HomeMy WebLinkAboutSTAGE FRONT PRESENTATIONS SYSTE
,.
OWNER-CONTRACTOR AGREEMENT
!
. ~
f
OWNER-CONTRACTOR AGREEMENT
THIS CONSTRUCTION CONTRACT ("Contract") made this 4th day of February 2010, by
and between Stage Front Presentation Systems, ("Contractor"), whose address is 6 Southern
Oaks Drive, Savannah, GA 31405, and Augusta Richmond County, by and through the Augusta
Richmond County Commission, for the benefit of the East Central Georgia Regional Library.
WITNESSETH, that the Contractor and the Owner, for the consideration set forth herein,
the adequacy and sufficiency of which is hereby acknowledged by each party, agree as follows:
Project Name and Description: "Audiovisual Presentation Systems for the New East Central
Georgia Regional Library," located in downtown Augusta, Georgia (hereinafter the "Project").
1. Existing Documents. The Contractor has reviewed and taken into consideration the
Bidding Documents in preparing bid.
2. The Contract Sum: The Owner shall pay the Contractor for the performance of the
contract, subject to additions and deductions provided by approved change orders, in
current funds, the Contract Sum as follows:
EIGHTY ONE THOUSAND TWO HUNDRED NINETY THREE DOLLARS ($81,293).
3. The Substantial Completion Date shall be achieved no later than March 1, 2010.
4. Notice. All notices in accordance with the General and Special Conditions of the Contract
shall be given to the following addresses:
CONTRACTOR:
OWNER:
Stage Front Presentation Systems
6 Southern Oaks Drive
Savannah, GA 31405
Attention: Rik LaSpisa
Phone Number: (912)236.1345
Facsimile Number: (912)233.5350
Augusta Richmond County Administrator
530 Greene Street
Room 801
August, Georgia, 30911
Phone Number: (706) 821-2400
Facsimile Number: (706) 821-2819
00 52 00-1
OWNER-CONTRACTOR AGREEMENT
<<.
CONSTRUCTION PROGRAM MANAGER:
Heery International, Inc.
501 Greene Street, Suite 307
Augusta, GA 30901
Attn: Jacques Ware
Phone Number: (706) 842-5558
Facsimile Number: (706) 821-2484
ARCHITECT:
Studio3 Design Group
1617 Walton Way
Augusta, GA 30904
Attn: Dee Beaird
706.667.9784
706.667.9786 - Fax
USING AGENCY:
East Central Georgia Regional Library
902 Greene Street
Augusta, GA 30901
Attn: Gary Swint
Phone Number: (706) 821-2605
Facsimile Number: (706) 724-6762
5. Scope of the Work: The Contractor shall furnish all equipment, materials and labor to
perform all of the Work and do all things required by the Contract Documents. Specific
Work tasks include:
a. Within 5 calendar days of executed Agreement, submit General Work Plan to
Owner's Project Manager, including scheduled completion of all major tasks.
b. Prepare 3 Safety Plan and submit to O'A'ner's Project M3n3ger, 'Nithin 11 days of
executed Agreement. Plan should include emergency response procedures, discussion
of potential h3z3rds, etc.
c. Attend Pre-Construction Conference with Library Representatives, Owner
Representatives, General Contractor and the Electrical Subcontractor within one week
prior to commencing any audiovisual work,
d. Obt3in 3nd pay for 311 required permits, t3king into 3ccount 311 3pplic3ble la'J.'s
and regulations.
e. Purchase and install the Audiovisual presentation systems for the East Central
Georgia Regional Library as per the written specification Section 11300 Presentation
Systems and per drawings dated 11/17/2009.
f. Install all wiring and appurtenances, as required by the Contract Documents.
g. All work must be performed during the construction hours set forth by the
General Contractor. Any deviations shall be agreed to by the General Contractor.
00 52 00-2
OWNER-CONTRACTOR AGREEMENT
"'
7. Schedule and Completion: The Work shall commence upon issuance of the Notice to
Proceed and be completed within the time period specified herein and in accordance with
the General Conditions of the Contract.
8. Periodic Progress Payments: The Owner shall make progress payments, as set forth in
the General Conditions of the Contract. Invoices shall be addressed to the Construction
Program Manager. The terms of this instant agreement supersede any and all provisions
of the Georgia Prompt Pay Act.
9. Payment for Substantial and Final Completion: The Owner shall make payments for
Final Completion as set forth by the General Conditions of this Contract.
10. Contract Documents: This Contract, together with The Bidding Documents, General and
Special Conditions of the Contract, constitute the. Contract Documents for the Project.
11. Bonds. The Contractor shall furnish both a Performance Bond and a Payment Bond and
shall pay the premiums thereon as a cost of the Work. The Performance Bond shall
guarantee the full performance of the Contract.
12. Applicable Law: This Contract and all rights, privileges and responsibilities shall be
interpreted and construed according to the laws of the State of Georgia.
13. Dispute Resolution: Should mediation of disputes prove unsuccessful, the parties to this
Agreement agree that the matter(s) in question will be decided in the Superior Court of
Richmond County, Georgia. By signing this Agreement, the Design Consultant waives any
right to contest the venue in the Superior Court of Richmond County, Georgia.
14. No Conflict of Interest: The Contractor covenants that it presently has no interest and
shall not acquire any interest, direct or indirect, that would conflict in any manner or degree
with the performance required under this Contract. The Contractor further covenants that,
in the performance of this Contract, it shall neither contract with nor employ any person
having any such interest.
15. No Assignment: This Contract and the proceeds of this Contract may not be assigned or
sublet as a whole, nor may the performance there-under be assigned, without the prior
written consent of the Owner.
16. No Waiver: The failure of the Owner at any time to require performance by the Contractor
of any provision hereof, shall in no way affect the right of the Owner thereafter to enforce
any provision or any part of the Contract, nor shall the failure of the Owner to enforce any
breach of any provision hereof to be taken or held to be a waiver of such provision, or as a
waiver, modification or rescission of the Contract itself.
00 52 00-3
OWNER-CONTRACTOR AGREEMENT
...
17. Full Agreement: The Contract Documents superseded all prior negotiations, discussion,
statements and agreements between the Owner and Contractor and constitute the full,
complete, and entire agreement between Owner and Contractor. There can be no
changes to this Contract by oral means, nor by course of conduct of the parties, nor by
custom of the trade. No changes to this Contract will be binding on either party hereto
unless such change is properly authorized, in writing, in accordance with Article GC-12 of
the General Conditions.
IN WITNESS WHEROF the parties hereto have executed this Contract the day and year first
written above.
CONTRACTOR
AT~ST: ..) f~/'
1\ /) ;~f~c~ ~71 /'-j~y0rl--
- / TERESA M, SAXON
~Iolary Pblbli~, CI13.tRa~ C9blRty, GA
I!.~; Commission Expires December 18, 2012
. n Systems
Seal
OWNER
ATTEST: Augusta Richmond County, a political Subdivision of
the State of Georgia acting by and through the
Augusta Richmond County Commission
6/ By: ~ Vt----------
I ~ AaM r
Lena BonnJ'r, Clerk of commissionJ-ll~iPeke Copenhaver, Mayor
00 52 00-4
Client#: 35199
STAGEFRON
ACORDTM
DATE (MM/DDIYYYY)
02/15/10
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
Construction Insurance Corporation
2110 Herschel Street
Jacksonville, FL 32204
(904) 388-1988 PH 388-8199 Fax
INSURED
INSURERS AFFORDING COVERAGE
INSURER A: Amerisure Insurance CO
INSURER B:
INSURER C:
INSURER D:
INSURER E:
NAIC#
19488
Stage Front Lighting & Theatrical Supply
Co., Inc. D/B/A
Stage Front Presentation Systems
6 Southern Oaks Dr.Savannah, GA 31405
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR NSR TYPE OF INSURANCE POLICY NUMBER ~k{~1:~~~E ~~fl,~~reN LIMITS
A ~ERAL LIABILITY GL2067800 02/14/10 02114111 EACH OCCURRENCE $1 000 000
2L COMMERCIAL GENERAL LIABILITY 1 MiII/2MiII- : Q~9!~.ro RENTED $300.000
- :::J CLAIMS MADE ~ OCCUR -Prof. Liab. MED EXP (Anyone person) $10000
2L Blnkt Addllnsd Prod & Comp Ops PERSONAL & ADV INJURY $1.000.000
2L Blnkt WOS Contractual Liab GENERAL AGGREGATE $2 000 000
~'L AGGRE~i:r~~~ APPlS PER: PRODUCTS - COM PlOP AGG $2 000 000
POLICY X JECT LOC
A ~OMOBILE LIABILITY CA2067799 02114/10 02114/11 COMBINED SINGLE LIMIT
.!... ANY AUTO (Ea accident) $1 ,000,000
ALL OWNED AUTOS BODILY INJURY
- $
SCHEDULED AUTOS (Per person)
-
.!... HIRED AUTOS BODILY INJURY
$
.!... NON-QWNED AUTOS (Per accident)
~ Comp Ded $500. PROPERTY DAMAGE
Coli Ded $500. (Per accident) $
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
~ ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
A ::=J~SIUMBRELLA LIABILITY CU2067798 02114/10 02114/11 EACH OCCURRENCE $2000000
A OCCUR D CLAIMS MADE AGGREGATE $4000000
$
~ ~EDUCTIBLE $
RETENTION $ $
A WORKERS COMPENSATION AND WC2067801 02114/10 02114/11 X I we STATU., I ION
EMPLOYERS' LIABILITY Blnkt WOS $1 000,000
ANY PROPRIETORlPARTNER/EXECUTIVE E.L. EACH ACCIDENT
OFFICER/MEMBER EXCLUDED? USL&H Included E.L. DISEASE. EA EMPLOYEE $1,000,000
~~~'Mt"":R~~s18'NS below E.L. OISEASE - POLICY LIMIT $1,000 000
A OTHER Installation CPP2067802 02114/10 02/14/11 $500,000
A LeasedRented Eq CPP2067802 02114/10 02114/11 25000/50000 To Others
A LeasedRented Ea CPP2067802 02114/10 02114/11 25000/25000 From Others
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -30.... DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
1:,O:~REP~~VE
**Info Only**
ACORD 25 (2001/08) 1 of 2
@ ACORD CORPORATION 1988
#S148818/M148817
S0008
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25-8 (2001/08) 2 of 2
#S148818/M148817
PERFORMANCE BOND
BOND NO. 0142417
PERFORMANCE BOND
BERKLEY REGIONAL INSURANCE COMPANY
[Insert Proper Name of Surety]
, a corporation duly
organized and existing under the laws of the State of Delaware
STAGE FRONT PRESENTATION SYSTEMS
{Insert Proper Name of Contraclor]
, as surety ("Surety"), and
. as principal
("Contractor"), enter Into, execute this bond ("Performance Bond"). and bind themselves in
favor of the Augusta Richmond County Board of Commissioners as obligee ("Owner"), in the penal sum
of EIGHTY ONE THOUSAND TWO HUNDRED
NINETY THREE AND 00/100------------------- dollars ($ 81,293.00 ), as of February 4,2010
{Insert Penal Sum In words end numerals] {Insert Dele of Construction Contract]
WHEREAS, the Contractor has executed a cDntract with the Owner of even date herewith
("Construction Contract") for construction of:
AUDIOVISUAL PRESENTATION SYSTEMS FOR THE NEW EAST CENTRAL GEORGIA REGIONAL LIBRARY
Augusta, Georgia
{Insert Description and Locatfon of the Project}
("Projecr); and
WHEREAS, the Owner has required the Contractor to furnish this Performance Bond containing
the terms and conditions set forth herein as a condition to executing the Construction Contract with the
Contractor;
NOW THEREFORE. the Surety and the Contractor, both jointly and severally, and for
themselves, their heirs, administrators, executors and successors agree:
1.
The Construction Contract is hereby incorporated herein and by reference made a part hereof to
the same extent and effect as though it were copied verbatim herein. The Surety and the Contractor are
bound for the full perfonnance of the Construction Contract, including, without exception, all of its tenns
and conditions, both express and implied.
2.
00 61 14-1
PERFORMANCE BOND
If the Contractor is in default of the Construction Contract and the Owner, by written notice to the
Contractor and the Surety, declares the Contractor to be in default and terminates the right of the
Contractor to proceed. the Surety shall thereupon promptly notify the Owner in writing as to which of the
actions permitted to the Surety in Paragraph 3 it will take.
3.
Upon default and termination of the Contractor and notice to the Contractor and Surety as
provided in Paragraph 2 above, the Surety shall, within 30 days. proceed to take one or, at its option,
more than one of the following courses of action:
(A) Proceed itself, or through others acting on its behalf, to complete full performance of the
Construction Contract including, without limitation, correction of defective and nonconforming work
performed by or on behalf of the Contractor. During such performance by the Surety. the Owner shall
pay the Surety from its own funds only such sums as would have been due and payable to the Contractor
in the absence of the default and termination.
(B) Applicable law permitting, and with the prior written consent of the Owner, obtain bids or
proposals from contractors previously identified as being acceptable to the Owner, for full performance of
the Construction Contract. The Surety shall furnish the Owner a copy of such bids or proposals upon
receipt of same. The Surety shall promptly select. with the agreement of the Owner. the best responsive
bid or proposal and shall promptly tender the contractor submitting it, together with a contract for
fulfillment and completion of the Construction Contract executed by the completing contractor, to the
Owner for the Owner's execution. Upon execution by the Owner of the contract for fulfillment and
completion of the Construction Contract, the completing contractor shall furnish to the Owner a
performance bond and a separate payment bond. each in the form of those bonds previously furnished to
the Owner for the Project by the Contractor. Each such bond shall be in the penal sum of the (1) fixed
price for completion, (2) guaranteed maximum price for completion, or (3) estimated price for completion.
whichever is applicable. The Owner shall pay the completing contractor from its own funds only such
sums as would have been due and payable to the Contractor under the Construction Contract as and
when they would have been due and payable to the Contractor in the absence of the default and
termination, To the extent that the Owner is obligated to pay the completing contractor sums which would
00 61 14-2
'"
PERFORMANCE BOND
not have then been due and payable to the Contractor under the Construction Contract, the Surety shall
provide the Owner with such sums in a sufficiently timely manner that the Owner can utilize such sums in
making timely payment to the completing contractor; or,
(C) Take any and all other acts, if any, mutually agreed upon in writing by the Owner and the
Surety.
4,
In addition to those duties set forth hereinabove, the Surety shall promptly pay the Owner all loss,
costs and expenses resulting from the Contractor's default(s), including, without limitation, fees, expenses
and costs for architects, engineers, consultants, testing, surveying and attorneys, liquidated or actual
damages, as applicable, for delay in completion of the Project, and fees, expenses and costs incurred at
the direction, request, or as a result of the acts or omissions of the Surety.
5.
In no event shall the Surety be obligated to the Owner hereunder for any sum in excess of the
Penal Sum. As used in this Performance Bond, the term "Penal Sum" means the amount stated as the
penal sum in the preamble of this Performance Bond, as that amount may be adjusted from time to time
pursuant to Paragraph 6 below.
6.
The Surety waives notice of any changes to the Construction Contract including, without
limitation, changes in the contract time, the contract price, or the work to be performed. If the total
amount payable by the terms of the Construction Contract is increased to an amount in excess of the
then current Penal Sum, then, automatically and without notice to or any action required of any party, the
Penal Sum shall be increased as the total amount payable by the terms of the Construction Contract is
increased.
7,
This Performance Bond is provided by the Surety for the soJe and exclusive benefit of the Owner,
together with its successors or assigns. No other party, person or entity shall have any rights against the
Surety hereunder.
00 61 14-3
"
PERFORMANCE BOND
8.
Any and all notices to the Surety, the Contractor or the Owner shall be given by Certified Mail,
Return Receipt Requested, to the address set forth for each party below:
Surety:
Berkley Regional Insurance Company
11201 Doualas
Urbandale. IA 50322
Attn:
Contractor:
Stage Front Presentation Systems
6 Southern Oaks Drive
Savannah, GA 31405
Attn: Rik LaSpisa
Owner:
Augusta, Georgia, a political subdivision of the State of Georgia,
Acting by and through the Augusta Richmond County Commission
530 Greene Street
Room 806
Augusta, Georgia 30911
9.
Any statutory limitation, which may be contractually superseded, to the contrary notwithstanding,
any action hereon may be instituted so long as the applicable statute of limitations governing the
Construction Contract has not run or expired.
CONTRACTOR:
SURETY:
STAGE FRONT PRES
[Typed Name]
4'
Seal]
BERKLEY REGIONAL INSURANCE COMPANY rSeaO
[Typed Name]
~~
'<-JC1>,C'V i4 rt:':Yt ..l!lk'\,T, - '--J~. (~8'2:A='\','6,-,gom S. Lobrano, IV, Attorney-In-Fact & Georgia Non Resident
[Printed Name, Title and Address] [Printed Name, Title end Address] Agent
\ [) ,s'l'\A-v:\+"'~-'C' ...., ~"~\'-I\-:'
Surety Associates, Inc. - (Agent)
2110 Herschel Street
Jacksonville, FL 32204
S~~l':\"I.. ~\-+\
01". "
,
is \-<-\..-{yS-
00 61 14-4
No. lOle
POWER OF ATTORNEY
BERKLEY REGIONAL INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a
corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa,
has made, constituted and appointed, and does by these presents make, constitute and appoint: James C. Congelio
or Tom S. Lobrano, IV of Construction Insurance Brokers Corporation dba Surety Associates, Inc. of JackSonville, Florida
its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and
deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation
shall exceed Forty Million and 00/100 Dollars ($40,000,000.00), to the same extent as if such bonds had been duly executed and
acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21,2000:
"RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and.
qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on
behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and
further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or
other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner
and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power
of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other
suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though
manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or
persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be
such at the time when such instruments shall be issued."
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this ; ~ day of .~ "J..-w , 2008.
1
(Seal)
Attest:
-'2' ~/f---"--"
Ira S. Lederman
Senior Vice President & Secretary
.r'?
Berkley R,?ional Insurance Company
By ip;;~
Robert P. Cole
Senior Vice President
By
WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER.
STATE OF CONNECTICUT)
) ss:
COUNTY OF FAIRFIELD )
Sworn to before me} a Notary Public in the State of Connecticut, this day of 'L_LtJ~{, 2008, by Robert P. Cole and Ira S. Lederman
who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secr~tary, respectively, of Berkley Regional Insurance
Company.
