Loading...
HomeMy WebLinkAbout20242526.tiffConhvacc-1tk 1SC SERVICE AGREEMENT BETWEEN WELD COUNTY AND ITI SYSTEMS THIS AGREEMENT is made and entered into this 30 day of 0c1h V , 2024, by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," and ITI Systems, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2400128. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement, and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. corw+ ►9 (u/3o/2 CC : On base (Bt) t0/30/24 ZOZL-25210 i36 007 -(v 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $766,794.27 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1- 101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor 2 entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. 3 Types of Insurance. Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, its elected officials, and its employees as an additional named insured. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 12. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount 4 arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 13. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 14. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 15. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 16. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: ITI Systems Name: Peter Hogan 5 Position: Director of Strategic Initiatives Address: 10101 Bacon Drive, Suite K Address: Beltsville, MD 20705 E-mail: peter.hogan@itisystems.com Phone: 855-805-4484 x 113 TO COUNTY: Name: Patrick O'Neill Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80631 E-mail: poneill@weld.gov Phone: 970-400-2023 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 22. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and 6 enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation by the Colorado 7 Department of Labor and Employment. Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law. If Contractor fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 29. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 30. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: ITI Systems By: 14C -14.i Name: Peter Hogan Title: Director of Strategic Initiatives WELD COUNTY: ATTEST: !.sldefratlit). Weld.Oounty tOerk to the Board BY: Deputy Clerk to the Board 10/18/2024 Date of Signature BOARD O • 1► Y COMMISSIONERS WELD ' i . , , COLO DO 2- n Kevin D. Ross, Chair OCT 3 0 2024 zo14—Z5Zto Exhibit A Weld County Finance Department Purchasing Division 1301 North 17'h Avenue Greeley, Colorado 80601 General Services - Invitation for Bid (IFB) Cover Sheet Bid Number: Title: Issue Date: Pre -Bid Meeting: Pre -Bid Location: Questions Due: Questions email: Bid Due Date: Bid Delivery: For additional information: IFB Schedules B2400128 Audio Visual Equipment Upgrades August 22, 2024 September 3, 2024, at 10:00 AM 1105 H Street Greeley, CO 80631 September 10, 2024, by 5:00 PM bids©weld.gov September 17, 2024 by 10:00am Purchasing's Clock Preferred email to bidscweld.gov or hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 bids@weld.gov Documents Included in this Bid Package S chedule A: Bid Instructions S chedule B: Scope of Work Schedule C: Project Schedule S chedule D: Bid Form S chedule E: Insurance Schedule F: Weld County Contract IFB Attachments Attachment 1 — Audiovisual Systems Specifications Attachment 2 — Drawings Attachment 3 — Equipment Schedule Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments 1 Schedule A - Bid Instructions 3 P urpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 5 P roject Overview 5 Method of Procurement 5 P ricing Method 5 P roject Scope 5 General Minimum Requirements 5 Qualification Criteria 7 Schedule C — Project Schedule 9 Schedule D - Bid Form 10 Bid Submittal Instructions 10 Fees 10 Attestation 11 Schedule E — Insurance 12 Insurance 12 Insurance Mailing Information 13 Schedule F - Weld County Contract 14 Contractual Obligations 14 Weld County Standard Contract 14 Solicitation # B2400128 Page 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Audio Visual Equipment Upgrades at 7 Locations A Mandatory pre -bid conference will be held on September 3, 2024 at 10:00 am at the Weld Facilities Building located at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: September 17, 2024 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on September 17, 2024 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 208 393 474# Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: emailbidstobids@weld.gov Ifyourbidexceeds25MBpleaseuploadyour bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the Solicitation # B2400128 Page 3 word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation # B2400128 Page 4 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a turn -key lump sum project for a vendor to provide Audio Visual Equipment Upgrades. Method of Procurement Invitation for Bid (IFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB the contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Project Scope The scope of this project is to upgrade Audio -Visual Equipment at seven (7) locations. General Minimum Requirements 1. The scope of this project is for the complete procurement and installation of audio-visual equipment for Weld County's specified locations listed below and in attachment 2. Building Addresses 1. Human Service C — 315 N. 11th Ave. Greeley, CO 2. Southwest Service Center — 4209 WCR 24 1/2, Longmont CO 3. Weld County Admin (OEM i Training) — 1150 O Street Greeley, CO 4. Shooting Range — 58336 CR 23 Carr, CO 5. Training Center — 1104 H Street Greeley, CO 6. Jail 2 — East — 2110 0 Street Greeley, CO 7. Jail 2 — West - 2110 O Street Greeley, CO 2. This will include all scopes outlined in the provided documents, as well as all other associated scopes needed to complete a full audiovisual system at these locations. 3. Project documents and specifications have been provided per the following attachment to this bid 4. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachment outlined above. 5. It is the contractor's responsibility at the time of bid to ensure all project specifications and requirements have been considered and included in their bid submission. 6. This is a turnkey project which include but not limited to audiovisual equipment procurement and installation, electrical work, commissioning, and servicing after equipment is installed. Turnkey pricing is to be based off the scope identified below and Attachment 1,2, and 3. Solicitation # B2400128 Page 5 7 All equipment and materials shall be submitted and approved prior to ordering The County Project Manager / Design Engineer is to review and approval all materials prior to material procurement 8 Work during business hours will be acceptable These facilities are operational 24/7 The contractor will be required to provide uninterrupted flow to the County's operations The contractor is to minimize any disruptive work and the County reserves the right to shut down any work that is deemed disruptive to the facility operations or clients The County Project Manager will provide access for each building 9 Any work being performed in these facilities needs to be coordinated two weeks prior to commencement 10 Contractor to provide fire caulking or foam for all fire rated penetrations A detailed submittal of all penetrations is to be provided to the owner/engineer for review and approval All other non -fire rate penetrations to have a weather tight seal 11 A State licensed electrician is required for all electrical work 12 Contractor is responsible for all commissioning, training, and demonstrations according to the specifications in Attachment 1 and Equipment Schedule in Attachment 3 13 All materials and equipment incorporated into the project shall be new unless noted otherwise The Contractor shall transport and safeguard all materials and equipment required for construction 14 Audiovisual equipment shall be installed according to manufacturer's specifications per Attachment 1 15 Contractor is required to provide Crestron room controllers per Attachment 1 The County will not except any other control system All materials as submitted as alternates must be approved by the County prior to ordering 16 Contractor to provide a sequence of operations for each room per the specifications in Attachment 1 and drawings in Attachment 2 17 Contractor to coordinate all parking and staging of equipment prior to starting onsite 18 Contractor is required to provide the service agreement and warranty as specified in the specifications in Attachment 1 19 Contractor to provide weekly progress updates, submittal tracking, material procurement lead times, and RFI logs These documents are to be provided at each weekly meeting 20 Bidders must meet the minimum bidder qualifications as outlined in the specifications in Attachment 1 21 Contractor is required to drywall repairs, texture, and paint all areas disturbed due to equipment installation or cabling for all work being performed in accordance to Attachment 2 22 The County reserves the right to salvage any old equipment not specified on the plans (Attachment 2) 23 Contractor to provide pricing per building per the below Schedule D — Bid Form 24 All submittals will be provided to the County project manager for review and approval no later than thirty (30) days after contract execution 25 Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays 26 Any clarification or information needed from the contractor must be submitted through an RFI for response It is the contractor's responsibility for tracking and maintaining all RFI's An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request 27 RFI's are only to be sent through the County project manager RFI responses will be sent from the County project manager to the construction team Direct submissions to or Solicitation # B2400128 Page 6 responses from any other source will not be permitted If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 28 All damages to building structure and finishes shall be repaired to original condition as a part of this contract 29 Contractor is responsible for all private and public locates 30 Project will be permitted through Weld County Fees for Weld County Building Permit will be waived Any other fees associated with this project will be paid for by the contractor Contractor is responsible for,the coordination and scheduling of all inspections that are required The contractor will be responsible for having a qualified representative on site for any inspection 31 All electrical work will be done by a qualified State licensed electrician 32 Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost Any damages occurred will be the contractor's responsibility to repair or replace 33 All lifting and hoisting equipment shall be provided by the contractor as needed 34 Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements 35 No bid bond is required for this project 36 Bids over $50,000 will require a payment (100%) and performance (100%) bond Performance and payment bonds must be submitted using an AIA-A312 bond form Other bond forms will not be accepted 37 Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project 38 All trash and debris to be properly disposed of offsite Due to the space constraints of this project this will need to be done on a regular basis At no time will debris be allowed to accumulate 39 Weld County is a tax-exempt entity 40 Davis -Bacon and Buy American requirements are NOT required 41 Contractor will be required to enter into a standard Weld County contract for this service A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request Schedule C - Project Schedule Qualification Criteria I The following items will be used to determine qualifications of bidders and must be included with your submittal Failure to include these items will result in a non -responsive bid 1 Bidder shall clearly identify the bidder's methodology for organizing and managing this project to ensure it will be delivered on -time and within budget 2 Provide qualifications of your firm and staff proposed to perform the work on this project, demonstrating the experience and ability necessary to perform the Scope of Work described in this Schedule B 3 Provide a list of critical issues the Bidder considers to be of most importance. 4 Provide ideas or suggestions on how your firm can set and meet schedules 5 Provide the methods for determining scope and work hours associated with location 6 Provide a list of any similar projects completed within the last five (5) years, along with references involving key staff proposed to work on this project As part of the reference check Solicitation # B2400128 Page 7 process, the County may choose to contact one or more of the listed projects/agencies and/or request copies of the plans and documentation completed Solicitation # B2400128 Page 8 Schedule C - Project Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project Completion August 22, 2024 August 22, 2024 September 3, 2024 September 10, 2024 September 17, 2024 October 7, 2024 October 21, 2024 July 1, 2025 Solicitation # B2400128 Page 9 Schedule D - Bid Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00am on September 17, 2024: 1) Schedule B- Scope of Work 2) Schedule D — Bid Form 3) W9, if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below: Lump Sum Price Item Price FACILITY Human Resources C $ Southwest Service Center $ 1150 O Street (OEM / Training Room) $ Shooting Range $ Training Center $ $ Jail 2 — East Jail 2 — West $ Lump Sum Total $ The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2400128. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms Solicitation # B2400128 Page 10 and conditions of the solicitation as established by Weld County. 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Attestation Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Name: Title: Date of Signature Solicitation # B2400128 Page 11 Schedule E — Insurance Insurance 1. The Contractor shall furnish a certificate of insurance for commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contractor has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance. a. Commercial General Liability Insurance: to include products liability, completed operations, contractual, broad form property damage, and personal injury. Each Occurrence General Aggregate $1,000,000 $2,000,000 b. Comprehensive Automobile Liability Insurance: to include all motor vehicles owned, hired, leased, or borrowed. Bodily Injury/Property Damage $1,000,000 (each accident) Personal Injury Protection Per Colorado Statutes c. Workers' Compensation Insurance: Per Colorado Statutes d. Professional Liability Insurance*: to include coverage for damages or claims for damages arising out of the rendering, or failure to render, any professional services. Each Occurrence $1,000,000 *This insurance requirement applies only to Contractors who are performing services under this Agreement as professionals licensed under the laws of the State of Colorado, such as physicians, lawyers, engineers, nurses, mental health providers, and any other licensed professionals. 2. The Contractor's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government as an "additional insured" and shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses resulting from the actions or negligence of the Contractor. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Solicitation # B2400128 Page 12 c. Any and all deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contractor. 3. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contractor shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. a. Upon failure of the Contractor to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. b. Failure of the Contractor to obtain and/or maintain any required insurance shall not relieve the Contractor from any liability under the Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contractor concerning indemnification. c. Contractor shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updated/changes to coverage, extensions, renewals, etc. 4. If the Contractor is a Joint Venture, then the respective parties thereto are each individually held fully responsible for completion of the project according to the terms of this Agreement. The parties thereto also have joint and several liabilities to the County for any liquidated damages assessed or for performance bond claims against the Joint Venture. The performance bond and all insurance required by this Agreement shall set forth the identity of each party to the Joint Venture. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email • Project Manager: Alex Engelbert Email: aengelbert@weld.gov Telephone: 970-400-2043 Mail: Weld County Facilities Department ATTN: Alex Engelbert PO Box 758 Greeley, CO 80632 Solicitation # B2400128 Page 13 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time, but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: Solicitation # B2400128 Page 14 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2 Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement, and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or Solicitation # B2400128 Page 15 expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e g mileage) Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C R S 29-1-101 et seq ) and the TABOR Amendment (Colorado Constitution, Article X, Sec 20) 7 Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement 8 Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors 9 Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications 10 Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc , generated during completion of this work Acceptance by County of reports and incidental matenal(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may,then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall Solicitation # B2400128 Page 16 not impair or prejudice any right or remedy available to County with respect to such breach or default No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally 11 Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period For all coverages, Contractor's insurer shall waive subrogation rights against County Types of Insurance. Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment The policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work Such policy shall include minimum limits as follows $1,000,000 each occurrence, $1,000,000 general aggregate, $1,000,000 Personal injury $5,000, Medical payment per person Automobile Liability Insurance Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion County may require Contractor to provide a certificate of insurance naming Weld County, its elected officials, and its employees as an additional named insured Subcontractor Insurance Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum 'limits as required herein Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County No limitation of Liability The insurance coverages specified in this Agreement are the minimum req O irements, and these requirements do not decrease or limit the liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contractor shall maintain, at its own Solicitation # B2400128 Page 17 expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement 12 Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisionsrof the Agreement It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement 13 Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County Any, attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder Such consent may be granted or denied at the sole and absolute discretion of County 14 Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement Contractor agrees to maintain these documents for three years from the date of the last payment received 15 Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions 16 Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances a) personal service by a reputable courier service requiring signature for receipt, or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract, or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party, or Either party may change its notice address(es) by written notice to the other Notice may be sent to TO CONTRACTOR Solicitation # B2400128 Page 18 N ame: P osition: Address: Address: E-mail: P hone: TO COUNTY: N ame: P osition: Address: Address: E-mail: Phone: 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 22. Survival of Termination. The obligations of the parties under this Agreement that by their n ature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and e nforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, Solicitation # B2400128 Page 19 protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq , as applicable now or hereafter amended 25 No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only 26 Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee 27 Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 28 Public Contracts for Services. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien Contractor shall comply with reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law If Contractor fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages Except where exempted by federal law and except as provided in C R S § 24-76 5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any Solicitation # B2400128 Page 20 individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 29. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 30. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Title: Date of Signature WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO [Insert Name], Chair Solicitation # B2400128 Page 21 AC®R®® CERTIFICATE ,F UA I LI TY INSURANCE DATE (MM/DD/YYYY) 10/9/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder's an ADDITIONAL INSURED, the pollcy(les) must be endorsed 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 m lieu of such endorsement(s) PRODUCER Professional Insurers and Associates, Inc Insurance Agents 6 Brokers 7700 Old Branch Avenue, E-104 Clinton MD 20735-1658 rTgr.T Diana Mintzer IA/c°.NO.Ext). (301)856-1810 I No) (301)868-7719 ADDRESS INSURER(S) AFFORDING COVERAGE NAIL # INSURER Hartford Insurance Co INSURED Innovative Transducer Implementation DBA ITI Systems 10101 Bacon Drive, Suite K Beltsville MD 20705 INSURER B INSURER INSURER INSURERS INSURER COVERAGES CERTIFICATE NUMBER OL1471520479 REVISION NUMBER THIS IS TO CERTIFY THAT 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 CONTRACTOR 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TT TYPE OF INSURANCE ADDL UBR NSR SWVD POLICY NUMBER (MMIDDVlV; 42=A; LIMITS GENERAL X A X LIABILITY I COMMERCIAL GENERAL LIABILITY I CLAIMS MADE X❑ OCCUR Contractual Liability X Y 42SBAIS1531 11/10/2023 11/10/2024 EACH OCCURRENCE $ 1 , 000 , 000 DAMAGE TOrorcUr PREMISES (Ea occurrence) 1,000 000 $ � MED EXP (Anyone person) $ 10,000 PERSONAL BADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS COMP/OP AGG $ 2,000,000 GEN L AGGREGATE LIMIT APPLII. P. 7 POLICY n JECT H I LOC $ AUTOMOBILE X A - _ _ LIABILITY ANVAUTO ALL OWNED AUTOS HIRED AUTOS ' SCHEDULED _ AUTOOS NON W.E. AUTOS 42UECRB8155 11/10/2023 11/10/2024 Ea COMaBINEDdSINGLE LIMIT {ccient) $ 1, 000 , 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) S X A UMBRELLA LIAR EXCESS LIAR X (OCCUR CLAIMS MADE 42SBAIS1531 11/10/2023 11/10/2024 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED I I RETENTION $ I A WORKERS COMPENSATION AND EMPLOYERS LIABILITY I' ANY PROPRIETOR/PARTNER/EXECUTIVE El OFICER/MEMBER EXCLUDED? (Mandatory m NH) II yes describe under DESCRIPTION OF OPERATIONS below NIA 42WECCG5439 8/12/2024 8/12/2025 X Its I 1c0 EL EACH ACCIDENT $ 1 , 000 , 000 E L DISEASE EA EMPLOYEE $ 1 , 000 , 000 EL DISEASE POLICY LIMIT $ 1 , 000 , 000 A Professional/Cyber Liab A Crime I TE 0283453-24 42BDDH89507 3/1/2024 2/4/2024 3/1/2025 2/4/2025 $5000000,9 $2,000,000 $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 701 Addrtlonal Remarks Schedule d more space is required) Additional Insured Weld County, Colorado Its elected officials, and Its employees CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS Weld County Facilities Department ATTN Alex Engelbert AUTHORIZED REPRESENTATIVE PO Box 758 Greeley, CO 80632 Diana Mintzer/DSM ".°"` M.1> I © 1988-2010 ACORD CORPORATION All rights reserve ACORD 25 (2010/05) INS025 (201005) 01 The ACORD name and logo are registered marks of ACORD Exhibit B bids From: Sent: To: Cc: Subject: Attachments: Peter Hogan < peter.hogan@ itisystems.com > Tuesday, September 17, 2024 6:48 AM bids Adam Weiner; John Pierce; SALES@ITISYSTEMS.COM B2400128 Proposal WeldCounty_ProposalDocs_ITISystems.zip Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hello, I am pleased to present ITI Systems' proposal for the Weld County Audio Visual Equipment Upgrades IFB. Thank you for your time and consideration throughout the pre -bid conference and Q&A process. Kindly confirm receipt and your ability to open and download the attached ZIP folder's files. Best, Peter Peter Hogan Director of Strategic Initiatives ITI Systems o. 855-805-4484 x113 e. peter.hogan@itisystems.com w. www.itisystems.com Upcoming OOO: 9/24/24-9/30/24 1 ITI SYSTEMS Customer: Weld County Requester: End User: Weld County Project Weld County AV Upgrades 10101 Bacon Drive. Suite K. Beltsville, MD 20705 855 805 4484 www itisystems co Quote 0: 7246 Quote Date: 9/17/2024 Quote Expiration: 11/16/2024 Prepared By: PH DS Description QTY Unit Price Extended Price Manufacturer Part N . . - _ Human ResovraS Bldg I9 Large Classroom I Shure SLXD4D Wireless Microphone Receiver 1 5587 86 5587.86 Shure SLX02/SMS8 w/ Handheld Microphone 2 5196.61 5393.22 Shure SBC2O3 , w/ Charger 1 S99.79 $99.79 Shure 56903 w/ Batteries 2 S37,54 $75.09 Shure SLXD4 Single Wireless Microphone Receiver 1 $315.17 $315.17 Shure SLXD1 w/ Bodypack Transmitter 1 5157 09 5157.09 Shure MX1S3 w/ Headworn Microphone 1 $178.83 $178.83 Shure SBC2O3 �w/ Charger 1 599.79 599 79 Shure 56903 w/ Battery 1 S37.54 537.54 Shure UA864US Wireless Microphone Antenna 2 S334.93 S669.86 Shure f UA844+SWB Wireless Microphone Antenna Splitter 1 $424.84 5424.84 Shure MXA920 Ceiling Microphone 4 S3,113.19 S12,452.75 Biamp TesiraForte DAN VT .Beamforming Digital Signal Processor 1 52,688 40 $2,688.40 Crestron AMP -X300 Type 1 Power Amplifier 1 5448 80 $448.801 $2,692.80 Crestron SAROS IC8T-W-T-EACH Loudspeaker, Type 1, Flush Ceiling 16 3168.30 Williams AV IR M1 Assistive Listening Transmitter 1 S1,933.36 $1,933.36 Williams AV IOP 008 w/ Notificaiton Sigrage 1 $16.90 516-90 Williams AV IR E4 Assistive Listening Remote Antenna 1 5398.84 5398.84 Williams AV WIR RX22-4N w/ Assistive Listing Receivers 4 $172 38 S689.52 Williams AV HED 024 w/ Headphones 4 517.58 $70.30 Williams AV NKL 008 w/ Neck Loop 2 $50 02 $100 OS Williams AV BAT 026-2 w/ Battery 4 $1352 554 08 Williams AV CHG 3512 w/ Charger 1 $473 20 $473 20 Atlas MS-12CE Microphone Stands 2 $4773 $9545 Atlas MIXES Microphone Booms 2 568 14 $136 28 Crestron DM NVX 360 Video Transceiver Type 1 1 51 161 78 $1 161 78 Crestron DM NVX 363 Video Transceiver Type 11, w/ Dante 1 $1413 72 51 413 72 Crestron DM NVX E30 Video Transceiver, Type 2 Encoder Only 3 $729 30 52187 90 Crestron DM NVX D30 Video Transceiver, Type 3 Decoder Only 4 $729 30 $2 917 20 Crestron IV CAM -112 B PTZ Camera telephoto zoom w/ Intelligent Framin 1 $2 550 00 02 550 00 Crestron IVA CMT BRKTI 1B B w/ Ceiling 1 Mount 1 $110 16 $110 16 Chief CM5491 w/ Ceiling Box w/ Fan 1 $26957 5269 57 Crestron IV CAM 012 B PTZ Camera Wide Zoom 1 52,550 00 $2 550 00 Crestron IV CAMA UMB B w/ Shelf Mount 1 $102 00 $102 00 Chief CMS491 w/ Ceding Box w/ Fan 1 5269 57 $269 57 Crestron HD -CONY USB 300 AV Bridge 2 $504 90 $1,009 BO Samsung OMNI- B LCD Display 98" 2 $8 758 88 517 517 76 Chief XTM1U w/ Mount 2 $255 53 $51106 Chief PAC526 w/Backbox 2 $7188 $14377 Crestron RMC-4 Control System 1 $561 00 $56100 Crestron TSW-1070 B S Wall Touchscreen 1 51,555 50 $1555 50 Crestron TSW UMB 70 w/ Retrofit Bracket 1 522 44 522.44 Dell MS116 BK Mouse 1 $18 96 518 96 Dell KB216 BK US Keyboard 1 518 96 518.96 Dell W0195130W Docking Station 1 $19341 519341 Cisco C9300 24P M 24 Port POE+ Network Switch 1 54 048 77 $4 048.77 Commscape 760207282/ CPP UDDM- M 2U-48 Network Patch Panel 1 $9412 $9412 Commscape 760237777 11151600 BK w/ Modular lacks 48 56 81 $326 98 Middle Atlantic DWR 24 26 Equipment Rack 1 5939 19 $93919 Middle Atlantic Complete w/ with lacking door fan kit blank panels vent panels, side panels and all required hardware 1 $0 00 $0 00 Middle Atlantic FD -24 24 RU Solid Front Door for DWR SR WRK and MRK Racks 1 $17992 $179 92 Middle Atlantic DWRSR-6 FK 440 CFM Fan Kit for 9W R or SR Rack 26 or 32 ' Deep 1 $193 44 $193 44 Middle Atlantic PDX 9208 Power Distribution 1 $216 89 $216 89 Middle Atlantic UP5515006 UPS 1 $724 32 $724 32 ITI ITI MISC Cables connectors and miscellaneous hardware 1 50 00 $000 o 1 , lift Bdlg C Lg F.faldlY re Subtotal _ $677,09800 f y 1,,,_ ITI Consulting Consulting 1 SO 00 SO 00 ITI Drafting Drafting 1 580000 $80000 ITI Engineer', Engineering 1 $1 200 00 $120000 ITI Installation Installation 1 $7 890 00 57 890 00 ITI Programming Programming 1 56 500 00 $6 500 00 ITI Project Management Project Management 1 $1,600 00 51,600 00 ITI Commiss,omng/Tumng Commissioning/Tuning 1 $1 200 00 51 200 00 ITI Staging Staging 1 50 00 $0 00 ITI Service Call Service Call 1 SO 00 $0 00 171 Staff Augmentation Staff Augmentation 1 SO 00 So 00 ITI Professional Services On site support 8 hours 1 50 00 $0 00 M Maintenance Agreement Maintenance Agreement Per Bid Spec (RA 2 hr Phone 24 hrs onsite), price per year extendable up to 5 years at no cost increase 1 $4 f140 00 $4 840 00 f ' , HRBell, C4 tJ - Subtotal -,S4, $24,030.00 - x` i ryf yYx'1 yz� k � �`i �„�'' � a � t 2 zr K.� s� " «Cl ,? - S r,.. ;qf« 1�� � ,�' r �.,{' � Doti t s� ,.k". v.JR�>�` {��r �^ �"'__p v... y r; 'J es "3 t„"r-r r, ���p,7 _sue y; + .�. jr�,i , "�N y ?t' �,.°,. - Si "''s' x�r. T""' � '1_ �'�,...��_y �.�,s ..r.y �„, - ws 4 4 ,, r"z . i t ne '7, S"'S+ f Ir' , � '� u�, ww, � � � .,-�, '11a ° _aSri,w ,... �:a�`�?'�'t�� � .sJT ' 1.-.-...�+� ,3're. „n,'+ ; rKsK ia;.'f11�1 m ''� Y' 1'i � t.,0341 `Jy .. .. .�+itiTllL �... y�� I� ,h y t"�?•co _ x, `fQ ar ,n.w`,,rai miw,i C .,,,, ii=z d:::4,,,iw simthwis'ksei-oatente loornow-u1n ,.s-er s w m. , ,,,, ,,t,f 1, s, . , a `._Y 7 -,,,,,,,Y6,,,' E ,L11 l '7 - Shure QLXD4 Single Wireless Microphone Receiver Existing 3 SO 00 SO 00 Shure SLX02/SM58 w/ Handheld Microphone 2 5196 61 5393 22 Shure SLXD1 w/ Bodypack Transmitter 1 515709 $15709 Shure MX153 w/ Headworn Microphone 1 $178 83 5178 83 Shure SBC2O3 w/ Charger 2 599 79 $199 58 Shure SB900B w/ Battens 3 $83 20 $249 60 Shure UA864U5 Wireless Microphone Antenna 2 $334 93 $669 86 Shure UA844+SWB Wireless Microphone Antenna Splitter 1 SO 00 50 00 Shure MXA920 Beamforming Ceding Microphone 2 $3,11319 56,226 38 Biamp TestraForte DAN VT Digital Signal Processor 1 52 688 40 52 688 40 Crestron AMP X300 Type 1 Power Amplifier 1 $448 80 $448 80 Crestron SAROS PD8T W T EACH Loudspeaker Type 2 Pendant 8 5264 18 $2 113 44 Williams AV IR M1 Assistive Listening Transmitter 1 5193336 $1933 36 Williams AV IDP 008 w/ Nohficaiton Sign age 1 516 90 516 90 Williams AV IR E4 Assistive Listening Remote Antenna 1 5398 84 $398 84 Williams AV W IR RX22 4N w/ Assisbve Listing Receivers 4 $172 38 $689 52 Williams AV HED 024 w/ Headphones 4 $17 58 S70 30 Williams AV NKL 008 w/ Neck Loop 2 $50 02 Sioo 05 Williams AV Williams AV BAT 026 2 CHG 3512 w/ Battery wl Charger 4 1 513 52 $473 20 554 08 5473 20 Atlas MS-12CE Microphone Stands 2 547 73 595 45 Atlas PB2IXEB Microphone Booms 2 56814 5136 28 Crestron OM-NVX 360 Video Transceiver Type 1 1 51 16178 51 16178 Crestron OM NVX 363 Video Transceiver Type 1A, w/ Dante 1 51413 72 $1 413 72 Crestron DM NVX E30 Video Transceiver Type 2 Encoder Only 3 I $729 30 $2,187 90 Crestron DM-NVX D30 Video Transceiver, Type 3, Decoder Only 3 ' I $729 30 $2187 90 Crestron IV CAM 112 B PTZ Camera, telephoto zoom w/ Intelligent Fromm 1 I $2 550 00 $2 550 00 Crestron NA CMT BRKTJ 18 B w/ Ceiling 1 Mount 1 I $110 16 $11016 Chief CM5491 w/ Ceiling Box w/ Fan 1 I $26957 $269 57 Crestron IV CAM 112 B PTZ Camera Wide Zoom 1 i $2.550 00 $2 550 OD Crestron IV CAMA UMB B w/ Shelf Mount 1 I $102 00 $102 00 Chief CM5491 w/ Ceding Box w/ Fan 1 I $269 57 S269 57 Crestron HD CONV USB-300 AV Bridge 2 I $504 90 $1,009 BO OFE Epson PowerLite L610U Projector, Type 1 1 SO 00 SO 00 OFE w/ Mount 1 $0 00 S0 00 OFE Da Lite Parallax Projection Screen 1 50 00 50 00 Creston RMC-4 — Control System 1 $56L00 $56100 Crestron TSW 1070 -B -S Wall Touchscreen 1 $1555 50 $1 555 50 Crestron TSW-UMB 70 w/ Retrofit Bracket 1 $22.44 522.44 Dell MS116 BK Mouse 1 $18 96 $18 96 Dell KB216 BK US Keyboard 1 $18 96 $18.96 Dell WD195130W Docking Station 1 519341 $19341 Cisco C9300 24P M 24 Port POE+ Network Switch 1 54,046 77 $4 048 77 Commscope 760207282 / CPP UDDM- M -2U-48 Network Patch Panel 1 $94 12 $9412 Commscope 7602377771 UN1600 BK w/ModularJacks 48 I 46,81 $32698 Middle Atlantic DWR-24-26 Equipment Rack 1 593919 $939.19 Middle Atlantic Complete w/ with locking door, fan kit, blank panels, vent panels side panels, and all required hardware 1 $0 00 $O 00 Middle Atlantic FD -24 24 RU Solid Front Door for DWR SR, WRK and MRK Racks 1 I $179 92 $179 92 Middle Atlantic DWRSR 6-FK 440 CFM Fan Kit for DW R or SR Rack, 26 or 32 " Deep 1 I $193.44 5193 44 Middle Atlantic PDX 920R Power Distribution 1 $216 89 $216.69 Middle Atlantic UPS-S1500R UPS 1 I $724 32 $724 32 ITI m MISC Cables connectors and miscellaneous hardware 1 SO 00 $0 00 Y a Y { ''t 4 . I' ; J � _ ~ ., t � ; s e c. F ` _ - 4-cn � _ __ _ L. - ' ' _. ` ; _`__ ' - d.+� -.,.. � .. . i "%; C _ � �l i SW SWICe I1yleQtTng Fin Iif Har ...tit.. .54_0.19948 ar 5' ,,. `YS ITI Consulting Consulting 1 I $0 00 $0 00 11 Drafting Drafting 1 I 5600 00 $800 00 ITI Engineering Engineering 1 $1 200 00 $1200 00 171 Installation installation 1 $7 890 00 57 890 00 in Programming Programming 1 $6.500 00 $6,500 00 III Project Management Project Management 1 $1,600 00 $1600 00 ITI Commissioning/Tuning Commissioning/Tuning 1 51200 00 $1 200 00 ITI Staging Staging 1 _ SO OO 50 00 ITI Service Call Service Call 1 $0 00 50 00 ITI Staff Augmentation Staff Augmentation 1 $000 $0 OD ITI Professional Services On site support 8 hours 1 $0 00 50 00 ITI Maintenance Agreement Maintenance Agreement Per Bid Spec (5, 2 hr Phone 24 hrs on site), price per year extendable up to 5 years at no cost increase 1 $4 840 00 $4,840 00 -, 1 ��� r- .J' .- /,t+ ';',, �k i ; , l,,, '} f - J Y- i ' , iN, ^ J � - - f ' f ' :`,, n _ ., rc ,! � i <y F'' s , r, SW Service` ,MeetlRm / �JetVILPS ', i SUbLOtat S7A,03O OO _ - ♦t Y N r ' e�t. �n� F �,+, r� J'u ' ,± c°nar a-,� � ,frr�� �', � � ?"< v},1,7n +r r .y.';' rti , }f§ terns ate` ty^"J i� Y�. `s$ ti{� '- � ,� �t ✓� S ?Pyw. ,, Y < ,'w irr �- �; ..fir aS �`v."'SA ,`"_,'-',1.::_.-.', ''- ^':'= _ —� ,'-_e. 1-, AEkfitliitllnkR0lai.+. _ _. Shure SLXD4D Wireless Microphone Receiver 3 $587 86 51 763 58 Shure SIX72/5M58 w/ Handheld Microphone 4 $196 61 $786 45 Shure SLXD1 w/ Bodypack Transmitter 2 $157 09 5314 18 Shure MX153 w/ Headworn Microphone 2 $178 83 5357 66 Shure I SBC203 w/ Charger 6 599 79 $598 73 Shure I SB9D3 w/ Batteries 3 537 54 $112 63 Shure UA864U5 Wireless Microphone Antenna 2 533493 566986 Shure UA844+SWB Wireless Microphone Antenna Splitter 1 542484 $42484 Shure MXA920 Beamforming Ceiling Microphone 4 $3 113 19 $12 452 75 Biamp Tesna Forte DAN VT Digital Signal Processor 1 52 688 40 $2 688 40 Crestron AMP X300 Type 1 Power Amplifier 2 $448 80 S897 60 Crestron SAR05 IC8T W T EACH Loudspeaker Type 2 Pendant 16 $168 30 $2 692 80 Williams AV I IR M1 Assistrve Listening Transmitter 2 51 933 36 S3 866 72 Williams AV IDP 008 w/ Nohficaiton Signage 2 $16 90 533 80 Williams AV IR E4 Asslstive Listening Remote Antenna 2 $398 ea $797 68 Williams AV W IR RX22 4N w/ Assistwe Listing Receivers 8 5172 38 $1,379 04 Williams AV HED 024 w/ Headphones 8 $17 58 5140 61 Williams AV NKL 008 w/ Neck Loop 4 $50 02 5200 10 Williams AV BAT 026 2 w/ Battery 8 $13 52 $108.16 Williams AV CHG 3512 w/ Charger 1 5473 20 $473 20 Atlas MS 12CE Microphone stands 4 $47 73 5190 90 Atlas PB21XE8 Microphone Booms 4 568 14 $272 56 Crestron DM NVX 360 Video Transceiver Type 1 2 $116178 S2 323 56 Crestron DM NVX 363 Video Transceiver Type 1A, w/ Dante 2 $1 413 72 52 827 44 Crestron DM NVX E30 Video Transceiver Type 2 Encoder Only 6 5729 30 54 375 80 Crestron DM NVX D30 Video Transceiver Type 3 Decoder Only 6 5729 30 54 375 80 Crestron IV CAM 112 B PTZ Camera telephoto zoom w/ Intelligent Pram 2 52 550 00 $5 100 00 Crestron I IVA CMT BRKT1-1B B w/ Ceiling 1 Mount 2 $110 16 $220 32 Chief CMS491 w/ Ceiling Box w/ Fan 2 $269 57 5539 14 Crestron IV -CAM -112-B Z 52,550.00 $5.100.00 PTZ Camera, Wide Zoom Crestron IV-CAMA-UMB-B w/ Shelf Mount 2 5102.00 $204.00 Chief CM5491 w/ Ceiling Box w/ Fan 2 $269.57 S53914' Crestron HD-CONV-USB-300 AV Bridge 4 5504.90 $2,019.60 Samsung QM98T-B LCD Display, 9$ I 2 $8,758.88 $17,517.76 Chief XTM1U w/ Mount 2 5255.53 S511 06 Chief PACS26 w/ Backbox 2 571.88 5143 77 Samsung QM6SC LCD Display, 65" 2 S1.423.76 S2.847.52 Chief LCM1U w/ Ceiling Mount 2 S280.24 $560 48 OF/CI OF/C1 w/ Cable Box 2 SO 00 50 00 Crestron CP4N Control System 1 51,570.80 51.570.80 Crestron CEN-1O-COM-102 w/ Ethernet Control Module 2 $208 08 $416 16 Crestron TSW-1070-B-S Wall Touchscreen 2 51,555.50 53,111.00 Crestron TSW-UMB-70 w/ Retrofit Bracket 2 $22.44 $44.88 Dell MS116-BK Mouse 2 518.96 537 92 Dell K3216-BK-US Keyboard 2 _ S18.96 $37 92 Dell WD19S130W Docking Station 2 S193.41 $386 82 Cisco C9300 -24P -M 48 -Port POE+ Network Switch 1 54;048.77 $4,048.77 Commscope 760207282 / CPP-UDDM- M -2U-48 Network Patch Panel 1 594 12 594 12 Commscope w/ Modular Jacks 48 56.81 $326.98 760237777 1 UNIJ600-BK Middle Atlantic DWR-35-26 Equipment Rack 1 51,041.08 $1,041.08 Middle Atlantic Complete w/ with locking door, fan kit, blank panels, vent panels, side panels, and all required hardware. 