 1600x1200 to the displays at their native resolution of 1280 x768. Control System Requirements: • Install an electronic control system to provide a user-friendly control interface for the new A/V system. The system should be able to provide for one central touch panel that will allow the operation of all of the system equipment. From the push of a button, an operator will be able to turn the system on, select which source to display, adjust volume levels, dial VTC calls, and power the system down. There is a need for both limited user controls and an advanced user section. CPS Control System Design: CPS furnished and installed one Crestron 15” color touch panel with Creston control system. The control system was designed to be hot-swap-able to minimize any down time if control system problems were to occur. The panel was mounted at the operator’s location and provided for the following functions via the touch panel: • Power on/off for A/V system and devices • Routing of computer, video, and audio sources • Volume control for multimedia and microphone audio • Computer and video preview on touch panel • VCR, DVD, and Satellite TV tuner transport controls • Lighting presets and dimmer controls • Video wall presets • Help icon with button explanations Audio System Requirements • Audio reinforcement of any selected source and VTC is required within the room. Sound masking music is not required in this space due to white noise being generated outside of the room. CPS Audio Systems Design: • CPS furnished and installed three (3) K-Mack recessed surface speakers for audio reinforcement within the room. Speakers were recessed into custom faced so that the units were not visible. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 27 of 43 • CPS furnished and installed twelve (12) Shure table push to talk microphones for the VTC system. The units were mounted at the consoles/workstations. • CPS furnished and installed two (2) Shure gooseneck microphones for the VTC system. The units were custom mounted to the façade for two collaborative workstations. • CPS furnished and two (2) ClearOne audio mixers. Mixers were calibrated to maximize room and system acoustics. • CPS furnished and installed one (1) Biamp amplifier to power the three newly installed speakers. User and Technical Training CPS provided multiple extensive four-hour training sessions for all onsite personnel to instruct the users on the full functionality and use of the system. CPS provided Training Manuals complete with bitmap images of the control panel button layouts and narrative descriptions as to their use. Innovative solutions to problems encountered during contract performance After contract award, CPS was informed by SRI International that the room originally designated for installation had been changed. CPS modified design to accommodate new room without any delays in installation time line. During this project, CPS was awarded the following contract modifications that included items outside of CPS’s original scope: • Custom Consoles/Workstations and Furniture • Custom Façade for Video Wall and Supplemental Displays • Additional Room Modifications • Supplemental LCD Displays • Additional Audio/Visual System Upgrades • Lighting and Control • HVAC • Electrical • UPS • Acoustic Ceiling Tiles 3.6. General Contract This section addresses page 14 of the RFP. Early Termination CPS has no penalties that apply to early termination of the contract. However, CPS would require payment for all services provided and all services delivered at the time of termination. Option to Terminate CPS agrees that this contract will include an option to terminate the contract within 30 days of written notification. 4. System Overview This section addresses pages 15-18 of the RFP. 4.1. Project Objectives The objectives of this project are: The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 28 of 43 1. To provide a presentation system that is easy to use and view material presented by all individuals attending meetings in the Lee Bead Commission Chambers Room 804. 2. To create a system that will allow staff, citizens and vendors to make presentations to Commissioners that is both easy to utilize and read information presented. 3. To facilitate institutional purchases of cost-effective presentation products, services and support. 4. To acquire a contract with one vendor to provide a single point of contact for the purchase of a presentation system, installation, warranty and maintenance issues. The vendor must be capable of providing all services associated with the presentation system. 4.2. System Description CPS will provide an audio visual system with the following features: Display System 1. The display system is capable of displaying sources including DVD, VCR, Computer, and auxiliary video from either of two lecterns. 2. One of the two projectors will display these sources for exhibition to the audience on a motorized screen located behind the commissioners. 3. The other projector will display these sources for exhibition to the commissioners on a motorized screen located behind the audience. 