EiLEEN KUJ...EEN
. iVOTA-J1;Y PUBLIC "
C,N I"O';"IC:~\ON EXPIRES JUNE 30, 201<:
uij31JW .'~!JI~\J,."""'~
~::~~~5:'1-.~~:_4: _.--,~ "'t'}
/"O<\~, 'L_
~,."k:",_,L_0_ "t,'\
Notary Public, State of Connecticut
CERTIFICA TE
I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the
authority of the Attorney-in.Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full
force and effect as of this date.
Given under my hand and seal of the Company, this 9th _ day of
February ,,-?
////..j /
j/ ,;:,._-",,," ,.-;f.,,/;,"~'-,'.
/' --/ L->' '! .
"'"'
'~~ZJl1 0
-i: /-
/'.(~"- \, ./,...,
(Seal)
John ~pA3eers
PAYMENT BOND
PAYMENT BOND
BOND NO. 0142417
BERKLEY REGIONAL INSURANCE COMPANY
[Inserl Proper Namtl of Surety]
, a corporation duly
organized and existing under the laws of the State of Delaware I as surety ("Surety"), and
STAGE FRONT PRESENTATION SYSTEMS
{Insert Proper Name of Contractor}
, as principal ("Contractor"), enter
into, execute this bond ("Payment Bond"), and bind themselves in favor of the Augusta Richmond County
Board of Commissioners as obligee ("Owner") in the penal sum of
EIGHTY ONE THOUSAND TWO
HUNDRED NINETY THREE AND 00/100---- dollars ($ 81,293.00
(Insert Penal Sum In words and numerals]
), as of February 4,2010
[Insert Date of Construction Contract]
WHEREAS, the Contractor has executed a contract with the Owner of even date herewith
("Construction Contract") for construction of:
AUDIOVISUAL PRESENTATION SYSTEMS FOR THE NEW EAST CENTRAL GEORGIA REGIONAL LIBRARY
Augusta, Georgia
[Insert Description and Location of the Project]
("Project"); and,
WHEREAS, the Owner has required the Contractor to furnish this Payment Bond containing the
terms and conditions set forth herein as a condition to executing the Construction Contract with the
Contractor;
NOW THEREFORE, the Surety and the Contractor, both jointly and severally, and for
themselves, their heirs, administrators, executors and successors agree:
1.
The Construction Contract is hereby incorporated herein and by reference made a part hereof to
the same extent and effect as though it were copied verbatim herein, The Surety and the Contractor are
bound for the full performance of the Construction Contract including without exception all of its terms and
conditions, both express and implied, and, without limitation, specifically including Contractor's obligation
to pay for labor, materials, machinery, and equipment provided in connection with the Construction
Contract performance. .
2.
For purposes of this Payment Bond, Beneficiary is defined as any subcontractor or other person
supplying labor, materials, machinery, or equipment in the prosecution of the work provided for in the
Construction Contract, or any other person entitled to the protection of this Payment Bond pursuant to the
provisions of Title 36, Chapter 91, Official Code of Georgia Annotated,
3.
Every Beneficiary who has not been paid in full for labor or material furnished in the prosecution
00 61 14-1
PAYMENT BOND
of the work on the Project before the expiration of a period of ninety (90) days after the day on which the
last of the labor was done or performed by such person or the material or equipment or machinery was
fumished or supplied by such person for which such daim Is made, or when he or she has completed his
or her subcontract for which claim is made, shall have the right to bring an action on this Payment Bond
for the amount, or the balance thereof, unpaid at the time of the commencement of such action and to
prosecute such action to final execution and judgment for the sum or sums due such person; provided,
however, that:
(A) Any person having a direct contractual relationship with a subcontractor but no
contractual relationship, express or implied, with the Contractor where the Contractor has not complied
with the notice of commencement requirements In accordance with Code Section 36-91-92, Official Code
of Georgia Annotated, shall have the right of action upon this Payment Bond upon giving written notice to
the Contractor within ninety (90) days from the day on which such person did or performed the last of the
labor or fumished the last of the material or machinery or equipment for which such claim is made, stating
with substantial accuracy the amount claimed and the name of the party to whom the material was
fumished or supplied or for whom the labor was performed or done; provided, however, that: (i) the
Contractor's failure to supply a copy of the notice of commencement within ten calendar days of receipt of
a written request from a subcontractor, materialman or person shall render the provisions of this
paragraph 3(A) inapplicable to such subcontractor, materialman or person, and (ii) the Contractor's failure
to file a notice of commencement shall render the notice to contractor requirements of this paragraph 3(A)
inapplicable.
(B) Any person having direct contractual relationship with a subcontractor but no
contractual relationship express or implied with the Contractor where the Contractor has complied with
the notice of commencement requirements in accordance with subsection (a) of Code Section 36-91-92,
Official Code of Georgia Annotated, shall have the right of action on this Payment Bond provided such
person shall, within thirty (30) days from the filing of the notice of commencement or thirty (30) days
following the first delivery of labor, material, machinery or equipment, whichever is later, give to the
Contractor a written notice setting forth:
(i) The name, address and telephone number of the person providing labor,
material, machinery or equipment;
(Ii) The name and address of each person at whose instance the labor,
material, machinery or equipment is being furnished;
(iii) The name and the location of the Project; and
(iv) A description of the labor, material, machinery or equipment being
provided and, if known, the contract price or anticipated value of the labor, material, machinery or
equipment to be provided or the amount claimed to be due, if any; and
(C) Nothing contained in this Payment Bond shall limit the right of action of a
Beneficiary to the ninety (90) day period referenced in paragraph 3(A) above.
The notice required under paragraph 3(A) of this Payment Bond may be served by registered or
certified mail, postage prepaid, or statutory ovemight delivery, duly addressed to the Contractor, at any
place at which the Contractor maintains an office or conducts his or her business or at his or her
residence, by depositing such notice in any post office or branch post office or any letter box under the
control of the United States Postal Service; alternatively, notice may be served in any manner in which
the sheriffs of the State of Georgia are authorized by law to serve summons or process.
Every action instituted on this Payment Bond shall be brought in the name of the Beneficiary,
without the Owner being made a party thereto.
4,
00 61 14-2
PAYMENT BOND
In no event shall the Surety be obligated hereunder for sums in excess of the Penal Sum. As
used in this Payment Bond, the term .Penal Sum" means the amount stated as the penal sum in the
preamble of this Payment Bond. as that amount may be adjusted from time to time pursuant to paragraph
5 below~
5.
The Surety waives notice of any changes to the Construction Contract including. without
limitation, changes in the contract time, the contract price, or the work to be performed. If the total
amount payable by the terms of the Construction Contract is increased to an amount in excess of the
then current Penal Sum, then, automatically and without notice to or any action required of any party, the
Penal Sum shall be increased as the total amount payable by the terms of the Construction Contract is
increased. No agreement. modification, or change in the Construction Contract. change in the work
covered by the Construction Contract, or extension of time for the completion of the Construction Contract
shall release the Surety of this Payment Bond.
6.
No action can be instituted hereunder after one (1) year from the completion of the Construction
Contract and the acceptance of the Project by the Owner and any other applicable public authorities.
7.
Unless otherwise provided herein, any and all notices to the Surety or the Contractor shall be
given by Certified Mail, Return Receipt Requested, to the address set forth for each party below, including
a courtesy copy to the Owner:
Surety:
Berkley Regional Insurance Company
11201 Douglas
Urbandale, IA 50322
Attn:
Contractor:
Stage Front Presentation Systems
6 Southern Oaks Drive
Savannah. GA 31405
Attn: Rik LaSpisa
Owner:
Augusta. Georgia, a political subdivision of the State of Georgia.
Acting by and through the Augusta Richmond County Commission
530 Greene Street
Room 806
Augusta, Georgia 30911
8,
00 61 14-3
PAYMENT BOND
Notwithstanding any provision herein that may be to the contrary, this Payment Bond is intended
to be a statutory payment bond under applicable laws of the State of Georgia and shall be so construed,
CONTRACTOR:
SURETY:
Berkley Regional Insurance Company rSEAL]
[ryped Name)
BY:~"t~;$.~~
[Signature]
. 2?~~(::5l-><;' Tom S. Lobrano, IV, Attorney-ln.Fact & Georgia Non Resident Agent
[Printed Name, Tille and Address}
'Sm n '~~
"Ii" J..:~L\ ,""Ie<':' t' \~\:::.
Surety Associates, Inc. - (Agent)
~ lev). \~-A ~ f:t~ ~ l~,%,
"
2110 Herschel Street
Jacksonville, FL 32204
00 61 14-4
No. IOle
POWER OF ATTORNEY
BERKLEY REGIONAL INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a
corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa,
has made, constituted and appointed, and does by these presents make, constitute and appoint: James C. Congelio
or Tom S. Lobrano, IV of Construction Insurance Brokers Corporation dba Surety Associates, Inc. of Jacksonville, Florida
its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and
deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation
shall exceed Forty Million and 00/100 Dollars ($40,000,000.00), to the same extent as if such bonds had been duly executed and
acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors ofthe Company held on August 21,2000:
"RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and
qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on
behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and
further
RESOL VED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or
other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner
and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power
of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other
suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though
manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or
persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be
such at the time when such instruments shall be issued."
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this i ~ day of ~ L-J.-w ,2008.
f
Attest:
--"
/':;~;,//;~---~-""'--'-'--'
Ira S. tederillan
Senior Vice President & Secretary
Berkley ~onal Insurance Company
By lv/y7: U
Robert p, Cole
Senior Vice President
(Seal)
By
WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER.
STATE OF CONNECTICUT)
) ss:
COUNTY OF FAIRFIELD )
Sworn to before me, a Notary Public in the State of Connecticut, this day of ;d;,k, 2008, by Robert P. Cole and Ira S. Lederman
who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secretary, respectively, of Berkley Regional Insurance
Company.
E~LEEN KUJ.,EEN
. 10TA.-~Y PUBLIC
1\ ~""I~'~'" JUNE SO, 2012
~N f";'~,i"I~::;',nN t::1\l" He", . . ,
u!jj~ 'l; '1;,J\...yl1jH\ih~""" ""4
><"-"Lj<__E~,,#...,A,'
;i'-<:-\.,~ "i^
,<..,___i:.,J:': ,-t''.
Notary Public, State of Connecticut
CERTIFICATE
T, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMP ANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the
authority of the Attorney-in.Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full
force and effect as of this date.
Given under my hand and seal of the Company, this ~ day of
February / 01
/.,>( "
#/ ./ ./
John F.A3ee"rs
f
/.+
~1 ./
'c;'~2!i110
,;:./
~"
,/' ~_~-;;l- ';'0;-
(Seal)
" ,
NON-INFLUENCE AFFIDAVIT
NON-INFLUENCE AFFIDAVIT
STATE OF
COUNTY OF
I do solemnly swear on my oath that as to the contract dated
between
and Augusta-Richmond County, Georgia, I have no knowledge of exertion of any influence or
the attempted exertion of any influence on the firm on behalf of which this affidavit is made in
any way, manner, or form in the purchase or materials, equipment, or other terms involved in
the construction, manufacture, or employment of labor under the aforesaid contract by any
employee, officer, or agent of Augusta Richmond County, Georgia, in any way whatsoever.
This
day of
,20_,
Signature
(Seal)
Title
Firm
Personally before me, the undersigned authority
appeared who is known to me to be an official of the
firm stated above and after being duly sworn, stated
on his or her oath that he or she had read the above
statement and that the same is true and correct
Notary Public
My Commission Expires
,20
00 65 60
STATUTORY AFFIDAVIT
STATUTORY AFFIDAVIT
STATE OF
COUNTY OF
FROM:
Contractor
TO: Augusta Richmond County, Georgia, hereinafter called "Owner".
SUBJECT: Contract entered into the day of
above mentioned parties for the construction of:
, 20_, between the
NEW EAST CENTRAL GEORGIA REGIONAL LIBRARY
KNOW ALL MEN BY THESE PRESENTS:
1. The undersigned hereby certifies that all work required under the above contract has
been performed in accordance with the terms thereof, that all material men, subcontractors,
mechanics, and laborers have been paid and satisfied in full, and that there are no outstanding
claims of any character (including disputed claims or any claims to which the contractor has or
will assert any defense arising out of the performance of the contract which have not been paid
and satisfied in full except as listed herein below:
(Instructions: Enter the work "None" or list the names of claimants and the amount claimed by
each)
2. The undersigned further certifies that to the best of his knowledge and belief there are
no unsatisfied claims or damages resulting from injury or death to any employees,
subcontractors, or the public at large arising out of the performance of the contract, or any suits
or claims for any other damage of any kind, nature, or description which might constitute a lien
upon the property of the Owner.
3. The undersigned makes this affidavit for the purpose of receiving final payment in full
settlement of all claims against the owner arising under or by the virtue of the contract, and
006573-1
/) ,
STATUTORY AFFIDAVIT
..
acceptance of such payment is acknowledged as a release of the Owner from any and all
claims arising under or by the virtue of the contract.
This
day of
,20_.
Signature
(Seal)
Title
Firm
Personally before me, the undersigned authority
appeared who is known to me to be an official of
the firm stated above and after being duly sworn,
stated on his or her oath that he or she had read
the above statement and that the same is true and
correct
Notary Public
My Commission Expires
,20
00 65 73-2
, ,
, t 1 ,
,"
GENERAL CONDITIONS
GENERAL CONDITIONS OF
THE CONTRACT FOR
CONSTRUCTION
Included by Reference, as per Bid Documents
HI/201/LF
General Conditions of the Contract for Construction
00 72 00-1
~ti
~
,\ ,
SUPPLEMENTAL CONDITIONS
SUPPLEMENTAL CONDITIONS
1.01 INTERRUPTION OF UTILITIES
A. Work shall be scheduled to avoid, as much as possible, interference with the normal
operation of the surrounding activities. The Contractor shall give written notice to the
Owner at least ten (10) calendar days in advance of all dates on which he wishes to
interrupt power, phones, gas or water service for greater than 1 hour. Upon receipt of
the request, the Owner will review the request and submit a written response,
identifying acceptable date(s) and time(s). Power shall not be interrupted without a
written response from the Owner, specifically approving the temporary outage, at the
designated time and for the designated duration. The Owner reserves the right to
disallow any and all power outages.
B. The Contractor does not require the Owner's permission to interrupt utilities, in the
event of an emergency affecting the safety of property, health or life.
1.02 PROTECTION OF EXISTING PROPERTY
A. Protection of Roadways, Sidewalks, and Property Surfaces:
1. The Contractor shall repair and clean roadway, sidewalk and property
surfaces located outside constructions limits free of dirt and mud where
caused by conveyance of construction and demolition materials, equipment
and personnel to and from the construction site. Contractor shall notify the
Owner for his review of a written schedule, by which the Contractor shall
perform corrective and clean-up work. Work shall be done at no additional
expense to the Owner.
2. The Contractor shall be responsible for damage to property and persons that
result from work inside and outside the construction limits. The Contractor
shall promptly correct damages that create health, safety or property danger.
1.03 TRASH DISPOSAL
A. The Contractor shall avoid trash accumulation and shall remove same from
the site at the close of each working day. All building material and trash shall
be disposed in the onsite trash containers.
B. Burning of material on the site will not be permitted.
1.04 DRAWINGS
A. Except where dimensions are shown, the drawings are diagrammatic and
shall not be scaled. Exact location of fixtures, apparatus, and piping shall be
determined by dimensions on the site.
Supplemental Conditions of the Contract for Construction
00 73 00-1
< ,
~
" ,
SUPPLEMENTAL CONDITIONS
1.05
PROTECTION
A. Protection of personnel: Utilize safety barricades where the safety of
pedestrians and/or vehicle drivers is endangered by the work area. Safety
barricades shall be used.
1.06 VEHICLE PARKING REGULATIONS
A. Designated Parking Areas: The Contractor must park all vehicles inside the
designated construction area. The Contractor is responsible for transporting
his employees to and from the job site from off site staging areas.
1.07 STREET ADDRESS
A. For purposes of utility work, the street address of this project is:
823 Telfair Street, Augusta, GA 30901
1.08 SITE LIMITATIONS
A. Construction and staging are limited to the areas within the "Limits of Fenced
Construction Area" indicated on the drawings.
1.09 CODE AND STANDARDS
A. The Codes and Standards referred to are minimum standards. Where the
requirements of the Contract Documents exceed those of the Codes and
Standards, the drawings and specifications shall be followed.
1.10 COMMISSIONING CONSULTANT
A. The Owner has contracted with a Commissioning Consultant, who will be
performing professional building commissioning services for the Project. The
Contractor will be required to coordinate the Work and cooperate with the
Commissioning Consultant's efforts.
1.11 DOCUMENTS REQUIRED PRIOR TO FINAL PAYMENT
A. The following documents required prior to final payment, shall be delivered by
the Contractor to the Owner, in the quantities indicated prior to final
inspection of work:
1. Non-Influence Affidavit, 4 copies
2. Statutory Affidavit, 4 copies
3. Written notice of readiness for final inspection
4. Operating and Maintenance Data and Instructions
B. Submittals as required by Section 01700, Project Closeout.
END OF SUPPLEMENTAL CONDITIONS
Supplemental Conditions of the Contract for Construction
00 73 00-2
~1',
~.
....
11 .
<.c...-~~..._-;~;~-- -"'4'--"'~'-~
... .~O._ ~.. _ . r$..L. .'
l. . ::r~l~l. ~ ~'. {'1~. ~t;1
I:
, ". J
;. '-:,<t. :R',' G ; iliA
~".~:~':..=~~:.;..:.,..-~
STATE OF GEORGIA- COUNTY OF RICHMOND BIDJRFP/RFQ# 09-191
SUBCONTRACTOR AFFIDAVIT
By executing this affidavit, the undersigned subcontractor verifies its compliance with Q,C.G.A. 13-10-91,
stating affirmatively that the individual, firm, or corporation which is engaged in the physIcal performance of
services under a contract with N/Aon behalf of Augusta Richmond County
Board of Commissioners has registered with and is participating in a federal work authorization program"
[any of the electronic verification of work authorization programs operated by the United States
Department of Homeland Security or any equivalent federal work authorization program operated by the
United States Department of Homeland Security to verify information of newly hired employees, pursuant
to the Immigration Reform and Control Act of 1986 ([ReA), P.L. 99-603], in accordance with the
applicability provisions and deadlines established in O. C. G. A 13-10-91.