1 50.001 $0.00 Middle Atlantic FD -35 35 RU Solid Front Door for DWR and EVVR Racks 1 $218.92 $218.92 Middle Atlantic DWRSR-6-FK 440 CFM Fan Kit for DWR or SR Rack, 26 or 32 " Deep 1 $193.44 $193.44 Middle Atlantic PDX-920R Power Distribution 1 S216.89 $216.89 Middle Atlantic UPS -515008 UPS 1 5724 32 $724.32 ITI ITI-?MSC Cables, connectors, and miscellaneous hardware 1 S0.00 $0.00 OEM Training Rim Hardware Subtotal $92,897.64 ITI Consulting _.Consulting 1 $0.00 50.00 ITI Drafting Drafting 1 $800.00 S800.00 ITI Engineering Engineering 1 $1,200.00 $1,200.00 ITI Installation Installation 1 $7,890 00 57,890.00 ITI Programming Programming 1 S6,500.00 $6,500.00 ITI Project Management Project Management 1 51,600.00 $1,600.00 ITI Commissioning/Tuning Commissioning/Tuning 1 S1,200.00 $1,200.00 ITI Staging Staging 1 50.00 $0.00 ITI Service Cali Service Call 1 50.00 $0.00 ITI _Staff Augmentation _Staff Augmentation 1 SO 00 $0.00 ITI Professional Services On site support 8 hours 1 $0 00 So 00 ITI Maintenance Agreement Maintenance Agreement Per Bid Spec ISLA 2 hr Phone 24 his omite), price per year extendable up to 5 years at no cost increase 1 54,840 00 $4,840 00 rr r • - Y-€ _ OEM Traming Rm Services _Subtotal $24,030.00 , - ' , `s �sV*l,�:- % ,� � f"� !,-v V� '° �rrtFy '''',1'!-!'"-7;1.1.',.,_, ; 1 �r � G � Y Yr ', W 4 _ � � w �, -.a ,E�+s �u'j 9ry SLr9 s A�""�� r�R,.� ,;r, irte� § 5 `'��ry lbff'F�gA FS �' ,y .� N[4 q p�tLY�trt ^ �(� 4v.J4f �b r.. ~, �. �'� �`3 "vt 1 Nt S . .Y�=z[3.+. .1 (1"' t F a'° �"i �Yt!$f '+N,� r tiiitT� i Ir M�! "ae L 65.E 4 � "2`.a,= _ ; %"'''- `- `''. ."o " '�. r'-'.,_-, Y 5h0otingRaa—ellvrBeCatsroainr- .- . T t _.... »� _ r�,... , r. c is, --4.,>, ,-,,, �._� ,T - Shure SLX040 Wireless Microphone Receiver 6 5587 86 53 527 16 Shure SLXD2/SM58 w/ Handheld Microphone 8 $196 61 $157290 Shure SLXD1 w/ Bodypack Transmitter 4 $157 09 $62837 Shure MX153 w/ Headworn Microphone 4 517883 $71531 Shure SBC203 w/ Charger $99 79 $79830 Shure 58903 w/ Batteries 6 537 54 5225 26 Shure UA864US Wireless Microphone Antenna 2 $33493 566986 Shure UA844+SWB Wireless Microphone Antenna Splitter 2 5424 84 5849 68 Shure MXA920 BeamformmgCeiling Microphone 4 5311319 512 452 75 Biamp TeslraForte Server I/O Digital Signal Processor 1 54,233 84 S4 233 84 Biamp SIC 4 w/ Input Cards 3 5235 04 $705 12 Biamp SOC 4 w/ Output Cards 2 5206 96 $413 92 Biamp DAN 1 w/ Dante Card 1 5944 32 $944 32 Crestron AMP X300 Type 1 Power Amplifier 4 5448 80 $1 795 20 Crestron SAROS ICBT W -T EACH Loudspeaker Type 1 Flush Ceiling 28 5168 30 $4 712 40 Williams AV IR MS Assistive Listening Transmitter 4 51933 36 57,733 44 Williams AV IDP 008 w/ Notificaiton Signage 4 $16 90 567 60 Williams AV IR E4 Assistwe Listening Remote Antenna 4 5398 84 $1595 36 Williams AV WIR RX22 4N w/ Assisuve Listing Receivers 16 $172 38 52 758 08 Williams AV HED 024 w/ Headphones 16 $17 58 $28122 Williams AV NKL 008 w/ Neck Loop 8 $50 02 $400 19 Williams AV BAT 026 2 w/ Battery 16 $13 52 $216 32 Williams AV CHG 3512 w/ Charger 2 $473 20 $946 40 Atlas MS 12CE Microphone Stands 8 $4773 $38180 Atlas PB2IXEB Microphone Booms 8 56814 5545 13 Crestron DM NVX 360 Video Transceiver Type 1 4 $1 16178 54 64712 Crestron DM NVX 363 Video Transceiver Type SA w/ Dante 2 51413 72 $2,827 44 Crestron Crestron DM NVX E30 DM NVX D30 Video Transceiver Type 2 Encoder Only Video Transceiver Type 3 Decoder Only 8 8 $729 30 $729 30 55,834 do SS B34 40 Crestron IV CAM 112 B PTZ Camera, telephoto zoom w/ Intelligent Fromm 2 52,550 00 $5 100 00 Crestron IVA CMT BRKTI 1B B w/ Ceiling) Mount 2 $11016 $220 32 Chief CM5491 w/ Ceiling Box w/ Fan 2 5269 57 $539 14 Crestron IV CAM 112 B PTZ Camera Wide Zoom 2 52 550 00 SS 100 00 Crestron IV CAMA um a w/ Shelf Mount 2 $102 00 $204 00 Chief CMS491 w/ Ceding Box w/ Fan 2 $269 57 $539 14 Crestron HD CONY USB-300 AV Bridge 4 5504 90 $2,019 60 OF/CI OF/CI Projector Owner Furnished 4 SO 00 $0 00 OF/CI OF/CI w/ Mount 4 $0 00 SO 00 OF/CI OF/CI Projection Screen Owner Furnished q $0 00 SO 00 Crestron RMC-4 Control System 1 $561 DO $561 00 Crestron TSW 1070 B S Wall Touchscreen 4 1 $1555 50 $6 222 00 Crestron TSW UMB 70 w/ Retrofit Bracket 4 $22.44 $89 76 Dell MS116BK Mouse 2 $1896 $3792 Dell KB216 BK US Keyboard 2 $18 96 $37 92 Dell WD195130W Docking Station 4 5193 41 $773 64 Cisco C9300 24P M 48 Port POE+ Network Switch 1 $4 048 77 $4,048 77 Commscope 760207282 / CPP UDDM M 2U-48 Network Patch Panel 1 19412 $9412 Commscope 760237777 1 UNJ600 BK w/ Modular Jacks 46 06 81 $32698 Middle Atlantic OWR 35-26 Equipment Rack 1 51 041.08 $1 041 08 Middle Atlantic Complete w/ with locking door, Fan kit, blank panels, vent panels side panels and all required hardware 1 $0 00 $D 00 Middle Atlantic FD 35 35 RU Solid Front Door for OWR and EWR Racks 1 I $218 92 $21892 Middle Atlantic DW RSR-6 FK 440 CFM Fan Kit for DWR or SR Rack 26 or 32' Deep 1 $193 44 $193 44 Middle Atlantic PDX 9208 Power Dist7bution 1 $216 89 $21699 Middle Atlantic UPSS1500R UPS 1 I $72432 $72432 ITI ITI MISC Cables connectors and mcscellaneous hardware 1 50 00 50 00 - , -- _ I Shoot ig ...egg aass Runt Hardware Subtotal 556.62224 , in Consulting Consulting 1 $0 0o SO o0 RI Drafting Drafting 1 $1 600 00 $1 600 OD ITI Engineering Engineering 1 $2 400 00 $2 400 00 RI RI Installation Programming Installation Programming 1 ; $22 800 00 514 625 oo $22 ma oo Sin 625 00 Tfl Project Management Project Management 1 53 200 00 S3 200 00 RI Commisslonmg/Tuning Commissioning/Tuning 1 $1,200 00 $1,200 00 M Staging Staging 1 $0 00 50 00 RI Service Call Service Call 1 SO 00 $0 00 fri Staff Augmentation Staff Augmentation 1 SO 00 $O 00 RI Professional Services On site support 8 hours 1 SO 00 50 OD ITI Maintenance Agreement Maintenance Agreement Per Bid Spec ($[A 2 hr Phone 24 hrs onsite), price per year extendable up to 5 years at no cost increase 1 $1,840 00 $4,840 00 , . ,._t r t'x , Y �, ,�, .. --i" q `^ 1y �f i �5 , r'n r r s', ,-}N4k , Shpotleg Ra n4 n8 lOaSd llrit► ' 'Services f ` ,- I $50,665 00 ' �+Mt L. a+iv ya,�w (' r 1A <^iy^'6 ` i. ' .. } trY� • trF'. to $ a = ` ; ',2 `x � � r i 'm =4x>S. Rrn S', i ,F r`Re"'srr Ya' .( W �° - y fi . ti b' i ..^1a,..+",,, w Yy'k - hF 1"i F.9� '.i�r'� 4d.��t'r.r-'."'E, '�, - - Ta��� T'�-v;.i l- �Z. '^ if,--���t.yy �',Y'r• w�' `y-� -� K-.� ^""`T-�..L` '�1' hC' ce' F '' ~ 11 r Y _. t �,,.r'" b * 1' 5 � % � Y 5ti Y1i % `�4 Z'�^'"ch+�'� "� ca'isti-V�2„r '-; r.:,' ,.tL� <.r0. r,. ! _. u t dn yt t F� �5*�,..r �. � � � ��i"`� �s , �..,Y� , 2 w' < �, vut'%�"F 4�'v.. r+�, ',% Y r r .�^,..₹ }� A1� } "' ,. I`..T S wx -Srtit�{otal �i �/1d0{lJt�, .f...,r .-,ry, ,`� �pUtk��'� � �K ti�sartl ',k�i�lll{. mrs it, - 14.M72. A4 x 7 t^� }' � f� Vii` '�`,; � 4` a`-9 v n�. _' _+S'� �Jed ( - ,%,, Y�}..�,A�ii � �.1�C,.I�.J NY -'�,,, ,r=-. Mtx o , r� � Tridiribi catei -ir-, 6; «.:. ,' , S?,,,, .J..- n.v,,,,, , -.� + mot. "��_ _a � s ,. r ,s` ,, L_,`, r i l4'- t, , '.6 .Y Shure SLX04D Wireless Microphone Receiver 3 S587 86 $1,763 56 Shure SLXD2/SM58 w/ Handheld Microphone 4 $196 61 5786 45 Shure SD1D1 w/ Bodypack Transmitter 2 515709 $314 1a Shure MX153 w/ Headworn Microphone 2 5178 83 5357 66 Shure SBC203 w/ Charger 6 $99 79 5598 73 Shure SB903 w/ Batteries 3 537 54 5112 63 Shure UA864US Wireless Microphone Antenna 2 $33493 566986 Shure UA844+SWB Wireless Microphone Antenna Splitter 1 5424 84 $424 84 Shure MXA920 Beamformmg Ceiling Microphone 4 $3 113 19 512 452 75 Biamp TesiraForte DAN VT Digital Signal Processor 1 52 688 40 52 688 40 Crestron AMP X300 Type 1 Power Amplifier 2 $448 80 $897 60 Crestron SAROS ICBT W -T EACH Loudspeaker Type 1 Flush Ceiling 16 $168.30 52,692 80 Williams AV IR M3 Assistive Listening Transmitter 2 $1933 36 $3 866 72 Williams AV IDP 008 w/ Notificaiton Signage 2 516 90 533 80 Williams AV IR E4 Assistive Listening Remote Antenna 2 $39884 $797 68 Williams AV WIR RX22 4N w/ Assistive Listing Receivers 8 $172 38 $1379 04 Williams AV HED 024 w/ Headphones B 517 58 $140 61 Williams AV NKL 008 w/ Neck Loop 4 550 02 $20010 Williams AV BAT 026 2 w/ Battery 8 $13 52 510816 Williams AV CHG 3512 w/ Charger 1 5473 20 $473 20 Atlas M5 12CE Microphone Stands 4 $47 73 S190 90 Atlas PB2IXEB Microphone Booms 4 $6814 5272 56 Crestron OM NVX 360 Video Transceiver Type 1 2 51 16178 52 323 56 Crestron DM NVX 363 Video Transceiver Type SA w/ Dante 2 $1413 72 52 827 44 Crestron DM NVX E30 Video Transceiver Type 2 Encoder Only 6 $729 30 54 375 80 Crestron DM NVX-D30 Video Transceiver Type 3 Decoder Only 6 $729 30 54 375 BO Crestron IV CAM 112 B PTZ Camera telephoto zoom wl Intelligent Framin 2 S2 550 00 55 100 00 Crestron Chief IVA CMT BRKTJ 16 B CMS491 w/ Ceiling J Mount w/ Ceiling Box w/ Fan 2 2 511016 $269 57 $220 32 $539 14 Crestron IV CAM 112-B PTZ Camera Wide Zoom 2 52 550 00 55 100 00 Crestron IV CAM' UMB B w/ Shelf Mount 2 $102 00 $204 00 Chief CMS491 w/ Ceiling Box w/ Fan 2 $269 57 653914 Crestron 1 HD CONY USB 300 AV Bridge 4 $504 90 52,019 60 (Existing) Epson Projector Type 1 (Existing) 1 $0 00 $0 00 (Existing) (Existing) w/ Mount I SO 00 $0 00 (Existing) Da Lite (Existing) Projection Screen 1 SO 00 SO 00 Crestron CP4N Control System 1 51 570 80 $1 570 80 Crestron TSW 1070 B -S Wall Touchscreen 2 S1 555 50 $3 11100 Crestron TSW UMB 70 w/ Retrofit Bracket 2 522 44 544 88 Cisco 09300 24P -M 48 Port POE+ Network Switch 1 $4 048 77 $4 048 77 Commscope 760207282 / CPP-UDDM M -2U 48 Network Patch Panel $ 594 12 $9412 Commscope 7602377771 UN1600 BK w/ Modular Jacks 48 5681 532698 Middle Atlantic DWR-35-26 Equipment Rack 1 S104108 51 041 08 Middle Atlantic Complete w/ with locking door, fan kit blank panels vent panels side panels and all required hardware 1 $0 00 $0 00 Middle Atlantic FD 35 35 RU Solid Front Door for DWR and EWR Racks 1 $218 92 $218 92 Middle Atlantic DW RSR 6 FK 440 CFM Fan Kit for DWR or SR Rack 26 or 32 Deep 1 $193 44 $193 44 Middle Atlantic PDX 920R Power Distribution 1 $216 89 $216 89 Middle Atlantic UPS 515004 UPS 1 $724 32 $724 32 ITI ITI MISC Cables, connectors and miscellaneous hardware 1 SO 00 50 00 L Yraioingtntt Hardware Subtotal + ' $70,43525 ITI Consulting Consulting 1 50 00 50 00 ITI Drafting Drafting 1 $800 00 $800 00 Ill Engineering Engineering 1 $1 200 00 51 200 00 ITI Installation Installaton 1 $13,413 00 $13 413 00 ITI Programming Programming 1 $9 750 00 $9 750 00 ITI Project Management Project Management 1 51,600 00 51 600 00 Ill Commissioning/Tuning Commissioning/Tuning 1 51,20050 5120000 ITI Staging Staging 1 SO 00 $0 00 ITI Service Call Service Call 1 SO 00 SO 00 ITI Staff Augmentation Staff Augmentation 1 $0 00 SO 00 ITI Professional Services On site support 8 hours 1 $0 00 $0 00 ITI Maintenance Agreement Maintenance Agreement Per Bid Spec (RA 2 hr Phone 24 hrs onsite) price per year extendable up to 5 years at no cost increase 1 $4 840 00 $4,840 00 - - - -- Training Gnu, Subtotal + $34.809 00 P r r w 'r�-� - ' t'` .. ,. a _- . '' 'Y Y �Y t * u ',°„ �� = �rr� «'iY ^, ,i i '2 � �i�~�' < -. _ ,.- n ,-;It'C',..,':, 1nMFY wS_ ` t �.s >o. ' .'c,`.s . 3'.. �� w°�"r � r te' sTtiinfna G_`;t� V,„.,:, -tar ' 103,14425 "t' ,' ,� _ ```- 44_!,?:' �.. Jill. ___� - -.1 -- :_4 Shure CILXD4 Single Wireless Microphone Receiver Existing 3 $0 00 50 00 Shure SU(D2/5M58 w/ Handheld Microphone 2 $196 61 $393 22 Shure SLXD1 w/ Bodypack Transmitter 1 5157 09 5157 09 Shure MX153 w/ Headworn Microphone 1 $178.83 S178.83 Shure SBC2O3 w/ Charger 2 599.79 S199.58 Shure S89008 Battery 3 583.20 5249.60 Shure 44,w/ UA864US Wireless Microphone Antenna 2 5334.93 S669 86 Shure UA844+SWB Wireless Microphone Antenna Splitter 1 50.00 S0 00 Shure MXA920 Beamforming Ceiling Microphone 2 53,113.19 $6,226.38 $2,688.40 Biamp TesiraForte DAN VT Digital Signal Processor 1 52,688.40 Crestron AMP X300 Type 1 Power Amplifier 1 S448.80 5448.80 Crestron SAROS IC8T-W-T-EACH Loudspeaker, Type 1. Flush Ceiling 8 $168.30 $1,346.40 Williams AV IR M1 Assistive Listening Transmitter 1 $1,933.36 51.933.36 Williams AV IDP 008 w/ Notificaiton Signage 1 S16.90 $16.90 Williams AV IR E4 Assistive Listening Remote Antenna 1 S398.84 S398.841 5689 52 Williams AV WIR RX22-4N w/ Assistive Listing Receivers 4 5112.38 Williams AV RED 024 w/ Headphones 4 S17.58 $70 30 Williams AV NKL 008 w/ Neck Loop 2 550.02 $100.051 $54 08 Williams AV BAT 026-2 w/ Battery 4 4 513.52 Williams AV CHG 3512 !w/ Charger 1 5473.20, $473.20 Atlas MS-12CE Microphone Stands s 2 547.73 $95.45 Atlas PB21XEB Microphone Booms 2 $68.14_ 51,161.78 S136.28, 52,323.56 Crestron DM-NVX-36O Video Transceiver, Type 1 2 Crestron DM-NVX-363 Video Transceiver, Type 1A. w/ Dante 1 S1,413.72 S1.413.72 Crestron DM-NVX E30 Video Transceiver, Type 2, Encoder Oily s 4 5729.30 52,917 20 Crestron DM-NVX-D30 Video Transceiver, Type 3, Decoder Cniy 4 S729.30 $2,917.20 Crestron IV -CAM -I12-3 PTZ Camera, telephoto zoom, w/ Intelligent Frarnin 1 $2,550.00 $2,550.00 Crestron IVA-CMT-BRKTJ-1B-B w/ Ceiling J -Mount 1 5110.16 5110.16 Chief CMS491 Sw/ Ceiling Box w/ Fan 1 5269.57 $269.57 Crestron IV -CAM -112-B 1 1 $2,550.00 $2,550.00I1 PTZ Camera, Wide Zoom Crestron IV-CAMA-UMB-B w/ Shelf Mount 1 $102.00 5102 00 Chief CMS491 �w/ Ceiling Box w/ Fan 1 $26937 S269.57 Crestron HD-CONV-USB-300 AV Bridge 2 $504.90 51,009.80 Epson (Existing) Projector, Type 1 (Existing) 1 s 50.00 50.00 (Existing) (Existing) w/ Mount 1 50.00 50.00 Da-Lite (Existing) (Existing) Projection Screen 1 S0.00 $0.00 Epson V11HA79020 Powerlite 750F is discontinuted and new model is spec'd - Powerlite 770F Projector 1 S2,116 54 S2,116.54 Epson V12HA06A05 ELPMB62 Projector Mount 1 $97.76 $97 76 Draper 54204TV Projection Screen 1 50.00 $0.00 Crestron RMC-4 Control System 1 $561.00 $561.00 Crestron TSW-1070-B S Wall Touchscreen 2 51,555.50 S3.111.00 Crestron TSW-UMB- /0 w/ Retrofit Bracket 2 $22.44 S44.88 Cisco C9300 -24P -M 24 -Port POE+ Network Switch s 1 5.048 77 $4,048.77 Cornmscope 760207282 / CPP-UDDM- M -2U-48 Network Patch Pane: 1 594.12 594 12 Commscope 760237777 I UNJo00-BK w/ Modular Jacks 48 - $6.81_ $326.98 Middle Atlanta: DWR 35 26 Equipment Rack 1 $1041 08 $1 041 08 Middle Atlantic Complete w/ with locking door fan kit blank panels vent panels, side panels and all required hardware 1 $0 00 $0 00 Middle Atlantic FD 35 35 RU Solid Front Door for DWR and EWR Racks 1 $218 92 $218 92 Middle Atlantic DWRSR 6 FK 440 CFM Fan KR for DWR or SR Rack, 26 or 32 . Deep 1 5193 44 $193 44 Middle Atlantic PDX 920R Power Distribution 1 $216 89 $216 89 Middle Atlantic UPS-S15o0R UPS 1 $724 32 5724 32 ITI M-MISC Cables connectors and miscellaneous hardware 1 $0 00 50 00 Hat60112E dviare _SuBbotal $45,754 62 t ITI Consulting Consulting 1 $0 00 50 00 RI Drafting Drafting 1 5800 00 5800 00 Rl Engineer, Engineering 1 51,200 00 $1,200 00 RI Installation Installation 1 57,890 00 $7,89000 ITI Programming Programming 1 56,500 00 $6,50000 RI Project Management Project Management 1 51 600 00 $1,600 00 RI Comm001001ng/Tunmg Commissioning/Tuning 1 01,200 00 01,200 00 RI Staging Staging 1 $0 00 $0 00 ITI Service Call Service Call 1 $0 00 $0 00 ITI Staff Augmentation Staff Augmentation 1 50 00 50 00 RI Professional Services On site support 8 hours 1 $0 00 $0 00 ITI Maintenance Agreement Maintenance Agreement Per Bid Spec (SLA 2 hr Phone 24 his onsite), price per year extendable up to 5 years at no cost increase 1 $4 840 00 $4,840 00 ,, — -60112E Servicesn`,4, $34,690.00 < .;,', ,,,,- i7 r1,1,..,`,4,1 7P% -' ,- ,:..'.+fv4 ` :::;,, `_,. t', .:h,. 411,, ,:,,,,T±e i To 7—,,, ar +vim' - c �* Rv��r..k • �`� ` r12t70$ J8[IYFivJI1L 4 $9160402 ! +1/aN,VG 1 ,.T ..,a--,--_,-,,,,1,,,, W .,__ �..