4. Each projector can display the same source image or display two independent source images. Control System 1. The control system will provide each commissioner with the ability to electronically vote and have his or her vote automatically tabulated. 2. In addition, commissioners can be provided with some control over the system, if desired. 3. The control system will control all source devices, projectors, projector screens, and audio. 4. The control system will include a wireless touch panel for control of the system from any location within the room. Audio System 1. The audio system that will automatically input, mix and output audio from microphones and source devices. 2. The audio system includes a mix-minus system that automatically prevents interaction between speakers and microphones that can cause feedback and echo. Distribution System 1. The distribution system provides all the physical connections between source devices, display systems, and audio systems. 2. The distribution system is controlled by the control system for easy operation. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 29 of 43 5. Services This section addresses pages 15-20 of the RFP. 5.1. Display Devices This section addresses page 15, #3 and #4 and #9 of the RFP. 5.1.1. CPS will furnish and install two (2) Sanyo PLC-XT11 2700 Lumen XGA projectors with Wide Shot Lens. The first projector will be positioned to display images for the audience on a projection screen located behind the commissioners. The second projector will be positioned to display images for the commissioners on a projection screen located behind the audience. Each projector will be able to display images from all source devices in the system and will be operated by the control system. The exact locations of these projectors will be determined at the Final Design Review. This section addresses page 15, #6 and #7 of the RFP. 5.1.2. CPS will furnish and install two (2) Draper Access V 150” motorized screens with additional screen drops and low voltage controllers. The first screen will be positioned behind the commissioners to display images for the audience from a projector located behind the audience. The second screen will be positioned behind the audience to display images for the commissioners from a projector located behind the commissioners. Each screen will be operated by the control system. The exact locations of these screens will be determined at the Final Design Review. 5.1.3. CPS will furnish and install all necessary cable kits, hardware, and projector and screen mounts to complete the implementation of a complete display system. 5.2. Interface, Switching, & Distribution This section addresses page 15, #1 of the RFP. 5.2.1. CPS will furnish and install one (1) Extron CrossPoint 300 84, 8x4, RGBHV and stereo audio switcher. This switcher will be installed in one (1) of the two (2) equipment racks located in two (2) custom lecterns. The CrossPoint 300 84 will provide for complete matrix switching of all RGBHV video and stereo audio sources to all display systems and audio systems located within the facility. This section addresses page 15, #1 of the RFP. 5.2.2. CPS will furnish and install one (1) Extron MAV 84 SVA, 8x4 S-Video and stereo audio switcher. This switcher will be installed in one (1) of the two (2) equipment racks located in two (2) custom lecterns. The MAV 84 SVA will The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 30 of 43 provide for complete matrix switching of all S-Video and stereo audio sources to all display systems and audio systems located within the facility. This section addresses page 15, #8 of the RFP. 5.2.3. CPS will furnish and install two (2) Extron RGB 192 Universal Computer- Video Interfaces with audio. These interfaces will be installed in each lectern and will provide a dedicated computer interface to the audio and video system for customer-furnished tower PCs. This section addresses page 15, #8, and #17 of the RFP. 5.2.4. CPS will furnish and install two (2) Extron CIA114 Architectural Computer Interfaces with audio and with local monitor output. These interfaces will be mounted on top of each lectern and will provide a dedicated interface to the audio and video system for customer-furnished notebooks PCs. This section addresses page 15, #8 of the RFP. 5.2.5. CPS will furnish and install two (2) custom lectern-mounted composite video with audio and XLR interfaces. These interfaces will allow for the connection of devices with composite video and audio to the audio and video system. They will also provide an interface for two (2) wired, handheld microphones to located at each lectern. This section addresses page 15, #8 of the RFP. 5.2.6. CPS will furnish and install one (1) Extron YVC100N Composite Video to Svideo decoder. This decoder will convert video from the composite video interfaces located at the lecterns to S-video for connection to the S-Video switcher. 