N/A
E-Verify .. User Identification Number
~~~~
Vice esident, Operations
Title of Authorized Officer or Agent of Contractor
Joseph DePlacito
Printed Name of Authorized Officer or Agent
Georgia Law requires your company to have an
E-VerityUser Identification Number on or after July
1,2009.
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE
For additional information: State of Georgia
htto://www.doLstate.aa.us/odfJrules/300 10 1.OOf
hty>s:J/e-verlfv.uscls.Qov/enrolll
19th DAY OF . 20l,L
,en
Notary Public". "
Notary Public, Chatham County, GA
My Commission Expires: My Commission Expires December 18, 2012
NOTARY SEAL
If there are no subcontracting opportunities the form must be executed (write N/A, sign, date and notarize).
Note: The successful vendorwi/l submit the above form to the Procurement Department no later than five
(5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms
are to be received)
J.. ,;' .:-.;
REV. 1/06/10
ITS 09-191 Audiovisual Presentation Systems
Page 2 of 5
. "\
\ i ''I .
,
~"rl""~~'~~~-;'~:~."-:;:'''''''~~
_,!Co,;-...... ,~...... 'tl- .
'''~ ;'.~ \' ~ I": r' ~~ '
. ~ ~; /
,It:.O,, R Q iliA
"~:':":.::~::">"/
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR
I, N / A certify that this bid or proposal is made without prior understanding,
agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to
be done or the supplies, materials or equIpment to be furnIshed and is in all respects fair and without collusion or
fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences
and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to
sign this bid or proposal for the bidder.
Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e),
N/A has not, by itself or with others, directly or indirectly,
prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiantfurther
states that {s )he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any
means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work.
Affiant further ates that the said offer of N / A is bona fide, and that no one has gone
to any supp. er nd a mpted to get such person or company to furnish the materials to the bidder only, or if
furnishe t an 9~ I der, that the material shall be at a higher price.
I.
.:.~!!
of u h rized Company Representative
January
, 20 J:.Q..
Notary Public: Teresa M. Saxon
(Print Name)
County: Chatham TERESA M. SAXON
Notary Public, Chatham County, GA
Commission Expires: My Commission Expires December t8, ~TARY SEAL
If there are no subcontracting opportunities the fonn must be executed (write N/A, sign, date. and notarize ).
Note: The successful vendor will submit the above form to the Procurement Department no later than five
(5) days after receMng the "Letter of Recommendation " (Vendor's Jetter will denote the date fonns
are to be received)
Rev. 1/06110
ITS 09-191 Audiovisual Presentation Systems
Page 3 of 5
u
:c
.....
OJ
C
'>
I
! ~
a .g
i "0
14 i
i;' c
v S!!
Iii' III
-; ~tI:'
: ~!
\II -;:~
;; Ai:
~
I lii'
.:l _0
D De.
E: I-
i,...;. : ~
E"D J:I c:
i~ 1'&
a.3 ~QJ
8:2 ~l!
.... lID I:; Ie
C:.D 0>
III 0 ->-
E - lIIl .
!! is:2
all! II-u
j 0 - .- l'Il
c!l.~ic:
11I.2 -2 8
..s- O.
~ ~;!i
(() idl 0_
JJ I .s:: aa.
~ _ -; S 16
<Il f'O U 5
5 0 I: ~;;
'rl .lI ~ c 0lJ
~. ", 0 !
;:;~ .=,86
~ ="j::l
~.. =.. III
~ ji g
Il<, iJi f
'\~J" j.g;
,~ Is;; 1!
,,~ ~>;;
r~.....~. p ~;;
JJ ...:> Cl
';J~" ~-...
~Ql~"" l-
i ~5
e lIS ~ ~
~ ;; 1-0::
GI
~ c ili
iii !!!} 0
en z
.,.
"
.
,
I" .
v
.
I -1
,
r
I
I
~i
MI I:::
~~
c:;i
10'"
IDot
~I!
$
..c:
11.I
lii
c::
~ ~a.';
fi "I::l 0 Z
i~j~t
~ f ~ ~l
zt-a
::J;!Q
... (Il
0:: OZ ok =C'o
o -I.
t~~!~
OIYli!D:i
fI2 -I ~ oS ED
U)~f
1UD."tl
i~~
::) aCl to i!
~ ~ i~:!
~ ~ ; l=i
rn llI: ;!: 8 ""
~~!""
uO- I
o(,J~ I
-ImR .;
~i1t~I:~
;1t: ... go~;;!:
00:: 15-c-!i::i~
o~t! if 'C;;
~Iti~_
::!~1iI:;;
5:tt ~zi
ii: &&; .g .! ii:
..tc~'B.~
!;81GtCl
:) ~:i I!
CJ -JulCl
;:) ....11I
0( ;~=
II' ICI ..
;: fl.a
J !~
~i
:s'"
illig
c::-a
~e
I!
"1(11
..
'is
..
E
'"
lZ
I
=it
-g
iii
-
I
rl
<1l
g ~
-rl Ql
~ tl
.rl ><
'Cl <Il
~ a
~ -~
'" JJ
ri I1l
I JJ
'" Q
o Ql
1Il
~ Ql
~ i-lo
""~
o
N
.......
<Xl
.......
ri
I
Qj
:
-
i
!'
0.
I
I
I
,:(
........
Z
r
I
I
r
I
I
I
I
_I
'0
"-
oil
~
t
~
...
~
j
.....
~1s
I~
6i
in.
;;;
II
~
1
:;:
5!
...
~
...
~
'"
'"
~
-
,t.1~ .. 't
, . "" ~
c. ~
!
r.!)
o
~
Do
iz
1::;5
a;1L
Oz
I:e
~~
&-
Zl-
-::2
~~
m!!l! .c
~t
i!=
iJw
<i! ~ .i
ug =
Ou III
~~ e
~~ i
50 j
00
c~ l
~: I
~w m
x.... llt
U D:
iE u
.c ~
t)
::l
o
~
lij
.oJ ~
u I
q) I
'0' 1-=
Ii:. ~g
CD &l
e ~'U
,Ii ~ii!i
-0
q) ..
", II.
:;I
III
.r::t
oS
e ~o
::g .. .~
.!!~
~ ~J~
j
OJ
.Ii
"0 !
-5 I!..~!
.5 c&c
; II & c
~-~
1i ~I!
"-
;;;J
-2 .2
.s II"'- Cl
U
~
c;; '!I~ I
8 lD311
:;I u:::I,.!
'" ~
:I
'"
c:
III
-; ~
~!i
II 0
...-
Cl If
~
II
~:O
i2:
;@g
>O.&:
.,A.
Ii
0
s
i ,-
;;;
0 o:t;
..
.I:J .........
:0 Z
In
"8
II
e
;;
~
::;
~
~
I:;
a
e-
~
>;;:
-=
~
II:::
.s
....
i
~
.-l
'"
;:l lJ)
lJ) S
.-l I\)
> JJ
o lJ)
M >.
"0 CJ)
.;1 I:l
o
rl 'M
'" .j.J
rl '"
.j.J
'" I:l
o (!J
lJ)
~ ~
H P,
.:
i
-
c::
S
'C
..
Ql
..
ii
t
CII
fj
01
C
;;
"ii
u
!
...
III
'i
-
CIl
'S
'l::f
'1:1
C
III
~
1:1I
iij
Sc
z~
~~
~:;;
..... CD
Ii
it
~ ;..
i . .~
qI- ~
E"I:I .a ...
~! i;t.1
19 8 ~ Ql
:lll e c::
co. e8
iJ !~
ca."
)Ii;" J:.!!
!! ..2
. g:!)
'S ..@ i;c:
CILOi:lS
m_ 1:
.c 1IJ O.
-;; ii Go fJ
_"CI g.,2
~..: alia.
C1- c -
....QI;;I!
~1S ~.!!
oc_.
.a. r:: CD
11I"1:1 8:11
~i ..,cr
..... i
- IJ C
E 3:'l ...
.D IJ ..
:l - !
~~ III
:= 0 III
:J "1:1 lii
..C.a::
CI CII -
"CI~ Z!
1:..
j
III
i;'
"1:1
!i
CIl
>
-=
J:
III
.c:
-
..
"
!
Wi
E
III
Z
i
!'
a.
o
M
o
N
"
'"
"
M
.. m
III 4; n
So'
C;; z ~
TOTRL P.06
..'"
i'O
~i
5~
""
s
c
'"
~
I!..
';
i
">
Cl
'6
~
=
.
Cl)
c
III
!::
1111i1l11'~1
IIIIIIIIII~ ~
III w!~.~
IIIIIII~!IH~!
IIIIIIIIII~ : tH
~sl~ it
!]'li-~l :
mmu
h,h~~ji
nmmi
x i ;<
ow ~
~~
xz
~;S~ Z Q
~~~ 0 z
~ w
~~~ ~
, ~w ~ '"
~~~ ~ w
<i:
~~C!l ~
~g~ ~
Q~Z Z x
~~2 Q ~
w
s<ff1 ~
~~~ I 00 W
lL.~(/) < W
~~~ '" 00
w '"
~!B~ 0 I w
<i:
~ i
~",Q Z
5w-~ ~
ii~f2 Z ~ x
0 g
5 x
0 < u
n:: *
* ~ ~
z Z ~
~u LL z
- ~ ~
~ ~;i
~ ~ I
~ ~ <(
~ <( ~
52 g;! ~
! : ~
II:: ffi ~
~ffi ~ i ~
5~ ~ ~ ~
~i!D'~ ffi w
~fa ~'~ ~~
~~ ~ ;g
tll~::lffi ~
~~ ~ ~ ;
rn'::l ~::!: ::i:
w< :::i 00 (1)
~~~~ ~
WW n:: 0.. ....
~~ ;;: w w
~ ~ ~ ~ .~ .
~~ ~ ~~j~
<(Ul-.:( <(:::)<(::l
V~ 'V.lSn~nV
Al:IVHBlllVNOI~3l:1
VI~l:I03~ lVH.lN3~ .lSV3
~~.....J ~~~oo
'" 0:: (J)
o ~ . 0 -I
z ~- "'......... I
w ~a::~~C'\I en
ffi B~~~~ Q.
~~ Ul .... t:::c ~ ~ 0 w
m'" rn [ ~ ......
00
~
~
~
~ ~
~ ~
0
~ ~
z ~"
0
~
~ 00
~
Q
~
~ :i'
~
~
~
~
"
;;
g
x
~
~
o
~
x
g
x
~
~
~
~
EJBBBBBEJBB~8
ci ~
~! l~ UJ 0 ~w_
~N~~ ~2~~~~ ~
_ ,--- .nu,y, ~~~
~~~ ~~g~~~ -- ~
~~; ~g8~~5 z -
~~s ~~~58~ ~ ~
~~~:~~j~~~ w ~
~~~ ~::~~~ ~ ~~
~~~ ~~~~!~ ~",.-
~~[j 5~~~i~ s ~
~ U! ~ou~n ~ ~u
i csO n::g~gi;;~ ~ w
w ~~~ ~~~~~5 . 0 ~
~ 8~5~~~~~~8 ~ ~
~ ~fil~ a~~g~gg a a
.... ~B~ ~~g~2~~ ~oo~ ~
~ >00 O<OUlt:UU __ ~
ou~~ ~~~ ~~8~~~~ ~ ~~
: ~~~ ~~~~~~~
~~~ ~~_~_~_~~J~ ~ 8
~ ~ ~
x
g
'"
o
Cl !iil ~
~ ~ ~
~ ~ ~
Cl ~ ~
~ ~ ~
g ~ ~ ~
~ :I: ~ ~
~ ~ ~ w ffi
~z(.)~~"'us
~!Ixw;
~Q w ~ Q. UJ
-' (.) 5 (.)
~~",I~~",
i ~ ~
~~!~~Q
g ~ ~ ~ (.)
~~~~~
-ij ~ ~ ~ ~
'"
w
~
~
~
z
g
I
8
~
~
~
~
m
::::i
..J
<c
Z
Q
C)
W
a::
<c
C)
a::
o
W
C)
..J
~
I-
Ze(
WCI
0<
1-:;;
U)::I
<cg
We(
~
~
~
w
w
~
w
w
w
w
ffi
<i:
~
w
~
~
~
00
00
'"
w
~
o
>
~
x
u
'"
<
~
~
o
~
~
~
~
'"
I
i
~
ii'
'"
~
'"
w
~
Z
=>
8
Q
W
~
00
"
<i:
>
~
~
~
::;
2J
Q
W
~
U
W
W
'"
~
::;
2J
~
ii1
~
<l
'"
u
Q
~
~
~
~
[f] f- 0 <[} ~ ij' <[}. ld .... @ ~~
u ~
~ ~ >
< < <
u
_ _ 00
(f.l I- (.) 0 0 (.) 0... 00
&1~frl$~~~g:~~(ijlBs:g:
Q
Z
W
C)
W
..J
'111'1I1I'~1 ] ~!! i!
1IIIIIIIIIf i~ i!~~.~!1
11111I1I1I~ln ~ liIi~il
H fl;~t!~
IIIIIIIIII~ U ~ I nil-Ill
@ 5
I/) ~ "'
"
W" a ~
"'
....~ " "'
Om ~ "
z::: "' ~
>~ "
WI;: ~
~~ <
~
....~ '"
W~ "' "'
~ ~
w5 < <
" "
:t:g g g
I/)~
Vf>'V1Snf>nV
AHVH8111VNOIf>3H
VIf>H03f> lVH1N3:> 15V3
~..... ~0
~ >.
~~
. ':.~~,.
~
z@
,
~g
oCl
'~~ <,Jl
"'-<>:.::''-~ IO I:l
"
III
!@< w
r r<I~~
~@
F"
i~
"
m~
3@
ON
~~
~
o
oQ
~EJ
III
!Q
".~CJ
lIICC, :~:., ~=~.:--c
_.~.__.~-----
'_._~~--i
c_~~._~_._-'_'__...J
III
IIL:::::C'
IIF.=:.
i@o
0-
~
I!E=:.cc::-.c.::::.
riJ
'"
o
S:i
"-...J
io.
ii:
M~~~W
tr:J m ~
~~r.,~ ~
~;: ~ ~ UJ
rn H ~ fh
IrJ
l~
IrJ
]I
z
<C
.J
D..
D::
o
o
..J
LL
l-
t/)
0::
LL.
IIIIIIIIII~I !ill.H
111111111111: <11~ iifl~~i!
.l:~~. HHHd
1II1111111~'I~iij~l liiii!.1
IIIIIIIUI~ m~! Hilmi!
v~ 'v .lsn~nv
A~VHBI11VNOI~3~
VI~~03~ lVH.lN3:l .lSV3
G...J ~~~W
o w ~~ CJ') N
<( Ie 0 .
Z :.: ~............ ~
~ (!]~~ ~ en
U]":I:~ a.. 0 D..w
~ g: 1il ~
c
@z
tnS
W<l
1-0
o~
z~
>~
Wl1
~~
1-11
wo
w15
::1:8
U)~
"
z
<C
..J
D..
a::
o
o
..J
LL
C
a::
i:
I-
I
II
rj~~ t II;
I.. ~.
"QI "
861
.........~~..~........... .... ...(!@
~t)~ I ~.
I ~
i
ni I.... . .....m
i@~r~
~. ~@ ~..
~ ._"
""'I. ~................I
sg ... ..
f:;
o
~r.i
ill g~ c I
I
/ ll'
r
cm~
~@
~
~
~@ m
III
~(J
9eJ
f'
~Q
at)
<
I~
~EJ
, . ..~..I
~@ I '
zg 0:: I
III rl ~@ I
II .
111111Inl~1
1IIIIIIIuML
III wio~,'
i1hlll~lh~~l
IIIIIIIIII~ m~!
..Ii fj
!it~~~11
~~~l!~lf
il~Q::-n ~~
il!llii!
nuH~H
V~'Vlsn~nv
AH'inl81l1VNOI~3H
VI~H03~ l'inllN3~ lSV3
c=c~
I
I .
[,
"~
~"'il~::8
t .~ rZ i:8) '-J.~li'
t .!~. l:Ii
18 18 .Ii
IIlh
iQJ
I
'=~
[I
II
II
r
,.101
'illU
"711
f '!Ii
0:; 0:; 011
Hin
f
i
II
I~
I~
II
[~
....I~
, ill~i
;. 0 .r~
IZ 180 ..II
1 [In
'!J
" I~l~.
Gl ~ . I'
-'Iii
IZ IZ ,011
~ ~ i~n
~ ~ W ,1
~.~ ;_ GJ . III
~ ~ I
.
t.." -'f
U I
I
I
I
rnJlr~~lf~;~r~ .,,1
~ .
~
~ -~
.
.J
I ,~,
G,~~",.' '.1
I
III'
~
~
, ~
III
~
.
o "
.,
~
.
~ -~
.
- , III
~ ~
.
~ --~
.
W
~
.
- . III
~ ~
.
z
@
~ ~
- <
.
ll_-
I
~ _ IZ
I' .
L~Tftt'
~i~lj _~~
0- ,
~...J ~~~rn
~o: 0> M
<( ~ 0 .
~..rr ~~. N ~
o Z <0 ~UJ
hl n 0 o..w
~~ ~ ~
z
<C
...J
D-
C)
z
:J
iLi
o
c
W
I-
o
W
...J
LL
W
0::
0::
o
o
...J
LL
l-
t/)
0::
LL
5 ~
~
~ ~
~ ~
~~ ~ ~ i:\~ ~ ~ ~ ~
mm m ~ ~
gg ~ on n
II c~ ~
~~ !~ ~
m m m
~ ~ 0
3;g c
o~ ~o m
~o ~s
~:: ~.~
~~ ~ ~
~~ ~~ I
~~ ~~ ~
nO ~.n <
:;;~ ~.~ ~ ~ 0 ~
m~ m ~ ;::
0 ~
~n f]:= m ~ 15
o~ ~ ;; ~ ~
~m mm 0
;::0 ~ gj m
~g ~ 0
om 0 0 m
cn~ ~~ m ~
\ ;::
" " i
~ ~ ~ I
c 0 c
~ ~ ~ m
~ ~ m
in in ~
0 ~ 0 ~ ~
m m m m
n n ~
~ m ~ m
~ ~ m
~
m
~ ~ n
m m
~ ~
~
~
~~
~
~
~
;::
~
"
o
(
~
~
m
n
m
~
g
m
~
m
n
~ ,
m
g
!