-,,, ..,T)a112W._ - __ ` ^'- 1 _s ,_,,,a,,,,,,—,._,_,_,— - _.',,-.1 ----t-_.;,— $ __ __ Shure SUM4D Wireless Microphone Receiver 5 $0 00 50 00 Shure SLX04D Wireless Microphone Receiver 1 $587 86 $587 86 Shure Shure SLXD4 SLXD2/5M58 Single Wireless Microphone Recewer w/ Handheld Microphone 2 8 $31517 5.6 61 $630 34 51 572 90 Shure 5LXD1 w/ Bodypack Transmitter 4 515709 $62837 Shure MX153 w/ Headwom Microphone 4 5178 83 5715 31 Shure SBC203 w/ Charger 6 599 79 5598 73 Shure SB903 w/ Batteries 12 $37 54 5450 53 Shure UA864U5 Wireless Microphone Antenna 6 $334 93 52 009 59 Shure UA844+5WB Wireless Microphone AntennaSplltter 3 $42484 $127452 Shure MX.20 Beamformmg Ceiling Microphone 8 53 113 19 $24 905 50 Biamp TesvaForte Server I/O Digital Signal Processor 1 54,233 84 $4 233 84 Biamp As Required Per Plan w/ I/O Cards 00 00 $0 00 Q5C CX302V Existing Amplifier 2 50 00 $0 00 Atlas FAP Series Loudspeaker Existing 1 I SO 00 50 00 Williams AV IR M1 Assistive Listening Transmitter 4 I $1933 36 57,733 44 Williams AV IDP 008 w/ Notificai ton SSgnage 4 516 90 567 60 Williams AV IRE4 Assistive Listening Remote Antenna 4 539884 51 595 36 Williams AV W IR 6022 4N w/ Assistiv4 Listing Receivers 16 5172 38 52 758 08 Williams AV HED 024 w/ Headphones 16 $17 58 S28L22 Williams AV NKL 008 w/ Neck Loop 8 550 02 $40019 Williams AV BAT 0262 w/Battery 16 $1352 $21632 Williams AV CHG 3512 w/ Charger 2 $473 20 $946 40 Atlas MS 12CE Microphone Stands 8 $47 73 $381.80 Atlas I P821XEB Microphone Booms 8 46814 $54513 Crestron DM NVX 360 Video Transceiver Type 1 4 $1,16178 54 647 12 Crestron DM NVX 363 Video Transceiver Type 1A w/ Dante 4 51 413 72 55 654 88 Crestron OM NVX E30 Video Transceiver Type 2 Encoder Only 12 5729 30 58 75160 Crestron DM NVX D30 Video Transceiver Type 3 Decoder Only 12 5729 30 58 751 60 Crestron IV CAM 112-8 PTZ Camera telephoto zoom w/ Intelligent Framin 2 52,550 00 $5 100 00 Crestron IVA CMT-800$ 1B B w/ Ceiling 1 Mount 2 $11016 $220 32 Chief CM5491 w/ Ceiling Box w/ Fan 2 5269 57 $53914 Crestron IV CAM I12-8 717 Camera Wide Zoom 2 $2 550 00 $1,100 00 Crestron IV CAMA UMB B w/ Shelf Mount 2 $102 DO $204 00 Chief CM5491 w/ Ceding Box w/ Fan 2 $269 57 5539 14 Crestron HD -CONY USB 300 AV Bridge 8 5504 90 54 039 20 Epson (Existing) Projector Type 1(Existing) 4 Sa 00 50 00 (Existing) (Existing) w/ Mount 4 50 00 50 00 Da Lite (Existing) (Existing) Projection Screen 4 50 DO $0 00 (Existing) (Existing) Existing Flat P8081 Dis01a1 6 50 00 $0 00 Crestron CP4N Control System 1 $1,570 80 $1 570 80 Crestron TSW 1070 B 5 Wall Touchscreen 4 51 555 50 56 222 00 Crestron TSW UMB 70 w/ Retrofit Bracket 4 522 44 $89 76 Cisco C9300 24P M 48 Port POE+ Network Switch 2 $4,048 77 $e 09754 Commscope 760207282 / CPP UDDM- M -2U 48 Network Patch Panel 1 $9412 $94 12 Commscope 7602377771 UN160086 w/ Modular Jacks 48 $681 $32698 Middle Atlantic BGR 4532 Equipment Rack 1 51 064 28 $1 064 28 Middle Atlantic Complete w/ with locking door, fan kit blank panels vent panels, side panels, and ail required hardware 1 $0 00 $0 00 Middle Atlantic Middle Atlantic 85PN 45 32 VBK BGR 45 RU Side Panels for 32 Inch Deep BGR Racks Vent Blocker Ka for BGR Series 1 1 5574 60 519 76 $574 60 519 76 Middle Atlantic BGR-552FT FC 552 CFM Fan Top with Controller far BGR Series 1 $474 24 5474 24 Middle Atlantic CBS-BGR Caster Base for BGR Series 1 $156 52 5156 52 Middle Aaant¢ BFD 45 45 RU Solid Front Door for BGR Racks 1 $226 20 5226 20 Middle Atlantic PDX 920R Power Distribution 1 5216 89 $216 89 Middle Atlantic UPS 51500R UPS 1 572432 572432 ITI iTI-MISC Cables, connectors, and miscellaneous hardware 1 50.00 50.30 Jail 2W $115,938.04 Hardware Subtotal ITI hConsulting Consulting 1 50.00 $0.00 ITI Drafting Drafting 1 S1,600 00 51,600.00 ITI Engineering Engineering 1 52,400.00 52,400.00 ITI Installation installation 1 S29,193.00, 529.193.00 ITI Programming Programming 1 514,625.00 $14,625.00 ITI Project Management Project Management 1 S3,200.00 S3,200.00 ITI Commissioning/Tuning Commissioning/Tuning 1 $2,400.00 52,400.00 ITI Staging Staging 1 $0.00 50.00 ITI Service Call Service Cali 1 SO 00 $0.00 ITI Staff Augmentation Staff Augmentation 1 S0.00 50.001 ITI Professional Services On site support 8 hours 1 50.00 30.00 ITI Maintenance Agreement Maintenance Agreement Per Bid Spec (SEA 2 hr Phone 14 hrs onsite), price per year extendable up to S years at no cost increase 1 34,840.00 54,840.00 hail 2W Services Subtotal $58,258,00 lall2W $174,196.04 — — -- _ a TCITAI Hardware Subtotal $528,948.27 Services Subtotal $237,.846.00 Shipping & Handling — — la- — __ 10 - TOTAL $566,794.27 - - - Customer is responsible for shipping costs - Ownership and risk of loss will transfer to customer at customer delivery point. - Sales tax will be charged when applicable. - Pricing is valid for 30 days from quote date and is subject to change thereafter. - Due to changing situations with C0VID-19, component shortages, and unprecedented shipping delays internationally, average hardware lead time is now 8-12 weeks. Every effort will be made to expedite processing to assist in timelier deliveries. - Products may be returned in accordance with the manufacturer's RMA policy. Addendum # 1 Bid Request Number B2400128 Audio Video Equipment Upgrade 1. Currently Reads: General Services — Invitation for Bid (IFB) - Schedule B — Scope of Work — Project Scope Line 1 Building Address 1. Human Services C — 315 N. 11th Ave. Greeley, CO Schedule D - Bid Form - Lump Sum Pricing — Facility Human Resources C Change: General Services — Invitation for Bid (IFB) - Schedule B — Scope of Work — Project Scope Line 1 Building Address 1. Human Services B — 315 N. 11 t" Ave. Greeley, CO - Schedule D — Bid Form -- Lump Sum Pricing — Facility - Human Services B 2. Currently Reads: Document Included in this Bid Package: No attachment 4 is included. Change: Document Included in this Bid Package: Attachment 4 — Weld County Project Documents. 3. Currently Reads: Questions and Answers Change: 1. Question: Is Crestron equipment and programming the only acceptable control system or would you accept equivalent Q-SYS control systems? Answer: Crestron is the only acceptable control system for this project. 2. Question: We would like to substitute a Netgear AV -rated network switch for the Cisco AV -rated switch. Answer The Cisco AV -rated switch is the only acceptable network switch for this project No other alternates will be acceptable 3 Question Is Crestron equipment and programming the only acceptable control system or would you accept equivalent Q-SYS control systems? Answer Crestron is the only acceptable control system for this project 4 Question Is alternate equipment acceptable as long as quality and functionality are preserved? Answer See 274116 1 3 F 4 for substitution procedures All alternate equipment is subject to approval by the Owner and Consultant 5 Question Has the existing OFE lines in the consultant -provided spreadsheet been verified for full functionality and use case? Answer OFE equipment was in -use in working conference rooms during the project's design site visits The AV Contactor shall assume equipment is functional during the bid process Any discrepancies found in the field shall be reported to the Owner with an RFI 6 Question Upon bid award and contract execution (October 21st), what is the estimated timeline for the schedule found in the consultant Bid Specs Attachment A under 3 3, A'? Answer Estimated timeline is to be determined based on material lead times and installation durations The contractor will need to provide the estimated timeline for the schedule parameters identified in Attachment 1 — Audiovisual Systems Specifications Section 3 3, A 7 Question Could you please provide a list that associates each sheet with the correct site address'? For example, Human Service C — 315 N 11th Ave, Greeley, CO, is not linked to any of the sheets in the list below Answer Reference Addendum Item #1 General Services — Invitation for Bid — Schedule B and D Changes listed above 8 Question Human Service C is also not associated with the list from the AV Systems Spec document provided below suWwARY A PROJECT OVERVIEW I Rcplum nsofoutingaudiostwat.strntsmLtryeconfiraroeroom,atsescrt(7).u.5 throughout Weld County The meet + tnam a to prostds a consistent htyir quality in - room and conferenerng =paten= Building Names 8 Room Name Human Resources B Large Classroom Southwest Service Center a Mating Room Weld County Administration Budding a OEMI Tmrmng Room Shommg Ruingc a Drvtatble Roam A I) Classroom 22 2) Classroom') b Duvtsrblc Room B I) Classroom 24 2) Classroom 2a Ttnuung Crntcr a Dtnstbk Room A I) Tuvmng Room 1 2) Tmrmng Room 2 1:12 Fast Tmrmng Roam r lad War a Briefing Roam b Conference Rouen c ivisible Roam A g9 D11 Conference 21 Conference Zag9 B Answer Reference Addendum Item #1 General Services — Invitation for Bid — Schedule B and D Changes listed above 9 Question We would like to clarify the request in Schedule B — Scope of Work, Qualification Criteria, for proponents to provide ideas or suggestions on how we can set and meet schedules Answer Contractor to provide a list or suggestions such as a list of building priorities, equipment procurement timeline, a detailed schedule for each location, or suggestions on how to maintain schedule milestone 10 Question Is Weld County seeking fully featured schedules, or for proponents to share insight into their scheduling process? Answer Fully featured schedules 11 Question Are the room PCs going to be general purpose PCs or will they have Microsoft teams rooms or zoom rooms on them? Answer These will be general purpose PCs and have a standard instance of Microsoft Teams on them The design intent is that the rooms are not certified Teams Rooms 12 Question For the cable box, are you wanting them to be a video source to the TV'? This is in OEM/training room Answer Yes, Video Source 13 Question For the cameras are you wanting them to track the presenter as they walk around, or do you want the cameras to have presets'? Answer The rear presenter -facing camera is intended to track the presenter as they walk around The front room -facing cameras are not specified to track 14 Question With the AV network being on the IT network Do they have a PTP master clock already'? Answer The AV network will not be on the County Network We would like to have the function of having the AV network on the County Network in the future 15 Question Have they allocated an IP range for all of the AV network equipment to be on, or do we need to bring in our own routers to make the AV network separate from the rest of the IT network'? Answer Equipment IP ranges will be coordinated with the Owner's IT department during the submittal process See 274116 1 1 F 2 h 16 Question Does Weld County have a preferred electrical contracting resource for any work requiring a licensed electrical contractor'? Answer No, The AV contractor can use any licensed electrical contractor 17 Question Please confirm whether or not items listed as "existing" for each room in attachment 3 are OFE and can be omitted from the equipment quote Answer Yes, all items listed as existing is OFE I 18 Question Does the AV rack (BGR-4532) need to be secured to the floor? Answer The rack does not need to be mechanically fastened to the floor but shall not be mounted on a caster base 19 Question Are transmitter units (Shure and Williams AV) going to live in AV racks or stored separately? Answer Transmitter units are to be stored separately as most racks are not in rooms accessible to general users Rooms have existing lecterns with storage compartments Coordinate exact locations with the Owner during portable equipment handover at the end of the project 20 Question Based on the size and scope of the project, will there be staged payouts for equipment purchasing'? I Answer Yes, the successful bidder is to be provide monthly pay applications I 21 Question Does every facility have dock height delivery available? Answer No, none of the facilities have dock height delivery available I 22 Question The equipment schedule on drawings differs from Attachment 3 - Equipment schedule Please confirm the camera part numbers for CAM01 and CAM02 Reference drawing TA -101 — TA -107 A Answer The drawings are correct O I Front, audience facing camera (CAM02) I o Crestron IV -CAM -P12 -W (PTZ, wide, non -tracking) • I Rear, presenter facing camera (CAM01) o Crestron IV -CAM -I20 -W (PTZ, telephoto, presenter tracking) 23 Question Is Cisco the required switch manufacturer, or can we use a Neatgear M4250 AV series? Reference drawing TA -601 — TA 607 Answer The Cisco AV -rated switch is the only acceptable network switch for this project No other alternates will be acceptable 24 Question Assistive listening system is ListenTech on the drawings and Williams on the equipment schedule, what is the preference'? Reference drawing TA -101 — TA 107 A I Answer The equipment schedule is correct, Williams IR is the basis -of -design Listen:IR may be submitted as a substitute Please note that a different wiring scheme is required for Listen and should be taken into consideration if proposing a substitution 25 Question Will the county provide the NUC PC PLUS the keyboard & mouse or does the AVC need to provide these items? Answer The PC will be owner furnished and contractor installed The keyboard and mouse will be provided and installed by the AVC 26 Question Are garbage receptacles containers onsite, or is it the AVC responsibility to provide? Answer This is the AVC's responsibility 27 Question Will the county allow devices that provide remote access to the AV equipment for diagnosis and repair? Answer No 28 Question Is Crestron equipment and programming the only acceptable control system or would you accept equivalent Q-SYS control systems? Answer Crestron is the only acceptable control system for this project 29 Question Is alternate equipment acceptable as long as quality and functionality are preserved? Answer See 274116 1 3 F 4 for substitution procedures All alternate equipment is subject to approval by the Owner and Consultant 30 Question Has all 0FE equipment listed in the Equipment Schedule been tested for full functionality? Answer OFE equipment was in -use in working conference rooms during the project's design site visits The AV Contactor shall assume equipment is functional during the bid process Any discrepancies found in the field shall be reported to the Owner with an RFI 31 Question Can you provide any documentation of the make and model or photos of the OFE lighting dimmer rack in each space? Answer Weld County Training Center is controlled by NLight Lighting Controls with an Eclipse Controller 32 Question Assuming Q-SYS is an approved substitution, the specified Crestron pendant speakers are 8", but Q-SYS only offers up to a 6 5" pendant speaker option Is an 8" pendant required, or are the 6 5" speakers approved? Answer Crestron is the only acceptable control system for this project See 274116 1 3 F 4 for substitution procedures for pendant speakers All alternate equipment is subject to approval by the Owner and Consultant 33 Question (1) IV -CAM -I12 -B is listed as a PTZ camera with a telephoto zoom with/ intelligent framing Later in the spec, the same part number is listed, but the description lists the model as a wide -zoom camera Which is correct? Answer See Question #22 34 Question Q-SYS-brand auto -tracking PTZ cameras require a non -perpetual license (renewed yearly) We feel this is an ineffective use of funds and request approval of PTZOptics SimplTrack3 as a substitute for all Crestron tracking PTZ cameras I Answer See Question #4 35 Question Four OFE projectors and screens are installed in the Shooting Range Classrooms Please provide the make and model of projectors and screens for an accurate programming quote Answer The projectors are Viewsonic LS831 WU 4500 Lumen WUXGA and screens are Draper 254204TY 36 Question Two OFE projectors and screens are installed in the Training Center Please provide the make and model of projectors and screens for an accurate programming quote Answer Alex — The Projectors are Epson, PowerLite 750F Full HD 1080p Ultra ThrowLaser Projectors with Draper 254204TY Screens ) 37 Question Two OFE displays and four OFE projectors and screens are installed in Jail 2W Please provide the make and model of projectors and screens for an accurate programming quote I Answer Existing projectors at the Jail 2W are Viewsonic LS830 Projection screens are fixed wall mounted screens with no control Existing displays are Insignia consumer models, assume IR control via the NVX decoder's IR port Add (1) Crestron IPR2 per Jail 2W existing LCD display I 38 Question Commscope 7504 CAT6 non -shielded plenum cable is specified Can this be substituted for a shielded CAT6 plenum cable? The model in question would be Windy', City Wire CAT6SP-BLU (black, white, and orange jackets are available if required) Answer Cabling requirements are Weld County standards, no substitutions will be accepted 39 Question Shooting Range - Large Classroom What are the programming requirements for dividing this classroom? Which room is intended to be the primary? Will operators be required to combine/divide the space manually? Which devices are activated/deactivated upon division/combining of the room, if any'? Answer The rooms will be manually combined/divided The general intent is that only one set of cameras will be available in each room when combined, but that both sets of video inputs, ceiling microphones and wireless microphones are available as sources when combined The primary room will be selected by the Owner during the touchscreen UI development process required by 274116 2 2 3 c 40 Question Shooting Range - Small Classroom What are the programming requirements for dividing this classroom'? Which room is intended to be the primary'? Will operators be required to combine/divide the space manually'? Which devices are activated/deactivated upon division/combining of the room, if any'? Answer See question #39 41 Question Jail 2W Conference Room 2-589 What are the programming requirements for dividing this conference room'? Which room is intended to be the primary'? Will operators be required to combine/divide the space manually'? Which devices are activated/deactivated upon division/combining of the room, if any'? Answer See question #39 42 Question Training Center What are the programming requirements for dividing Training Rooms 1 & 2? Which room is intended to be the primary'? Will operators be required to combine/divide the space manually'? Which devices are activated/deactivated upon division/combining of the room, if any'? Answer See question #39 43 Question What are the frequency bands used by the OFE wireless microphone systems within each space'? Answer QLXD systems in the SW Training Center are G50 SLXD in the jail are systems are G58 44 Question Headset microphones listed in the BOM can be ordered in any combination of the following colors Tan, Cocoa, and Black Does the client have a preference'? Answer This will be determined in the submittal process after the project has been contracted to the successful bidder 45. Question: Upon bid award and contract execution (October 21st), what is the estimated timeline for the schedule found in the consultant Bid Specs Attachment A under 3.3, A? Answer: Contractor is to provide an estimated timeline per the IFB. This will be the basis of the overall schedule of the project. 46. Question: Equipment list for Southwest Service Center Meeting Room and Jail 2E indicate existing Shure QLXD4 wireless microphone receivers but list Shure SLXD transmitters to be priced. These are not compatible systems. Understanding that those microphone transmitters are essentially being priced as a contingency in the event the existing transmitters are not found, should QLXD transmitters be priced in lieu of the SLXD models indicated for those rooms? Answer: Confirmed, price QLXD transmitters for QLXD systems. 47. Equipment List on Attachment 3 and Attachment 2 do not match. For instance, Attachment 3 List for Human Resources Bldg B Large Classroom calls for WilliamsAV Assistive Listening devices while the Attachment 2 Equipment Schedule on TA -101 calls for a Listen Technologies device. Also Cameras are specified different between the equipment lists. Which Equipment list should take precedence? Answer: See responses to questions 22 & 24 Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: ITI Systems 09/16/2024 Date of Signature Signature: i f Name: Peter Hogan Title: Director of Strategic Initiatives September 16, 2024 Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 General Services - Invitation for Bid (IFB) Cover Sheet Bid Number: Title: Issue Date: P re -Bid Meeting: P re -Bid Location: Questions Due: Questions email: Bid Due Date: Bid Delivery: For additional information: IFB Schedules B2400128 Audio Visual Equipment Upgrades August 22. 2024 S eptember 3. 2024, at 10:00 AM 1105 H Street Greeley, CO 80631 September 10, 2024, by 5:00 PM bidsweld.gov S eptember 17. 