5.2.7. CPS will furnish and install all necessary cable kits, hardware, and mounts to complete the implementation of the interface, switching and distribution system. 5.3. Source Equipment This section addresses pages 15-16, #17 of the RFP. 5.3.1. CPS will furnish and install two (2) JVC SR-V101US DVD/VCR combo units. Each DVD/VCR combo will be installed in the two (2) equipment racks located in two (2) custom lecterns. These units are for display of DVD and VCR sources on the display system. This section addresses pages 15-16, #17 of the RFP. 5.3.2. CPS will furnish and install two (2) Wolfvision VZ-8 XGA Document cameras. Each document camera will be installed in the document camera pullout drawers in two (2) custom lecterns. These units are for display of nonelectronic sources (papers, books, etc.) on the display system. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 31 of 43 5.3.3. CPS will furnish and install all necessary cable kits, hardware and mounts to complete the implementation of the source equipment. 5.4. Video Conferencing System 5.4.1. No Video Conferencing System is required for this design. 5.5. Audio System This section addresses page 15, #5 of the RFP. 5.5.1. CPS will furnish and install three (3) Gentner XAP800 Microphone Automixers. These automixers will be installed in one (1) of the two (2) equipment racks located in two (2) custom lecterns. The XAP800 will mix all audio from microphones with audio from other audio sources connected to the system. The XAP800 will also provide a mix-minus system for microphones and speakers to eliminate echo and feedback in the microphone system. The output of the XAP800 will be sent to the volume control in the control system and then to the amplifier and system speakers. This section addresses page 15, #5 of the RFP. 5.5.2. CPS will furnish and install one (1) BiAmp 8-Channel Amplifier. This amplifier will be installed in one (1) of the two (2) equipment racks located in two (2) custom lecterns. The amplifier will provide source audio to up to eight zones for the sixteen speakers in the system This section addresses page 15, #5 of the RFP. 5.5.3. CPS will furnish and install sixteen (16) JBL Control 26CT Ceiling- mounted speakers. These speakers will provide audio from audio source equipment and microphones. The exact locations of these speakers will be determined at the Final Design Review. 5.5.4. CPS will furnish and install sixteen (16) Audio Technica 18” Gooseneck microphones with shock mounts and push-to-talk buttons. These microphones will be installed at each lectern, table, and each commissioner’s seat at the commissioner’s table. These microphones will voice reinforcement through the speakers in the system. 5.5.5. CPS will furnish and install two (2) Shure SM58 Wired Handheld Microphones and microphone stands. These microphones will be installed in each lectern. These microphones will provide voice reinforcement from each lectern to people who are not speaking from the lecterns. This section addresses page 15, #10 of the RFP. 5.5.6. CPS will furnish and install three (3) Shure ULXS14/85 Wireless Lavaliere microphones. The receivers for these speakers will be installed in the The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 32 of 43 lecterns. These microphones will provide wireless voice reinforcement for people who are moving around the room as they are speaking. 5.5.7. CPS will furnish and install all necessary cable kits, hardware, and mounts to complete the implementation of the interface, switching and distribution system. 5.6. Control System This section addresses page 15, #3, #13, #14, #15, and #16 of the RFP. 5.6.1. CPS will furnish and install one (1) AV2 Integrated Controller with power supply. The control system will include a volume control interface, a dual Ethernet card, a 1GB flash card for the EVOTE system, and a wireless router. The controller will be installed in one (1) of the two (2) equipment racks located in two (2) custom lecterns. The control system is capable of remote communications and diagnostics. The control system will control the projectors, motorized screens, matrix switchers, automixers, amplifiers, DVD/VCR combo units, touch panels and will provide voting and tabulating capability. This section addresses page 15, #12 of the RFP. 5.6.2. CPS will furnish and install one (1) Crestron TPMC-10 10.4” Wireless Touch panel with docking station. This touch panel will be the graphic interface for system users and will operate the system from anywhere in the room. This section addresses page 16, #18 of the RFP. 5.6.3. CPS will furnish and install fourteen (14) Crestron TPS-2000 5” wired touch panels. These touch panels will be the graphic interface for the commissioners and will be the interface for the voting system. The panels will be installed at each commissioner’s seat at the commissioner’s table. The specific installation location will be determined at the Final Design Review. 5.6.4. CPS will furnish and install all necessary cable kits, hardware and mounts to complete the implementation of all control system equipment. 