~ @
~
~
0
~
~
.~
c
m
-t
)>
r-
en
~I~o ~~0
-a e ~~liJ 0
en ....\. ~ ~ [!]]~. !!l
I I\.) ,r" ;0 n ;:e:
N 25 ~ t3 ?' I;;
N CD .~
EAST CENTRAL GEORGIA
REGIONAL LIBRARY
AUGUSTA,GA
nmnp
~I~~[ffr
'a ~ ~-"';,~ 1
~l!iIJ!1.
~l:a,g~~i
11 fi~~
1~'illIlllll
!~1II1111111
i~1I1111111
hllllllllll
11111II111 ~ I
111II11I1I~!it.
1II1111111~llml
IIIIIIIIII~ d~~ I
~~~~~
~~ ~ ~ ~
m~ ~ 0 W
~H"'"
.'l ~!
hh.h
ii!lfl~i
i~]!iilf
h=~ ,.."
mmiH
V~'V.lsn~nv
AHVHalllVNOI~3H
VI~H03~ lVH.lN3:> .lSV3
~ ~ ~ ~ ,
~ ~ ~ ~ ,
~ ~ ~ ~ ,
t
1\
1 \
1 \
I \
,I \
'i\'r \
"'I \
'L
.,r~
\
\
\
"'It
"'It
't""
:E
o
o
Q:
Z
o
j::
~
W
...J
W
q
'" ~ '" ~
m
m 0
g c
~ ~
~ ~ ~
~ ~
" "
~ ~
" "
m
m ""
"" m
m "
"
m
~
~
11---.
D~
m
Q
~
'81
~
""D
;:a
o
c...
m
o
....
o
z
en
o
::0
m
m
z
en
c
m
....
~
r-
en
~
~
~l:
11---.
D~
rnl~o ~'" [ll~.
o ~e I~
." ___rn~.
~ ~ 1:~
EAST CENTRAL GEORGIA
REGIONAL LIBRARY
AUGUSTA, GA
mum
i~i~~~l
:P.[~tl
:!!!Ili
tP....
lf~ _Ha~
1m
t~ii
~ii~
1~IIIUlIIII
!~1I11111111
il~1I11111111
1~IIIUlIIII
A' . OJ.
~
COpy
S~e- ftoV\,{- ?y-~-l{vO(\5
SY. ~4.-vn ~
, .,,'
,.~.
Bid Specificati()~s
. BidlUim #09-191
Audiovisual Presentation Systems
For
Th~ City o/Augusta East Central Georgia Library
Bid Due: Tuesday, January5, 2010atl1:00A..M.
. .
One Original-and one (1) copy of bid shaJI be: submitted
Thanks fordoing husiness with us. . .
Geri A. Sa/ns, Procurement Director
530 Greene Street, Room 605 .
Augusta, Georgia 30901
Bid 09-191 Audiovisual Presentation System Specs
Page 1 of 49 .
\
~
r z_ ~---~-:1-~
~'-0'o"
CITY OF AUGUSTA, GEORGIA
OFFICE OF THE PROCUREMENT DIRECTOR
530 GREENE STREET SUITE 605
AUGUSTA, GEORGIA 30901
(706) 821-2422
www.augustaga. gOY
DATE: November 20,2009
BID NO. 09-191
SUBJECT: Invitation to bid on the following equipment, supply, and/or services.
NAME OF BID: Audiovisual Presentation Systems
This letter extends to your Firm an invitation to submit a bid to supply the City of Augusta with equipment,
supplies, and/or services as Indicated above. Sealed bids for the above will be received at the Office of the
City Procurement Director, 530 Greene Street - Suite 605, the Municipal Building, Augusta, Georgia, up to
11:00 a.m. on Tuesday, January 5, 2010, at which time, bids will be opened and publicly read. The Board
of Commission reserves the right to reject any and all bids and to waive formalities.
Instructions for preparation and submission of a bid-proposal are contained in the attached packet. Please
note that specific forms for submission of a bid proposal are required. Bids must be typed or printed in ink. If
you do not bid, return signed b,id invitation sheet and state reason. Also, please clearly mark the outside
of your envelope as "No Bid, ','
Any changes to the conditions and specifications must be in the form of a written addendum to be valid;
therefore, the City will issue a written addendum to document all approved changes. Any bid submitted
which does not acknowledge the receipt of an addendum will not be considered.
The City of Augusta seeks to ensure that all segments of the business community have access to supplying
the goods and services needed by City programs.
Doing business with Augusta has become easier! The new ARCBid link, which is located on the
Procurement Department's website at www.auqustaqa.qov, enables you to view current and past public bid
information online. Should you have any questions concerning the bid documents, or need additional
information, you may contact a member of the Bid and Contract Team directly @ 706 821-2422. A request
for bid documents must be faxed to 706 821-2811.
A Bid proposal from your Firm will be appreciated.
Sincerely yours,
~~i
Geri A. Sams
Procurement Director
Bid 09-191 Audiovisual Presentation System Specs
Page 2 of 49
"
,
Invitation to Bid
Sealed bids will be received at this office until 11 :00 a.m, Tuesday, January 5,2010 for furnishing:
Bid Item #09-191
Audiovisual Presentation Systems for East Central Georgia Library
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the
offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 530
Greene Street - Room 605, Augusta, GA 30901. Documents may be examined during regular
business hours at the offices of Augusta, GA Procurement Department. All questions must be
submitted in writing to the office of the Procurement Department by fax at 706-821-2811 or
by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. All
questions are to be submitted by Monday, December 21, 2009 by 5:00 p.m.
The local bidder preference program is applicable to this project. To be approved as a local
bidder and receive bid preference on an eligible local project, the certification statement as
a local bidder and all supporting documents must be submitted to the Procurement
Department with your bonafide bid package.
No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening.
A 10% Bid bond is required to be submitted i'n a separate envelope so marked along with
the bidders' qualifications. ,
An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and
conditions, applicable to the procurement. All specific requirements contained in the invitation to
bid including, but not limited to, the number of copies needed, the timing of the submission, the
required financial data, and any other requirements designated by the Procurement Department
are considered material conditions of the bid which are not waiveable or modifiable by the
Procurement Director. Please mark BID number on the outside of the envelope.
Bidders are cautioned that sequestration of BID documents through any source other than the
office of the Procurement Department is not advisable. Acquisition of BID documents from
unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his qualifications.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle
Metro Courier
November 26, December 3, 10, 17, 2009
December 2,2009
cc:
Tameka Allen
Gary Swint
Jacques Ware
Interim Deputy Administrator
Main Library
Dukes Edwards & Dukes
Bid 09.191 Audiovisual Presentation System Specs
Page 3 of 49
,
,
Bid Item 09-191 Audiovisual Presentation Systems
Due Date: Tuesday. January 5. 2010 at 11:00 A.M.
INSTRUCTIONS TO BID
1.1 Purpose: The purpose of this document is to provide general and specific information for use by
vendors in submitting a bid to supply the City of Augusta with equipment, supplies, and or services
as listed above. All bids are governed by the Code of the City of Augusta.
1.2 How to Prepare Bid Proposals: All bid proposals shall be:
(A) Prepared on the forms enclosed herewith, unless otherwise prescribed.
(B) Typewritten or completed with pen and ink, signed by the vendor or his authorized
representative, with all erasures or corrections initialed and dated by the official signing the proposal.
Bidders are encouraged to review carefully all provisions and attachments of this document prior to
completion. Each bid constitutes an offer and may not be withdrawn except as provided herein.
Also, prices are to remain firm for the period stated herein.
1.3 How to Submit Bid Proposals: All bid proposals shall be:
(A) Submitted in sealed opaque envelope, plainly marked with the bid number and equipment,
supply and/or service description listed above.
(B) Mailed or delivered as follows in sufficient time to ensure receipt by the Procurement Director on
or before the date and time specified above.
(a) Mailing Address: Geri A. Sams, Procurement Director
530 Greene Street - Suite 605
Augusta, Georgia 30901.
(b) Hand Delivery Address: Geri A. Sams, Procurement Director
Procurement Department - 6th Floor of the Municipal Building
Suite 605 - Augusta, Georgia
(c) Bids not received by the time and date specified in the first paragraph of
the letter will not be opened.
1.4 Augusta-Richmond Code, Readopted 7/10/08: Sec. 1-10-43. Sealed bids selection method.
(b) Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement
Office and shall include specifications prepared in accordance with Article 4 (Product Specifications),
and all contractual terms and conditions, applicable to the procurement. All specific requirements
contained in the invitation to bid including, but not limited to, the number of copies needed, the timing
of the submission, the required financial data, and any other requirements designated by the
Procurement Department are considered material conditions of the bid which are not waive able or
modifiable by the Procurement Director. All requests to waive or modify any such material condition
shall be submitted through the Procurement Director to the appropriate committee of the Augusta-
Richmond County Commission for approval by the Augusta-Richmond County Commission.
1.5 Procurement Protests:
(A) Right to protest. Any actual or prospective bidder, offeror, or contractor who is aggrieved in
connection with the solicitation or award of a contract may protest to Augusta-Richmond County,
Protestors shall seek resolution of their complaints initially with the Procurement Director, All protests
must be submitted in writing to the Procurement Director.
(B) Protests concerning invitations to bid. A protest with respect to an invitation for bids or request for
proposals shall be submitted in writing prior to the opening of bids or the closing date of proposals. If
not done by that time, the complaint or protest is lost.
(C) Stay of procurement during protests. In the event of a timely protest under subsection (b) of this
Section, the Procurement Director shall not proceed further with the solicitation or award of the
contract until all administrative remedies have been exhausted or until the Augusta-Richmond
County Administrator or Commission makes a determination on the record that the award of the
contract without delay is necessary to protect the interests of Augusta-Richmond County.
1.6 Failure to Bid: If a bid is not submitted, bidder should return bid sheets, stating reason therefore,
and indicate whether their business should be retained or removed from the City's vendor's list. The
outside of the envelope should clearly be marked "No Bid".
Bid 09-191 Audiovisual Presentation System Specs
Page 4 of 49
'\
~
"
1.7 Errors in Bids: Bidders or their authorized representatives are expected to fully inform themselves
as to the conditions, requirements and specifications before submitting bids. Failure to do so will be
at the bidders' own risk. In case of error in extension of prices in the bid, the unit prices shall govern.
Correction or withdrawal of bids. Correction or withdrawal of inadvertently erroneous bids before or
after bid opening may be permitted under the circumstances described below:
(1) Mistakes discovered before bid opening may be modified or withdrawn by written or
telegraphic notice received in the office designated in the invitation for bids prior to the time
set for bid opening.
(2) After the bid opening, corrections to bids shall be permitted only to the extent that the
bidder can show by clear and convincing evidence that a mistake of a non-judgmental
character was made, the nature of the mistake, and the bid price actually intended.
Otherwise, no changes in bid prices or other provisions of bids prejudicial to the interest of
Augusta-Richmond County or fair competition shall be permitted.
(3) In lieu of bid correction, a low bidder alleging a material mistake of fact may be permitted
to withdraw its bid if:
a. the mistake is clearly evident in the bid document but the intended correct bid is not
similarly evident; or
b. the bidder submits evidence which clearly and convincingly demonstrates that a mistake
was made.
(4) All decisions to permit the correction or withdrawal of bids, or to cancel awards or
contracts based on bid mistakes, shall be supported in a written report made by the
Procurement Director.
(5) Withdrawal after receipt of bids is cause to forfeit bid security unless substantial evidence
was presented clearly evidencing the mistake and hardShip that would occur to either the
County or the bidder in the event of award
1.8 Standards for Acceptance of Bid for Award Contract: The City reserves the right to reject any or
all bids and to waive any irregularities or technicalities in bids received whenever such rejections or
waiver is in the interest of the City.
The City reserves the right to reject the bid of a bidder who has previously failed to perform properly
or complete on time contracts of a similar nature, or a bid from a bidder whom investigation shows is
not in a position to perform the contract a bidder who failed to submitted any requested
documentation to include bid bond, performance and payments.
1.9 Bidder: Whenever the term "bidder" is used it shall encompass the "contractor", "purchaser" or other
party having a contract with the City in such capacity after a contract has been entered into or
between such party and the City.
1.10 Compliance with laws: The bidder shall obtain and maintain all licenses, permits, liability insurance,
workman's compensation insurance and comply with any and all other standards or regulations
required by federal, state or City statute, ordinances and rules during the performance of any
contract between the bidder and the City. Any such requirement specifically set forth in any contract
document between the bidder and the City shall be supplementary to this section and not in
substitution thereof.
1.11 Termination of Contract: The City of Augusta may cancel the contract at any time for breach of
contractual obligations by providing the consultant with a written notice of such cancellation. Should
the City of Augusta exercise its right to cancel the contract for such reasons, the cancellation shall
become effective on the date as specified in the notice of cancellation sent to the contractor.
1.12 Terms of Contract: This is a one (1) year contract with a possible one year option; unless
otherwise specified by the owner. (when applicable)
1.13 Bid Price: Bid price to include inside shipping charges.
1.14 Turn around Time: Five (5) days after receipt of order; unless specified and accepted by the
owner.
1.15 All Bidders must bid on all items listed in specifications. Bid will be awarded to the lowest responsive
bidder. (If Applicable)
1.16 Prices must remain effective.
Bid 09-191 Audiovisual Presentation System Specs
Page 5 of 49
~
1.17 Non-Collusion Affidavit: By signing and submitting this bid, bidder declares that its agents, officers
or employees have not directly or indirectly entered into any agreements, participated in any
collusion or otherwise taken any action in restraint of free competitive bidding in connection with this
bid. In the event, said bidder is found guilty of collusion, the company and agents will be removed
from the City's bid list for up to three years and any current orders will be canceled.
1.18 The City pays by invoices only net 30. Unless otherwise arranged. Invoices should be sent to the
following address:
City of Augusta
Richmond County Georgia
Accounting Department - Room 105
City-Municipal Building
530 Greene Street
Augusta, Georgia 30901
1.19 All Bids, Request for Proposal/Qualifications and or Quote are governed ~md awarded in accordance
to The City of Augusta, Georgia (Richmond County) Code. To view the Code visit Augusta's website
at www.auqustaqa.Qov.
GENERAL CONDITIONS
2.1 Specifications: Any obvious error or omission in specifications shall not inure to the benefit of the
bidder but shall put the bidder on notice to inquire of or identify the same from the City. Whenever
mention is made of any article, material, or workmanship to be in accordance with laws, ordinances,
building codes, underwriter's codes, American Society for Testing and Materials (A.S.T.M.)
regulations or similar expressions, the requirements of these laws, ordinances, etc., shall be
construed to be the minimum requirements of these specifications. Some specifications are made
from actual samples or prior use.
2.2 Delivery Point: Unless otherwise stated, all items shall be quoted and delivered F.O.B. Destination
(Le., at a specific City of Augusta address), and delivery cost and charges (if any) will be included in
bid price.
2.3 Unit of Measure: In cases where the Unit of Measure is noted as part of the specification cost of
the item or service will reflect the unit of measure listed within the specification.
2.4 Delivery Time: When delivery time is requested in invitation documents, time will be of the essence;
therefore, bid shall include the delivery date. In some instances, the City may specify an outside
delivery date.
Note: Deliveries must be made between the hours of 9:00 A.M. - 4:00 P.M, For more information,
please call (706) 821-2422.
2.5 Preparation For Delivery:
(A) Packing - Packing shall be accomplished in accordance with acceptable commercial practices
for domestic shipments, unless otherwise stated in the contract or purchase order. The vendor shall
make shipments using the minimum number of containers consistent with the requirements of safe
transit, available mode of transportation routing. It shall be the vendor's responsibility to determine
that packing is done as adequate to assure that all the materials shall arrive at destination in an
undamaged condition ready for its intended use,
(B) Marking - All packages shall be identified with the City of Augusta purchase order number and
the using Department. Sealed packing lists must be affixed to all cartons showing its content.(lf
Applicable
(C) Shipping - The vendor shall follow shipping instructions as stated on the purchase order or
contract.
2.6 Multiple Bids: No vendor will be allowed to submit more than one bid. Any alternate proposals must
be brought to the Procurement Director's attention during the Pre-Bid Conference or submitted in
writing. Alternate Bids MUST BE MARKED as an Alternate Bid with project's name and bid or
proposal number.
2.7 Bids For All Or Part: Unless otherwise specified by the City or by the bidder, THE CITY OF
AUGUSTA RESERVES THE RIGHT TO MAKE AWARD ON ALL ITEMS, OR ON ANY OF THE
ITEMS ACCORDING TO THE BEST INTEREST OF THE CITY. Bidder may restrict his bid to
consideration in the aggregate by so stating, but must name a unit price on each item bid upon.
Bid 09.191 Audiovisual Presentation System Specs
Page 6 of 49
2.8 Warranties for Usage: Whenever a bid is sought seeking a source of supply for a specified period
of time for materials or services, THE QUANTITIES OF USAGE SHOWN IS ESTIMATED ONLY.
No guarantee or warranty of any amount is given or implied by the City as to the total amount that
may be purchased from any resulting contracts.
2.9 Prices to be Firm: Bidder warrants that bid prices, terms and conditions quoted in his submittal will
be firm for acceptance for a period of ninety (90) days from opening date.
2.10 Description of Materials: Proposals for materials, supplies, vehicles, and/or equipment should be
accompanied by copies of detailed factory specifications, ratings, technical data, including accurate
descriptions of the exact materials, supplies, vehicles, and/or equipment on which bids are made.
2.11 Completeness: All information required by Invitation to Bid must be completed and submitted to
constitute a proper bid.
2.12 Quality: All materials used for the manufacture or construction of any supplies, materials or
equipment covered by this bid shall be new (unless otherwise specified), the latest model, of the best
quality, and highest grade workmanship. Vehicles and/or equipment shall be equipped with such
necessary equipment complying with the Georgia State Law, but not including licensing. Also,
materials must comply with all applicable Federal and State OSHA requirements in affect at the time
of bid.