2024 by 10:00am Purchasing's Clock P referred email to bidsweld.gov or hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 bids@weld.gov Documents Included in this Bid Package Schedule A: Bid Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E. Insurance Schedule F: Weld County Contract IFB Attachments Attachment 1 — Audiovisual Systems Specifications Attachment 2 — Drawings Attachment 3 — Equipment Schedule Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments 1 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 5 Project Overview 5 Method of Procurement 5 Pricing Method 5 Project Scope 5 General Minimum Requirements _ 5 Qualification Criteria .... 7 Schedule C — Project Schedule 9 Schedule D - Bid Form 10 Bid Submittal Instructions 10 Fees 10 Attestation 11 Schedule E — Insurance 12 Insurance 12 Insurance Mailing Information 13 Schedule F - Weld County Contract 14 Contractual Obligations 14 Weld County Standard Contract 14 Solicitation # B2400128 Page 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld Courty, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Audio Visual Equipment Upgrades at 7 Locations A Mandatory pre -bid conference will be held on September 3, 2024 at 10:00 am at the Weld Facilities Building located at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: September 17, 2024 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on September 17, 2024 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 208 393 474# Bid Advertisement You can find information concerning this request 01 the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bids(aweld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president. secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the Solicitation # B2400128 Page 3 word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail. and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein. failure to do so will be at the bidders risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that. in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation # B2400128 Page 4 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a turn -key lump sum project for a vendor to provide Audio Visual Equipment Upgrades. Method of Procurement Tlnn pe text here Invitation for Bid (IFB): I FB : is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB the contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs. in which case the proposals shall include itemized costs. Project Scope The scope of this project is to upgrade Audio -Visual Equipment at seven (7) locations. General Minimum Requirements 1. The scope of this project is for the complete procurement and installation of audio-visual equipment for Weld County's specified locations listed below and in attachment 2. Building Addresses 1. Human Service C — 315 N. 11 to Ave. Greeley, CO 2. Southwest Service Center — 4209 WCR 24 1/2, Longmont CO 3. Weld County Admin (OEM / Training) 1150 0 Street Greeley, CO 4. Shooting Range — 58336 CR 23 Carr, CO 5. Training Center — 1104 H Street Greeley, CO 6. Jail 2 -- East — 2110 O Street Greeley, CO 7. Jail 2 — West - 2110 0 Street Greeley, CO 2. This will include all scopes outlined in the prcvided documents, as well as all other associated scopes needed to complete a full audiovisual system at these locations. 3. Project documents and specifications have been provided per the following attachment to this bid 4. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents :hat have been provided during this bid request per the attachment outlined above. 5. It is the contractor's responsibility at the time of bid to ensure all project specifications and requirements have been considered and included in their bid submission. 6. This is a turnkey project which include but not limited to audiovisual equipment procurement and installation, electrical work, commissioning, and servicing after equipment is installed. Turnkey pricing is to be based off the scope identified below and Attachment 1,2, and 3. Solicitation # B2400128 Page 5 7. All equipment and materials shall be submitted and approved prior to ordering. The County Project Manager / Design Engineer is to review and approval all materials prior to material procurement. 8. Work during business hours will be acceptable. These facilities are operational 24/7. The contractor will be required to provide uninterrupted flow to the County's operations. The contractor is to minimize any disruptive work and the County reserves the right to shut down any work that is deemed disruptive to the facility operations or clients. The County Project Manager will provide access for each building. 9. Any work being performed in these facilities needs to be coordinated two weeks prior to commencement. 10. Contractor to provide fire caulking or foam for all fire rated penetrations. A detailed submittal of all penetrations is to be provided to the owner/engineer for review and approval. All other non -fire rate penetrations to have a weather tight seal. 11.A State licensed electrician is required for all electrical work. 12. Contractor is responsible for all commissioning, training, and demonstrations according to the specifications in Attachment 1 and Equipment Schedule in Attachment 3. 13. All materials and equipment incorporated into the project shall be new unless noted otherwise. The Contractor shall transport and safeguard all materials and equipment required for construction. 14. Audiovisual equipment shall be installed according to manufacturer's specifications per Attachment 1. 15. Contractor is required to provide Crestron room controllers per Attachment 1. The County will not except any other control system. All materials as submitted as alternates must be approved by the County prior to ordering. 16. Contractor to provide a sequence of operations for each room per the specifications in Attachment 1 and drawings in Attachment 2. 17. Contractor to coordinate all parking and staging of equipment prior to starting onsite. 18. Contractor is required to provide the service agreement and warranty as specified in the specifications in Attachment 1. 19. Contractor to provide weekly progress updates, submittal tracking, material procurement lead times, and RFI logs. These documents are to be provided at each weekly meeting. 20. Bidders must meet the minimum bidder qualifications as outlined in the specifications in Attachment 1. 21. Contractor is required to drywall repairs, texture, and paint all areas disturbed due to equipment installation or cabling for all work being performed in accordance to Attachment 2 22. The County reserves the right to salvage any old equipment not specified on the plans (Attachment 2). 23. Contractor to provide pricing per building per the below Schedule D — Bid Form. 24. All submittals will be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 25. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 26. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 27. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or Solicitation # B2400128 Page 6 responses from any other source will not be permitted If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 28 All damages to building structure and finishes shall be repaired to original condition as a part of this contract 29 Contractor is responsible for all private and public locates 30 Project will be permitted through Weld County Fees for Weld County Building Permit will be waived Any other fees associated with this project will be paid for by the contractor Contractor is responsible for the coordination and scheduling of all inspections that are required The contractor will be responsible for having a qualified representative on site for any inspection j 31 All electrical work will be done by a qualified State licensed electrician 32 Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost Any damages occurred will be the contractor's responsibility to repair or replace 33 All lifting and hoisting equipment shall be provided by the contractor as needed 34 Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements 35 No bid bond is required for this project 36 Bids over $50,000 will require a payment (100%) and performance (100%) bond Performance and payment bonds must be submitted using an AIA-A312 bond form Other bond forms will not be accepted 37 Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project 38 All trash and debris to be properly disposed of offsite Due to the space constraints of this project this will need to be done on a regular basis At no time will debris be allowed to accumulate 39 Weld County is a tax-exempt entity 40 Davis -Bacon and Buy American requirements are NOT required 41 Contractor will be required to enter intoa standard Weld County contract for this service A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing! upon request Schedule C - Project Schedule Qualification Criteria The following items will be used to determine; qualifications of bidders and must be included with your submittal , Failure to include these items will result in a non -responsive bid I 1 Bidder shall clearly identify the bidder's methodology for organizing and managing this project to ensure it will be delivered on -time and within budget 2 Provide qualifications of your firm and! staff proposed to perform the work on this project, demonstrating the experience and ability necessary to perform the Scope of Work described in this Schedule B t 3 Provide a list of critical issues the Bidder considers to be of most importance 4 Provide ideas or suggestions on how,your firm can set and meet schedules 5 Provide the methods for determining scope and work hours associated with location 6 Provide a list of any similar projects completed within the last five (5) years, along with references involving key staff proposed Ito work on this project As part of the reference check Solicitation # B2400128 Page 7 process, the County may choose to contact one or more of the listed projects/agencies and/or request copies of the plans and documentation completed Solicitation # 82400128 Page 8 Schedule C - Project Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project Completion August 22 2024 August 22 2024 September 3, 2024 September 101 2024 September 17, 2024 October 7, 2024 October 21, 2024 July 1, 2025 Solicitation # B2400128 Page 9 Schedule D - Bid Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00am on September 17, 2024: 1) Schedule B- Scope of Work 2) Schedule D — Bid Form 3) W9, if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below: Lump Sum Price Item r Price FACILITY Human Resources C $ 91,128.00 Southwest Service Center $ 64,229.48 1150 O Street (OEM / Training Room) $116,927.64 Shooting Range $ 147,287.24 Training Center $103,241.25 Jail 2 — East 69,784.62 $ Jail 2 — West $174,196.04 Lump Sum Total $ 766,794.27 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2400128. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms Solicitation # B2400128 Page 10 and conditions of the solicitation as established by Weld County. 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Attestation Item Entry Company Name: ITI Systems Address: 10101 Bacon Drive, Suite K, Beltsville, MD 20705 Phone (855) 855-4484 Email: sales@itisys-ems.com FEIN/Federal Tax ID #: 20-8388881 CONTRACTOR Name: Peter Hogan Title: Director of Strategic Initiatives 09/16/2024 Date of Signature Solicitation # B2400128 Page 11 Schedule E - Insurance Insurance 1. The Contractor shall furnish a certificate of insurance for commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contractor has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance. a. Commercial General Liability Insurance: to include products liability, completed operations, contractual, broad form property damage, and personal injury. Each Occurrence General Aggregate $1,000,000 $2,000,000 b. Comprehensive Automobile Liability Insurance: to include all motor vehicles owned, hired, leased, or borrowed. Bodily Injury/Property Damage $1,000,000 (each accident) Personal Injury Protection Per Colorado Statutes c. Workers' Compensation Insurance: Per Colorado Statutes d. Professional Liability Insurance*: to include coverage for damages or claims for damages arising out of the rendering, or failure to render, any professional services. Each Occurrence $1.000,000 *This insurance requirement applies only to Contractors who are performing services under this Agreement as professionals licensed under the laws of the State of Colorado, such as physicians, lawyers, engineers, nurses, mental health providers, and any other licensed professionals. 2. The Contractor's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government as an "additional insured" and shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses resulting from the actions or negligence of the Contractor. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Solicitation # B2400128 Page 12 c. Any and all deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contractor. 3. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contractor shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. a. Upon failure of the Contractor to furnish; deliver, and maintain such insurance as provided herein, this Agreement/Contract. at the election of the County, may be immediately declared suspended, discontinued, or terminated. b. Failure of the Contractor to obtain and/or maintain any required insurance shall not relieve the Contractor from any liability under the Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contractor concerning indemnification. c. Contractor shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updated/changes to coverage, extensions, renewals, etc. 4. If the Contractor is a Joint Venture, then the respective parties thereto are each individually held fully responsible for completion of the project according to the terms of this Agreement. The parties thereto also have joint and several liabilities to the County for any liquidated damages assessed or for performance bond claims against the Joint Venture. The performance bond and all insurance required by this Agreement shall set forth the identity of each party to the Joint Venture. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Alex Engelbert Email: aengelbert@weld.gov Telephone: 970-400-2043 Mail: Weld County Facilities Department ATTN: Alex Engelbert PO Box 758 Greeley, CO 80632 Solicitation # B2400128 Page 13 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete tbrovisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time, but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT]. hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: Solicitation # 82400128 Page 14 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement, and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work. and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or Solicitation # B2400128 Page 15 expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits. Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall Solicitation #B2400128 Page 16 not impair or prejudice any right or remedy available to County with respect to such breach or default Nolassent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of, or payment for, the Work completed under this Agreement, shall not be construed as a waiver of any of the County's nghts under this Agreement or under the law generally 11 Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period For all coverages, Contractor's insurer shall waive subrogation rights against County 'Noes of Insurance. Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment The policy shall contain a waiver of subrogation against the County This requirement -shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work Such policy shall include minimum limits as follows $1,000,000 each occurrence, $1,000,000 general aggregate, $1,000,000 Personal injury $5,000, Medical payment per person Automobile Liability Insurance Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion County may require Contractor to provide a certificate of insurance naming Weld County, its elected officials, and its employees as an additional named insured Subcontractor Insurance Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein Contractor agrees to provide proof of insurance for all such subcontractors upon request by_the County No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contractor shall maintain, at its own Solicitation # B2400128 Page 17 expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement 12 Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees,, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement 13 Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder Such consent may be granted or denied at the sole and absolute discretion of County 14 Examination of Records To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement Contractor agrees to maintain these documents for three years from the date of the last payment received 15 Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions 16 Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances a) personal service by a reputable courier service requiring signature for receipt, or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract, or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party, or Either party may change its notice address(es) by written notice to the other Notice may be sent to TO CONTRACTOR Solicitation # B2400128 Page 18 N ame: Position: Address: Address: E-mail: P hone: TO COUNTY: N ame: Position: Address: Address: E-mail: Phone: 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation. laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge; no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 22. Survival of Termination. The obligations of the parties under this Agreement that by their n ature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 23. Severability. if any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and e nforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities. rights, benefits, Solicitation # B2400128 Page 19 protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq , as applicable now or hereafter amended 25 No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only 26 Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee 27 Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 28 Public Contracts for Services. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien Contractor shall comply with reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law If Contractor fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages Except where exempted by federal law and except as provided in C R S § 24-76 5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any Solicitation # B2400128 Page 20 individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 29. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement. the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 30. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Title: Date of Signature WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board [Insert Name], Chair BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Solicitation # B2400128 Page 21 ITT SYSTEMS Exhibit B Resources and Resumes Audio Visual Systems Installation Weld County, CO: B2400128 Audio Visual Equipment Upgrades September 16, 2024 PRESENTED BY Peter Hogan, Director of Strategic initiatives TECHNICAL PROJECT MANAGER RESUME Name of Personnel: Adam Weiner CTS -D Title: Principal Years with Firm: 17 Country/City of Residency: USA, Washington DC Education/Qualifications: • 1998-2001 George Mason University o Majored in Philosophy with a focus on Classical Logic o Nation Honor Society o Deans List • Holds current lnfocomm CTS -D certification Employment Record: • Founded ITI in 2005; previously founded and later sold his ownership interest in Audio Assurance, LLC (www.audioassurance.com). • 2002 -Present - FOH mixer and production manager for the following artists and events o Will Downing o Stephanie Mills o Layla Hathaway o Phil Perry George Benson o 2008 Presidential inauguration (Barack Obama) o Made in America Festival (Philadelphia, Jay -Z, Pearl Jam) o Coachella 2017 o Playboy Jazz Festival 2013 o Kaskade 2015 o Capitol Jazz Festival Experience: IFC AUDITORIUM REFRESH PROJECT 2017 IFC World Bank Group • Responsible for management and delivery of all aspects of a $700,000 AV refresh project for the IFC in its Flagship Auditorium at 2121 Pennsylvania Ave. • Responsible for the coordination of multiple trades and technical resources to ensure project delivery including low voltage, network engineering, AV engineering AV Refresh Georgetown University 2013 - Ongoing Georgetown University o Responsible for management and delivery of all aspects of a mull -year $3M AV refresh project for the Georgetown University Law Center in 30 classrooms, multiple meeting spaces, halls and auditoria o Responsible for the coordination of multiple trades and technical resources to ensure project delivery including electrical, low voltage, network engineering, AV engineering Georgetown University Projects o School of Business interactive classroom o School of business Lohrfink Auditorium o Law Center, 38 classroom and 8 lecture halls, greenfield AV refresh project a Medical Center interactive conference space First Data Corporation 2015 - Ongoing Global Command Center and JSOC AV Refresh Acted as the program manager responsible for all aspects of the projects including audiovisual engineering, implementation, and consulting services for many First Data facilities throughout the United States totaling over $3M in hardware and services The projects included conference facilities in New York, security operations facilities in New Jersey, and global operations in Omaha Coordinated extensively with First Data teams to ensure that the technology integrated into each space fit the needs of the organization and the users of those systems Coordinated all activities of a large team of engineers, installers and technical resources to ensure smooth delivery in coordination with construction First Data Projects o Global1Operations Center - Omaha, NE 101 Hudson (JSOC)- Jersey City, NJ Conference and Executive Conference Rooms - Denver, CO o 225 Liberty Conference Facilities - New York, NY © LIC Divisible Meeting Room - Atlanta, GA Acoustical Consultation for MTA Light Rail Station Public Address System Integration / February 2012 MTA, Baltimore MD a Acted as a key acoustics consultant to the prime contractor to adjust audio system DSP and electro-acoustic performance to meet or exceed NFPA-72 requirement for speech intelligibility for public address systems (STIPA) o Performed in depth analysis and reprogramming of the BSS Soundweb London Network o Aided the prime in adjusting system configuration to produce code compliant intelligibility throughout the MTA's network of light rail stations ® Specified and oversaw the testing procedure used to verify speech intelligibility in the field FIELD ENGINEER/INSTALLATION LEAD RESUME Jed Hannman A/V Engineer • TS cleared • infoComm CTS-l/D, Security+ Employment History Innovative Transducer Implementation LLC - Washington, DC / January 2006 - Present Senior A/V Engineer / Technician Responsible for directing all operational, engineering and technical integration efforts. Notable Projects Nationwide VIC system integration Comcast Corp. - Ongoing Comcast HQ and regional locations • Responsible for management and delivery of high -end VIC system integration using Cisco codec, Clear -one DSPs, Crestron controller and Extron devices over 30 Comcast MSNBC Universal Studio locations nationwide, over 300 VTC rooms. • Including Design, installation and management of AV system integrated with Cisco (X5000 series / SX series systems in conference rooms. Large scale IP streaming -based AV infrastructure installation Guardian Life Insurance - 2016 Guardian Life Bethlehem NRO • Main engineering and delivery manager for $4.4M AV system integration using SVSI, QSYS, Crestron and Cisco to equip 104 AV enabled spaces throughout the new Bethlehem regional office. • Any input to any output facility wide enterprise routing capability was delivered while completing the second largest SVSI system integration in North America. • 2 Video walls were included in the scope of the project. Large scale IP streaming -based video wall installation First Data Corporation 2015 - Ongoing FirstData Corp ® Responsible for management and delivery of $2M 50' x 12' video wall project for the First Data Corp. Data Center in Omaha, NE • Programming, installation and management of over 35 Christie Phoenix nodes, large scale AMX control systems integration Professional Certifications e Infocomm CTS -I • QSYS Level 2 o Symetrix Certified DSP Programmer • Harman Certified Networked AV Associate I Design (HCNA-D) BSS London Architect Level 1 a Polycom Voice and Video/Technical • Crestron DMC-E SYSTEM ENGINEER RESUME Name of Personnel: John Pierce, CTS Title: Senior Account Executive Years with Firm:1 Country/City of Residency: USA, Washington DC Education/Qualifications: • 2001-2005 The George Washington University Political Science & Sociology • Holds current AVIXA CTS certification AV Designer, Engineer, Operations, and Account Management John has over 20 years supporting the AV industry from system design, operation, sales, engineering, and coordination of large-scale systems. John started in the industry as a front of house audio engineer and has spent countless hours mixing live performances, theater events, and programming lighting shows. John transitioned into the integration side of the A/V industry fifteen years ago and has designed and managed hundreds of projects in various environments from arenas to lecture halls. John holds a dual degree in Political Science and Sociology from The George Washington University, in Washington. D.C. He lives in Frederick, Maryland, with his wife and three children. Select Relevant Experience The State Department — Washington, D.C. AV Integration, Discussion and Speech Interpretation Systems SEKO Logistics - Chicago, Illinois. Headquarters UC Collaboration, Conferencing System Design NBC Universal - New York, New York. SIM Labs, Conference Room, UC and Conferencing System Designs Naval Support Activity Thurmont — Thurmont, Maryland. Audio System Design, Conferencing PROJECT MANAGER RESUME Name of Personnel: Jordan Hatcher, CTS -D, CTS-{ Title: Project Manager / Field Engineer Years with Firm: 1 Country/City of Residency: USA, Centreville, VA EducationLQualifications: I ifications: • DOD TS Clearance • AVIXA CTS -D • AVIXA CTS -I • CompTIA Security + • Crestron DMC-D-4K • Crestron DMC-E-4K • Crestron CTI-P101 Foundations of Programming • Extron XTP-T • Extron A/V Associates • QSC O-SYS Level 2 Employment History AV Engineer, 01/2O21 - 08/2022 AVIT Systems Inc., Lorton, VA Working with clients to determine needs and formulate audio visual system designs. Completing site evaluations to determine client requirements and design specifications. Preparation of engineering analysis for projects, to include initial system design through various phases of engineering review to final system design, calculations, and integration documentation. Interpret and prepare blueprints, schematic drawings, and technical construction specifications. Manage engineering project schedule, propose changes to project, material selection and overall project costs. Creation of AV system drawings including line diagrams, facility floor plans, elevations, sections, panel details, rack elevations, and all other drawings required for successful project completion and coordination. Create a final bill of materials for fir al system design. Project Manager, 07/2O19 -12/2020 Corbett Technology Solutions Inc., Chantilly, VA Responsible for planning, implementing and overseeing all activities concerned with the development, and installation of AV systems. Overseeing work of technicians, engineers, and programmers on various phases of the project and addressing issues that arise. Coordinating and communicating with various internal departments, management, general contractors, and clients to ensure successful project completion. Managing staff performance, training, task and responsibilities. Forecasting monthly labor and materials. Managing medium to multi -million dollar AV installs for commercial and government clients Lead AV Technician, 05/2015 - 07/2019 Corbett Technology Solutions Inc , Chantilly, VA Onsite project management, installation, and commissioning of medium and large AV systems Coordinating with clients and construction trades to meet deadlines and deliver a quality product Identifying challenges and using technical knowledge and experience to implement solutions Communicating vision and scope of project to team members and planning daily tasks and objectives Lead AV Technician, 02/2013 - 05/2O15 Trinity Video Communications, Sterling, VA Onsite project management, installation, rack fabrication, and commissioning of medium and large AV systems Kamel M. Geagea 1941 Twin Sun Circle Commerce Township, MI 48390 (248 730-5844 cam@backstagem coin TECHNICAL SKILLS SUMMARY; Over 25 years' experience in managing major broadcast and audio\visual projects and leading major project systems, design and integration Comprehensive, in-depth experience in developing technical solutions and conceptual Engineering design specifications that meet customer requirements Experience in managing budgets, timelines, and project engineering teams (Union & Non Union) in order to successfully execute the overall project plan Kinetic light programming — LSM, Mosaic, Pharos, Butler programming of light shows, DMX pixel mapping, DMX over Ethernet • Dimming Systems programming and commissioning — ETC, Lutron, Crestron Audio Programming — BSS, BiAmp, Mediamatrix, Polycom SoundStructure, Extras, QSC • Control Systems — Crestron, Control4, Extron o VTC Systems — Polycom, Cisco, Zoom, Skype o Comprehensive problem resolution tracking and troubleshooting • Experience with but not limited to Zendesk, Centnfy, Google for Business, Microsoft Active Directory, Jira, OneLogin, Teamviewer, Confluence, Airwatch, Windows 7, 8, 10, Server 2012, Office 2010, 2016, Office 365 Slack, Jira, PowerBi INDIVIDUAL SKILLS & ACHIEVEMENTS: • Possesses an impeccable reputation for integrity and dependability • Strong and determined work ethic motivated by meeting client goals and achieving client satisfaction • Quickly and clearly navigates through complex issues to achieve results • Passion and talent for increasing motivation in others • Enthusiastic, well -organized decision -maker, able to analyze a problem and visualize alternative solutions O 2005 Recognized as one of the top audio engineers in Europe (AES) • Fluent in Arabic (Speak Only) FESSXONAL EXPERIIER`SCE: ITI Systems, Beltsville, MD 11/19 - Curl ent Senior Director of Field Engineering Overall responsibility and ownership for the design and implementation of all field AV & IT enterprise architecture and associated strategy A key objective with the enterprise architecture is to drive simplification and standardization across the application and infrastructure portfolio Responsible for collaborating with the business on emerging challenges and opportunities, the market on emerging technologies and solutions, and establishing and maintaining the enterprise architecture and associated business decisions including the strategy and planning for applications, platforms, infrastructure, network, security, audio/visual and data architecture This includes the establishment of a governance process which ensures adherence to these architectures and enables the organization to make informed business decisions when choosing solutions and technologies for implementation at end user facilities Ally Financial, Detroit, MI 12/15 —11/19 Network Engineer II Design, commission, program and support all video conferencmg and audio/video equipment at Ally sites across the country Including lifecycle management, video production, Polycom core, BlueJeans, Zoom, WebEx soft clients and endpoints Programming and commissioning of Crestron, Biamp, Extron, BSS, Polycom, Cisco, etc Design and commissioning of interactive video walls with custom content AVI Systems, Farmington Hills, MI 3/15 —12/15 Control Systems Programmer Systems programmer of Crestron, BSS, Biamp, Polycom, Telepresence, etc Design Audio\Video, lighting and control systems for various projects Project work will include Audio/Video design, network design, design planning and design specifications well as proposal support and product development IDS (Integrated Design Solutions), Troy, MI 2/14 - 3/15 Senior Technology Design Engineer Design Audio\Video, lighting and control systems for various projects Project work will include Audio/Video design, network design, design planning and design specifications well as proposal support, team leadership, and product development Primary Responsibilities a Make product selections, complete integration testing with other cabling components, document designs, and make adjustments based on changing requirements Review requirements and specifications developed by others and render comment and recommendations as part of a formal consultant peer review process Work on a diverse team to design medium to large cabling infrastructure which encompass many component layers Serve as a technical expert for team members to reference, as a liaison with equipment manufacturers for product logistics and improvements, and m a resource for customers in the design of complex solutions Research, evaluate, and recommend new tools and technologies Asked to assume the role of the Technology BIM administrator ILLUMINATING CONCEPTS, Farmington Hill's, MI 10/11 — 2/14 Senior Designer SDI (Systems Development and Integration) Work with architects designing in CAD Audio, Video and Lighting (Kinetic, Dimming and Theatrical) systems for Hotels, Malls, Casinos, etc Worked on design projects from Schematic phase through As Baths Also responsible for commissioning and turn -ups Some projects include Revel - Atlantic City, Maryland Live, — Hannover Maryland, Brooklyn Bowl — Las Vegas Nevada MOTOR CITY CASINO, Detroit, MI 5/08 —10/11 Manager of Audio Visual Operations/Production Manager Promoted to Manager of department within first year of employment Responsibilities included, Managing 12 Technicians, 3 Shift Supervisors, payroll, productivity reports, labor analysis, interview/hiring new staff members Responsible for entire casino floor, which was known to be the most complex sound (BSS), lights (Color Kinetics), Video (VikinX) system installed in a permanent environment Above the casino responsibilities included a 400 room hotel, banquet facility, 2000 seat theater, mega club, restaurants, live broadcast Radio Bar, Live stage, etc Received Chairman's Leadership award for second quarter of 2010 Reported directly to the VP/CIO MOTOR CITY CASINO, Detroit, MI 3/07 — 5/08 Audio Visual Technician Level II Charged with maintaining video, lights and sound throughout the casino Apply technical expertise and experience to the set-up, troubleshooting, repair and maintenance of lighting, sound and video equipment to assure overall results consistent with management objectives Respond to cnsis situations where flexibility, ability to react quickly exercising clear thinking and prompt action has prevented issues from becoming catastrophic problems to special events and operations BACKSTAGE MANAGEMENT, Detroit, MI/Jounieh, Lebanon 4/95 — 3/07 Chief Engineer & Technical Operations Director Led and managed all aspects of audio visual information services for large national and international client base Exercised supervisory responsibility for sound set-ups, installations and repairs for multiple productions Simultaneously serve as Sound Manager charged with all lighting and sound design PSI PRODUCTIONS, Southfield, MI 7/03 — 3/07 Senior Audio Visual Engineer and Technical Manager Was hired as an Audio Technician and quickly advanced to the Senior Audio Visual Engineer and Manager of all Technical Operations Overseeing all installations, supervised technicians and laborers in installation and repair functions, providing direction, expertise and motivation to assure completion of projects on -time and in a quality manner BEST BUY, Novi, MI 6/04 —10/05 Best Buy Biz Specialist, Home Theatre Expert, Sales Manager, Care Plus Trainer Responsible for managing 200 stores, providing employee orientation, direction and motivation to optimize performance Facilitated staff meetings As Best Buy Biz Specialist, interacted with key business and institution'decision-makers presenting electronics and audio/visual products E !