5.7. Furniture & Miscellaneous This section addresses page 15, #2 and pages 15-16, #17 of the RFP. 5.7.1. CPS will furnish and install two (2) VFI audiovisual lecterns. The lecterns will include: 5.7.1.1. Rack Rails 5.7.1.2. PC Tower Bay 5.7.1.3. Keyboard Drawer 5.7.1.4. Flex Light The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 33 of 43 5.7.1.5. Pocket Doors 5.7.1.6. Rear Access Panels 5.7.1.7. Document Camera Pullout Drawer 5.7.1.8. Recessed monitor bay 5.7.1.9. Casters and cutouts for laptop interface and gooseneck microphone This section addresses page 15, #2 and pages 15-16, #17 of the RFP. 5.7.2. CPS will furnish and install two (2) Rack-mount Surgex power conditioners that will be located in each lectern. This section addresses page 15, #2 and pages 15-16, #17 of the RFP. 5.7.3. CPS will furnish and install two (2) Stand-alone Surgex power conditioners that will be located with each projector. This section addresses page 15, #11 of the RFP. 5.7.4. CPS will furnish and install one (1) Logitech Wireless Keyboard and Optical Mouse. 5.7.5. CPS will furnish and install all necessary cables for the connection of all systems included in this proposal. 5.8. System Testing 5.8.1. Within five (5) days after complete installation of the system, CPS will confirm all functionality of the system. 5.8.2. CPS and The August-Richmond Procurement Department will perform a System Acceptance Test as outlined and approved by The Augusta-Richmond Procurement Department during the Final Design Review to confirm that all the required systems work properly. 5.9. System Acceptance 5.9.1. After completion of testing on the system, CPS will request that The Augusta- Richmond Procurement Department submit a written report showing any deficiencies within five (5) days. 5.9.2. If no deficiencies are detected, CPS will request that The Augusta- Richmond Procurement Department provide an acceptance letter for the room being tested. 5.9.3. The absence of any deficiency report within ten (10) days after the completion of the testing period will be regarded as acceptance. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 34 of 43 5.10. System Training and Documentation 5.10.1. System Training in conformity with the outlined format approved during Final Design Review would then be conducted. 5.10.2. CPS will provide at minimum- four, two-hour training sessions on the AV System and room configurations to technological groups. 5.10.3. CPS will provide at minimum- two, half-hour overview sessions on AV System and room configurations to interested The Augusta-Richmond Procurement Department employees. 5.10.4. CPS will provide training materials, including user manuals, which may be duplicated and distributed for usage and future training. 5.10.5. CPS will also allow The Augusta-Richmond Procurement Department to videotape instructional sessions for future training. 5.10.6. System Documentation and As Built drawings would then be delivered to The Augusta-Richmond Procurement Department within five (5) days of the completion of System Training. 5.11. System Warranty 5.11.1. CPS will provide a one-year warranty from the date of acceptance of substantial completion for the room on all installation related cabling and workmanship, and will activate the warranties of all equipment for The Augusta-Richmond Procurement Department. 6. Support This section addresses pages 19-20 of the RFP. 6.1. Implementation Plan The CPS Implementation Plan is designed to satisfy the engineering, integration, installation and training requirements of the RFP and will be comprehensive in nature. It will consist of the following: 6.1.1. After notification of award, CPS will immediately schedule a Final Design Review (FDR) with The Augusta-Richmond Procurement Department as well as other city government personnel that will be involved with this project. At the Final Design Review CPS will discuss and finalize decisions pertaining to the following Proposal Documents and related topics: 6.1.1.1. Review of CPS Bill of Materials The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 35 of 43 6.1.1.2. Review of CPS Statement of Work 6.1.1.3. Review of CPS System Drawings 6.1.1.4. Submission of Project Plan for Approval 6.1.1.5. Preliminary (In-House) System Acceptance Test Plan Formal for Approval 6.1.1.6. Final System Test Plan Format for Approval 6.1.1.7. Crestron Control System Panel Layout for Approval 6.1.1.8. System Training Format for Approval 6.1.1.9. System Documentation Format for Approval 6.1.1.10. Optional Preventative Maintenance Discussion 6.1.1.11. CPS Terms and Conditions Discussion 6.1.1.12. Discussion of The Augusta-Richmond Procurement Department Facility Access Procedures 6.1.1.13. Discussion of Coordination with Other Facility Contractors 6.1.2. After completion of the Final Design Review resulting in The Augusta- Richmond Procurement Department signoff, CPS would commence ordering equipment, cables and supplies from the approved Bill of Materials. CPS would immediately notify The Augusta-Richmond Procurement Department of any identified long lead items that may affect the Project Schedule. 