2.13 Acceptance of Material: The material delivered under this proposal shall remain the property of the
seller until a physical inspection and actual usage of this material and/or services is made and
therefore accepted to the satisfaction of the City. IN THE EVENT THAT THE MA TERrAL AND/OR
SERVICES SUPPLIED TO THE CITY IS FOUND TO BE DEFECTIVE OR DOES NOT CONFORM
TO SPECIFICATIONS, THE CITY RESERVES THE RIGHT TO CANCEL THE ORDER UPON
WRITTEN NOTICE TO THE SELLER AND RETURN THE PRODUCT TO THE SELLER AT THE
SELLER'S EXPENSE AND TO INVOKE THE PROVISIONS OF SECTION 2.22.
2.14 Plant and Facility Inspections: The Purchasing Department may require the vendor to make his
plant and facilities available for inspection; or may require additional information concerning the
vendor's ability to perform compliant with the requirements of this specification. Failure to comply
with this requirement may cause rejection of the bid package.
2.15 Guarantee: Unless otherwise specified by the City, the bidder shall unconditionally guarantee the
materials and workmanship on all material and/or services. If, within the guarantee period any
defects occur which are due to faulty material and or services, the bidder at his expense, shall repair
or adjust the condition, or replace the material and/or services to the complete satisfaction of the
City. These repairs, replacement or adjustments shall be made only at such time as will be least
detrimental to the operation of City business.
2.16 Manufacture or Dealer Advertisement: No manufacturer or dealer advertising attachment shall
appear on products delivered to the City without prior approval by the City of Augusta.
2.17 Brand Name: If and wherever brand names, makes, names of manufacturers, trade names, vendor
catalogs or model numbers are stated, they are for the purpose of establishing a grade or quality of
material.
2.18 "OR EQUAL" Interpretation: It is the vendor's responsibility to prove to the City that each bid item
is equal to the grade or quality of material specified. On all such bids, the bidder shall indicate
clearly the product (brand and catalog or model numbers) on which he is bidding, and shall supply a
sample and sufficient data in detail to enable an intelligent comparison to be made with the particular
brand or manufacturers specified. Failure to submit the required information will be sufficient
grounds for rejection of bid. The City shall be the sole judge concerning the merits of bid submitted.
If the vendor has any questions relative to whether his product is equal to the grade or quality of the
product specified, he should resolve this issue at the pre-bid conference; however, if the extent of the
discussion precludes resolution at the pre-bid conference, the vendor should contact the
Procurement Director and resolve the issue prior to submission of bid. NOTHING HEREIN
PRECLUDES TESTING AS SPECIFIED BY THE CITY. VENDOR SHALL BEAR EXPENSES OF
TESTS.
2.19 Certified Test Report: Each bidder shall provide a copy of a certified test report prior to or with their
sealed bids when specified. The certified test report shall be from a recognized independent testing
laboratory or manufacturer's quality control laboratory showing all test results and full compliance
with the appropriate specification indicated herein. However, the City will bear the cost of any
independent tests or consultant services it so chooses to perform.
Bid 09-191 Audiovisual Presentation System Specs
Page 7 of 49
2.20 Samples and Demonstrations: Evidence in the form of samples may be requested. When
required, such samples are to be furnished after the date of bid opening only upon request of the
City unless otherwise stated in the bid proposal. If samples are requested, unless otherwise
authorized, such samples must be received by the City no later than seven (7) days after formal
request is made. The City may request full demonstration of any item(s) bid prior to the award of any
contract.
Bid samples shall be an exact and true representative sample of the actual material offered. Each
bid sample shall be properly tagged or labeled with the name of the bidder and manufacturer, the bid
opening date, and the bid number. Bid samples shall be provided at no additional costs to the City.
Samples not used for tests will be returned to the bidder at the bidders' expense if so requested.
Furthermore, the City reserves the right to secure additional check samples from the actual material
supplied. In the event the check samples fail to conform to the contract requirements, the contractor
shall immediately replace the portion of the delivered commodity with acceptable material
conforming to the contract requirements at no additional cost to the City.
2.21 Liability: Where bidders are required to enter or go onto City of Augusta property to deliver
materials or perform work or services as a result of bid award, the bidder shall be liable for any
injury, damage or loss to the City occasioned by negligence of the bidder or his agent or any person
the bidder has designated in the completion of his contract as a result of his bid and shall indemnify
and hold harmless the City from any liability arising therefrom. When specified a certificate showing
appropriate liability insurance coverage must be submitted to the Procurement Director prior to
award of the purchase. In connection with its indemnification and Hold Harmless, bidder shall be
required to notify its liability insurance carrier and the City of any and all claims for injury, damage or
loss occasioned by the negligence or alleged negligence of the bidder (or his agent) or any person
the bidder has designated in the completion of his contract.
2.22 Default Provision: The contract may be canceled or annulled by the City of Augusta in whole or in
part by written notice of default to the Contractor upon non-performance or violation of contract
terms. An award may be made to the next low bidder, for articles and/or services specified or they
may be purchased on the open market and, the defaulting Contractor (or his surety) shall be liable to
the City of Augusta for costs to the City in excess of the defaulted contract prices. The Contractor
shall continue the performance of this contract to the extent any part is not terminated under the
provisions of this clause.
2.23 Patent Indemnity: Except as otherwise provided, the successful bidder agrees to indemnify the City
and its officers, agents and employees against liability, including costs and expenses for
infringement upon any letters or patent of the United States arising out of the performance of this
Contract or out of the use or disposal by or for the account of the City of supplies furnished or
construction work performed hereunder.
2.24 Certification of Independent Price Determination: By submission of this bid, the bidder certifies,
and in the case of a joint bid each party thereto certifies as to its own organization, that in connection
with this procurement:
(1) The prices in this bid have been arrived at independently, without consultation, communication, or
agreement for the purpose of restricting competition, as to any matter relating to such prices with any
other bidder or with any competitor;
(2) Unless otherwise required by law, the prices which have been quoted in this bid have not been
knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening,
directly or indirectly to any other bidder or to any competitor;
(3) No attempt has been made or will be made by the bidder to induce any other person or firm to
submit or not to submit a bid for the purpose of restricting competition; and
(4) No agent or employee of the City of Augusta has been bribed in connection with this bid
solicitation.
2.25 Award of Contract: The contract, if awarded, will be awarded to the most responsive and
responsible bidder whose bid will be most advantageous to the City, price and other factors
considered. The City will make the determination.
2.26 Local Vendor Preference: The City of Augusta has a local vendor preference policy which allows
the lowest local bidder, (defined as within Augusta Richmond County), within 5% or $10,000,
whichever is less, of the lowest non-local bidder, to match the bid submitted by the non-local bidder
and therefore be awarded the contract. Vendors must complete the enclosed vendor's Certification
form.
Bid 09-191 Audiovisual Presentation System Specs
Page 8 of 49
.
2.27 MinoritylWomen Business Enterprise (MWBE) Policy: Court Order Enjoining Race-Based
Portion of DBE Program. Augusta-Richmond County, Georgia does not operate a DBE, MBE
or WBE Program but rather pursuant to its code of ordinances, this local government
operates instead a Local Small Business Opportunity Program,
2.28 Qualified Vendor: A "Qualified Vendor" is defined for this purpose as one who meets, or by the date
of bid acceptance can meet, all requirements for licensing, insurance and service contained within
these specifications.
2.29 Compliance with Specifications - Terms and Conditions: The Invitation to Bid, Legal
Advertisement, General Conditions and Instructions to Bidders, Specifications, SpeCial Conditions,
Vendor's Bid, Addendum, and/or any other pertinent documents form a part of this proposal and by
reference are made a part hereof.
2.30 Signed Bid Considered Offer: The signed bid shall be considered an offer on the part of the bidder,
which offer shall be deemed accepted upon approval by the Commission of the City of Augusta, the
City Administration or his designee. In case of a default on the part of the bidder after such
acceptance, the City of Augusta may take such actions as it deems appropriate including legal action
for damages or specific performance.
2.31 Notice to Proceed: The successful bidder shall not commence work under this invitation to bid until
duly notified by receipt of contract signed as executed by the Mayor/Commission or Administrator or
their designee (Clerk or Commission or the Procurement Director). If the successful bidder does
commence any work prior to receiving official notification, he does so at his own risk.
2.32 Pre-bid conference and addendum: Aconferenceto be conducted by the Purchasing Director and
using agency head, if appropriate, hearing will be scheduled at least five (5) working days before
receipt of bids. While the pre-bid conference is not a requirement, it is strongly recommended and
widely used to further acquaint interested bidders with the bid requirements and items to be
purchased and vendor input. Any substantive changes to specifications resulting from the pre-bid
conference or other vendor/contractor sessions shall be documented in an addendum and
communicated to all bidders registered for the procurement action. Note: In the event of a
MANDATORY PRE-BID CONFERENCE ALL INTERESTED VENDORS MUST ATtEND.
2.33 Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the
time and place designated in the public notice and invitation for bids. The amount of each bid, and
such other relevant information as the Purchasing Director deems appropriate, together with the
name of each bidder shall be recorded; the record and each bid shall be open to public inspection in
accordance with S 1-10-5 (Public Access to Procurement Information).
2.34 Bid acceptance and bid evaluation. Provided that the bids are delivered to the Purchasing Director
at the time, place, and under the conditions contained in the Invitation for Bids, the bids shall be
conditionally accepted without alteration or correction pending evaluation. Bids shall be evaluated
based on the requirements set forth in the invitation for bids, which may include bidder
responsiveness, capability and past performance, and criteria to determine acceptability such as
inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those
criteria that will affect the bid price and be considered in evaluation for award shall be objective and
clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle
costs. The main advantage of using life-cycle costing is that both initial costs and related costs for
the life of the item are considered. When the criterion for awarding the contract is based on lowest
responsive bidder, it may mean that the contract specifications are just minimally complied with.
Selecting of the lowest bidder could result in a higher incidence of maintenance, and down-time
could eat up any savings made if the purchasing process considers only the initial cost.
Bid 09.191 Audiovisual Presentation System Specs
Page 9 of 49
2.35 Employment Eligibility Verification:
Georgia Security and Immigration Act of 2006
As of July 1, 2009, all contracts with Richmond County must have a certification from the Contractor
that they comply with the Georgia Security and Immigration Act of 2006. This requires all those individuals,
firms, contractors, consultants, etc., contracting with the County to execute the Contractor Affidavit and
Agreement. If Sub-contractors are engaged, they are required to execute the Subcontractor Affidavit. These
affidavits are attached for your convenience in compliance with this requirement.
ATTACHMENT B - Prime Contractors Affidavit and Agreement
Please note as Prime Contractor in accordance to the attached Contractor's Affidavit, I will accept
the responsibility stated in the affidavit which states: "The undersigned further agrees that, should it employ
or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this
contract with Augusta Richmond County Board of Commissioners, contractor will secure from such
subcontractor(s) similar verification of compliance with O,C.G.A 13-10-91 on the Subcontractor Affidavit
provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records
of such compliance and provide a copy of each such verification to the Augusta Richmond County Board of
Commissioners at the time the subcontractor(s) is retained to perform such service. "
Subcontractor Affidavit and Agreement
The successful vendor will submit the above forms to the Procurement Department no later than five
(5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be
received)
Bid 09-191 Audiovisual Presentation System Specs
Page 10 of49
,
SPECIAL CONDITIONS
3.1 County's Right To Amend Bid Solicitations Or Awards That Are In Violation Of Law.
(A) Prior to bid opening or closing date for receipt of proposals. If prior to the bid opening or the
closing date for receipt of proposals, the Purchasing Director, after consultation with the Augusta-
Richmond County Administrator, and the Augusta-Richmond County Attorney, determines that a
solicitation is in violation of federal, state, or local law or ordinance, then the solicitation shall be
canceled or revised to comply with applicable laws.
(B) Prior to award. If after bid opening or the closing date for receipt of proposals, the Purchasing
Director, after consultation with the Administrator or his designee, and the Augusta-Richmond
County Attorney determine that a solicitation or proposed award is in violation of federal, state or
municipal law, and then the solicitation or proposed award shall be canceled.
(C) After award. If, after an award, the Purchasing Director, after consultation with the Administrator
and the Augusta-Richmond County Attorney determines that a solicitation or award of a contract was
in violation of applicable law, then the contract shall be revised to comply with applicable law. If
Augusta-Richmond County is unable to revise the contract to comply therewith, the contract shall be
terminated and declared null and void by the Augusta-Richmond County Commission.
3.2 Bonds: (Check where applicable)
[X] (A) Each bidder shall post a bid bond, certified check or money order made payable to the
City in the amount of 10% of the bid price. A company check is not acceptable. No bids shall be
read or considered without a proper form of security.
[] (B) No bond, certified check, or U.S. Money Order is required.
[ ] (C) Bidder shall post a payment I performance bond payable to the City in the amount of 100%
of the bid price if awarded the purchase. Such bond(s) are due prior to contract execution as a
guarantee that goods meet requirements of the contract including timely delivery, performance
specifications and warranty requirements.
Such bonds will also guarantee quality performance of services and timely payment of invoices to
any subcontractors.
[] (D) Bidder shall post a performance bond in the amount of 100% of the bid price if awarded the
purchase. Such bond(s) are due prior to contract execution as a guarantee of timely delivery and
that equipment, materials and lor goods are delivered according to specifications.
In accordance with Article 5 of the City's Code. Augusta Richmond County's code can be viewed in
its entirety @ http://www.augustaga.gov/index.aspx?NID=685 Guidelines & Procedures.
3.3 City License Requirement: Contractor must be licensed in the State of Georgia or by the
Governmental entity for which they do the majority of their business.
3.4 Warranty Requirements: (Check where applicable)
[ ] (A) Provisions of item 2.12 in regards to quality shall apply.
[X] (B) Warranty required.
[X] (a) Standard Warranty shall be offered with bid.
[ ] (b) Extended Warranty shall be offered with bid.
3.5 Terms of Contract: (Check where applicable)
[ ] (A) Annual Contract
[X] (B) One time Purchase.
[ ] (C) Other
Bid 09-191 Audiovisual Presentation System Specs
Page 11 of 49
~
LOCAL SMALL BUSINESS OPPORTUNITIES PROGRAM
4.1 General Principles
This Ordinance and/or the codification hereof may be referred to as the "Augusta-Richmond County
Local Small Business Opportunities Program Ordinance" ("LSBOP").
4.2 Objective
Augusta-Richmond County is firmly committed to the principles of equal opportunity and in keeping
with these principles, hereby sets forth a program and establishes a mechanism for developing,
approving, and implementing procedures by which local small business enterprises shall be
identified, informed and educated regarding opportunities for supplying goods, general services, and
construction services required by Augusta-Richmond County, and providing for objectives for bidders
to incorporate the use of Local Small Businesses as commercially useful sub-contractors, thereby
promoting balanced economic and community growth throughout Augusta-Richmond County. The
LSBOP is a race and gender-neutral program.
4.3 Policy
It is the policy of Augusta-Richmond County that all necessary and reasonable steps shall be taken
to ensure that local small business enterprises have the maximum opportunity to compete for and
participate in all contracts and subcontracts funded by or through Augusta-Richmond County
government. Further, the Augusta-Richmond County Commission has determined as a means to
ensure full economic participation by small local business that a mechanism for developing,
approving and implementing a LSBOP is required.
Augusta-Richmond County has established the LSBOP to promote opportunities for certified Local
Small Business to participate in Augusta-Richmond County's contracting and procurement activities
by requiring contractors to utilize certified Local Small Businesses to perform commercially useful
functions to the maximum extent possible and as economically feasible, as partners or
subcontractors for service delivery or as suppliers of various goods required in the performance of a
contract. This LSBOP is in addition to and shall not supplant the Local Preference Ordinance, Code
S1-10-6.
Augusta's Local Small Business Opportunities Program shall comply with federal and state
requirements applicable to small or disadvantaged business, including but not limited to those
requirements set forth by regulation by the Federal Aviation Administration, U.S. Department of
Housing & Urban Development, and Georgia Department of Transportation. It is expressly
recognized that such federal and state regulations preempt Augusta's regulations regarding this
subject.
4.4 Local Small Business Vendor Information and Program Information: Please contact:
Yvonne Gentry, Disadvantaged Business Enterprise Coordinator
501 Greene Street - Suite 304
Augusta, Georgia 30901
Office: (706) 821-2406
Fax: (706) 821-4228
The successful vendor will submit the required LSBOP forms to the Procurement Department no
later than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
Bid 09-191 Audiovisual Presentation System Specs
Page 12 of 49
..
Bid Item 09-191 Audiovisual Presentation Systems
Due Date: Tuesdav. Januarv 5.2010 at 11:00 A.M.
SECTION 11300
EAST CENTRAL GEORGIA LIBRARY AUDIOVISUAL PRESENTATION SYSTEMS SPECIFICATION
PART 1 - GENERAL
1.01 DESCRIPTION
A. This specification outlines the Presentation Systems Contractor (PSG) requirements to furnish and
install the audiovisual presentation systems for the East Central Georgia Library. All necessary
equipment, installation, programming, and calibration shall be required and provided by the PSC to
furnish completely operational audiovisual presentation systems in the Auditorium/Meeting room, the
Lobby, the Children's Program room, the Board room, and the Training room. Each level of
presentation technology as it varies from room to room will be used for a variety of instructional and
presentation applications as specified in this document and according to the project drawings. After
providing the base bid, provide add alternate #1 for the addition of motorized projector lifts
for the Auditorium/Meeting room and add alternate #2 for the Young Adults room
presentation system.
B. NOTE: Although most Contractors associate a system specification to be centered on the equipment
to be supplied and installed, the systems will not be considered complete until as-built
documentation and training of facility personnel on the system operation is complete. This facet of
the services to be provided by the PSC is deemed very important to the satisfactory completion of
the contract. While the specification and drawings show the intent of the design, the specification
may not include all the necessary cables, connectors, and other miscellaneous pieces to furnish a
complete and operational system. It is the responsibility of the PSC to include the all necessary
cables, connectors, parts and programming required to furnish complete and fully functional
presentation systems.
1.02 SCOPE
A. Provide all labor and material for the complete installation of the presentation systems as hereafter
specified and shown.
B. The PSC shall furnish and install all low voltage wiring required for a fully operational system.
C. All loudspeakers are to be suspended from the building structure or attached rated framing. It is the
responsibility of the PSC to provide a safe support system for the loudspeaker systems using rated
hardware from the loudspeaker manufacturer.