`UCATION: Notre Dame University (NDU), Zouk Lebanon - Acoustic Engineering with a Minor in Broadcast Telecommunications (2003) P OFESSION I.. CERTIFICATIONS: © Crestron — NVX — 2018 o Crestro — NVX-N -2019 ® Crestron — DMC-D-4K - 2014 a Crestron — DMC-D - 2013 a Crestron — CTS 101, 201, Fusion, Simple graphics, Studio — 2012 o Infocomm — CTS - 2012 (Started the process of acquiring CTS -D) o ETC (Electronic Theater Controls) Certified Technician — 2012 o Imaginrt — AutoCAD certification - 2011 o Dale Calrnegie, Novi Michigan - Effective Communications & Human Relations/Skills For Success 2010 O Dale Carnegie, Novi Michigan — Leadership training for Managers 2011 ® Certified Rigger - Operating Engineers, Detroit Michigan 2009 a BSS (Brooks Siren Systems), Sandy Utah - Level 1 and Level 2 programmer/installer 2011 a HtghEnd Systems, Austin Texas - Fixture repair specialist 2010 6 Q -Sys Level 1 - 2016 RG NU TIOfi1S A `'1 1 AFFILIATIONS I • Audio Engineering Society (2004 — Present) • Crestron Certified Programmer • InfoComm CTS (Certified Technology Specialist) • Kool Connect Hospitality certified integrator • Network Electronics Certified (Nevion) • Certified Rigger • Color Kinetics programmer, installer • ETC Advanced programmers group RECOMMENDATIONS "Kamel will do whatever it takes to get the job done and done well." Bruce Dail. CEO. MotorCity Casino "I have worked with Kamel directly and indirectly in the past, and he has proven to be able to take down barriers and make things happen. He knows how to manage his business. He brings a creative excitement to the shows, and is the guy you want in your corner to get the job done right - the first time." John Feghali. General Motors "I worked briefly with Kamel in putting on the 2010 Mashable Social Media Day Detroit. This project was done on a very short timeline and required extreme organization. In this time Kamel was helpful. responsive and awesome to work with in general. I hope to work with him more in the future." Nicole Williams-Yelland. Social Networking Coordinator. Detroit Red Wings "Kamel Geagea is a true leader. With all of the responsibility his department had on their back Kamel showed true leadership by not letting the pressure get to him which is a good reflection for his staff. The reason why the department worked so well is based off of Kamel's way to handle project's and/or daily routines in a fast, timely and professional manner. Starting as a Tech and moving as fast as he did to be the AV Manager just shows you how dedicated he is to the job and how hard he truly works. Over the years I have seen many people come & go because they could not handle the fact that we are a 24/7 365 day's a year operation, but Kamel showed no fear and proved everyday that he was in the right position." Jason Cortez IT Hardware Technician, MotorCity Casino Hotel '`I have worked with Kamel for the past 5 years. Kamel was my direct manager for the past 3 and was very good as manager here at MotorCity Casino. He has worked side by side with the whole AV department on numerous occasions and is a great organizer and leader." David Shank, AV Supervisor, MotorCity Casino- 'Kamel is an excellent coworker who is personable, dependable and knowledgeable in the area of Audio Visual work. I have observed him as a manager and his communication skills and work ethic is fantastic." Debra West. Accounting -Audit, MotorCity Casino "I have worked with Kamel since 2007. He has always been hard working and dedicated to making projects happen. He has the skills and drive to complete any project he is given. He manages projects well and makes sure things are completed on time and on budget. He is a great person to work with and learn from as well. I would highly recommend Kamel for any job as he gives his all to anything he does." Martin LaCombe, AV Tech level III, MotorCity Casino "Kamel is always the first to jump into a project and get things done. His knowledge is second to none. and when presented with challenges, can be counted on to find a solution quickly and effectively. Kamer also has the experience to develop cutting edge solutions for original implementations." Chad Burke, Audio Visual Technician, Firekeepers Casino "Kamel consistently demonstrates a strong work ethic and dedication to the success of the organization. His knowledge and expertise are unmatched by anyone I have worked with in the industry and his drive to succeed is a benchmark to which we all should strive for. He is highly respected by his peers and superiors and is often thought of as an expert in his field by competitors and colleagues alike. Well organized, diligent in achieving success beyond measure and always accessible are a few qualities tiat make Kamel stand out about the rest in his field." Sydney Schiller Nicholson Corporate Sales Manager, MotorCity Casino- Hotel 'Kamel is devoted to his job and raises the bar for professionalism. He has the ability to accomplish goals in a timely manner and is strategic when it comes to problem solving. Amina Bell: Accountant, MotorCity Casino Hotel "Kamel is a exceptional coworker. He is always ready to help with any task. He will teach you anything if you choose too. I would work with him anytime again because work is much more fun and interesting when working with Kamel. I highly recommend him as a Manager position for any company because he will make a major difference in any company." Sabine Perez. Players Club Clerk MotorCity Casino "I've worked with Kamel for a number of years first when he was an AV tech then when he became manager of the AV suite. Kamel is the brightest technical guy in the business and the go to guy when everyone else has failed. I would HIGHLY recommend him as your first choice for a technical manager. [SEP,Sincerely, r‘SEp;Paul Lochirco ipEntertainment Mgr. MotorCity Casino Hotel" Paul Lochirco, Enterrtainment Manager, MotorCity Casino "Kamel is a very detail oriented, hard working individual. Hands down has been the most knowledgeable person have ever worked with and to this day use his expertise when stuck in a problem. I wish him the best in his endeavors and hope that one day the economy will allow us to reunite professionally." Tedy Geagea, BackStage Management REFERENCES David Nehra CIO MotorCity Casino, dnehra@mccemail.com(313) 550-2920 Gregg Solomon CEO MotorCity Casino, gsolomon@mccemail.com (313) 702-2600 Michael Shulman Executive Director, Illuminating Concepts, michaels@illuminatingconcepts.com (248) 478-2525 Aaron Campbell Regional Vice President, AVI Systems, aaron.campbelk@avisystems.com (248) 219-4334 Michael Lorincz Director Ally Bank, michael.lorinez@ally.com aIly.coln (313) 407-8295 ITI SYSTEM fit :'1 Mar ? Mar 9 Ma- 16 Mar 77 Mat 30 Aran APT t 1 Zf WT F S SMTWTF S S }•1 TWT F S SMI W T F i S M T W T F S S U T W i F ?. 5 AT TWIFSSMT i'/ t F SSMIWT i` MIWIFS Aav27 n 1 n staga►fln Drv.cr'neia a+1on Di“ley frvS atcn PI :arairParting 6 GoiominucmnQ Co:dld Byrom Prngranon rg Raugr n Page 1 of 2 Me 2 W T it s s w t w T s s Ye 0 taw lb tibr ?J Me 3Q m r9 1ctis *orA. APP. UT M T F S S V T ve r p s s si T •i T r a s M T W T F i S M T W f F S S U T W T i $ 5 Y T_ W T F S tV t 'if t p S :tLlnq CAP.,:ec 7i ..: Opp Mount trivia 4Lon+ Instafisti m In sig aeon t?..sap i•etakston a -.7nnng S Goitre,. town crest. Spasm Procr]irrrseq • Rants Y1 Going °taro-. istra Oer•ra. Y1/41 In akin wUnl In%1o* 4ion Device IIakitat Orspaay 1itf ateun Progttnlreng 4 Comm ss+or ng Centro'system P►ocramm,ng �•-�� t (tamps in Cis; Demers Walk (*nos Alit_ t.. • Ma.nt Instil Ittlan Device 'nslda`ar Display treat -t ton Ptogremorg j aorerttslrfl. Cored Syarm Proq•amtung Ryx.;h in C OM Ovine %13* De,r•s 4 • - %`S Installation Mount Insta itt Oev ce Ineli4eUor. D.%play Instalufion ,;'z Poop ei r*r S Commss:oninc Cots Srtern Prngramnnng Oriling Devon Wall pep Mount Insti.allon Inseieion Once Instal -San Oih.plsy hrstliauon Prug/arneerg & Commisv, coring crews System Hrograrrming Pic Cks« ACtrAtioS SycIem Accepanate Tt ar% Training statf and loc.rnenta+.on -1 Project Cow Project Close Co mini Prgect Mane; P+omen Qt+e+e Page 2 of 2 *� ®Give Form ' (Rev October2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification It. Go to www rrs gov/FormW9 for instructions and the latest information Form to the requester Do not send to the IRS 1 Name (as shown on your income tax return) Name Is required on this line, do not leave this line blank Innovative Transducer Implementation LLC 2 Business name/disregarded entity name if different from above ITI Systems , , m o p c c c 3 Check appropnate box for federal tax classification of the person whose name is entered on line 1 Check only one of the following seven boxes ❑ Individualhoie proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate single -member LLC 0 Lamited liability company Enter the tax classification (C=C corporation S=S corporation P=Partnership) b S Note Check the appropriate box In the line above for the tax classification of the single -member owner Do not check LLC if the LLC ib classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is LLC that 4 Exemptions (codes apply only to certain entities, not individuals, see instructions on page 3) Exempt payee code (if any) Exemption from FATCA reporting code ( f any) — tE another LLC that is not disregarded from the owner for U S federal tax purposes Otherwise, asingl-member Is disregarded from the owner should check the appropnate box for the tax classification of its owner ❑ Other (see instructions)© fA Omto accounts rtumfarned outs,* Me U S 1 (n 5 Address (number, street and apt or suite no ) See instructions 10101 Bacon Drive, Ste K Requester's name and address (optional) 6 City, state, and ZIP code Beltsville, MD 20705 7 List account number(s) here (optional) L BAN Taxpayer Identification Number (TIN) -------- Enter your TIN in the appropriate box The TIN provided must match the name giver on tine 1 to avoid backup withholding For individuals, this is generally your social security number (SSN) However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later For other entities, it is your employer identification number (EIN) If you do not have a number, see Now to get a TIN, later Note If the account is in more than one name, see the instructions for line 1 Also see What Name and Number To Give the Requester for guidelines on whose number to enter or Employer identification number 2 0 8 3 8 8 8 8 .Part,l I) Certification Under penalties of perjury,,I certify that 1 The number shown on the form is my correct taxpayer identification number (or I am waiting fora number to be issued to me), and 2 I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3 I am a U S citizen or other U S person (defined below), and 4 The FATCA code(s) entered on this form (If any) indicating that I am exempt from FATCA reporting is correct Certification instructions You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return For real estate transactions, item 2 does not apply For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, uou are not recurred to sign the certification, but you must provide your correct TIN See the instructions for Part II, later Sign 1 signature of Here u S person is Date P 01/01/2024 General Instructions Section references are to the Internal Revenue Code unless otherwise noted Future developments For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www Irs gov/FomrW9 Purpose of Form) An individual or entity (Form W-9 requester) who is required to file an information return with the IIRS must obtain your correct taxpayer identification number (TIN),which may be your social security number (SSN), individual taxpayer identification number (FIN), adoption taxpayer identification number (ATIN), or employer Identification number (PIN), to report on an information retum the amount paid to you, or other amount reportable on an information return Examples of information returns include, but are not limited to, the following • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you area U S person (including a resident alien), to provide your correct TIN If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding See What is backup withholding, later Cat No 102310 Form W -g (Rev 10-2018) ITI SYSTEMS 18181 Bacon Drive Suite K 855 885 4484 Beltsville ND 28785 www itisystems co To Alex liEngelbert Facilities Project Manager Weld County Government 1301 North 17th Avenue, Greeley, CO 80631 1 Mr Engelbert cD We, the undersigned, hereby offer to supply the good and services required for B2400128 Audio Visual Equipment Upgrades in accordance with your Invitation to Bid dated August 22, 2024 We are submitting our bid, which includes a Technical Offer and a Financial Offer We declare that a) All the information and statements made in this Bid are true and we accept that any misrepresentation contained in it may lead to our disqualification b) Our bid complies with all requirements defined in the bid documents We confirm that we have read, understood, and herby fully accept all terms and conditions of this IFB, including and not limited to the technical requirements We agree to abide by this bid for 60 days We undertake, if our bid is accepted, to initiate the supply of good and provision of services not later than the date indicated in the Project Schedule We fully understand and recognize that Weld County is not bound to accept this bid, that we will bear all costs associated with its preparation and submission, and that Weld County will in no case be responsible or liable for those costs Yours sincerely, Peter Hogan, Director of Strategic Initiatives ITI SYSTEMS Weld County, CO: B2400128 Audio Visual Equipment Upgrades PRESENTED BY Peter Hogan, Director of Strategic Initiatives Table of Contents 1. Introduction/Executive Summary 2 2. Applicant Profile 3 1. Business Identification Information 3 2. Contact Information 4 3. Business Background 4 3. Project Understanding 5 4. Statement of Qualifications 9 1. Relevant Experience 9 2 Team Resumes 13 1. Introduction/Executive Summary Weld County, Colorado is seeking audiovisual equipment upgrades at the following facilities: 1. Human Service B — 315 N. 11th Ave. Greeley, CO 2. Southwest Service Center — 4209 WCR 24 1/2, Longmont CO 3. Weld County Admin (OEM / Training) — 1150 O Street Greeley, CO 4. Shooting Range — 58336 CR 23 Carr, CO 5. Training Center — 1104 H Street Greeley, CO 6. Jail 2 — East — 2110 O Street Greeley, CO 7. Jail 2 — West - 2110 0 Street Greeley, CO The rooms being upgraded consist of a mix of classrooms, meeting rooms, training rooms, divisible conference rooms, and briefing rooms. All rooms utilize Crestron control system and Cisco network switch infrastructure, and the AV network will exist as a closed loop separate from the county network. The audio systems will consist of beamform microphones, wireless microphone receivers with handheld and bodypack transmitters, a digital signal processor, power amplifier, ceiling loudspeakers, and assisted listening system. The video systems will feature BYOD functionality, a NUC PC system for Microsoft Teams meetings, camera switching capability with presenter tracking and auto -switching, video switching, and a short throw projector and screen (or LCD monitor if insufficient space available). Page 12 For the divisible rooms across locations, room combining for audio and matrix switching for video is required. For the OEM/Training room, video and audio capability will be sharable with the events room, and side video monitors will be provided in each room for display of CATV. The Jail 2 West and Jail 2 East rooms will have matrixed video switching capability for their video displays, whether existing or provided by the integrator. The expectation is that the deliverables for this initiative will be turnkey audiovisual solutions. The following are critical issues that we consider to successful project delivery of a turnkey solution: • Assessment of existing power and data drop infrastructure within each room at each facility, and comparison thereof to drawing documentation furnished by the County. Disparities between what is show in documentation and what exists on site greatly affect the ability to complete projects on time and on budget. Because the County opted to only show one out of the ten rooms during the pre -bid conference , this is the most significant variable for this project. • Access control and minimization of disruptions for 24/7 facilities, especially in a scenario where additional electrical work or cable pulls need to be completed due to the previously mentioned critical issue. • Clear communication between ITI Systems and Weld County about project status and outstanding RFIs, especially in light of the two week coordination time lag indicated in the solicitation. 