6.1.3. Within two weeks of the completion of the Final Design Review and in accordance with the accessibility to the Lee Beard Commission Chambers, Room 804, CPS will dispatch a team of installers to complete the following tasks: 6.1.4. Cable runs from the podiums to all endpoint wiring locations on the reflective ceiling plan. 6.1.5. CPS will de-install all of the current GFE equipment that will not be a part of the final installation. 6.1.6. Prior to that activity, at the CPS facility a team of installers will integrate all of the rack devices into the podiums and complete all inter-rack cabling. All system functionality will be tested to ensure performance within the required system parameters. 6.1.7. Our control system programmer will then install the customprogrammed Crestron control system in conformity with The Augusta- Richmond Procurement Department’s approved panel layout (see Final Design Review). Our programmer will test for complete system controllability and functionality from each of the two panels. The performance test will consist of the following functions: 6.1.7.1. RGB/Video source routing selection for display 6.1.7.2. Source selection mapping location on designated display 6.1.7.3. VCR transport controls 6.1.7.4. DVD transport controls 6.1.7.5. Tuner transport controls The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 36 of 43 6.1.7.6. Audio configuration 6.1.7.7. Voting tally system 6.1.7.8. Motorized Screen control 6.1.7.9. Projector control 6.1.8. After completing in-house system testing, CPS will arrange for The Augusta- Richmond Procurement Department as well as other city government personnel that will be involved with this project to test the system in conformity with the approved Preliminary System Acceptance Plan covered during the Final Design Review. This test could either take place at the CPS facility or onsite prior to complete termination of all devices into the central equipment rack. 6.1.9. After approval of complete system functionality, CPS will terminate all cables into the central equipment rack. 6.1.10. Final System Acceptance would then commence in conformity with the Test Plan outlined during the Final Design Review. The warranty period for the system would commence upon The Augusta-Richmond Procurement Department signoff. 6.1.11. System Training in conformity with the outlined format approved during Final Design Review would then be conducted. CPS will provide at minimum – four (4), two-hour training sessions on the AV System and room configurations to technological groups. CPS will provide at minimum – two (2), half-hour overview sessions on AV System and room configurations to interested Augusta-Richmond Procurement Department employees as well as other city government personnel that will be involved with this project. CPS will provide training materials, including user manuals, which may be duplicated and distributed for usage and future training. CPS will also allow The Augusta-Richmond Procurement Department to videotape instructional sessions for future training. 6.1.12. System documentation and as-built drawings would then be delivered to The Augusta-Richmond Procurement Department within five (5) days of the completion of System Training. 6.1.13. CPS anticipates that the approximate time frames associated with each of the above outlined tasks would be as follows: 6.1.13.1. Final Design Review 2 Days after contract award 6.1.13.2. Receipt of Equipment 14 Days after contract award 6.1.13.3. Completion of De-installation 28 Days after contract award 6.1.13.4. Completion of Onsite Cabling 30 Days after contract award 6.1.13.5. Completion of Final System Test 42 Days after contract award The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 37 of 43 6.1.13.6. Completion of Training 45 Days after contract award 6.1.13.7. Completion of Deliverables 60 Days after contract award 6.1.13.8. (Documentation, Drawings) 6.1.14. On-Time Completion of the above tasks is tied to variables such as access to the facility, long-lead items from manufactures, project management cooperation with other construction trades, etc. Notwithstanding those identified variables, CPS stands prepared and is confident of its ability to satisfy The Augusta-Richmond Procurement Department ’s schedule for project completion. 6.1.15. During the Project Schedule, CPS will meet with The Augusta-Richmond Procurement Department personnel and other construction trades at regular intervals as required by The Augusta-Richmond Procurement Department. At the conclusion of each meeting a Project Update Report will be issued to promptly identify any and all issues pertaining to maintaining the Project Schedule shown above. 6.1.16. During the final three weeks of the Project Schedule, the CPS Project Manager and a team of installers will be onsite every day to ensure timely provision of all system functionality and System Deliverables. The Project Team will not leave the site until Final System Acceptance is signoff on by The Augusta-Richmond Procurement Department and 100% customer satisfaction is achieved. 