D. All of the control equipment is to be secured and mounted in equipment racks or furniture.
E. All equipment must be installed in a neat and orderly fashion by competent workmen according to
the manufacturer's instructions.
F. All system components shall be completely prewired with all field connections clearly labeled. All
equipment shall be UL and or CE listed and shall comply with the National Electrical Code or
equivalent authority and all applicable regulations of serving utilities and governmental bodies having
jurisdiction.
G. Presentation equipment shall not be stored at the job site. Equipment shall be moved to the job site
from a conditioned space only when scheduled for installation.
H. The entire system (excluding lamps and fuses) shall be fully factory tested prior to shipment and
shall be guaranteed against defects in material and workmanship for one year from date of
acceptance by the Owner or (18) eighteen months from the date of shipment, whichever occurs first.
I. No equipment having a shorter warranty shall be considered and equipment purchased shall be
covered by this warranty. Unspecified length of warranties shall not be acceptable.
Bid 09-191 Audiovisual Presentation System Specs
Page 13 of 49
J. Contractor shall provide for replacement of defective materials and repair of faulty workmanship
within (48) forty-eight hours of notification by owner - guaranteed at no cost to the owner during the
warranty period.
K. Contractor shall provide emergency service and support 24 hours a day and 7 days a week. This
service is intended as emergency response to failures that require immediate help from a qualified
systems technician. The Contractor shall provide this service through an established toll-free line.
This emergency service must include a return call from a qualified systems technician within 2 hours.
This emergency service must also provide an on-site visit from a qualified systems technician within
12 hours of the initial phone call, should it be deemed necessary by both parties to resolve the
service issue. This emergency service and support shall be made available throughout the warranty
period at no additional charge to the owner.
1.03 DRAWINGS
A. Submit (2) copies of shop drawings for approval. Drawings shall be D-size sheets, AutoCAD.
B. Shop drawings shall include:
1. Equipment location plan with backbox descriptions and conduit sizes.
2. Audio, video, and control wiring diagrams with wire types and numbers.
3. Detail drawings of equipment racks, speaker rigging, receptacle plates, LCD locations,
projector mounts, and video screen rigging.
C. No work shall begin on the fabrication of the audiovisual systems, equipment racks, LCD displays,
speaker rigging or furniture prior to written approval.
1.04 MANUALS
A. Before final acceptance, the Presentation Systems Contractor shall submit two (2) CD copies of
instruction and maintenance manuals for the equipment. Two sets of as-built drawings shall be
supplied with these manuals. All items of equipment and all installation procedures for the
presentation systems equipment shall meet all applicable requirements of the NEC and local codes.
1.05 BID AND POST-BID SUBMITTALS
A. Contractor shall include with their bid price the following:
1. An equipment list noting equipment quantities, manufacturer, brief description and
specification number.
2. Statement that the bid is based on specified products.
3. Statement that the Contractor is an authorized sales center for the major manufacturers
specified.
4. List of employee names with CTS certification identification number and expiration date.
5. List of employee names with Crestron programmer certification certificate.
6. Statement that the Contractor has an in-house electronic service department.
7. Statement that the Contractor has an established toll-free hotline and will provide 24-
hour/7-day-a-week phone support and on-site emergency service as necessary to correct
technical failures.
8. Statement that the Contractor has an in-house installation department.
9. List of five installations completed within the last three years that are similar in size, type
and scope to the work specified in this Section. Include project name, date of installation
and owner contact information.
B. Post-Bid Submittals shall be made as follows:
1. CAD shop drawings for all systems.
2. Point to point wiring of component and custom panel interconnect.
3. Equipment rack layout.
4. Loudspeaker system suspension schematic.
5. Manufacturer's detailed shop drawings of all dimming, control and distribution equipment,
and published literature for all equipment.
6. Shop drawing showing mounting arrangement and heights for channels, terminal boxes
and 1-1/2" fixture mounting pipes.
Bid 09.191 Audiovisual Presentation System Specs
Page 14 of 49
7. Name of contractor personnel who will be supervising the installation of the system. This
person will be a full time employee of the contractor.
8. Provide 1/4" = 1'-0" plans (AutoCad) of all locations which contain equipment in this
contract. Show all equipment correctly located dimensioned and labeled.
9. Power requirements, one-line riser diagrams and installation circuit diagrams for electrical
equipment. Show all required wire sizes and counts between all components.
1.06 AUDITORIUM/MEETING ROOM DESCRIPTION
The Auditorium/Meeting room will facilitate meetings and functions that require the room to be
divided or combined by utilizing a powerful, easy-to-use multi-media control system that can be
operated by non-technical staff, and/or library members and representatives, and public participants.
The audiovisual presentation equipment, functions, and capabilities of Auditorium/Meeting room
when utilized as a presentation space will include the following:
Podium based presentation system to allow for the separation or combination of video and audio
sources to either side of the room or room combine for full room presentations. Includes the following
components and functionality:
Two ceiling-mounted 5000 ANSI lumen, LCD data/video projectors. Two presenter's podiums will
serve as the main instructional centers from which presenters and instructors will speak and deliver
programs. Features of the podium shall include:
1, Flat work surface
2. Cutout in work surface for cable access for laptop audio and video inputs
3. Cutout in work surface for color touchpanel remote control.
4. Sliding keyboard/mouse shelf.
5. Provide owner with choices of Lectern finishes to include: Black, Dark Cherry, Mahogany,
Light Cherry, and Maple.
A lectern mounted LCD touch panel control station provides the following control capabilities from
both lecterns:
Room separate mode or combine modes of operation.
Projector Power: On/Off.
Volume: Up/Down.
Source Select: Laptop/Video.
Projection Screen: Up/Down.
Audio system provides full-range amplification of program audio sound through ceiling-mounted
loudspeakers.
Provide Add alternate #1 for the addition of electric projector lifts and touch panel control.
1.06 LOBBY DESCRIPTION
The Lobby presentation system shall include a wall-mounted 65" LCD monitor to display cable TV
and digital signage for library promotional material, events, calendar, etc. Provide digital signage
software to create program content via any owner-furnished computer on the network.
1.07 CHILDRENS PROGRAM ROOM DESCRIPTION
A wall-mounted 52" LCD monitor will display cable TV, DVD, video gaming, and computer images,
Controls will be housed in an adjacent room to prevent unauthorized users form operating the
system. Wall-mounted stereo speakers will provide audio coverage throughout the room. A DVD
player will reside in the owner-furnished case work.
1.08 BOARD ROOM DESCRIPTION
A ceiling mounted 3,500 ANSI lumen video projector will display computer images from the owner-
furnished conference table input plate. Connectivity to include VGA with audio, a data jack, and a
phone jack for audio conferencing equipment. Ceiling speakers ensure even audio coverage for
CPU DVD presentations. A local wall control station will cycle power to the projector and to the
screen. A simple, easy to use table-top teleconferencing system with a satellite transmitter receiver
will be' provided to accommodate audio conferencing for those seated at the boardroom table.
Bid 09-191 Audiovisual Presentation System Specs
Page 15 of49
, '
,
1.09 TRAINING ROOM DESCRIPTION
A video projection system will allow the instructor to annotate from the lectern mounted annotation
tablet. System will include VGA input for guest PC's. SMART Sync software is required.
1.10 ADD ALTERNATE #2 YOUNG ADULTS ROOM
Provide 52" LCD with speakers and wall mount to display cable TV. Furnish and install local DVD
player.
PART" - EQUIPMENT
2.01 MANUFACTURERS
A. For the purpose of selecting quality and type of equipment, the equipment shall be the model and
make or approved equal as specified by the following manufacturers:
1 . Video/Data Projectors
a. Mitsubishi
b. Sharp
c. Eiki
1 . LCD Video Monitors
a. Mitsubishi
b. LG Electronics
c. Sharp
d, Eiki
2. Power Management
a, Lowell
b. APC
c. Tripplite
3, Projector Mounts and Lifts
a. Chief
b, Kee Klamp
c. Draper
d. Peerless Industries
4. Video Projection Screen
a. Da-Lite
b. Draper
c. Stewart
5. VCRlDVD Combination Unit
a. Sam sung
b. JVC
c. Panasonic
6. Equipment racks and related rack hardware
a. Middle Atlantic Products
b. Lowell
c. Raxxess
7. Wired and Wireless Microphones
a. AKG
b. Shure
c. Sennhieser
8. Recessed/Flush-Mounted Connector Plates
a. Altinex
b. Extron Electronics
c. Rapco
9. Audio Power Amplifier
a. Crown
b. Crest
c. QSC Audio
10. Ceiling/Wall-Mounted Coaxial Loudspeakers
a. JBL
b. Bose
c. QSC Audio
Bid 09.191 Audiovisual Presentation System Specs
Page 16 of 49
11. Digital Signal Processor
a. Biamp Systems
b. Architcedtual Acoustics
c. Lectrosonics
12. Wall Mounted Control Stations
a. Crestron
b. Extron Electronics
c. Kramer Electronics
13. Lectern Mounted Control Panels
a. Crestron
b. Extron Electronics
c. AMX
14. Annotation Panels
a. Smart technologies
b. Extron Electronics
15. Audio/Video Distribution Amplifier
a. Extron Electronics
b. Kramer Electronics
c. RDL
16. Digital Signage Software
a. Easy Start
b. Cool Signs
c. Visix
17. Lectern
a. Marshall
b. Miller's Millworks
c. Van San
18. Wall-Mounted Equipment Rack
a. Middle Atlantic Products
a. Raxxess
b. Lowell Mfg.
19. Interface Wall plates
a. Extron
b. Kramer
a. Panel Authority
20. Blank Panels, Security Hardware
a. Winsted Corp.
b. Middle Atlantic Products
c. Atlas Sound
21, Rack-Mount Power Outlets and UPS
a. ETA
b. Middle Atlantic Products
c. Lowell
d. APC
22. Plenum-Rated High-Resolution Data, Audio, Video Cable and Accessories
a. West-Penn
b. Belden
c. BTX
d. Comprehensive
e. Liberty
f. ProCo
g. Extron Electronics
24. Ethernet Switch
a. HP
b. Netgear
c. Crestron
25. Wireless Teleconferencing
a, ClearOne
b. POlycom
Bid 09.191 Audiovisual Presentation System Specs
Page 17 of 49
2.02 AUDIOVISUAL PRESENTATION EQUIPMENT
A. Furnish and install audiovisual presentation equipment in the East Central Georgia Library as noted
and per the project drawings. All equipment shall be consistent with or equal to the following list by
one of the approved manufacturers listed above.
Quantitv
Lobby 126
1
Manufacturer
Model
LG Electronics 52LG50DC
Chief PROU
Manufacturing
Firecast Easystart
Extron 26-613-02
Electronics
1 Extron DSUB-DIN
Electronics
Program Rm 103
1 LG Electronics 52LG50DC
1
1
1
1
1
1 Lot
1 Lot
1 Lot
1 Lot
1
Chief PROU
Manufacturing
JBL Control 28T-
Professional 60-WH
Crestron PWE-
4803RU
Crestron MPC-M5-W
Extron 60-789-21
Electronics
Panel Auth 1 GALGH(.5)
Extron 60-375-02
Electronics
Extron 70-094-12
Electronics
Extron 70-094-11
Electronics
Extron 70-090-12
Electronics
Extron 26-491-03
Electronics
Middle Atlantic RC-3
Crestron IRP2
Sam sung DVD6700
Extron 22-103-0X
Electronics
Belden 88241
West Penn 25291B
West Penn 25226B
DescriDtion
52"c1ass (52.0" diagonal) 16:9 widescreen, HDTV with built-
in Digital Tuner (NTSC/ATSC/QAM), Full HD 1080p, 1920 x
1080 ,
PRO Universal Tilt Wall Mount for Large 50-65 in. Monitors,
Lockable
EasyStart with Live TV, Media player hardware with all
software
HDMI High Performance HDMI Male to Male Cable
9-Pin Mini D-SUB (Female) to 8-Pin Mini DIN (Male) RS232
Cable
52"class (52.0" diagonal) 16:9 widescreen, HDTV with built-
in Digital Tuner (NTSC/ATSC/QAM), Full HD 1080p, 1920 x
1080
PRO Universal Tilt Wall Mount for Large 50-65 in. Monitors,
Lockable
White Control 28 with Tran.for use on 70.7v & 100v Dis.
Lines, w/Mount
PoE Injector, universal 1 00-250 Volts AC
Media Presentation Controller, White - 10 buttons; 1 RS-
232, 1 IR, 2 input, 2 relay; Ethernet only, no Cresnet;
Requires PWE-4803RU or equivalent PoE power source
One-Gang WPB - Wallplate with Composite Video and
Stereo Audio Connectors
Single Gang Aluminum Plate with (1) 0.5 In. Grommetted
Hole
Architectural Interface with AAP Opening for Four-Gang
Wall Box
Three RCA Female to BNC Female Adapters Red, Green,
Blue
Two RCA Female to BNC Female Adapters, Red, White
Double Space Blank AAP Plate, Black
VGA MHRA Cable 12 ft. Male to Female Molded VGA
w/Audio
3-Space Rack Clamp Shelf
Infrared (IR) Emitter Probe for 2-Series Systems
DVDNHS Combined Player, 4 head Hi-Fi VCR
w/Progressive Scan Output
MHR-5P Plenum Five Conductor MHR - Mini High
Resolution Video Cable
Plenum Video Cable
2-Cond. 22 Awg Plenum Shielded Audio Line Level Cable
2-Cond. 14 Awg Plenum-Rated Speaker Cable
Bid 09.191 Audiovisual Presentation System Specs
Page 18 of 49
2
1
1
2
1
Boardroom 306
1 Extron
Electronics
1 Extron
Electronics
1 Extron
Electronics
1 Kramer
Electronics
1 Extron
Electronics
2 JBL
Professional
1 Panel Auth
1 Mitsubishi
Professional
1 SFPS
1 Kee Klamp
1 Chief
Manufacturing
1 BTX
1 BTX
1 Extron
Electronics
ClearOne
1 Lot West Penn
1 Lot Extron
Electronics
1 Lot West Penn
Training Rm 320
1 Extron
Electronics
Kramer
Electronics
1 Kee Klamp
1 SFPS
5 Extron
Electronics
Extron
Electronics
1 BTX
1 BTX
2 JBL
Professional
1 Panel Auth
1 Mitsubish
1 Chief
Manufacturing
60-716-0A
70-077-01
60-378-01
RC-6ir
60-747-01
26CT
CUST
WL2650U
Misc Mtg
62-8
RPA-U
CD-MX15M
CD-MX915H
26-490-02
Cable Cubby 200
MBU 125 1 U, 1/2 Rack Width Low-Profile Mount Kit
RGB 160xi Mountable Universal Interface w/Audio
6-Button Universal Room Controller w/lR Learning, 2-
RS232, 1-RS485, 1-RJ45, 2-IR Ports, 2-Relays, 1 G
Wall plate
MPA 181T 70 Volt 18 Watt Mono Integrated Mini Power
Amplifier
61n. Two-Way Ceiling Speaker Enclosure, w/Grille, Backbox,
70V/100VTransformer
Custom plate with audio and VGA connectivity
WL2650U WXGA LCD Projector (3500 ANSI) 10ALBS
Unistrut, Misc. 1-1/2In. NPS Pipe & Ceiling Mounting
Hardware
1-1/2in. NPS Flange Railing Base
Universal Inverted LCD/DLP Projector Ceiling Mount, Black
MaxBlox HD15 Male VGA to Terminal Block Connector
Hood for MaxBlox HD15 & DB9
VGA M 6 ft. MHRA Molded VGA Male to Male Cable with
Audio
910-158-400- MAXAttach Wireless Confererence Phone System, RoHS
00
25226B
22-103-0X
25291B
60-747-01
RC-6ir
62-8
Misc Mtg
100-250-0X
Control
DB9M 50
CD-MX 15M
CD-MX915H
26CT
Custom2G2
WL2650U
RPA-U
2-Cond. 14 Awg Plenum-Rated Speaker Cable
MHR-5P Plenum Five Conductor MHR - Mini High
Resolution Video Cable
2-Cond. 22 Awg Plenum Shielded Audio Line Level Cable
MPA 181T 70 Volt 18 Watt Mono Integrated Mini Power
Amplifier
6-Button Universal Room Controller w/IR Learning, 2-
RS232, 1-RS485, 1-RJ45, 2-IR Ports, 2-Relays, 1G
Wall plate
1-1/2in. NPS Flange Railing Base
Unistrut, Misc. 1-1/2In. NPS Pipe & Ceiling Mounting
Hardware
BNC Male MHR Crimp Connectors
9-Pin DIN Male-to-Male Plenum RS232 Serial Control Cable
MaxBlox HD15 Male VGA to Terminal Block Connector
Hood for MaxBlox HD15
61n. Two-Way Ceiling Speaker Enclosure, w/Grille, Backbox,
70V/100VTransformer
2G Plate w/2 Connectors, Engraving, Std Finish AV4.1
WXGA LCD Projector (3500 ANSI) 10ALBS
Universal Inverted LCD/DLP Projector Ceiling Mount, Black
Bid 09-191 Audiovisual Presentation System Specs
Page 19 of 49
West Penn
Extron
Electronics
Meeting Rm 144
2 Extron
Electronics
Extron
Electronics
EIKI
International
E/KI
International
Chief
Manufacturing
Kee Klamp
SFPS
1 Lot
1 Lot
2
2
2
2
2
1 Smart
Technologies
1 Millers
Millworks
1
2 Extron
Electronics
2 BTX
2 BTX
2 Extron
Electronics
2 A K G Acoustic
2 A K G Acoustic
ID422w
Cust Lect
25291B
22-103-0X
60-289-01
SMART Podium ID422w Interactive Pen Display
Instructor's Lectern 48"H x 40"W x 30"D w/ 12 Space Rack,
Space for PC Tower, Gooseneck Light, Front Locking
Pocket Doors, Cable Reservoir, Rear Access Panel and
Locking Castors. Std. Wood Finishes
2-Cond. 22 Awg Plenum Shielded Audio Line Level Cable
MHR-5P Plenum Five Conductor MHR - Mini High
Resolution Video Cable
RGB 109xi Dedicated Interface with ADSP
60-046-03 P/2 DA2 PLUS Two Output VGA-QXGA Distribution
Amplifier
LC-WGC500 5000 ANSI Lumen, WXGA LCD Projector (1280x800)
AH-23511
RPA-U
62-8
Misc Mtg
Control
DB9M 50
CD-MX15M
CD-MX915H
60-190-10
Power Zoom & Focus FL: 1.00" - 1.30" ( 25.40 - 33.00mm )
f: 2.3 - 2.6
Universal Inverted LCD/DLP Projector Ceiling Mount, Black
1-1/2in. NPS Flange Railing Base
Unistrut, Misc. 1-1/2In. NPS Pipe & Ceiling Mounting
Hardware
9-Pin DIN Male-to-Male Plenum RS232 Serial Control Cable
MaxBlox HD15 Male VGA to Terminal Block Connector
Hood for MaxBlox HD15 & DB9
RSU 126 Universal Rack Shelf Kit with False Faceplates
GN-50E 201n. Gooseneck w/ XLR Connector
CK31 AKG CK31 Discreet Microphone Capsule, Cardiod Pattern,
120 degree pick~up angle
Biamp Systems Nexia CS Digital Signal Processor with 10 Mic/Line Inputs, 6 Mic/Line
Outputs and RS-232 Control
1 QSC CX 302V 2-Channel Amplifier, 250w @ 70V, Terminal Output
16 JBL 26CT 61n. Two-Way Ceiling Speaker Enclosure, w/Grille, Backbox,
Professional 70V/100VTransformer
2 Shure Bros SLX24/SM58- UHF Wireless Handheld System with SLX2/SM58 Handheld
L4 Transmitter and SM58 Microphone. Includes Rackmount,
and 21/4 Wave Antennas
Shure Bros UA221 UHF Passive Antenna Splitter/Combiner Kit for UC4, SLX4,
ULXS4, ULXP4, U4S, and U4D. Includes 2
Splitter/Combiners, 4 Coaxial Cables, and Attaching
Hardware
2 Shure Bros UA825 UHF Remote Antenna Extension Cable
2 Shure Bros UA820L3 1/2 Wave Omnidirectional Antenna for UR4S/UR4D 638-698
MHz
2 Shure Bros UA505 Mounting Bracket and BNC Adapter for Remote Antenna
Mounting
2 Panel Auth Custom2G4 2G Plate w/4 Connectors, Engraving, Std Finish
1 Crestron CP2E Compact Fixed Resource Control System w/3 Serial, 8 IR,
8 I/O, 8 Relay, Ethernet, LNK, ACT
Crestron PW-2420RU 24 VDC, 2.0 A Desktop Power Supply
2
Crestron
TPS-4LW
Isys 3.6in. Color Wall/Lectern Mount Touchpanel w/ 10
Bid 09-191 Audiovisual Presentation System Specs
Page 20 of 49
Lowell Mfg. RPC-1-20A-
CD
1 Lowell Mfg. RPC-4-CD
3 Middle Atlantic EB-1
1 Middle Atlantic DWR-10-22
2 Marshall Cust Lect
1 Lot
1 Lot
West Penn
Extron
Electronics
Extron
Electronics
Draper Shade &121056
Screen
Draper Shade & 300225
Screen
Draper Shade & 300334
Screen
Young Adults Room
1 LG Electronics 52LG50DC
25226B
22-103-0X
1 Lot
100-250-0X
2
2
2
1 Chief PROU
Manufacturi ng
1 FSR PWB100BLK
1 Comprehensive Audio
1 Comprehensive Video
1 Samsung DVD6700
PART III - EXECUTION
1,01 ACCURACY OF DATA
Buttons
20 Amp (1-Duplex) Remote Controlled Power Relay with 6
Ft. Power Cord
15A Remote Power Control Rack-Mount w/4 Duplex RU2
Panel, Cord & Plug
1-Space Econo Flanged Blank Panel
10-Space (17.5In.) Sectional Wall Rack 201n. Useable
Depth
Instructor's Lectern 48"H x 32"W x 27"0, Rear Access
Panel, Cable Pass-through, Touchpanel Cut-Out in
Backspalsh, Heavy Duty Casters, Std. Wood Finishes
2-Cond. 14 Awg Plenum-Rated Speaker Cable
MHR-5P Plenum Five Conductor MHR - Mini High
Resolution Video Cable
BNC Male MHR Crimp Connectors
Low Voltage Control Module LVC-III, 110 V
AeroLift 50, 110 V
Ceiling Finish Kit
52"c1ass (52.0" diagonal) 16:9 widescreen, HDTV with built-
in Digital Tuner (NTSC/ATSC/QAM), Full HD 1080p, 1920 x
1080
PRO Universal Tilt Wall Mount for Large 50-65 in. Monitors,
Lockable
Wall Box for Audio, Video and Power Connections
Dual RCA Audio Cable
RCA Video Cable
DVDNHS Combined Player, 4 head Hi-Fi VCR
w/Progressive Scan Output
A. It shall be the sole responsibility of the Presentation System Contractor to verify all dimensions, take
his own field measurements, and install all work to suit conditions encountered on the job site.