2. Applicant Profile 1. Business Identification Information Business Name: Innovative Transducer Implementation LLC, DBA ITI Systems Headquarters: 10101 Bacon Drive, Suite K, Beltsville, MD 207O5 Colorado Address: 3065 Center Green Dr, Boulder, CO 80301 Business Telephone: (855) 805-4484 Website Address: https://www.itisystems.com FEIN: 20-8388881 Pagel 3 2. Contact Information Primary Contact: Peter Hogan Job Title: Director of Strategic Initiatives Telephone: (855) 805-4484 x113 Email Address: peter.hogan@itisystems.com 3. Business Background IT1 Systems is a Maryland -based LLC founded in 2007 by Adam Weiner that delivers turnkey audiovisual systems across the continental United States. The company specializes in large scale LED video wall deployment, multilayer AV-over-IP network streaming solutions, and Unified Communications as a Service (UCaaS). The company has delivered over $140 million in audiovisual equipment and services across education, healthcare, NGO, government, and enterprise corporate verticals, including for several Fortune 500 companies. ITI is a dealer for over 70 brands of audiovisual equipment including manufacturers of LED video walls, commercial displays, loudspeakers, matrix switchers, digital signal processors, amplifiers, and various components and accessories. These partnerships allow ITI to offer products and solutions to meet every use case and budget without sacrificing quality. ITI Systems' mission is to guarantee customers derive value from their investments in technology for their workplaces, whether that be for teleconferencing, public address, presentations, or live performance. These technologies facilitate the communications that make business and the arts flourish, and to that end ITI is committed to delivering quality systems and building trust with customers so that they can accomplish their goals. The company maintains a six -to -one ratio of technical resources to sales and back -of -house employees, meaning that the vast majority of employees are intimately familiar with the technology being sold and the supply chain. Team members' technical proficiency gives ITI an edge against competitors in being ready to tackle system requirements, answer questions, and train end users on best practices for extending the lifespan of the systems they are buying. The company's engineers and technicians have over 200 years worth of combined experience in the field, which is critical to delivering turnkey solutions all the way from design conception to post -installation service and maintenance. Page 14 3. Project Understanding ITI Systems will provide Weld County with all the materials, equipment, wiring, termination, labor and services necessary to have fully functional presentation AV systems and video conferencing systems as specified and shown in the project drawings. ITI will implement PMI standard project management methodology in the execution of the project outlined in Bid B2400128. Upon award our project management team will promptly coordinate a kickoff meeting to review scheduling requirements, project understanding, risks, document project stakeholders, develop communications plan and an escalation plan. The III PM will establish a schedule for regular project status meetings as well as obtain access to the most current event schedule and vendor schedule for other audio-visual schedules for construction status meetings. The ITI PM will attend regularly scheduled status meetings as required. These status meetings will be in addition to AV specific status meetings unless otherwise directed by the client. Based upon a mutually agreed upon schedule, ITI shall deliver documentation and other artifacts identified in the Weld County specification for review. Once approvals for ail documentation and other artifacts are received and approved by the client, the ITI PM will disseminate tasks to the installation lead, programmer and other team leaders who will further assign granular tasks to individual installers and programmers in coordination with the overall construction schedule. ITI will complete the submittal process before proceeding with any ordering of hardware or performing any work. Following the final approval to order hardware, ITI will receive all material at our primary warehouse in Maryland for consolidation. Once all materials have been received, ITI Systems will send materials to Weld County's designated receiving facility. ITI will implement our standard IP coordination methodology to allow each IP addressed device to be identified to the network team prior to deployment. Hardware serial numbers, asset tags placement (if requested), and other required information will be recorded for submission as part of the as -built deliverable. Based on the methodology outlined, once installed, major system functionality will be present as all hardware and systems have been preconfigured. Our installation team lead will work with the programming lead to identify and fix any system bugs or physical layer deficiencies. When all deficiencies have been rectified, our technicians will perform pre -SAT testing based on a mutually approved SAT plan. When pre -SAT testing has been completed, we will coordinate commissioning culminating in formal SAT with client stakeholders. While performing on site work, the installation lead will provide informal daily status updates to the ITI PM which will be transmitted to client point of contact as requested. All daily reports will be captured and updated to a weekly status report. Weekly status reports will include review of tasks in progress, percentage complete, risks, issues, milestones, dependencies, and a review of project schedule. Page IS All training deliverables will be completed and manuals, as-builts and other closeout documentation specified under the RFP requirements will be delivered ITI Systems observes professional standards as outlined in AVIXA working documents 2M-2010 and 10 2013 These provide (a) standard tasks, responsibilities, and deliverables necessary for sufficiently diligent audiovisual systems configuration and (b) a framework for identifying the different levels of verification a system requires throughout a project delivery cycle, respectively The company also observes all applicable municipal, state, and federal electronic waste disposal regulations and fire safety codes Non -plenum cabling is standard in projects due to its reduced human toxicity rn building fire conditions compared to plenum cabling ITI Systems approach also includes peer -review of system interconnect and elevation drawings, material schematics, and project schedule ITI also confirms accuracy of bills of material, scope documents, and sales quotes to ensure that the system purchased has all functionality outlined as needed by the customer ITI has sufficient resource availability to support the timeline required for this project ITI understands that time is of the essence and as such will utilize key personnel that are familiar with the AV infrastructure proposed for use at Weld County's facilities Full time resources engaged on the project could include Adam Weiner, Kamel Geagea, lksoo Jeong, Jinho Han, John Pierce, Jordan Hatcher, and others, all of whom have participated in the integration of mission critical spaces across the country We have included an example of our project management and delivery schedule approach, in the table below Our proposed solution meets the exact criteria as requested in the technical LOM (list of materials) Each requirement of the specification will be met with precision and strategic technical expertise as outlined in our project approach We believe that our bid will exceed the requirements, due to ITI Systems relevant project capabilities, existing history of delivery project of this nature on - time, and our track record of highest technical services See Exhibit C for proposed installation schedule Page 16 Example of Timeline and Project Delivery System for ITI Systems - Schedule Wei -MO Name Gegen Pm I :.or• r_C.�� ,CIS IT ' At Crtp- AC*M!, .11bG Cat4freistiee Status Assignee Start Otte End Date % Com Duration PredeaT In Pro Ross 11/01/22 04101/22 crafty , hc'Aa m -, Prase Actrecy Jew Mine 2 Acta Mtay 2 learn 3 Gawp *nay 1 Kalil Aar:, Fie I *tarn 1 Acavey 2 AC1va y 3 lot -sue 2 Acwrry r.c:!wty ActNay flaming A twat' 12!14/19 OM= Prorda EatanCie Mn On tit bra Meals CS Example Nome In Prt rde C,Oroaba Eantr ' N otaa Plogrols £z.vrc$. N r. o 120d In Pr,/gnm Calmed On hoed i P -vern !ktl Stwtet Nd Sinned NCR Stitt< Na Soma Nat Arta mow._ net Stoned Ni Sante Not SeRrr'r; Na Send NW Sanaa Nvt Snit Nos Sang Fed `lnleC Nal SOne4 Not MEd Ern nncir NM1e Enna Mn Erampe mane Example Name Example Name Exrpre None Leta Nerve Emmpte None Example More 'Clitinq Pert en Onus Acfreas ccEJltar Tank, -or P11 nrgi > <cErna lbDts rem D'arri rag» ProleC Close *roe Pleteu Close Oetmetiee Prdeet hangar Won Prct}ect Owner Urea /lrr Noise Nil Sailed Net sa'%0 Nd SIar100 Not 5 tened UN anew, Not Started t,a•ta•e rtrr'r. Founpta none Ej rripie Name Eros Pin Eamde Name : rse Mn Ens Mn exampe N)srr, Example Nana Example Nona bora rt Example Name Execrate Nana Wawa Nana Example Nerve MnEnsmoe Example Name / 0102120 •0U3IL10 211 SO xi% So 100% 74 75% 3a 0% 10 0% 0 0% 3d 0% 1a 0% id 0% to 9% 30 0% 14 0% Id 0% 10 0% 0 7'o 3d td Id 1d 3d td Id Id t Star T t End Oat Schedule O Schedule Delta (Working Days) 11101122 04101122 12110419 01110 12 14,19 12/25,719 12126/19 12131119 • 01/0100 01/09/20 5 01/10(20 01114/20 01!14/20 01/14120 01414/20 01714,•2'0 9 01/15/20 01117/20 01/15/2.0 01115/20 11 01/16/20 01118/20 12 01/11/20 01;7/10 I0 V20/20 01O2/20 01/2000 01/220 15 0101/20 01/21.20 16 01/22/20 01/2220 1 a 01/22O0 0% ) 02Jii/20 0 0% :] 9% Id 0% Id 0% 61 0%34 0% 21 0% Id Project Tracking & Rollup DASHBOARD Protect hear nam Plrrert Cor►alate In Progress stow SortOea fnd Oat diets Il sff Tan Kee Pmr ttardrn Lens OdeQ SbIla u.►C0r'.W loft• "WO OCYaaO•pass Lse.30te$4 1t>s Nye et Wring live %AOC12'34 100 .,C *Caton, Fors UwOOIZ13 Will aANO it t s%As . L es.0017JJ 11/0 *reran t$C Wang shun -0Oay. ..t' 4i Oa" 4.... w4oitU 100 SAO :PC limn? Awe e la»dCI'al 4'. 8/0 "two aCtS-r1''• L466-0131164 ' .M .rap r' Sphann •+, WgOn►S IOW Fl4.0413 04, anti Rn la440144 .-s .rtQiCIlhan•'.'Oa last, if) I.' MN0el: Show a - L.e-ZO•' U r0s P►►to rfc Minna Pima (aw►A0t'III tOs .N.O Ile erg b. upeciot r5 las MaC 6C Sag arra ln.pH t • 1 raey 11/240 in Yea Atka .Jta4011 I 'a. •r•r SA: Wessel D..,.• •1r +v ..n ...a�� rfw-- Pilled PUMA". Cedes In 47.204-// ddar— Mika Dy Qiees tiesde Only SAD wtcQ Ann rest IGI Mai may it)I•12 rJ ice, wary /0142 l,+roy Psi SOtat" Atay,ray In hit MS; Nap Sant? li7 Arsolea Na/ SO C2 nimi May 9U# 072 .Arno, raft tatC 1.14 % war Q%1 dQ gel .)rbi2 gad rCI fad SCI4E2 Most 90+420 Orel 9Or4V TOPIC SO SC Tale. IS /A 20 22 23 2' 26 27 25 01/22/20 -,_ ate. 04!/1120 01/22-10 C 1123/20 01/23/20 01/24/20 01177120 0112980 01/26/10 01/29/10 01/30(10 0'/30(10 0107120 0172320 01124/20 01/77/20 01130/!0 01/211,70 3109/lt) 31/21120 0113000 •Erninfliff. 02<11.0 1t/ 00//3100 27/0170 32 31 35 3b vict Unit n enure. 01/31/20 02/11.5/20 02104(20 0ZU420 02/07/20 02111120 01/21/20 02/0310 02111,20 C 2/0600 02/10/20 02/11/20 0% a 20% 14% 33% Olo IrA !Roped Nana PAHO IFC Meeting Rooms Unit to Itseour= 1069 f Y 240 IFC tanning Ron ?.•Rs. a Prtpd Wharton 1.1W Can Cvnd at Pnfht Psi .204/2 Propel 1lliwAonlw Fitt on % Catry IS tom.ft soon satin 'COIN Agrlon C Ay./tta. C• AW1r3C4P Picot &sat aMODtc as.10 MCaC $ iIr CJO N Oros R A7fleSt4 tDAlt tar Loa MSS basSu Adana Orr NES Sped sat 71 el !lit 21 slate dt.501Iner. Ong Wren, Waft Warr* Ea..a tSt's1r Nedra J11rP •'soa.a ¶* IQ tS P•aprp tan/ a.a aloe wl barer wyo 3/41 n Cot Moro ale rttrs Usvor lRrrtaarnr LbSr Leese Mema Irina •I -d MSS Man finsli Oa/b Cre .../ti. .. �...fw.. ••r .. C...r•--...... Osas PO Na.6e m 1 .a AVOW w �.1 C.tr C. . �.. 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 096 0% 0% 0 jt 0 1 1 1 0 0% 0% 0% 0% 0% 0% 0% i-e 0$ re I %t • 2 htl ' I • PO OTY CREATE MI PO vocal 7TATUW ORDERED • fry b wasse Sec Rap 3POM t POLE RIM 7 POJ! 1 OVUM I Pp7S I .022a 1 Pt's PODS 4PW210 1 402!!1• 7 POMO S PO:N/4 I POI 1r '1 own 1 *0701] 1 P1omo Ar n roar R ass von re Malay At I2 *tag Vary. k Peaty War It An/ny Wm I. Anal PsVt. MM Pay tnG Mra way at Oral Can Asa Coned AMY Cann an rang* 11441 inr...44 bJa C.arrfrns tan Mine 'M11J r'iaci Nar.- 0 0 0 0 0 0 0 0 0 1 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 Page I7 4. Test Equipment ITI Systems will provide the following test equipment for use on the Fisery Stafford, TX AV project: • Fluke DSX-5000QI - Cable analyser, significant to IP based AV installations • Fluke 1T10G-1000 - Network assistant, aids in identifying port, VLAN, and multicast config issues and PCAP functions • ATI XL2 - Used primarily for acoustical measurements in this integration • ATI MR2 - Used primarily for acoustical measurements in this integration • Quanturndata 780C - Multi interface interoperability tester for video • Crestron XIO Director Enterprise - While not explicitly test equipment, ITI will provide one XIO Director for the duration of the project to aid in troubleshooting the NVX deployment. ITI maintains stock of these units in our staging facility in Beltsville to maximize offsite configuration efficiency. Page. I8 5. Statement of Qualifications 1. Relevant Experience ITI Systems is uniquely qualified to deploy this project because of the team's intimate familiarity with the nuances of teleconferencing system deployment and enterprise networking requirements to deploy AVoIP systems. The company has completed campus -wide refreshes for Fortune 500 organizations across huddle rooms, multi -way divisible conference rooms, executive offices and boardrooms. See below for some examples of our past projects and references. Page 1 9 NASA HQ 2023 ITI Utilized Analog Way Pictural Pro MKII and Samsung Micro LED to transform the flagship experience center at NASA Headquarters. ITI Designed and installed systems to support NASA's advanced visualizations and live data feeds The project won multiple awards for innovation and excellence both from NASA and the wider community. For more information about our performance on behalf of NASA please contact: Michael Chyatte michael.a.chyatte@nasa.gov Senior Audiovisual Specialist Page 110 WHO/PAHO Headquarters Renovation 2023 ITI was selected from a field of top integrators to sell, install, program, configure, warranty, and maintain the $50M AV and architectural refresh of the PAHO Headquarters 525 23rd St NW, Washington, DC 20037 in Washington DC. This facility hosts events that are viewed around the world and regularly attended by heads of state The PAHO facility features 3 Aquilon C/C±- switcher as well as Zenith, Televic simultaneous interpretation, full VTC and ATC support, 1.2G SDI, NVX, NDI, AES67, DANTE and ALAN formats running on a single network segment, brightsign digital signage, recording and streaming capability, digitally steerable loudspeaker arrays and a fully -featured control room for technical operations control. Analog Way specifically ran press on this installation. https://www.livedesignonline.cominewsjinternational-health-organization-upgrades-conference-capabilities- analog-way-aquilon-c-c-and For more information about our performance on behalf of PAHO please contact: Maria Teresa Angulo angulomar@paho.org Page 111 Fisery 100 Connell 2022 ITI completed the restack of over 400,000 square feet of office space at Fiserv's Berkeley Heights New Jersey Campus. The total AV project budget was more than $10M and included 172 VTC equipped conference rooms, training rooms, town hall spaces and customer experience centers. The primary feature of the lobby is two 551 x 21' video walls located in front of open glass elevators. The system is driven by two redundant Analog Way Pictural Pro MKII. This deployment occurred over the course of 14 months and was centered around the implementation of high bandwidth IP multicast technology for AV transport. lTI deployed 82 Cisco Catalyst 3850 switches that act as the backbone for AV over IP environment as well as over 3000 IP multicast encoders and decoders. The integration was executed with 0 network outages and has proven reliable and scalable beyond the customers' expectations. For further information about our performance on behalf of Fiserv, please contact: Mike Murphy VP of Real Estate michael.murphy1@fiserv.com Page 1 12 ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/9/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER Professional Insurers and Associates, Inc. Insurance Agents & Brokers 7700 Old Branch Avenue, E-104 Clinton MD 20735-1658 CONTACT Diana Mintzer NAME: PAiCNNo. EM): (301)856-1810 I rA/c NO). (301)868-7719 Mks. INSURER(S) AFFORDING COVERAGE NAIL # H$6RERA:Hartford Insurance Co. INSURED Innovative Transducer Implementation DBA ITI Systems 10101 Bacon Drive, Suite K Beltsville MD 20705 INSURER B INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:CL1471520479 REVISION NUMBER: THIS IS TO CERTIFY THAT 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 CONTRACTOR 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TTTYPE LTR OF INSURANCE ADDL SUER INSR MD POLICY NUMBER POLICY EFF (MM/DDIV; POLICY EXP (MM/DDM/YY) LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE a OCCUR X Contractual Liability X Y 42SBAi31531 11/10/2023 11/10/2024 EACH OCCURRENCE $ 1 r 000 r 000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1 , 000 , 000 000 EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1 , 000 , 000 GENERALAGGREGATE $ 2,000,000 GENII -AGGREGATE LIMIT APPLIES PER: nPOLICY IXIJrcT nLOC PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE LIABILITY X ANYAUTO ALL OWNED _ AUTOS HIRED AUTOS SCHEDULED _ AUTOS NON -OWNED AUTOS 42DECRB8155 11/10/2023 11/10/2024 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE 42SBAIS1531 11/10/2023 11/10/2024 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED I I RETENTION $ A COMPENSATION IT AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE FFICER/MEMBER EXCLUDED? N❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 42WECCG5439 8/12/2024 8/12/2025 X I ORY IM TS I I OER E.L. EACH ACCIDENT $ 1 , 000 , 000 E.L. DISEASE - EA EMPLOYEE $ 1 , 0 00 , 000 E.L. DISEASE - POLICY LIMIT $ 1 , 000, 000 A A Professional/Cyber Liab Crime TE 0283453-24 42BDDHH950? 3/1/2024 2/4/2024 3/1/2025 2/4/2025 $5,000,000 Agg $2,000,000 $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Additional insured: Weld County, Colorado its elected officials, and its employees CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County Facilities Department ATTN: Alex Engelbert AUTHORIZED REPRESENTATIVE PO BOX 758 Greeley, CO 80632 I Diana Mintzer/DSM -,,b," M� 6 ACORD 25 (2010/05) INS025 (201005).01 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name * ITI SYSTEMS Contract Name * AUDIO VISUAL EQUIPMENT UPGRADES Contract Status CTB REVIEW Entity ID* @00049173 Q New Entity? Contract ID 8788 Contract Lead CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * UPGRADE AUDIO VISUAL EQUIPMENT IN SEVEN LOCATIONS IN WELD COUNTY BUILDINGS. Contract Description 2 Contract Type CONTRACT Amount* $766,794.27 Renewable * NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 10/26/2024 GROUNDS 10/30/2024 Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2400128 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date * 05/01/2025 Committed Delivery Date Renewal Date Expiration Date* 05/01/2025 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 10/28/2024 Approval Process Department Head PATRICK O'NEILL DH Approved Date 10/24/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 10/30/2024 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 10/25/2024 10/28/2024 Tyler Ref # AG 103024 Originator CNAIBAUER October 3, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: AUDIO VISUAL EQUIPMENT UPGRADES - B2400128 As advertised this bid is for audio visual equipment upgrades at seven locations in County. The low bid is from ITI Systems and meets specifications. Therefore, the Facilities Department is recommending the award to ITI Systems in the amount of $766,794.27.00. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director ZOZ4-- Z' a(Q 10/1 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett(weld.gov cgeisert(weld.00v ttavlor(a�weld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: SEPTEMBER 17, 2024 REQUEST FOR: AUDIO VISUAL EQUIPMENT UPGRADES DEPARTMENT: FACILITIES BID NO: B2400128 PRESENT DATE: SEPTEMBER 23, 2024 APPROVAL DATE: OCTOBER 7, 2024 VENDOR TOTAL ITI Systems 10101 Bacon Drive, Suite K, Beltsville, MD 20705 Pro Level Rental LLC 2400 Hassell Road, Suite 420 Hoffman Estates, IL 60169 AVI-SPL, LLC 6301 Benjamin Road, Suite 10 Tampa, FL 33634-5115 GigaSpan Solutions 8200 S. Akron Street, Suite 115 Centennial, CO 80112 Paladin Technologies (USA) Inc. 5770 W. 52"d Avenue, Unit D Arvada, CO 80002 Interface Communications, Inc. 6309 Monarch Park Place, Suite 203 Niwot, CO 80503 THE FACILITIES DEPARTMENT DEPARTMENT IS REVIEWING THE BIDS. $766,794.27 $799,999.00 $831,357.08 $1,048,210.31 $1,087,067.34 Non -responsive 2024-2526 9/13 8GiOOZIQ Hello