6.2. Implementation Support Mike Stroble, CPS Atlanta Operations Manager, will be the focal point for implementation. • Alan Jackson, AV Engineer, will report to Mike Stroble is responsible for the overall design of this system. • Wayne Johnson, CPS Senior Engineer will report to Mike Stroble and will be responsible for programming and testing the Crestron control system 6.3. Escalation Procedure Mike Stroble is the first point of contact to resolve any issues arising during the implementation. Should an issue arise that requires additional company resources, Mike will contact Bob Thornton, CPS General Manager for resolution. Ultimately, Bob Thornton reports to directly to Michael Perch, President of CPS. 6.4. Customer Support & Problem Resolution Account Team Support Dawn Ouwerkerk, Atlanta Regional Sales Manager, is responsible for all sales activities that take place in the Atlanta Southeast Regional Office. All account managers report to her. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 38 of 43 Jeff Baker, Account Manager, is responsible for reviewing the requirements of this RFP, working with engineering to insure that the best design is being offered to The Augusta- Richmond Procurement Department. In addition, he is responsible for preparing this response to the RFP and working with the implementation team to insure that the system is implemented successfully. 6.5. Customer Support – Preventative Maintenance Inspections (PMI) and Service Plans 6.5.1. CPS offers a full range of service contracts to meet the specific needs of any client. These include Preventative Maintenance, Corrective Maintenance/ Technical Support, and Emergency Maintenance services. Each will be described in detail in the following paragraphs and can be customized to meet your specific requirements and budget. 6.5.2. Before a maintenance contract can be finalized, an itemized list of equipment to be serviced must be complied by room and location. This will be used as a basis for the service contract. 6.5.3. Preventative Maintenance Inspection (PMI) service provides up to four (4) periodic operational checks of the equipment to ensure your investment is kept in optimum working order. 6.5.3.1. This includes such services as: cleaning projector lenses and other critical surfaces, lubricating moving parts as recommended by the respective manufacturers, adjusting and aligning parts as needed to maintain optimum registration, color balance and focus. Performance of these services on a regular basis will keep the equipment operating at maximum efficiency and provide additional assurance of quality performance. 6.5.3.2. While it is suggested to schedule PMI’s on a quarterly basis, the number of visits and the associated cost can be modified to meet your requirements and budget. 6.5.4. Corrective Maintenance/Technical Support services provide repair for equipment that is not performing properly between scheduled preventative maintenance inspections. This service is available during normal business hours Monday – Friday. 6.5.4.1. CPS offers remote troubleshooting via help desk phone support or remote access. Response time can be guaranteed as soon as 4 hours depending on your needs and budget. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 39 of 43 6.5.4.2. In the event CPS cannot solve the problem via the telephone or remote access, a field engineer will be dispatched to your location. Upon arrival, the field engineer will diagnose the problem, correct it if possible, and initiate part replacement orders if necessary. 6.5.4.3. If replacement parts are required, the account manager will prepare a Change Order request itemizing associated part and labor costs (if applicable to your service plan) for client approval. 6.5.4.4. After approval from the client has been obtained, the corrective action will be performed. Performance time frame to complete this repair will be customized to meet your need and budget. 6.5.5. Priority Emergency Service provides corrective maintenance and technical support during evening, weekend, and holiday hours for mission critical systems requiring little or no down time. Response time can be as little as two hours depending on your needs and budget constraints. 6.5.6. CPS Service Deliverables 6.5.6.1. Upon completion of a scheduled quarterly PMI or a troubleshooting call, CPS will provide an itemized work order detailing the nature of the problem and corrective actions taken. This document will be submitted for your approval and considered a certificate of completion for the service call. 7. Contract Information This section addresses pages 19-20 of the RFP. 7.1. Basic Terms and Conditions 7.1.1. This proposal is submitted on a firm fixed price basis and will be valid for a period of one hundred-twenty (120) days from the date of submittal unless otherwise renewed in writing by CPS. 7.1.2. The price quoted assumes that all labor is based upon regular working hours, Monday through Friday 8AM – 6PM. CPS is fully aware that access to the room must be done by advance reservation. Labor prices are calculated reflecting continued and unrestricted access (with a valid reservation) to the job site and facility where the work is to take place. Any access restrictions, interruptions, work stoppages or rescheduling of work caused by The Augusta-Richmond Procurement Department may result in additional labor charges. The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 40 of 43 7.1.3. Changes to the firm fixed price agreed upon will not be made except through the mutual written agreement of the parties. 