B. The drawings are generally diagrammatic except where dimensions are indicated and are not
intended to show exact locations of outlets, conduits, etc. All work shall be installed as nearly as
possible in the locations indicated, with minor adjustments as required to avoid interferences with
structure or the work of other trades.
C. Prior to beginning work, the Contractor shall carefully examine all construction drawings and the job
site and report to the Owner any discrepancies or interference that may be discovered. If, during the
course of construction, any such discrepancies or interferences are noted, the Contractor shall
promptly report them to the Owner. Failure to report such discrepancies or interferences shall result
in the correction of the same at the Contractor's expense. The Contractor at his expense shall alter
all work under this specification, which either interferes with the architectural or any other work or
deviates from the drawings and specifications without prior approval of the Owner. These alterations
shall clear such interferences or shall complywith the drawings and specifications as directed by the
Owner.
Bid 09-191 Audiovisual Presentation System Specs
Page 21 of 49
3.02 MECHANICAL
A. Except for portable equipment, all other equipment must be permanently installed. This shall include
projection screens, projection systems, interface plates, wi rewa ys, speaker cabinets, cables, etc.
Fastenings and supports must provide a safety factor of at least three times that required for safe
support. Precautions must be taken to prevent electrostatic and electromagnetic hum and radio
frequency interference. All electronic equipment must be easily accessible and have adequate
ventilation.
3.03 CONNECTIONS
A. All low voltage wiring connections must be made with rosin core solder or mechanical connectors as
specified. Terminations on all cable must be dressed properly with shrink tubing. All low voltage
control level connections to terminal blocks are to be made with crimp on spade lugs. All crimp on
connectors must be fastened with the proper tool as specified by the manufacturer. Improper
crimping will be cause for rejection. All "drain" wires on microphone and line level terminations are to
be properly dressed using transparent shrink tubing to avoid the possibility of shorting "whiskers".
3.04 LABELS
A. All wiring is to be numbered on both ends with "EZ Code" type markers. Wire numbers are to be
secured with transparent shrink tubing. Wire numbers are to follow a logical sequence and are to be
listed on the proper document. "Brady" type labels are acceptable.
3,05 DOCUMENTATION
A. Upon final completion of the system a documentation package is to be turned over to the Owner and
include the following items:
B. System signal flow diagrams (for audio, video, and control) showing all components, interconnections,
and connector types and wire numbers.
C. As-built revisions are to be noted on the submittal drawings.
D. Manufacturer instruction manuals for all electronics.
E. Product specification sheets for all equipment without instruction manuals such as microphones,
loudspeakers.
3.06 WARRANTY
A. Contractor is to provide the following minimum warranty.
1. All equipment is to be new and warranted free of faulty workmanship and damage.
2. The total system (parts and labor) is to be warranted free of defects for a period of one year from
date of final acceptance.
3. Replacement of defective materials and repair of faulty workmanship is to take place within 48 hours
of notification by Owner - guaranteed at no cost to the Owner during the warranty period.
4. Paint and exterior finishes, fuses and lamps are excluded from the above warranties except when
damage or failure results from defective materials or workmanship covered by warranty.
5. The minimum warranty provisions specified above shall not diminish the terms of individual
equipment manufacturer warranties.
3.07 TRAINING
A. Provide (1) four to six hour training session to person(s) selected by the Owner on the operation and
basic features of all video, audio, and presentation systems equipment. The training is to take place
during within a 30-day period after completed system installations are tested and verified.
B. After installation of the equipment, the Contractor shall provide a qualified factory trained service
technician to check all the video and audio systems and make any adjustments of modifications
necessary for proper operation. Installed equipment to be operated for the approval of the Owner's
representative( s).
3.08 CLEAN UP
Bid 09.191 Audiovisual Presentation System Specs
Page 22 of 49
h
A. During construction periodically remove discarded containers and refuse from the job site. At the
completion of the job the components and equipment areas are to be left clean and neat and all refuse
is to be removed from the site.
3.09 PRESENTATION SYSTEMS PROOF OF PERFORMANCE
1. Verify all devices and cables match information on drawings.
2. Test all inputs from audio and video input sources to ensure satisfactory display images and signal
levels.
3. Adjust Color Temperatures on the LCD projection and monitor system to accurately reproduce
NTSC Color Bars.
4. Optimize LCD contrast, and brightness to avoid blooming and achieve optimal black level.
5. Test all audio and video sources for full operation and functionality.
6. Verify no hum bar exists in projected images.
END OF SPECIFICATION
Bid 09.191 Audiovisual Presentation System Specs
Page 23 of 49
Bid Item 09-191 Audiovisual Presentation Systems
Due Date: Tuesdav. Januarv 5. 2010 at 11:00 A.M.
Contractor shall include with their bid price the following:
1. An equipment list noting equipment quantities, manufacturer, brief description and
specification number.
2. Statement that the bid is based on specified products.
3. Statement that the Contractor is an authorized sales center for the major manufacturers
specified.
4. List of employee names with CTS certification identification number and expiration date.
5. List of employee names with Crestron programmer certification certificate.
6. Statement that the Contractor has an in-house electronic service department.
7. Statement that the Contractor has an established toll-free hotline and will provide 24-
hour/7-day-a-week phone support and on-site emergency service as necessary to correct
technical failures.
8. Statement that the Contractor has an in-house installation department.
9. List of five installations completed within the last three years that are similar in size, type
and scope to the work specified in this Section. Include project name, date of installation
and owner contact information.
Please indicate with a check under Yes or No that the items listed below are included,
No. Description Yes No
1 An equipment list noting equipment quantities, manufacturer, brief description and ,/
specification number.
2 Statement that the bid is based on specified products. -I
3 Statement that the Contractor is an authorized sales center for the major manufacturers V
specified. ,
4 List of emolovee names with CTS certification identification number and exoiration date. ./'
5 List of emolovee names with Crestron programmer certification certificate. -./',
6 Statement that the Contractor has an in-house electronic service deoartment. V'
7 Statement that the Contractor has an established toll-free hot/ine and will provide 24- /
hour/7-day-a-week phone support and on-site emergency service as necessary to correct
technical failures. .
8 Statement that the Contractor has an in-house installation department ./
9 List of five installations completed within the last three years that are similar in size, type /
and scope to the work specified in this Section. Include project name, date of installation
and owner contact information.
Base Bid Price
$/01 I <S::,. 0'0
j ~ .3/ c 00
I ..J .
0-:;,
$
$
Add Alternate #1
Add Alternate #2'~ ~ I 1 s S
Printed Name:
""Q.\\<. LO..splSC\. Ct's
~ d--~~( CIS
Signature:
Company:
$\......~ E \--R-Ol't T f' n...if~~I\'J\"A\ I \:aN .5;t-srlS W\.. S
Address:
b
<;.9v~~rl>'\. Ot<\Cs, Pro
City/State: s: CfI.. Ii cJ,. h ti-h c; A
Telephone No: ( q I ~") -, "(j.. \. - ~ I 0.3
Zip Code: "3 \::; 0 <:>
Fax No. (q /7...) 'L")3 -535'0
Bid 09-191 Audiovisual Presentation System Specs
Page 24 of 49
.
~
Augusta-Richmond County, Georgia does
not operate a DBE, MaE or WBE Program
but rather pursuant' to its code of
ordinances, this local government
operates instead a Local Small Business
Opportunity Program
Bid 09.191 Audiovisual Presentation System Specs
Page 37 of 49
~
USE THE ATTACHED FORMS AND ADHERE TO THE INSTRUCTIONS ON EACH FORM
PLEASE DO NOT SUBSTITUTE FORMS:
Attachment B: Statement of Non-Discrimination, Non-Collusion Affidavit of Prime Bidder/Offeror,
Conflict of Interest and Contractor Affidavit and Agreement.
Bidder's Form/Acknowledgement of Addenda
Note: THE ABOVE FORMS MUST BE COMPLETED AND SUBMITTED WITH YOUR SUBMITTAL
Georgia Security and Immigration Subcontractor Affidavit
Non-Collusion Affidavit of Sub-Contractor
local Small Business (lSB) Good Faith Efforts
local Small Business (lSB) Subcontractor/Supplier Utilization Plan
Note: The successful vendor will submit the above forms to the Procurement Department not later
than five (5) days after receiving the "letter of Recommendation" (vendor's letter will denote
the date forms are to be received) .
The Exception Sheet (if applicable)
local Vendor Preference (if applicable)
Note: Use Only If Applicable
local Small Business (lSB) monthly subcontractor/supplier utilization report will be submitted upon
request from the DBE Office
Bidders are cautioned that sequestration of BID documents through any source other than the office
of the Procurement Department is not advisable, Acquisition of BID documents from unauthorized
sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to
base his qualifications,
Bid 09-191 Audiovisual Presentation System Specs
Page 38 of 49
~
Attachment B
Listed below is a consolidated listing of the Statement of Non-Discrimination, Non-Collusion
Affidavit of Prime Bidder/Offeror, Conflict of Interest and Contractor Affidavit and Agreement.
Please complete, date, notarize and return pages 1-3 of Attachment B with your submittal.
Statement of Non-Discrimination
The undersigned understands that it is the policy of Augusta-Richmond County to promote full and
equal business opportunity for all persons doing business with Augusta-Richmond County. The
undersigned covenants that we have not discriminated, on the basis of race, religion, gender,
national origin or ethnicity, with regard to prime contracting, subcontracting or partnering
opportunities.
The undersigned covenants and agrees to make good faith efforts to ensure maximum
practicable participation of local small businesses on the bid or contract awarded by Augusta-
Richmond County. The undersigned further covenants that we have completed truthfully and fully
the required forms regarding good faith efforts and local small business subcontractor/supplier
utilization.
The undersigned further covenants and agrees not to engage in discriminatory conduct of
any type against local small businesses, in conformity with Augusta-Richmond County's Local
Small Business Opportunity Program. Set forth below is the signature of an officer of the
bidding/contracting entity with the authority to bind the entity.
The undersigned acknowledge and warrant that this Company has been made aware of
understands and agrees to take affirmative action to provide such companies with the maximum
practicable opportunities to do business with this Company;
That this promise of non-discrimination as made and set forth herein shall be continuing in
nature and shall remain in full force and effect without interruption;
That the promises of non-discrimination as made and set forth herein shall be and are
hereby deemed to be made as part of and incorporated by reference into any contract or portion
thereof which this Company may hereafter obtain and;
That the failure of this Company to satisfactorily discharge any of the promises of
nondiscrimination as made and set forth herein shall constitute a material breach of contract
entitling the City of Augusta to declare the contract in default and to exercise any and all applicable
rights remedies including but not limited to cancellation of the contract, termination of the contract,
suspension and debarment from future contracting opportunities, and withholding and or forfeiture
of compensation due and owing on a contract.
Bid 09-191 Audiovisual Presentation System Specs
Page 39 of 49
Attachment B - Page 2 of 3
Non-Collusion of Prime Bidder/Offeror
Sy submission of a bid, the vendor certifies, under penalty of perjury, that to the best of its
knowledge and belief:
(a) The prices in the proposal have been arrived at independently without collusion, consultation,
communications, or agreement, for the purpose of restricting competition, as to any matter relating
to such prices with any other vendor or with any competitor.
(b) Unless otherwise required by law, the prices which have been quoted in the proposal have not
been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor
or to any competitor.
(c) No attempt has been made, or will be made, by the vendor to induce any other person,
partnership or corporation to submit or not to submit a proposal for the purpose of restricting
competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia
Attorney General and the United States Justice Department.
Conflict of Interest
Sy submission of a bid, the responding firm certifies, under penalty of perjury, that to the best of its
knowledge and belief:
1. No circumstances exist which cause a Conflict of Interest in performing the services required by
this ITS, and
2. That no employee of the County, nor any member thereof, not any public agency or official
affected by this ITS, has any pecuniary interest in the business of the responding firm or his sub-
consultant(s) has any interest that would conflict in any manner or degree with the performance
related to this ITS.
Sy submission of a bid, the vendor certifies under penalty of perjury, that to the best of its
knowledge and belief:
(a) The prices in the bid have been arrived at independently without collusion, consultation,
communications, or agreement, for the purpose of restricting competition, as to any matter relating
to such prices with any other vendor or with any competitor.
(b) Unless otherwise required by law, the prices which have been quoted in the bid have not
knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor
or competitor.
c) No attempt has been made, or will be made, by the vendor to induce any other person,
partnership or cooperation to submit or not to submit a bid for the purpose of restricting
competition. For any breach or violation of this provision, the County shall have the right to
terminate any related contract or agreement without liability and at its discretion to deduct from the
price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or
consideration.
Bid 09-191 Audiovisual Presentation System Specs
Page 40 of 49
1 ...
Attachment B - Page 3 of 3
Contractor Affidavit and Aareement
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.GA 13-10-
91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta
Richmond County Board of Commissioners has registered with and is participating in a federal
work authorization program* [any of the electronic verification of work authorization programs
operated by the United States Department of Homeland Security or any equivalent federal work
authorization program operated by the United States Department of Homeland Security to verify
information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986
(lRCA), P.L. 99-603J, in accordance with the applicability provisions and deadlines established in
O.C.G;A 13-10-91. The undersigned further agrees that, should it employ or contract with any
subcontractor(s) in connection with the phYSical performance of services pursuant to this contract
with Augusta Richmond County Board of Commissioners, contractor will secure from such
subcontractor(s) similar verification of compliance with O.C.G.A 13-10-91 on the Subcontractor
Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to
maintain records of such compliance and provide a copy of each such verification to the Augusta
Richmond County Board of Commissioners at the time the subcontractor(s) is retained to perform
such service.
Georgia Law requires your company to have an E-Verify*User Identification Number on or after July 1, 2009.
For additional information visit the State of Georgia website:
https://e-verifv.uscis.qov/enroll/ and/or http://www.dol.state.qa.us/pdf/rules/300 10 1.pdf
,} /', S51
E-Verify * User Identification Number
The undersigned further agrees to submit a notarized copy of Attachment B and any required
documentation noted as part of the Augusta Richmond County Board of Commissions
specifications which govern this process. In addition, the undersigned agrees to submit all
required forms for any subcontractor(s) as requested and or required. I, further understand that
my submittal will be .d~e_m non-compliant if any part of this process is violated.
.:1mtf-/? ~(1.,,417 ~.Mr/YT7.v~ r ;?fYOfr"R70!7$'V/7
c::.o. ..:AIG:..
compan~ ___
BY: Au~cer or Agent
(Contractor Signature)
C4: ;/ /;1,-~c.,;'/ ~~
Title of iuthorized Officer or Agent of Contractor
~~~ d L/h/L~.. vW
Printed Name of Authorize'fO'fffcer or Agent
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ~ / DAY OF
...-l) / /
~J)u06L j?7..;d~
Notary Public
My Commission Expires:
/)f'{'f! hI br:/c
,2009
-r--
TERESA M, SAXON
Notarv Public, Chatham County, GA2012
., , "E ~'fas OllcemhAr 18.
My CUIIIIII15lll01i x I
NOTARY SEAL
Please complete, date, notarize and return pages 1-3 of Attachment B with your submittal
REV. 11/13/09
Bid 09-191 Audiovisual Presentation System Specs
Page 41 of 49
~
BIDDER'S FORM/ACKNOWLEDGEMENT OF ADDENDA
City of Augusta Procurement Department
530 Greene Street, Suite 605
Augusta, Georgia 30901
ATTN: Procurement Director
Business locations: (Check One)
_Augusta Richmond County
.1-0ther
Name of Bidder: S'I',.GE: ~~N\ f""Qa..e-N'IA-\ION S'jS'\(:t-.-\<';
Street Address: "
S C> J; "e.r- '" 0 o-\;;::..s Dr-.
City, State, Zip Code: S t...u ... k V\. IA h I <; A '3 \ 1..\ 0 5
Phone: ( Gj I 'Z.. )'/2-1 - 5 7 0 3 Fax: C G j 1.-) Z. ~"3 - 5 '3 ~ 0 Email: r i \~ \ @ s..r p s ~ 1\ e..-t-
City License Requirement: Contractor must be licensed in the State of Georgia or by the Governmental
entity for which they do the majority of their business.
Do You Have A Business License? Yes: ~ No:
Licensed By What State, Citv & Countv ~ ~s.~ Q, ~ (~A\ ( S iJ )
Business License #: ~ \.\ L\ \ OJ 0 Fed Tax Id #: S- <3 - \ ~ 0 q ~ 6 <6
Acknowledgement of Addendum: Check and Initial the appropriate box:
Addenda 1 Initial Addenda 5 Initial
Addenda 2 Initial Addenda 6 Initial
Addenda 3 Initial Addenda 7 Initial
Addenda 4 Initial Addenda 8 Initial
THE UNDERSIGNED PROPOSES TO FURNISH THE FOllOWING ITEMS IN STRICT CONFORMANCE
TO THE BID/RFP/RFQ SPECIFICATIONS AND SID/RFP/RFQ INVITATION ISSUED BY THE CITY OF
AUGUSTA FOR THIS BID/RFP/RFQ ANY EXCEPTIONS ARE CLEARLY MARKED IN THE ATTACHED
COPY OF BID/RFP/RFQ SPECIFICATIONS:
Signature:
~4~-,
Date:ll./"'l.. ~ , 0 ~
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR SUBMITTAL
REV. 11/13/09
Bid 09-191 Audiovisual Presentation System Specs
Page 42 of 49
~
STATE OF GEORGIA - COUNTY OF RICHMOND
BJD/RFP/RFQ# Og- I <1 (
SUBCONTRACTOR AFFIDAVIT
By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-
10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical
performance of services under a contract with .",~_,~. .f>~t P r..), 5,,<.;,\ , on behalf of
Augusta Richmond County Board of Commissioners has registered with and is participating in a
federal work authorization program* [any of the electronic verification of work authorization
programs operated by the United States Department of Homeland Security or any equivalent
federal work authorization program operated by the United States Department of Homeland
Security to verify information of newly hired employees, pursuant to the Immigration Reform and
Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and
deadlines established in O. C. G. A 13-10-91.
d178f/
E-Verify * User Identification Number
~46-";:il?"""?,, q~r,n,~ ,
r6"e-tfYa~ ~~., G::?/ Mk:..
Company Na~
BY: Authoriz r A~
(Contractor Signature)
C,.?: CJ
Title of Authorized Officer or Agent of Contractor
~~.4 ~, tJ.~ ch.
Printed ame of Authorized Offic or Agent
Georgia Law requires your company to have an
E-Verify*User Identification Number on or after July
1,2009,
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE
1.V . . DAY OF lJ!"]fielC- ,2001'...
(~~A/5Cz rn. ~
"Not~iy Public
My Commission EX~~SA M, SAXON
Natar~' Putii.:-, r,hArnam County, GA
My Commission Expires December 18. 2012
Note: The successful vendor will submit the above form to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (\Iendor's letter will denote
the date forms are to be received)
For additional information: State of Georgia
http://www.dol.state.qa.us/odf/rules/300 10 1.pdf
https://e-verifv.uscis.qov/enroll/
NOTARY SE,AL
REV. 8/31/09
Bid 09.191 Audiovisual Presentation System Specs
Page 43 of 49
:!E
<
0:::
C)
o
0:::
c..
>-:E
I::D::
ZO
:JLL.
....1-
0:::0
o~
c..z
c..o
00
enD::
en~
w-'
z8:
-:::l
enU)
:J0I!:l
COD::
..Jo
..JI-
<0
:!E<C
enD::
..J~
<0
UO
Om
..J~
~~
ZD::
:Jo
oft
Uw
Q:t:
z!::
O~
:!Eo
:z::o
uo
"C)
<I:
....
en
:J
C)
:J
<
~~
m'E
CI) 0
alu
go
c:j!J
CI):;
(Il Xl
20::
al
al
..c:
CI)
m
c:
o
E ci
::gIl.Z
(IlOI:
al llLg
CI).J1\l
:Ju-&l
0:: .-
t5<~
.~ 0::
e
c
CI)
;S~~
gEm
c:U)QI
:0 iii'~
r...U:::J
~.3m
al
r...
"'0
al
t5.l11:
(Il ...
E~'O
O>QI
()o~
~QI:g
al Co U)
~ 8
_U)
(Il
;;
:it
'a
m
Gi
E
III
Z
1>
G)
'e-
o..
Gi
...
CI:l
o
-
s::: ,
<1)-
e"i
1:: .~
CI:lG)
0. to)
<I) G)
o~
...<1)
s:::.c
G) 0
E...
~ ~
:l CI:l
to) Ul
e E
0.. ~
G).E
.cG)
.......
o CI:l
....'a
E CIl
~.I::.
0'"
....CIl
G)'"
> 0
o c::
..cCll
CI:l'a
G):
:5~
... ~
,- CIl
E:::
.QG)
:::1-
U) 1/1
- ~...
=0
~"C
.... C
o G)
'C~
s:::~
G)~
> C
o
'5..
....Ill
II)"C
II) C
CIl G)
to) E
g E
II) 0
G) ()
.I::. G)
1-0::
....
o
...
G)
...
...
G)
-'
G)
.c
...
"'~
16"'"
~o
I/)
E"'"
$Cl>
~~
(/)0..
l::
~
.i9
l::
Q)
'"
~
0...
ro
:::J
VI
'S
o
'6
:;)
<(
CI)
CD ci -=-
~.- , U m ('. 0
S'OXlQlZ
:::l~I:I:~'"
c/)OlO'-QlO
E I/) U m
... <:::J..c: :::J.!~
o um.J~
~ ii:
o
t5
~ Gi...
E~~
8zE
.D ... :::J
:::l.!!!Z
C/)~~
-:::J 0
~~f
.!!2 5 '0
...J--I:
~I\l
~.==
~ g ~
c::,g~
~~<
e
~
lO:
CIl
~
CO
...
.!!!
Q..
Co
c::....~
001:;
~ 0
c::~--
.S:!1\l~
,.."zb
c:( g
U
..c
:::J
U)
II)
...
c::
G)
c::
o
Q,
o
...
0..
1:
G)
"C
'a
m
II>
...
o
Z
en
c::
'S;
'C;
to)
G)
...
...
G)
:::
CI:l
~
CI:l
'C
in
-
\1)
>
lj:
s:::
CI:l
J::
-
....
<I)
-
~
o
s:::
c
...
:l
...
G)
~
'C
C
CI:l
oS
...
CI:l
"C
C
'!?(Q
II)c
~'l:t
:!!:N
z~
\1)N
...co
'c CD
.!c
"i~
...CI:l
B~
\1)...
>< c::
<I) <I)
<l)C)
.QG)
-c::
II) C
:::I 0
E >
E>:
... II)
.E:E
<I) ..
:51>
II) CI:l
<l)C
..0
'2 to)
:l G)
1:::g
o G)
0.-
0.0.
o ~
enUl
C s:::
._ 0
u~
~ G)
...:::1
ga
to)
.c
:l
1/1
o
c::
~
CI:l
~
G)
.c
....
::t:
......
0>
d;
o
'0
iii
Gi
...
:l
...
CI:l
c::
en
ti)
en
c
-
.....
~
co
:>
w
0::
"
~
Certification Statement Local Vendor Preference
I certify that my company meets all of the following qualifications to be eligible for the local vendor preference:
(1) That my company has a fixed office or distribution point located in and having a street address within
Augusta for at least six (6) months immediately prior to the issuance of the request for competitive bids
or request for proposals by Augusta; and
(2) That my company holds any business license required by the Augusta Richmond County Code for at
least 6 months.
(3) That my company employs at least one (1) full time employee, or two (2) part time employees whose
primary residence is in Augusta, or if the business has no employees, the business shall be at least fifty
percent (50%) owned by one or more persons whose primary residence is in Augusta.
Company Name:
Address:
Business License Number
Phone Number:
Fax Number:
Owner's Name:
Signature:
II
VENDOR DO NOT COMPLETE
II
To be completed by Authorized City Representative from Augusta Richmond County Procurement Department:
Vendor Certified:
Date:
Authorized City Representative Signature
Bid 09-191 Audiovisual Presentation System Specs
Page 49 of 49
'"
:E
<(
0::
C)
o
0::
c..
~
Z
:::')
~
O::z
0<
c....J
c..1l.
OZ
enQ
en~
WN
z::::;
(iii=
:::')::)
mO::
...J!:!:!
...J-'
<(R:
:E::)
en(/)
-
...Jo::
<(0
(.,)~
OU
...J~
~!z
ZO
:::')U
Om
(.,)~
em
zU)
O..J
::E
:I:
(.,)
ii2
<
~
en
:::')
C)
:::')
<(
13-;
.~ '0
et:c
0.015
1! 8,.s
...... J!l....
c ;:E
; ~1Xl
3llf
::l
(1)
..a
.8
- -...
~eooll::
.~ Iii ~ 6
:: ~ >-; :::
(1)0
5:
..Q
g
:0 CII
.:! ci 'IV
gll.zo
.- 0 l: l:
C/)- ~ .!2 :8
ID-,'lVE
== () J:l.s
a.ll:: .r!! ><
a. <( ClW
::l &!'C
..!!: l:
C/) C'CI
...
o
u:g
~ CIII" 0
c'S: CIIZ
o ~ ~ 0'"
UIXlCII
..a () .~ ~
::lll::-'>-
C/)<(
I/)
I/)
Gl
I:
'iij
::l
moll::
- ...
- 0 "C
ctl::: CIl
E...CIIE
(/)o.c...
_ CIl o't:o
11:I Co-
(.) 0 CIl
0(,) a.
..JI/)
'tJ
Gl
...
Gl
.....
I/)
'9.J
Gl :g
0:: l!! ...
U"CCIl
o::~~
< CIl'~
~ E Cl)
""C'CIl:
C/)zo
:::i ~if
'. ~-g
~ g C'CI
c:U
o
g.
d:
~ .!
~ Q.
~ g-
CQ 'l5 sg
... CIl 0
OEt)
;:ta~
c:zc
~ 8
q: .g
en
I
I
...
o
...
Cll
-
-
Cll
..J
Cll
.c:
-
Cl
c:
'S;
'Ci)
()
Cll
...
...
Gl
;::
11:I
~
11:I
'C
-
an
-
Gl
>
Ii:
I:
1'0
.r::.
...
...
41
...
~
o
c
~~
~b
(J)CQ
E"It
2~
~C\l
(J)Q.
r::
~
S
r::
Q)
CI)
~
Q.
m
::J
CI)
'S;
o
:c
::l
~
:it
.....
(.)
e
...
I:
o
U
Gi
E
11:I
Z
13
Gl
.."..
e
Il.
Gi
.....
cu
C
-
c .
CII-
E-g
1:: .~
III Gl
Q.I,,)
o 41
C ...
..... 41
I:.Q
o 0
E...
~ e
= Cll
(.) I/)
e E
Do ...
Cll.2
:S~
o Cll
--c
EGl
.....r::.
0-
....Cll
Gl-
> 0
01:
.00
cu"C
Gl::
5~
-'-
.- Cll
E:::
.QCll
=-
I/) I/)
- ....
=0
~'C
... c:
o Gl
"0'::"
c: .
CII .
> c:
o
3:0::
...11:I
I/)'C
I/) I:
o 41
g E
= E
I/) 0
ell I,,)
..cell
~o::
-
c:
...
=
.....
Gl
'-
'C
I:
11:I
cD
...
11:I
'tJ
1:.
.21 co
1/)0
''0:1'
~N
z.,!.
GlN
...co
.~ CO'
~o
-....
'tJ -
S1i1
B~
41_
)(1:
41 Gl
GlC)
.QGl
"'1:
111 I:
= 0
E~
E .
... I/)
.E:E
41 ..
513
I/) Cll
.~ C
;!::o
I: I,,)
= ell
1:::111
o cu
Q,.!
Q,Q,
o .
alii
.5 8
..... .-
1,,)'"
[!! ~
.....=
go
I,,)
.Q
=
111
o
I:
e
cu
e
ell
..c
...
~
~
en
~
d,
o
'C
iii
ell
E
11:I
Z
>-
I:
11:I
Q,
E
o
U
e
=
...
Cll
c:
Cl
en
ell
.....
o
Z
0)
o
-
....
~
co
->
w
0::
..
.. ~(l)
CD....
~'O
,...
E....
CD CD
-0>
~11l
(/)0..
G) c:
() 0
E "'"
.lll
0 c:
CD
W Vl
~
m 0..
C ro
G) ::l
Vl
:E .c: 'S:
.... 0
<( ~ E '5
D ::l
0:: 0 <(
...
C) ..... C;;
'#. w ....
0 ~ Ul ....
0:: 9 (Q !( CII c>>
'ti (/) Cl ::l 0
Q.. 10 ..J C' '0
~ G) w iii e ii5
.0' en ~ c:::
... w
c. 0::( 0
Z Ul 11l !( c.
;:) ~ ::l
0::: :E c
.... 0 .... 0 'C co
0:: ClIO
D- c::: I- .... '<:t
0 0 .... C\l
W c 'E I
Q.. 0::: "C W ......
CII I- .Q C\l
Q.. z II) W ::l 00
0 0 ::l ..J II) .-..
~ CII CL G) co
en .Q :E .Q 0
,....
en N 0 0 ---
W .... (J 'i -
z ::; [!f ?- m
- t= (J 1: ~
en :;:) CII <C 0 'E
;:) 0::: :;: ct: c. Q)
... I- G) CD
CO w G) z ...
..J ::; ~ d 0 l: Q)
D- (J 0 c
..J ;; c
<( D- C) Z ..J III ~
:;:) lU ~
:E en .5 ~ 0::: ~
- "C U ;:) g ;;
en 0::: ::l W ~ ::I en
..J 0 13 ~ LL ... :E
<( ~ .5 0 z 0 Gl_
U 0::: (!) :.:U
0 0::( ~ D- U) W c.m
C) c.'E
0 0::: .!!! Q ~ ::I 0
..J ~ UJ III U
~ z Q. N Z i::: Q)
0 c. 02 w 0 CI)
U ::l 0 (J - m
Z .!!!. a:: lJ Q)
m :z:: E
;:) :;:) ~ I- W C.
CL -
oen 0 ::> l: en
U <C e c
0 ~ lJ 0
l\l .Q :;:;
Q :::t: ... ::I CI)
....
Z ~ c::: II) Q)
0 z 8 >.::1
0 -0
:E .Q .c:
:E ::l ....
l:
J: II) e
0 iV E
C2 .... iiJ
cd: II)
::; en
...J
.... ---
en II)
;:) II)
G)
C) l:
;:) 'iij
<( ::l
CD
iV
E
"" en
w z d iV
:E '~""""i" " Z lJ
c:( !":'f'{'!k ct: l- e
z " 0 (I) ...J en
I- lU Q
~ ~r~+' :.::'~i-,,< (J ;:) ......
U '-'.!;y- 0 \'"4
U) <C ~
W ..J ct: lU
~ lU'o.. ~ I- 0::: co
0 ,~'.,g;' , ' ' g z ~ ::>
0::: :l!:iU)'i , 0 w
D- -,-"'?: .; (J a.. a:
,
.'
~
EXCEPTION SHEET
If the commodity (ies) and/or services proposed in the response to this bid is in anyway
different from that contained in this proposal or bid, the bidder is responsible to clearly identify
by specification section number, all such differences in the space provided below. Otherwise,
it will be assumed that bidder(s) offer is in total compliance with all aspects of the proposal or
bid.
Below are the exceptions to the stated specifications:
Date
Signature
Company
Title
Return with submittal if the commodity and/or services proposed in the response to this bid
are in anyway different from that contained in the specifications.
REV. 8/31/09
Bid 09.191 Audiovisual Presentation System Specs
Page 48 of 49