7.1.4. The Augusta-Richmond Procurement Department is responsible for providing the following items, as indicated below, prior to the commencement of the work listed in this Proposal. 7.1.4.1. Itemize Government responsibilities including electrical, lighting, etc. 7.1.4.2. Any required escorts needed to gain access to the work area 7.1.4.3. Unlimited access to the work area during scheduled work hours 7.1.4.4. Government Furnished Equipment 8. Four Phases of System Implementation, Timeline and Progress Payment Billing Implementation Action Days After Contract Award Progress Payment Billing Final Design Review Five 50% Preliminary (In House) Sub-System Testing Seventy-Five 0% Delivery of Integrated System Onsite Ninety 40% Final System Testing and System Acceptance and Training One Hundred and Twenty 10% 8.1. Final Design Review – GSI will provide the following deliverables during the Final Design Review: 8.1.1. Review of GSI Bill of Materials 8.1.2. Review of GSI Statement of Work 8.1.3. Review of GSI System Drawings 8.1.4. Review of Client facility drawings 8.1.5. Review of Optional System Upgrades 8.1.6. Submission of Project Plan for Approval 8.1.7. Preliminary (In-House) System Acceptance Test Plan Formal for Approval 8.1.8. Final System Test Plan Format for Approval 8.1.9. Control System Panel Layout for Approval 8.1.10. System Training Format for Approval 8.1.11. System Documentation Format for Approval 8.1.12. Optional Preventative Maintenance Discussion 8.1.13. GSI Terms and Conditions Discussion 8.1.14. Discussion of Client facility access procedures 8.1.15. Discussion of coordination with other facility contractors The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 41 of 43 8.2. Preliminary (In House) Sub-System Testing – GSI will provide the following deliverables during the Preliminary (In House) Sub-System Testing: 8.2.1. Testing of Display Sub System Functionality 8.2.2. Testing of Interface Switching and Distribution Sub system Functionality 8.2.3. Testing of all source equipment 8.2.4. Testing of VTC System 8.2.5. Testing of Audio System 8.2.6. Testing of Control System 8.2.7. Inspection of inter-rack cabling 8.3. Delivery of Integrated System Onsite – GSI will provide the following deliverables during the Delivery of Integrated System onsite: 8.3.1. At the GSI location, proper inventorying of all system components to include manufacturer, model number, description and serial number. 8.3.2. Coordination of shipment of Integrated System and various room devices to the Battle Staff location. 8.3.3. Proper coordination of transfer of ownership from GSI to the government. 8.3.4. Final System Testing and System Acceptance, Training, System warranty and Preventative Maintenance - GSI will provide the following deliverables during the Final System Testing and System Acceptance and Training: 8.3.5. Final Testing of Display Sub System Functionality 8.3.6. Final Testing of Interface Switching and Distribution Sub system Functionality 8.3.7. Final Testing of all source equipment 8.3.8. Final Testing of VTC System 8.3.9. Final Testing of Audio System 8.3.10. Final Testing of Control System 8.3.11. System Training to include distribution of User Manual. 8.3.12. Activation of System Warranty and Quarterly Preventative Maintenance Program. 8.4. For payments via electronic funds such as wire transfer, ACH, or EFT to: Branch Banking & Trust 1717 King Street Alexandria, VA 22314 ATTN: Doje Beyene RTG: 056005318 ACCT:5237240016 The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 42 of 43 8.5. For payments via check, remit to: Corporate Presentation Systems 12353 Sunrise Valley Drive, Suite A Reston, VA 20191 ATTN: Tracy Groff 9. Acceptance 9.1. City of Augusta ______________________________________________________________________ Printed Name ______________________________________________________________________ Authorized Signature Title Date 9.2. CPS ______________________________________________________________________ Printed Name ______________________________________________________________________ Authorized Signature Title Date The Augusta-Richmond Procurement Department RFP #05-118A Design Option CPS April 4, 2006 1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071 43 of 43 10. Bill of Material, Labor Estimate and Other Direct Costs The Bill of Material, Labor Estimate and Other Direct Costs can be found on the following page. To: Qty. Model # Manufacturer Description Price Each Price Total 2 PLC-XT11 Sanyo 2700 Lumen True XGA Projector $3,503.50 $7,007.00 2 LNS-W10 Sanyo Wide shot lens for PLC-XT11 projector $1,943.50 $3,887.00 2 RPA-140 Chief Projector mount $181.09 $362.18 2 CMA-365 Chief Truss Ceiling adapter $44.59 $89.18 2 CMA-0305 Chief 3' - 5' extension column $117.39 $234.78 2 Custom CPS Projector mounting hardware $65.00 $130.00 2 CCPROJ CPS Projector cable kit $156.00 $312.00 2 102205 Draper Access / Series V 150" diagonal motorized screen $2,572.70 $5,145.40 2 121057 Draper LVCIII Low voltage controller w LVS switch $189.80 $379.60 1 60-219-16 Extron Crosspoint 300 84HVA Matrix Switcher $2,333.50 $2,333.50 1 60-554-22 Extron MAV Plus $780.00 $780.00 2 60-486-01 Extron RGB192 Computer Interface $422.50 $845.00 2 60-597-12 Extron CIA114 Computer interface plate $526.50 $1,053.00 1 60-558-02 Extron YVC 100N composite video to s-video decoder $123.50 $123.50 4 CCINT CPS Computer Interface cable kit $97.50 $390.00 2 Custom CPS Lectern Wall plate $97.50 $195.00 www.cpslink.com Date: April 4, 2006 Project: RFP #05-118A – Alternate Bid Gary A. Hewett, Technical Manager The Augusta-Richmond IT Dept. Augusta, GA 30911 Phone: 706-821-2525 Fax: 706-821-2530 Bill of Materials 1230 Peachtree Street, NE Suite 2440 Atlanta, GA 30309 Fax: 404-532-1071 3.2 Interface, Switching and Distribution Annex 101 E-Mail: jbaker@cpslink.com From: Jeff Baker Phone: 678-249-8217 3.1 Display Devices E-Mail: hewett@augustaga.gov 530 Greene Street RFP #05-118A – Alternate Bid Proprietary Information Page 1 of 3 Qty. Model # Manufacturer Description Price Each Price Total 2 CFE CFE Laptop computer CFE CFE 2 CFE CFE Dedicated computer with 15" monitor, keyboard, mouse CFE CFE 2 SR-V101US JVC DVD/VCR combo $195.00 $390.00 2 RSH4A3S SRV101US Middle Atlantic Custom DVD/VCR Rack shelf $121.60 $243.20 2 CCDVDVCR CPS DVD/VCR combo cable kit $390.00 $780.00 2 VZ-8Plus Wolfvision XGA Document camera $3,448.90 $6,897.80 2 CCDOC CPS Document camera cable kit $130.00 $260.00 None Required 3 910-151-101 Gentner Automixer $4,812.60 $14,437.80 3 CCMIX CPS Automixer cable kit $39.00 $117.00 1 MCA-8050 BiAmp 8-Channel amplifier $986.70 $986.70 1 CCAMP CPS Amplifier cable kit $26.00 $26.00 16 Control 26CT JBL Ceiling speakers $130.26 $2,084.16 16 CCSPK CPS Speaker cable kit $19.50 $312.00 17 ES917S/C Audio Technica 18" Gooseneck microphone with shock mount and PTT button $280.80 $4,773.60 17 A400SM Shure Gooseneck shock mount adapter $22.06 $375.02 2 SM58 Shure Handheld microphone $127.40 $254.80 2 MS-10C Shure Mic stand $66.89 $133.78 3 ULXS14/85 Shure Wireless microphone lavaleire combo kit $708.76 $2,126.28 22 CCMIC CPS Microphone cable kit $26.00 $572.00 1 AV2 Crestron Integrated controller $1,755.00 $1,755.00 4 CNPWS-75 Crestron Power supply $292.50 $1,170.00 1 TPMC-10 Crestron 10.4" wireless control touch panel $2,470.00 $2,470.00 1 TPMC-10-DS Crestron Docking station for TPMC-10 touch panel $325.00 $325.00 14 TPS-2000 Crestron 5" control touch panel $1,235.00 $17,290.00 2 C2N-VEQ4 Crestron Volume control interface $520.00 $1,040.00 1 C2ENET-2 Crestron Dual port ethernet card for AV2 $845.00 $845.00 1 S153-2044 Sandisk 1 Gigabyte compact flash for AV2 controller (EVOTE functionality) $103.99 $103.99 1 F5D8230-4 Belkin Pre-N router for TPMC-10 wireless control touch panel $175.02 $175.02 1 CCCONTROL CPS Control system cable kit $195.00 $195.00 3.3 Source Equipment 3.4 VTC System 3.5 Audio System 3.6 Control System RFP #05-118A – Alternate Bid Proprietary Information Page 2 of 3 Qty. Model # Manufacturer Description Price Each Price Total 2 PD3002 VFI Audiovisual lectern with rack rails, pc tower bay, keyboard drawer, $2,598.70 $5,197.40 rear access panel(s), document camera pullout drawer, casters 2 SX1115RT SurgeX Rack mount power strip / conditioner $475.80 $951.60 2 SA15 SurgeX Standalone power conditioner $284.70 $569.40 1 Cordless MX-3100 Logitech Cordless Keyboard/Optical mouse $221.00 $221.00 1 MHR-5 CPS 1000' roll RGBHV cable $1,235.00 $1,235.00 1 MHR-2 CPS 500' roll S-Video cable $312.00 $312.00 1 RG-59 CPS 500' roll composite video cable $208.00 $208.00 1 AUD/Control CPS 1000' roll Audio / control cable $234.00 $234.00 2 Mic cable CPS 1000' roll microphone cable $522.60 $1,045.20 $93,379.89 $35,827.22 $129,207.11 $0.00 $129,207.11 3.7 Furniture and Miscellaneous Equipment Total System Price with Sales Tax Sales Tax @ 0% Total System Price Engineering, Implementation, Shipping and ODC's Total Materials RFP #05-118A – Alternate Bid Proprietary Information Page 3 of 3 Public Safety Committee Meeting 5/8/2006 3:30 PM Radar for Ga. State Patrol Department:Clerk of Commission Caption:Motion to approve the purchase of radar units for the Georgia State Patrol subject to the Administrator identifying a funding source other than contingency. (No recommendation from Public Safety Committee April 10, 2006) (Referred from April 18 Commission meeting) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission