Loading...
HomeMy WebLinkAbout20232538.tiffCo*ac+ (Dt1419 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND SHEN MILSOM & WILKE DESIGN SERVICES FOR AUDIO VISUAL EQUIPMENT UPGRADES THIS AGREEMENT is made and entered into this t{0 day of 00,-(--theV , 2023, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Shen Milsom & Wilke, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; 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 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) or Request for Proposal (RFP) as set forth in Bid Package No. B2300155. 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 shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. 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. Ant,a.e.x.t to/4/45 cc-. 5u OrY?3 1 e., lot 091 a3 02600- o?5.3F 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. 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 drawings, drafts, or other documents it has completed or partially completed 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. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. 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. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 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 $25,400.00 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 2 specifically approved by Weld County as required pursuant to the Weld County Code. 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 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. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 3 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. 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. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. 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. 13. 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. 4 a. 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. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. b. 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, Colorado, its elected officials, and its employees as an additional named insured. c. 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. d. 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 5 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. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. 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. 15. 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. 16. 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. 17. 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 6 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. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. 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: Name: Robert Healey Position: Address: 1801 Wewatta Floor 11 Address: Denver, CO 80202 E-mail: rhealy(cfsmwllc.com Phone: 720-482-0770 TO COUNTY: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80634 E-mail: ttaylor(&,weldgov.com Phone: 970-400-2020 19. 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. 20. 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. 21. 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, 7 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. 22. 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. 23. 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. 24. 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. 25. 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 enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. 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. 27. 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. 28. 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. 29. 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. 8 30. Public Contracts for Services C.R.S. §8-17.5-101. 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 or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not 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 subcontract 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, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an 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 of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., 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 pursuant to C.R.S. § 24-76.5-103(4), 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 C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. 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. 32. 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. 9 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: Shen Milsom & Wilke piygally signee Cy Robeh Healey 'Goliraa mro. meaieygsn,wuc.com By: D e 2023.09.26 14 09 51 06'00' Name: ROBERT HEALEY Title: SENIOR ASSOCIATE 2023-09-26 Date of Signature WELD COVNiTY: ATTEST: __, J Weld County erk to the Board BY Deputy Clerk to the Board 10 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ice Freeman, Chair OCT 0 4 2323 czX025 - 4,2550 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17TH AVENUE GREELEY, CO 80631 DATE: JULY 31, 2023 It f BID NUMBER: B2300155 ` n DESCRIPTION: DESIGN SERVICES FOR AUDIO VISUAL EQUIPMENT UPGRADES DEPARTMENT: FACILITIES MANDATORY PRE -BID: AUGUST 14, 2023 BID OPENING DATE: AUGUST 28, 2023 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: DESIGN SERVICES FOR AUDIO VISUAL EQUIPMENT UPGRADES A mandatory pre -bid conference will be held on AUGUST 14, 2023 at 1:00 PM at the Weld Facilities Department 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: August 28, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on August 28, 2023 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: 303 409 430# PAGES 1 — 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. 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 which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Did Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bidscweldgov.com; however, if your bids exceeds 25MB please upload your bid to https://wvvw.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. 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 is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. 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 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 Controller, satisfactory evidence of the authority of the officer signing in 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 Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid 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 Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller 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 Controller; 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. 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. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited tg product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #82300155 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract 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. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) orovide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder 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. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #82300155 Page 3 !. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment. shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project 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 subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, 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 the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld BID REQUEST #B2 300155 Page 4 County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder 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 the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. 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. R. 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. S. Employee Financial Interest/Conflict of Interest - C.R.S. H24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree 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. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. 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 enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. 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. W. Compensation Amount: Upon the successful bidder's successful completion of the service. and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order' authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #B2300155 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder 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. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals 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. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional 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 Contract Professional 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. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, toss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional 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, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional 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 Contract Professional 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 Contract Professional BID REQUEST #B2300155 Page 6 for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional 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. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance. a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract BID REQUEST #B2300155 Page 7 Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2300155 Page 8 SCOPE OF WORK Audio Visual Equipment Upgrades Design and Engineering Services PROJECT OVERVIEW: Weld County is seeking a lump sum bid for professional design and engineering services for standardized Audio - Visual (AV) systems at various locations that either need full upgraded systems or partial upgrades described below. To maintain standardization, compatibility, and supportability, the system must contain room controller that is Crestron Electronics system based, no substitutions. METHOD OF PROCUREMENT: Request for Bid (RFB): 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 RFB the contract. LARGE CONFERENCE ROOM LIST The following is a list of large conference rooms that will be updated with this RFB. 1. Training Center located at 1104 H Street, Greeley, CO 2. Shooting Range (Large Classroom) located at 58336 County Road 23, Carr, CO 3. OEM/Training Room located at 1150 O -Street, Greeley, CO 4. 2 -West Briefing Room located at the Jail at 2110 O -Street, Greeley, CO 5. 2 -West Training Room located at the Jail at 2110 O -Street, Greeley, CO 6. 2 -West Conference Room 1 & 2 located at the Jail at 2110 O -Street, Greeley, CO 7. 2 -East Training Room located at the Jail at 2110 O -Street, Greeley, CO 8. Human Services B Large Classroom located at 315-B North I 1 th Avenue, Greeley, CO 9. Southwest Service Center located at 4209 WCR 24 1/2, Longmont SCOPE OF WORK: Weld County is needing professional design services for schematic design, design development, construction documents, and construction administration to upgrade existing audio / visual equipment for the above nine conference rooms. Design team to evaluate existing equipment that can be integrated with new equipment for a standardized operating system. ➢ Attachment A — Current County Equipment ➢ Attachment B - Current AV Equipment Sequence of Operations ➢ Attachment C — Rack Placement Locations The purpose of this bid is to have the responding firm design the standardized Crestron Electronics Audio -Visual (AV) equipment in certain large conference rooms. Designer must provide the following: 1. Standardization. This bid is for large conference rooms identified. To assist with understanding current audio-visual standardization the following is presented: a. County audio-visual systems are desired as Crestron Electronics based room controllers. b. System shall allow video conferencing. Weld County uses Microsoft TEAMS as its primary video conferencing platform. However, other entities also utilize the rooms and may use a different video conferencing. BID REQUEST #B2 300155 Page 9 c. Small and Medium sized conference rooms. (Not Included in Bid) • These rooms utilize a wall -mounted monitor and an all -in -one sound bar (Logitech Meet Up or equivalent). • Users typically use a laptop to interface with audio-visual equipment. • Connection is through either a cabled (tethered) connection or a wireless connection using MS Display Adapter E2. d. Large conference rooms (this bid). • These rooms receive a wall -mounted projector screen, a laser projector, video conferencing camera, Crestron touch screen and Crestron room controller (with associated equipment). • Users typically use a County provide NUC "micro PC", wireless keyboard, and wireless mouse to interface with audio-visual equipment. • However, the desire is to also allow internal & external users the ability to connect their laptop via a (tethered) connection or a wireless connection using MS Adapter. • Large conference rooms also need microphones and speakers that are integrated into the system for ease of functionality. 2. Touch Screen. a. User interface with a Crestron Electronics touch screen shall be similar in functionality and display no matter room location. b. Touch screen shall be configurable to allow Weld County logo (County provided) to be used as the background. c. Touch screen shall be configured to allow simple operations but be locked out so users cannot access programming or change settings. d. This system needs to be as simple as possible and should support very basic features (e.g., projector ON/OFF, Volume, auto -interface with NUC, etc.). e. All other inputs/views shall have the ability to be hidden from the normal user's view to avoid confusion or inadvertently changing configurations. 3. Microphones. a. Each room shall have a microphone solution that allows users within the room to engage in video conferencing facet without the need for a separate microphone. b. Large meeting rooms shall have two portable microphones and a lapel microphone that will allow in - person presenter to be heard within the space and to the video conferencing audience. c. The audio system will need to support expansion to least six devices for EACH room. 4. Speaker systems. a. Each room shall have audio system that allows for in -person and/or video conferencing presentations to be heard within the room. b. Audio input will be from both a laptop source as well as microphones. 5. Camera. a. b. Each room shall have a camera that will allow video conferencing to occur. The County has standardized to an all -in -one soundbar Logitech MeetUp Part #: 960-001101 for small to medium rooms. c. The County would prefer solutions utilize similar cost-effective technology but may not be practical for larger rooms. d. Camera solution does not need to be a PTZ type. 6. Projector. a. The County has standardized laser projectors with: • Epson, PowerLite 750F Full HD 1080p Ultra Short -throw Laser Projector, or equivalent. • Viewsonic LS831 WU, or equivalent. b. The desire is to remain consistent with equipment. 7. Projector Screen. a. The County has standardized projector screens with: • DRAPER 254204TY PROFILE+ 119" DIAG - HDTV- XT 1000V 16:9 58" H x 104" W Techvision XH800X UST ALR Surface, or equivalent. • ViewSonic BCP100 100" BriliiantColorPanel Ultra -short Throw Projector Screen 100" SCREEN WITH 16:9 ASPECT RATIO. b. Contractor shall configuration of projector and adjustment of image to fit screen precisely. c. Projection is intended to be centered on the wall of the room. BID REQUEST #B2300155 Page 10 d. The desire is to remain consistent with equipment. e. Sizing of screen will be dependent of ceiling heights and may be different than the sizes listed above. The proposing firm will need to provide the correct size screen based on the ceiling heights provided in each conference room being upgraded. 8. Room Controller and Rack -mounted equipment. a. Shall be located in storage room in a lockable/tamperproof cabinet which is vented to prevent overheating. b. Shall be on a UPS rated for equipment and with surge protection. c. Shall be configured so memory is not lost during power outages. d. Room controller may be required to dim certain lights to ensure visual quality is obtained as part of configuration. 9. All new equipment must seamlessly integrate and operate under the control of the Crestron control platform and utilize the County provided Micro PC. 10. The AV solution is anticipated to be capable of integrating with most existing hardware that is described Attachment A and may serve as a starting point for design for rooms that need full upgrade. 11. Design consultant to provide a schedule for each room. 12. Design team to provide all one -line diagrams at project closeout. LARGE CONFERENCE ROOM — CURRENT EQUIPMENT LIST Most of the large conference rooms already have some equipment in place that is expected and/or could be reutilized. Attachment A identifies those existing equipment items. SPECIAL FUNCTIONALITY The following list of conference rooms will need the additional identified functionality below incorporated into their AV upgrade: Room Additional Functionality Training Center • • • • • ADA Audio Room Switching Room at operations. Camera same Listening System controller to time be for capability split Video or throughout Technologies Side for with Conferencing each of Side A "OR" Video w/ Controls. projector & A "AND" B for Audio B to allow connection independent Shooting Range (Large Classroom) • • • • • • Switching Room I "OR" Room Separating conference during Audio with front Audio Camera jacks Facilities of 1 controller maintenance System "AND" 2 room for for capability control room and Video independent control 2 team. for for to HDMI large connections racks avoid Conferencing each or This of / equipment desk. Video outlets classroom for operations. projector. complete will each & at to need Audio same side be failures. to with shutdowns coordinated time of be to controls. the located allow or Room near OEM/Training Room • Shared • Switching Room at operations. • Ability monitor/projector. same to Video time to be capability broadcast split or & Audio with Side of A satellite Capability Video Side "OR" A broadcasting & Audio W/ independent Events B to allow connection on Room either "AND" B for BID REQUEST #82300155 Page 11 • • • • Analyze allow virtual surrounding Analyze adequate Room Camera if anyone meeting current controller for for microphone noise in the and/or speaker for room interferences. Conferencing each ceiling system system to projector. talk grid exists and speakers to make that be would heard without sure audio on a is room. Video • ADA Listening Technologies 2 -West Briefing Room • Camera for Video Conferencing 2 -West Training Room • Camera for Video Conferencing 2 -West Conference Room 1 & 2 • Switching capability of Video & Audio to allow Room 1 "AND" 2 connections at same time or Room 1 "OR" 2 for independent operations. • Currently Video is available between rooms, but Audio needs to be integrated with Video capabilities. • Camera for Video Conferencing 2 -East Training Room • Switching projectors operation. capability to show the of Video to same visual allow both or for independent • New room controller to operate A/V systems. • Analyze as needed r current to microphone be a fully operation system system. and reconfigure • throw Non -short projector throw and projector screen. to be replaced with a short • Camera for Video Conferencing Human Services B • ADA Listening Technologies • Audio System throughout classroom w/ controls. • Room controller • Camera for Video Conferencing Southwest Service Center • ADA Listening Technologies • Room Controller to be upgrade to Crestron Devices. All controlling control logic all needs current equipment to have the capability within the of room. • Camera for Video Conferencing BIDDER QUALIFICATIONS Bidders to include the following information in the bid response. The facilities team will contact reference to help determine bidder qualification and experience. 1. Consultant to provide references for the three most recent projects that were designed by the bidding firm that used Crestron products. 2. Include three project references that are similar to this project that occurred in that last two years. 3. Provide three project references that represent multiple room integrations that occurred in the last two years. 4. Bidding firm to provide a list of projects that were designed by the bidding firm within the last five years. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. DESIGN SERVICES 1. Provide a design for the project. 2. Provide a schematic design package. 3. Provide full and complete construction documents. 4. Provide construction administration/consultation. BID REQUEST #B2300155 Page 12 5. Attend weekly design and construction meetings. 6. Provide an estimate of "reimbursables" that would be required for this project. 7. Provide a design schedule. 8. Include all costs for any necessary "consultant" fees in the bid. DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsiblefor: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. Weld County will provide copies existing plans, as -needed, on a per -project basis.Computer-Aided Design (CAD)/ AutoCAD copies of plans are typically NOT available. 3. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 4. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 5. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of five meetings throughout the construction phases of the project. 6. The equipment evaluated in Attachment A may have changed since bid posting. Design team to coordinate with the Weld County project manager to survey current equipment at each location. FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as part of this task. 1. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. • Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County Project Team. • Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building Inspections staff ( Planning Department) • Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department. 2. Audio / Visual Design: Produce audio / visual plans for each conference room. Guide selection of equipment based on this bid and current reusable equipment. This process will require close coordination with Facilities Department staff to optimize the layout and details of conference room spaces. In general, audio / visual systems shall be designed to maximize resiliency, minimize long term life cycle costs, and consider sustainable elements. 3. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process. The design team for this bid will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. 4. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one- hour on -site Owner - Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 2 months for base bid. For additional CA work, identify the hourly rate in table below. 5. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provided to the County. BID REQUEST #62300155 Page 13 PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. 1. Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of thecompleted project documented along with AutoCAD files with final as -built of the Project. 2. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The bidder shall indicate in their bid any work intended to be performed by sub- consultants or persons outside of the firm. The proposer shall name the sub -consultants, if known at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PII) but more commonly known as errors & omission. BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. 1. Signed SIGNATURE PAGE of this RFB. 2. Summary of the bid, including Statement of Understanding showing familiaritywith the Scope of Work 3. Organizational chart and resumes of all key staff and core staff that will be involved withproviding services, including: • Identify who will act as the primary contact person to Weld County for this project. • List specific personnel proposed for the project team and provide a resume foreach of your proposed team members along with a copy of current state licensing for each architect or engineer. 4. Proposed Project Schedule • Describe how your firm handles the various communications, includingmeetings and project schedules, to keep the project running smoothly. • Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. 5. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sub let. • Include the name of the sub -consultant and a statement of qualifications of thesub-consultant. AWARD AND AGREEMENT: A Sample of Weld County's "Professional Services Agreement" is available upon request. It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your bid. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. BID REQUEST #B2 300155 Page 14 SCHEDULE: Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Design Start Design Completion: July 31, 2023 July 31, 2023 August 14, 2023 August 21, 2023 August 28, 2023 September 13, 2023 September 27, 2023 Immediately upon receipt of signed contract November 15, 2023 PROPOSED DATES: Based on a contract execution date of September 27, 2023, please provide proposed schedule dates. FEES: Provide complete cost for the base bid. Schematic Design (30%) Design Development (60%) Construction Documents (100%) TOTAL LUMP SUM BID $ BID REQUEST #B2300155 Page 15 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on August 28, 2023: on or before the bid opening 1) Pages 9 thru 17 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/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 and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2300155 Page 16 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions. specifications and special provisions set forth in the Request for Bid No. #B2300155. 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. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. 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. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0323 BID REQUEST #B2300155 Page 17 ATTACHMENTA Training Center located at 1104 H Street, Greeley, CO CURRENT EQUIPMENT I ._ Audio Sources - Microphones/PC/Hardware Item Description Mfr. /Model No. Qty 1 Handheld Wireless Mic 2 Analog Receiver 3 Volume Controller 4 Wall Switch for Audio Share Metal Ware/Utility Item Description Mfr. /Model No. Qty 1 HDMI Wall Receptacle Plate Training Room Speakers Components Item Description Mfr. /Model No. City 1 Bose Hanging Speakers Video Projection Components Item Description Mfr. /Model No. Qty 1 Projectors w/ Screens 2 Shooting Range (Large Classroom) located at 58336 County Road 23, Carr, CO CURRENT EQUIPMENT IN 3&4 ONLY L Video Projection Components , Item Description Mfr. /Model No. qyt 1 Short Throw Video Projector VIEWSONIC LS831WU 2 PROJECTOR .--- 2 Projection Screen 119" XH800X DRAPER 16:9 DIAG 58" 254204TY UST H - x HDTV- 104" ALR PROFILE+ XT1000V W Surface Techvision 2 3 Projector Mount ViewSonic Mount 2 OEM/Training Room located at 1150 O -Street, Greeley, CO CURRENT EQUIPMENT T Control/Distribution System Components — a Item Descri •tion Mfr. /Model No. qty 1 Room Controller Audio Sources - Microphones/PC/Hardware Item ' Descri •tion Mfr. /Model No. qty : 1 Handheld Wireless Mic 2 A Lapel Wireless Microphone 3 Bodypack Transmitter 4 Dual Channel Receiver 5 Microphone Desk Stand Metal Ware/Utility Item Description Mfr. /Model No. �yt 1 HDMI Wall Receptacle Plate 2 Metal Equipment Cabinet 3 Locking Vented Door 4 AC Power Distribution 5 Rack Mount Shelf 6 Blank Rack Panel Training Room Specific Components It_ Descri • tion Mfr. /Model No. qty 1 In Ceiling Speakers Video Projection Components I= Description Mfr. /Model No. 1 Projectors w/ Screens 2 2 -West Briefing Room located at the Jail at 2110 O -Street, Greeley, CO CURRENT EQUIPMENT Control/Distribution System Components Item Description Mfr. /Model No. giy 1 Touch Control Panel Crestron, TSW-760 1 2 1 System Controller/interface Crestron, RMC3 1 3 Digital Signal Processor Biamp, TesiraFORTE Al - 1 4 Audio Amplifier QSC, RMX850a 1 5 Control Network Switch Cisco, SG250-08HP 1 Audio Sources - Microphones/PC/Hardware Item Description Mfr. /Model No. aty 1 Handheld Wireless Mic Shure, SLXD2/SM58 2 2 Lapel Wireless Microphone Shure, W185 1 3 Bodypack Transmitter Shure, SLXDI 1 4 Dual Channel Receiver Shure, SLXD4D 1 S Rechargeable Battery Shure, SB903 3 6 Dual Charging Base Shure, SBC203 1 7 Microphone Desk Stand Atlas, DS5e 2 8 ,Combine/Isolation Xformer RDL, TX -J2 1 Metal Ware/Utility Item Description Mfr. /Model No. qty 1 HDMI Wall Receptacle Plate Middle Atlantic, CG39878 1 2 Metal Equipment Cabinet Middle Atlantic, DTRK-10 1 3 Locking Vented Door Middle Atlantic, DT-VFD-10 1 4 AC Power Distribution Middle Atlantic, PD915R 1 5 Rack Mount Shelf Middle Atlantic, UI 1 6 Blank Rack Panel Middle Atlantic, EB-1 3 Cable- Video/Audio Signal/Loudspeaker/Control Item Descri • tion Mfr. /Model No. Qyt 1 HDMI 15' Extension Cable Extron, HDMI-Ultra-15 1 2 Control 4 Cable West Penn, 252245 as required 3 +Audio Signal Cable West Penn, 25291B as required 4 Loud speaker cable West Penn, 25225B as required Conf. Room Specific Components Item Description Mfr. /Model No. Qty 1 Loudspeaker Assemblies Atlas, FAP62T Video Projection Components Item Descri • tion Mfr. /Model No. Qty 1 Short Throw Video Projector Epson, 1080p Ultra Projector Short Powerlite -throw 750F Laser Full HD 1 2 Projection Screen DRAPER 119" 16:9 XH800X DIAG 58" 254204TY H UST - x HDTV- 104" ALR PROFILE+ XT1000V W Surface Techvision 1 -_ 3 . Projector Mount Epson, Mount Ultra ELPMB62 -Short Throw Wall 1 2 -West Training Room located at the Jail at 2110 O -Street, Greeley, CO L1 1 1 CURRENT EQUIPMENT Control/Distribution System Components Item T Descri • tion Mfr. /Model No. gty 1 Touch Control Panel Crestron, TSW-760 1 2 System Controller/Interface Crestron, RMC3 1 3 Digital Signal Processor Biamp, TesiraFORTE Al 1 4 Audio Amplifier QSC, RMX850a 1 5 Control Network Switch Cisco, SG250-08HP 1 Audio Sources - Microphones/PC/Hardware I tm Descri • tion Mfr. /Model No. OM 1 Handheld Wireless Mic Shure, SLXD2/SM58 2 2 Lapel Wireless Microphone Shure, W185 1 3 Bodypack Transmitter Shure, SLXDI 1 4 Dual Channel Receiver Shure, SLXD4D 1 5 Rechargeable Battery Shure, SB903 3 6 Dual Charging Base Shure, SBC203 1 7 Microphone Desk Stand Atlas, DS5e 2 8 Combine/Isolation Xformer RDL, TX -J2 1 Metal Ware/Utility Item Description Mfr. /Model No. qty 1 HDMI Wall Receptacle Plate Middle Atlantic, CG39878 1 Metal Equipment Cabinet Middle Atlantic, DTRK-10 1 2 3 Locking Vented Door Middle Atlantic, DT-VFD-10 1 4 AC Power Distribution Middle Atlantic, PD915R 1 5 Rack Mount Shelf Middle Atlantic, UI 1 6 Blank Rack Panel Middle Atlantic, EB-1 3 1 Cable- Video/Audio Signal/Loudspeaker/Control Item Descri •tion i Mfr. /Model No. gty 1 HDMI 15' Extension Cable Extron, HDMI-Ultra-15 1 2 Control Cable West Penn, 252245 as required 3 Audio Signal Cable West Penn, 25291B as required 4 Loud speaker cable West Penn, 25225B as required Conf. Room Specific Components T Item Descri • tion Mfr. /Model No. tty 1 Loudspeaker Assemblies Atlas, FAP62T Video Projection Components Item Descri • tion Mfr. /Model No. gty 1 Short Throw Video Projector Epson, 1080p Ultra Projector Short PowerLite -throw 750F Laser Full HD 1 2 Projection Screen DRAPER 119" 16:9 XH800X DIAG 58" 254204TY - H x UST HDTV- 104" ALR PROFILE+ XT1000V W Surface Techvision 1 3 Projector Mount Epson, Mount Ultra ELPMB62 -Short Throw Wall 1 2 -West Conference Room 1 & 2 located at the Jail at 2110 O -Street, Greeley, CO CURRENT EQUIPMENT Control/Distribution System Components Item Descri • tion Mfr. /Model No. 9,tt 1 Touch Control Panel Crestron, TSW-760 1 2 System Controller/Interface Crestron, RMC3 1 3 Digital Signal Processor Biamp, TesiraFORTE Al 1 4 Audio Amplifier QSC, RMX850a 1 5 Control Network Switch Cisco, SG250-08HP 1 Audio Sources - Microphones/PC/Hardware Item Descnption Mfr /Model No gty 1 Handheld Wireless Mic Shure, SLXD2/SM58 2 2 Lapel Wireless Microphone Shure, W185 1 3 Bodypack Transmitter Shure, SLXDI 1 4 Dual Channel Receiver Shure, SLXD4D 1 5 Rechargeable Battery Shure, SB903 3 6 Dual Charging Base Shure, SBC203 1 7 Microphone Desk Stand Atlas, DSSe 2 1 8 Combine/Isolation Xformer RDL, TX -J2 Metal Ware/Utility Item Description Mfr /Model No qty 1 HDMI Wall Receptacle Plate Middle Atlantic, CG39878 1 2 Metal Equipment Cabinet Middle Atlantic, DTRK-10 1 3 Locking Vented Door Middle Atlantic, DT-VFD-10 1 4 AC Power Distribution Middle Atlantic, PD915R 1 5 Rack Mount Shelf Middle Atlantic, UI 1 6 Blank Rack Panel Middle Atlantic, EB-1 3 Cable- Video/Audio Signal/Loudspeaker/Control Item Description Mfr /Model No. gty 1 HDMI 15' Extension Cable Extron, HDMI-Ultra-15 1 2 Control Cable West Penn, 252245 as required 3 Audio Signal Cable West Penn, 252918 as required 4 Loud speaker cable West Penn, 25225B as required Conf. Room Specific Components Item Description Mfr /Model No. gt t 1 Loudspeaker Assemblies Atlas, FAP62T Video Projection Components Item Description Mfr /Model No. gtf 1 Short Throw Video Projector Epson, PowerLite 750F Full HD 1080p Ultra Short throw Laser Projector 2 2 Projection Screen DRAPER 254204T5 PROFILE+ 119" DIAG - HDTV- XT1000V 16 9 58" H x 104" W Techvision XH800X UST ALR Surface 2 3 Projector Mount Epson, Ultra -Short Throw Wall Mount ELPMB62 2 SHARE VIDEO - TRAINING ROOMS A/B Item Descri • tion Mfr. /Model No. C.yt 1 HDMI to DM Transmitter Crestron, DM-TX-4KZ-100 1 2 r DM to HDMI Receiver Crestron, DM-RMC-4K-100 1 3 DM Distribution Amplifier Crestron, DM -DA -4K -C 1 4 DM Processor/Switcher Crestron, DMPS3-4K-150-C 1 DM Cable (plenum rated) � Crestron, DM-CBL-8G-P 2-East Training Room located at the Jail at 2110 O -Street, Greeley, CO I CURRENT EQUIPMENT I Control/Distribution System Components It m Descri • tion Mfr. /Model No. 1 IPAD Apple 1 Audio Sources - Microphones/PC/Hardware Item Descri • don Mfr. /Model No. Q,yt 1 Handheld Wireless Mic 2 2 lapel Wireless Microphone 1 3 Bodypack Transmitter 1 4 Dual Channel Receiver 1 5 Microphone Desk Stand 2 Metal Ware/Utility Item Descri • tion Mfr. /Model No. qty 1 HDM! Wall Receptacle Plate 1 2 Metal Equipment Cabinet 1 3 Locking Vented Door 1 4 AC Power Distribution - 1 I- 5 Rack Mount Shelf 1 b Blank Rack Panel 3 Training Room Specific Components Item Description Mfr. /Model No. gty In Ceiling Speakers ? Video Projection Components w Item Description r Mfr. /Model No. �,yt 1 Projector 1 1 Short Throw Projector 1 Human Services B Large Classroom located at 315-B North 11th Avenue, Greeley, CO CURRENT EQUIPMENT 1 - Video Projection Components �r 1 Item Description [Mfr. /Model No. �t 1 Short Throw Video Projector Epson, 1080p Ultra Projector Short PowerLite -throw 750F Full Laser HD 2 2 Projection Screen DRAPER 119" 16:9 XH8OOX DIAG 58" 254204TY H UST - HDTV- x 104" ALR XT1000V W Surface PROFILE+ Techvision 2 3 Projector Mount Epson, Mount Ultra ELPMB62 -Short Throw Wall 2 Southwest Service Center located at 4209 WCR 241/2, Longmont I 1 CURRENT EQUIPMENT Shure Brand i Item 1 I UAS64US Model I Wideband Description Antenna . QTY Crestron 2 DM-TX-2OO-2G Front input plate Crestron 3 DM -TX -20O -2G Side Input Plate Crestron 4 AM -200 Gateway Shure 5 UA844SWB Antenna Distribution System 2 Shure 6 ? Handheld mic Shure 7 ? Gooseneck mic Shure 8 ? Lapel mic Crestron 9 DMPS3-4K-350-C-AIRMEDIA • Presentation System Epson 10EB-L610U _--- ,Projector Crestron 11 DM-RMC-4K-100-C Room Controller Radio Design Labs 12 D-CIJ3 Left Audio Plate Radio Design Labs 13 D -C1.13 Right Audio Plate Radio Design Labs 14 D-OB Front Audio Plate Shure 15 QLXD4 Digital Receiver 6 BIAMP\AUDIA 16 12X4 Digital Audio Platform Crown 17 Cdi 2000 2 Channel Amplified JBL 18 Control 26CT Speakers 20 Listen Technologies 19 LS -41-072 ADA Listening Assist 3 iPad 20 Room Controller 2 ATTACHMENT B Current A/V Sequence of Operations Southwest Service Center — Large Conference Room Sequence of Operation 1 Room Controller - Press the screen saver to begin 2 Select the input choice and connect to the input a The projector will turn on b Lighting Control - Once input is selected the front can lights shut off and all the first 4 rows of florescent lighting dims in each bank of lighting 3 Volume control a Adjusted at both 'Pads, PC, Media Player Some functions may not work if previous user does not select "Meeting Finished" This function requires full restart of both'Pads which will allow for current user volume adjustment b Lights can be adjusted manually on the 'Pads 4 When finished the user must complete the meeting by selecting "Meeting Finished" on both 'Pads if both were used This function is critical since'Pads freeze, projector is left running, and lighting setting are not reset Training Center Sequence of Operations 1 Manually turn on lights when entering the room 2 Turn on projector with remote 3 Connect HDMI to PC 4 Microphone system needs to be turned on in closet 5 Control Volume a Adjust volume at PC or Media Player b Adjust volume at wall control c Adjust volume at projector d Adjust volume at amplifier e Select between combined audio or separated between conf 1&2 (wall button near rack) Jail 2 West —Training & Briefing Sequence of Operation 1 Lights to be manually turned at wall switch 2 Turn on projector with remote View Somcs do not work with Crestron room controllers 3 Connect HDMI with PC or use room PC and log into County account 4 Wall mounted Crestron device allows for volume control and microphone control within each conference room Audio can be shared between conference room Video cannot 5 Volume control a Adjust volume at PC or media player b Adjust volume at wall controller c Adjust volume at projector Jad 2 West — Conference 1 & 2 Sequence of Operations 6 Lights to be manually turned on when entry the room 7 Turn on projector with remote View Sonics do not work with Crestron room controllers 8 Connect HDMI with PC or use room PC and log into County account 9 Wall mounted Crestron device allows for volume control and microphone control within each conference room 10 Volume control a Adjust volume at PC or media player b Adjust volume at wall controller c Adjust volume at projector Jail 2 East —Training Sequence of Operation 1 Manually turn on lights a Half the room lighting is dim lighting, and the other half is full brightness on a separate switch 2 Touch room controller — This should start both projectors The short throw projector is currently disconnected from controller Projector is out of alignment No remote available in room a Main projector West - needs to manually be turned on by remote 3 Video is shared between screen without the capability of separating them 4 Audio control works with controller a Volume adjustment with PC or Media Player b Volume Adjustment with projector OEM/Training Room Sequence of Operation 1 Manually turn on lights with dimming switch at both entrance to room 2 Wall controller for Video controls to turn on projectors (sharing video from either side, combining video, or crossing over video) 3 All presentations are performed from the PCs at the front of the conference room 4 Adjust volume with PC, Media player, Projector, and Amplifier Human Services B — Large Classroom Sequence of Operations 1 Manually turn on lights at wall switch Lighting broken up by three switches which would allow for lighting control 2 Projector to be manually turned on by individual remotes 3 Video is shared between screens through one HDMI connection 4 No room controls, Audio, or Microphone systems t ATTACH ;`; ENT C DATA & RACK LOCATIONS Address Building Name / Departments 1150 0 Street Administration Legend: R=Rack Location D=Data Location er Address Building Name / Departments 58336 WCR 23, Carr Shooting Range :-- �r� p '. .n . C ¶ I J_ r� 1wATEn OFFICE I ab E`•M:Cti !I .C CL::.:RCJA' :j I --2= I 1 r L r Sej i r 3 Legend: R=Rack Location D=Data Location Address Building Name I Departments 315 N. 11th Ave. Human Services Bldg - B - Floor First A h C t r i R I i rims. a 1. I S J El Legend: R=Rack Location D=Data Location Address Building Name / Departments 2110 0 Street North Jail Complex Mesa T+.� it f V J Jsz et Cit. I .l - r ------e . POD _ . 1" .:t1:. tt 2.o �� t tL• •n7d :rt..- cb N 2 WEST - 2nd Floor a • Legend: R=Rack Location D=Data Location 5 Address Building Name / Departments 2110 O Street North Jail Complex 2 EAST - 2nd Floor Legend: R=Rack Location D=Data Location 6 Address Building Name / Departments 1104 H Street Training Center N Legend: R=Rack Location D=Data Location LONG JOB #1 BUILDING ADDRESS: BUILDING TITLE 9 1050.1801404209 WCR 24.5 Longmont, CO South West Service Center Device ID Device Type Location AV -62 Projector Conference Room AV -63 Projector Conference Room T. N 8 Legend: R=Rack Location D=Data Location AV EQUIPMENT UPGRADES DESIGN AND ENGINEERING SERVICES Question & Answer B2300125 1. Question: Where CAD backgrounds are not available, will PDF markups be acceptable? Answer: No, the County will require all designs to be CAD drawn. 2. Question: Will it be acceptable to attend weekly design meetings via teleconference? Answer: Yes 3. Question: Does the Country intend to replace any headend equipment (DSP, amplifiers, wireless microphone receivers) in 2 -West? Answer: The design team will need to determine if this equipment is adequate for adapting to the county standard equipment. If the equipment is not compatible and / or outdate it will need to be replaced. 4. Question: Does the County intend to replace all existing wireless microphone equipment? If not, is the intent to standardize to a specific brand / model? Answer: The design team will need to determine if current microphone equipment is compliant with federal and state regulations. Additionally, it will be the design team's responsibility to determine if the existing microphone equipment can be integrated with new room controller, rack, audio controls etc. If this is not achieved, then yes microphone equipment will need to be replaced. Yes, standardized microphone equipment is desired by the County. 5. Question: Will the County provide any electrical upgrades if needed? Answer: No, if electrical upgrades are required by the design team during the design phase, it will be handled in the construction phase by the low bid contractor and their 3rd party licensed electrical contractor. 6. Question: Will the bidding firm that designs this system be able to bid on procurement / installation? Answer: Yes, the awarded bidder for the design services for this project will be eligible to bid the procurement and installation which will be a separate bid. 7. Question: Since the county wants the AV system to be network centric focusing on Crestron, will the network switches be provided by the county? If so, will they be located at a different location from the AV equipment rack? Answer: Yes, the county will have a network switch provided in a different location from the AV equipment rack. The County will provide the appropriate cabling to provide network connections. AV EQUIPMENT UPGRADES DESIGN AND ENGINEERING SERVICES Question & Answer B2300125 8. Question: Would the county like occupancy sensors in the rooms? These will detect when the room is not being used and the system can be programmed to shut down after a predetermined time with no movement. Answer: Yes 9. Question: Are partition wall sensors required? These will trigger rooms combining or separating as programmed. Answer: No 10. Question: Are UPS backups to the AV equipment required? Answer: Yes 11. Question: If our AV design is selected through your bidding process, will there be financial compensation for the engineering and design time required to accommodate your requirements listed out in the scope of work? Or is this a request for free engineering, that we would then have to bid on our own design against other bidders? Answer: This bid request is for AV design services which requires full engineering and design of all items called out in the scope of work. This design will be used for a separate bid requesting procurement and installation of new AV Equipment for the locations identified. 12. Question: Is there adequate power at all equipment locations? For the Racks — Is there adequate power and grounding for the racks? Is this something we must plan for? Answer: The Design team will need to determine if adequate power is available for all equipment and racks. It will be the design firm's responsibility to provide engineering for power in locations it isn't adequate for equipment or racks. Exhibit B Pages 9-17 from RFP SCOPE OF WORK Audio Visual Equipment Upgrades Design and Engineering Services PROJECT OVERVIEW: Weld County is seeking a lump sum bid for professional design and engineering services for standardized Audio - Visual (AV) systems at various locations that either need full upgraded systems or partial upgrades described below. To maintain standardization, compatibility, and supportability, the system must contain roam controller that is Crestron Electronics system based, no substitutions. METHOD OF PROCUREMENT: Request for Bid (RFB): 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 teems end 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 RFB the contract. LARGE CONFERENCE ROOM LIST The following is a list of large conference rooms that will be updated with this RFB. 1. Training Center located at 1 l04 H Street, Greeley, CO 2. Shooting Range (Large Classroom) located et 38336 County Road 23, Carr, CO 3. OEM/training Room located at 1150 0 -Street. Greeley, CO 4. 2 -West Briefing Room located at the fail at 2110 O-Strest, Greeley, CO 5. 2 -Went Training Roam located at the fall at 2110 0 -Street, Greeley, CO 6. 2 -West Cooferenee Room l do 2 located at the Jail at 2110 Cs -Street, Greeley, CO 1. Mast Training Room located at the Jail at 2110 0 -Street. Oesnley, CO 5. Human Services B Large Mare= located at 315-0 North 11. Avenue, Greeley, CO 5. Southwest Service Center located et 4209 WCR 24 1/2, Longmont SCOPE OF WORK: Weld County is needing professional design services for schematic design, design development, construction documents, and construction administration to upgrade existing audio / visual equipment for the above nine conference rooms. Design team to evaluate existing equipment that can be integrated with new equipment for a standardized operating system. A Attachment A — Cueneat County Equipment A Attachment B - Current AV Equipment Sequence of Operations A Attachment C — Rack Placement Locations The purpose of this bid is to have the responding firm design the standardized Crestron Electronics Audio -Visual (AV) equipment in certain large conference rooms. Designer must provide the following: 1. Standardization. This bid is for large confrence rooms identified. To assist with understanding current audio-visual standardization the following is presented: a. County audio-visual systems are desired as Crestron Electronics based room controllers. b. System shall allow video confereneeeg. Weld County uses Microsoft TEAMS as its primary video conferencing platform. However, other entities also utilize the moms end may use a different video conferencing. BID REQUEST 982300156 Page 9 10 I Proposal for Bid #52300155 Design Services for Audiovisual Equipment Upgrades 1 .23-070602 070602 SHEN BOSOM 8 WILKE c. Small and Medium sized conference rooms. (Not Included in Bid) • These rooms utilize a wall -mounted monitor and an all -in -one sound bar (Logitech Meet Up or equivalent). • Users typically use a laptop to interface with audio-visual equipment. • Connection is through either a cabled (tethered) connection or a wireless connection using MS Display Adapter E2. d. Large conference rooms (this bid). • These rooms receive a watt -mounted projector screen, a laser projector, video conferencing camera, Crestron touch screen and Crestron room controller (with associated equipment). • Users typically use a County provide NUC "micro PC', wireless keyboard, and wireless mouse to interface with audio-visual equipment. • However, the desire is to also allow internal & external users the ability to connect their laptop via a (tethered) connection or a wireless connection using MS Adapter. • Large conference rooms also need microphones and speakers that are integrated into the system for ease of functionality. 2. Touch Screen. a. User interface with a Crestron Electronics touch screen shall be similar in functionality and display no matter room location. b. Touch screen shalt be configurable to allow Weld County logo (County provided) to be used as the background. c. Touch screen shall be configured to allow simple operations but be locked out so users cannot access programming or change settings. d. This system needs to be as simple as possible and should support very basic features (e.g.. projector ON/OFF, Volume, auto -interface with NUC, etc.). e. All other inputs/views shalt have the ability to be bidden from the normal user's view to avoid confusion or inadvertently changing configurations. 3. Microphones. a. Each room shall have a microphone solution that allows users within the room to engage in video conferencing facet without the need fora separate microphone. b. Large meeting rooms abed have two portable microphones and a lapel microphone that will allow in - person presenter to be heard within the space and to the video conferencing audience. c. The audio system will need to support expansion to least six devices for EACH room. 4. Speaker systems. a. Each room shall have audio system that allows for in -person and/or video conferencing presentations to be heard within the room. b. Audio input will be from both a laptop source as well as microphones. 5. Camera. a. Each room shall have a camera that will allow video cooferenciag to occur. b. The County has standardized to an all -in -one souadber Logitech MeetUp Part #: %0-001141 for small to medium rooms. c. The County would prefer solutions utilize similar cost-effective technology but may not be practical for larger rooms. d. Camera solution does not need to be a PTZ type. 6. Projector. a. The County has standardized laser projectors with: • Epson, PowerLite 750F Full HD 1080p Ultra Short -throw Laser Projector. or equivalent. • Viewsonic LS831 WU, or equivalent. b. The desire is to remain consistent with equipment. 7. Projector Screen. a. The County has standardized projector screens with: • DRAPER 254204TY PROFILE+ 119" DIAL - HDTV- XTI000V 16:9 58" H x 104" W Techvision XH800X UST ALR Surface, or equivalent. • Viewtonic BCP100 100" BrilliantColorPanet Ultra -short Throw Projector Screen 100" SCREEN WITH 16:9 ASPECT RATIO. b. Contractor shall configuration of projector and adjushnent of image to fit screen precisely. c. Projection is intended to be centered on the wall of the room. BID REQUEST #92300159 Page 10 11 I Proposal for Bid 0B2300155 Design Services for Audiovisual Equipment Upgrades I #0.23.070692 SHEN MILSOM & WII KE d. The desire is to remain consistent with equipment. e. Sizing of screen will be dependent of ceiling heights and may be different than the sizes listed above. The proposing firm will need to provide the correct size screen based on the ceiling heights provided in each conference room being upgraded. 8. Room Controller and Rack -mounted equipment. a. Shall be located in storage room in a lockable/tamperproof cabinet which is vented to prevent overheating. b. Shall be on a UPS rated for equipment and with surge protection. c. Shall be configured so memory is not lost during power outages. d. Room controller maybe required to dim certain lights to ensure visual quality is obtained as part of configuration. 9. All new equipment must seamlessly integrate and operate under the control of the Crestron control platform and utilize the County provided Micro PC. 10. The AV solution is anticipated to be capable of integrating with most existing hardware that is described Attachment A and may serve as a starting point For design for rooms that need full upgrade. 1 I, Design consultant to provide a schedule for each room. 12. Design team to provide all one -line diagrams at project closeout. LARGE CONFERENCE ROOM — CURRENT EQUIPMENT LIST Most of the large conference rooms already have some equipment in place that is expected and/or could be reutilized, Attachment A identifies those existing equipment items. SPECIAL FUNCTIONALITY The following list of conference rooms will need the additional identified fimctionality below incorporated into their Room Additional Functionality Training Center • ADA Listening Technologies • Audio System throughout w/ Controls. • Room controller for each projector • Switching capability of Video & Audio to allow Room to be split with Side A "AND" B connection at same time or Side A "OR" B for independent operations. • Comma for Video Confereetcirm Shooting Range (Large Classroom) • Switching capability of Video & Audio to allow Room t "AND" 2 connections at same time or Room I "OR" 2 for independent operations. • Room controller for each projecter. • Separating control molts for each side of the conference mom to avoid complete shutdowns during maintenance or equipment failures. • Audio jacks and I-IDMI outlets to be eooedineted with Facilities team. This will need to be located near front of room control / desk. • Audio System for large alasamom with controls. • Camera for Video Conferencina OEM/Training Room • Shared Video & Audio Capability Wt Events Room • Switching capability of Video & Audio to allow Room to be split with Side A "AND" B connection at same time or Side A "OR" B for independent operations. • Ability to broadcast satellite broadcasting on either monitor/projector. BID REQUEST #BS80ASSS Page 1l 121 Proposal for Bid #02300155 Design Services for Audiovisual Equipment Upgrades I #0.23.010692 SHIM Mi.S0M & WILKE • Analyze if microphone system exists that would allow anyone in the room to talk and be heard on a virtual meeting and/or ceiling grid speakers without surrounding noise interferences. • Analyze current speaker system to make sure audio is adequate for room. • Room controller for each projector. • Camera for Video Conferencing • ADA ListenintTechnoloaiea 2 -West Briefing Room • Camera for Video Conferencina 2 -West Training Room • Camera for Video Conferencina 2 -West Conference Room I & 2 • Switching capability of Video & Audio to allow Room I "AND" 2 connections at same time or Room 1 "OR" 2 for independent operations. • Currently Video is available between rooms. but Audio needs to be integrated with Video capabilities. • Camera for Video Confetencing 2 -East Training Room • Switching capability of Video to allow both projectors to show the same visual or for independent operation. • New room controller to operate A/V systems. • Analyze current microphone system and reconfigure as needed to be a fishy operation system. • Non -short throw projector to be replaced with a short throw projector and screen. • Camera for Video Conferencing Human Services B • ADA Listening Technologies • Audio System throughout classroom w/ controls. • Room controller • Canters for Video Conferetleine Southwest Service Center • ADA Listening Technologies • Room Controller to be upgrade to Creston Devices. All control logic needs to have the capability of controlling all current equipment within the room. • Camera for Video Conferencing BIDDER QUALIFICATIONS Bidders to include the following information in the bid response. The facilities team will contact reference to help determine bidder qualification and experience. I. Consultant to provide references for the three most recent projects that were designed by the bidding fittn that used Crestron products. 2. Include three project references that are similar to this project that occurred in that last two years. 3. Provide three project references that represent multiple room integrations that occurred in the last two years. 4. Bidding firm to provide a list of projects that were designed by the bidding firm within the last five years. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. I . DESIGN SERVICES I . Provide a design for the project. 2. Provide a schematic design package. 3. Provide foil and complete construction documents. 4. Provide construction administration/consultation. BID REQUEST MOWN Pine 12 141 Proposal for @td 002300155 Design Services for Audiovisual Equipment Upgrades 1 #0-23-070002 $10010 MILS$M & 1NIt.KE 5. Attend weekly design and construction meetings. 6. Provide an estimate of'4eimbursables" that would be required for this project. 7. Provide a design schedule. 8. Include all costs for any necessary "consultant" fees in the bid. DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsiblefor: I . Familiarizing themselves with applicable local, state, and federal regulations. 2. Weld County wilt provide copies existing plans. as -needed, on a per -project basis.Computer-Aided Design (CADY AutoCAD copies of plans are typically NOT available. 3. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 4. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 5. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of five meetings throughout the construction phases of the project. 6. The equipment evaluated in Attachment A may have changed since bid posting. Design team to coordinate with the Weld County project manager to survey current equipment at each location. FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as pact of this task. I. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. a Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County Project Team. Design Development (60% complete) — Provide draft plans sad specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Bunting Inspections staff ( Planning Department) Consttwxion Documents (100% complete) — Provide two fttll and complete sets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department. 2. Audio / Visual Design: Produce audio / visual plans for each conference ram'. Guide selection of equipment based on this bid and current reusable equipment. This process will require close coordination with Facilities Department staff to optimize the layout and details of conference room spaces. In genorat, audio / visual systems shalt be designed to maximize resiliency, minimize tong term life cycle costs, and consider sustainable elements. 3. Telecommunications and data connectivity will be coordinated by County Information Technology (Tf) staff through a separate process. The design tcam for this bid will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. 4. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for slurp drawings, Requests for Information, change orders, and weekly one- hour on -site Owner - Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 2 months for base bid. For additional CA work. identify the hourly rate is table below. 5. Revit or BIM modeling is not requited. However, final CAD of all designs and as-builts will be provided to the County. BID REQUEST t11328001&S Page 13 13 1 Proposal for Bid #02300155 Design Services for Audiovisual Equipment Upgrades I #0.23-070882 SHEN MILSOM & WILKE PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. I. Provide to Weld County one (i) hardcopy and one (1) set of PDF documents of thecompleted project documented along with AutoCAD files with final es -built of the Project. 2. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The bidder shall indicate in their bid any work intended to be performed by sub- consultants or persons outside of the firm. The proposer shall name the sub -consultants, if known at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PU) but more commonly known as errors R omission. BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. L Signed SIGNATURE PAGE of this RFB. 2. Summary of the bid, including Statement of Understanding showing familisritywiith the Scope of Work 3. Organizational chart and resumes of all key staff and core staff that will be involved withproviding services, including: • Identify wbo will act as the primary contact person to Weld County for this project. • List specific personnel proposed for the project team and provide a resume foreach of your proposed team members along with a copy of current state licensing for each architect or engineer. 4. Proposed Project Schedule • Describe how your fear handles the various communications, inctudingmestings and project schedules, to keep the project muting smoothly. • Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. 5. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sub let. • include the name of the sub -consultant and a statement of qualifications of theaab-consultant. AWARD AND AGREEMENT: A Sample of Weld County's "Professional Services Agreement" is available upon request it is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your bid. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. BID REQUEST 4.2300156 Page 14 15 I Proposal for Bld 0023001.55 Design Services for Audiovisual Equipment Upgrades 100-23.0706R2 SHEN MILSOM ti WILSE 1. Signed Signature page from this RFP SCHEDULE: Below is the anticipated schedule for this project: Dote Of This Bid July 3i, 2023 Advertisement Date July 3t, 2023 Pre -Bid Conference August 14, 2023 Bid Questions are Due August 21, 2023 Bids Are Due August 28, 2023 Bid Award Notice September 13, 2023 Contract Execution September 27, 2023 Design Start bnmediatcly upon receipt of signed contract Design Completion: November 15, 2023 PROPOSED DATES: Based on a contract execution date of September 27, 2023, please provide proposed schedule dates. PEES: Provide complete cost for the base bid. Schematic Design (30%) Design Development (60%) Ceastructioe Decode'ota (100%) TOTAL LUMP SUM BID 25,400 10/4/23 11/1/23 11/15/23 BID REQUEST 21 Proposal for Bid #82300155 Design Services for Audiovisual Equipment Upgrsdas 1 #0-23.700S2 Peg* 16 SHEN MILS0M & WILKE BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline Of 10:00 AM ott Armrest 2!'2023: 1) Pages 9 thru 17 of the Bid Specifications/Scope of Work. 2) W9, If applicable.` 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/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 oLtlwabove :Items upon submittal of your bid.map result In your•:bid being Incomplete multiyear bid !suing: rejected.rejectrid.11 there are any exclusions or contingencies submitted with your bid it may Ire dlswainned. BID REQUEST #82300156 Page 16 17 I Proposal for Bid #B2300155 Design Services for Audiovisual Equipment Upgrades 1 #0-23-0706R2 SHEN MILSOM & WILKE The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed here!, meets ail of the conditions, specifications and special provisions set forth in the Request for Bid No. N02300168. 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. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not Bolted to, product specifications and scope of services). and the formal acceptance of the bid by Weld County, together constitutes a contract. with the contract dale being the date of formal acceptance of the bid by Weld County. 5. Welt 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. Shen Milsom & Wilke FIRM BY Robert Healey BUSINESS 1801 Wewatta Floor 11 (Please print) ADDRESS 8.18.23 DATE CITY, Denver 80202 STATE, Colorado ZIP CODE TELEPHONE NO 720.482.0770 FAX TAX ID 0 26- t75BA21 SIGNATURE 4sOlgtrot E-MAIL rhealey@smwfic.com WELD COUNTY U EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS BB$.03BBI 0000. vattnemarrtawromeationtsano44,, ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO 6Y: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected OMcial or Department Heed Controller PSRFB0323 RID REQUEST #823081158 Page 17 31 Impose, for Bid #82300155 Design Services for Audiovisual Equipment Upgrades t e0 -23.0706R2 SHEN MILSQM s WILKE Fenn W-9 pieroafaher 20t e) Request for Taxpayer Identification Number and Certification ► Yo to waesw!meow/Form. kw Imfts.ons end thole. Mormsfton. Give Form to. requester. Do not send to Mu dt8. I tf s i Nreeanahownanyar4roonretaamfunlNraaaraquaaeanWsNadanothardllria. Writ. Shea Mllixn • Mks LLC WNW. namardWaprdad ern. mane. d dewta i tram above 9 Chuck eppratah boa W fad. to WWI... Mau pawn maw name 4 entered an ans I. CM. way area tdOrrhO Sewall lnaase. ❑ iwavo ireateprop.or a ❑ c cow.. ❑ 9 earporallon O kenere. O fnffi/Mele atneWn umberLLd Q urataa ttataty amp,. War rid tart dwukaewr (C.C oapeniMan. S=a eapoMlon. P-PednenWal. P .wassdwrpraedalsbox innie. more krlMtwedaaaiaNanolawdIdnrnimo aarrwc abnatelwM tied the. hdam.reseds.new1LCtwo is.. Mban►theornrwwenseasereratO*.is eggrrLLCthat Iswit drs..tramMown. far la. dwnyrdaetram Mearrraatradearsexeu1900. ttertreeWWItuxdyaWaabonofweans Enarnpeorw (undo aptly arty h Calerlt arrtlaM. not intlMldil� nee Wmucaana an pupa �•rePh P•y cod• Pr ••yi Eumpdon from FATCA wreMnp cods Of any) IWAaa One ewer Wrrat. wed apt ar stns nab the a ssucdra. 273 Oadfeon ANIMUS 14th FL a am state ersl 32. owe Never Yolk. N.Y.10015 nelereetwd name and adder UN swarm numb. henp.n. ® Yaxpwyhw dolt Number .wyou►lIN it the appropriate box. The 121 provided must match the name given onono 1 Ns ayotd treoltepertilthdding. For indvitheb. this la gm.* your mold assoudy number , hMdaR tor ipros pitatiordra0eedadindkme theIneln for Pet [.r.For dthar il..Itleyour walpkyerldrtlMestonnum. MN. 2pwos udsnetImen..weeMawtoere 11N. 1.4 Naar l the account le it mow. one name, see the atatrwttons far line 1. Neo see {what Name and Number To Zia• the Roque. farquidal. on whose menhir to wntim corusemke _ .Id -m -® Mseft eaerareaer 2 s— S 7 S/ s 2 1 Under pond. of perjury.1 asetily thee: 1. TM number shown an ids torrta is my card mew, idertfiNmNaa rdartler (or (ant smiting fora number to be km. to meg end 2.1 an nstwagen to.tat eitMaddhag becousto p11 amanita. from beowpelt isoidi g or NI ernes not bush noayed by the Masud itwaene Servloe PR .1 ma sib. to backup eatw.. as a reorkat s Mina tampon se into. or... ored Me IRS Ms noted me .1 an no Wpm .jett to backup Medal.. end 9.1 am a V.B. damn or other U.t . person (defined baba); and I. The FATCA coats) wowed on the torn pt tayf Mediating She 1 em exempt from FATCA reporting le correct. 6rwlmienbur.stlere.You must woes out Item : dam Oyu treebeen noel. bytel113. ouorecum*sub*,tot•eta wIthhoidhtg.our you ham .4 kr wad .rest rd.lI dson your ter Maim. Facades. t ans.one.Item 2 does not apply. Pwrmorlgege Wired add. Imersei odd.. required to el debt. eons.. to a tetheredMWhfdudl0Al. end e M a. you. not rrd t rgtr is o.tlltacoms. but you et veorfde your camat�the tnriuoltwwg Mr fhnp 1La rjr.i-644..1_`,11 General Instructions Suction r avencr w to the anternd moron a Code unless others. noted rub. deeelopme.Fortfebledbdprandonabautdardoprtwds n/aMd to Farm V44. as hstrue ts, such as hrs. mooed .r they ware published. go to hew lragoWPorm Purpose of Form M MdMddw) a swig, rams W 9 req. .rho le required to file an MormsltaMum with the IRS mud .al►yeWotmatt.eyre ideaNaYbn ram. (2111 aeons sway bayousamid eer wilynun. 0122.IndhidualMrpayoridsntroeton somber01211. atla(dlon Wr idant(f . aut.*.004. pI em plotarld ntino.n number report err an Won. a when the ems. paid to ytraattrr. mother wlheuntr lo.18onenIntorrhhatonmems.&imp.atinfermtlion hawnsMd... bwohle. the Id.. • Form 109g.INT (Inter. samed or pdd) ova. 7/12/2022 • Form 1aa9-01Y (dMdards, indudang those tram stocks or mu. turd. • Form 102.11SC (vabus types of Morns, prizes, awards, or groan pro 1 stook o mutual an fund ads d cabin odor • Form um.8 (proceeds tram rd set. transactions) • Form 1090.0 (merchant card end nerd pity network ranaseaons) • Form Mee (home mo#ger Md msg. t09blc (sudsnt loan fntereaQ. 10884 (tuition) • Form 1098 C (waled debt) • Form 1099-A (acquisition or abandonment d secured property) Use Fonn W41 ad/seen). provide your correct TIN.0 S parson Anduding a =Went rfyoutbtatmonForm%MiMthe roessawwith sWAy snubs be subject to Wow rtitMpltlMt¢ Oie 1NMt Is 5.10 tr +aldl+p Cat No. !poster Fenn 21-2 10-totg 191 Proposal for Bid 002300155 Design Services for Audiovisual Equipment Upgrades 100.23 070602 SNEN MILSDM A WILNE ACO OR CERTIFICATE OF LIABILITY INSURANCE °" 09! /20/2020/2022 3 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 M.J. COMAS CO., INC. 107 MILL PLAIN ROAD, SUITE 301 DANBURY, CT 06811 NQt�QACT JOHN COMAS a(8l'{.to, E.): 203-204-1400 I W..: 203-297-6876 ADOREss: JCOMAS@MJCOMAS.COM INSURER(S) AFFORDING COVERAGE NAIC tr INSURER A: THE CONTENTAL INSURANCE COMPANY 35289 INSURED SHEN MILSOM & WILKE, LLC 1801 WEWATTA STREET, FLOOR 11 DENVER, CO 80202 INSURER Er: NATIONAL FIRE INSURANCE COMPANY 20478 INSURER C: LLOYDS OF LONDON INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1239 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTH N, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. L MITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TV TYPE OF INSURANCE INS* WE POLICY NUMBER (MMIDDMYY) (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE E OCCUR 7018386740 03/17/2023 03/17/2024 EACH OCCURRENCE $ 1,000,000 E PREMISES(EaoN,T ence) $ 1,000,500 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ jE�/ ELOC OTHER: PRO DUCTS -CO0PIOPAGG $ 2,000,000 $ A AUtRscolLE LIABILITY ANY AUTO _ ALL NED AUTOSAW X HIRED AUTOS HIRED Rm.. S X NON - 7018386754 03/17/2023 03/17/2024 Moter SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB H OCCUR EXCESS LIAB CLAIMS -MADE 7018386723 03/17/2023 03/17/2024 EACH OCCURRENCE g 10,000,000 AGGREGATE $ 10,000,000 DEDJ X I RETENTION $10,000 $ B WO2KER COMPENSATION YIN AND EMPLOYERS' LIABILITY ANFIPCER/MEETOEREXCLUDED? PROPRIETOR/PARTNER/EXECUTIVEE grammar rn NH) If yes, describe under DESCRIPTION OF OPERATIONS below N /A 7018386737 OTHER STATES 7018386706 CALIFORNIA 03/17/2023 03/17/2023 03/17/2024 03/17/2024 X I STATUTE I I ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C PROFESSIONAL LIABILITY CLAIMS MADE B0146-LDUSA2103744 12/17/2022 12/17/2023 $5,000,000/$5,000,000 LIMIT DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space Is required) EFFECTIVE 9/20/2023 AS RESPECTS GENERAL LIABILITY, WELD COUNTY, COLORADO IS INCLUDED AS ADDITIONAL INSURED AS PER FORM CNA74745 XX) CERTIFICATE HOLDER CANCELLATION WELD COUNTY, COLORADO 1302 N. 17TH AVENUE GREELLY, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE e ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA Specimen Additional Insured - Designated Person or Organization Endorsement This:endoreement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE' Name.0f Additional Insured Person Or Organization: Specimen �n required to: complete' this Schedule; if rcpt shown above, Will be shown in the Declarations, It Is understood and agreed that the section entitled WHO IS AN INSURED is amended with the addition of the following: A. The person or organization shown in the ..Schedule is an Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal .and advertising injury caused In whole or in part, by: the Named inaurocf's acts or omissions, or the acts or omissions of those acting on the Named Insured's behalf: 1, in the performance.. of the Named insured's ongoing operations; or 2. in connection With premisesOwned by or rented to the Named Insured. B. However, If coverage forlhe additional insured is required. by written contractor written agreement, subject always to the terms and conditions of this. policy; including 'the limits of insurance, the Insurer will not provide such additional insured with: '1. coverage broader than required by such contract or agreement; or 2, a higher limit of Insurance than required by such contractor:agreement. C. The coverage granted :by this endorsement does not: apply to bodily injury. or property damage included within the preducts=completed operations' hazard. Any coverage granted by thin endorsement shall apply -Solely to the extent permissibleby law. All other terms and conditions::of the Policy remain. unchanged. This endorsement, which, forms a part of and it for attachment to the, Policy issued by the designated Insurers, takes effect on the effective date Of Said Policy at the hour stated in said Policy, unless another effective date is shown below, and, expires'.concurrentiy with said Policy. CNA74745XX (1-15) Copyright CNA All Rights Reserved, Includes copyrighted material of Insurance Services Office, Inc., with: its permission, ACO D CERTIFICATE OF LIABILITY INSURANCE 09!20/202 I uAtt/20/2023 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 M.J. COMAS CO., INC. 107 MILL PLAIN ROAD, SUITE 301 DANBURY, CT 06811 Va.'. John Comas a8Nri , EXfl; 203-204-1400 I ivc, No): 203-297-6876 AolAss: JCOMAS@MJCOMAS.COM INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: NATIONAL FIRE INSURANCE COMPANY 20478 INSURED SHEN MILSOM & WILKE,LLC 1801 WEWATTA STREET, FLOOR 11 DENVER, CO 80202 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1240 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE VN/ INSR gU D POLICY NUMBER POLICY EFF (MOM OLICY EXP ROMP, (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ �p PREMISES (Ea ooa rrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ jECT OLOC OTHER: PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY _ ANY AUTO _ AUTOS NED HIRED AUTOS p AUT0ULED AUTOS NED COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIARH=RADE EXCESS AB $ AGGREGATE $ $ DED I I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIAeILi7Y ANY CcPEOPRIETORMARTR E ECUTIVEEI pMandatory In NH� If yes, describe under DESCRIPTION OF OPERATIONS below N/A WC71838637 OTHER STATES WC718386706 CALIFORNIA 03!17/2023 03/17/2023 03/17/2024 03/17/2024 X I STATUTE I I ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remark. Schedule, may be attached If more space is required) AS RESPECTS WORKERS COMPENSAT ON SUBROGATION IS WAIVED AGAINST WELD COUNTY, COLORADO AS REQUIRED BY WRITTEN CONTRACT THAT REQUIRES A WAIVER AS PER FORM WC 00 03 13. CERTIFICATE HOLDER CANCELLATION WELD COUNTY, COLORADO 1301 N. 17TH AVENUE GREELLY, CO 80631 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ANA Workers Compensation And Employers Liability Insurance Policy Endorsement WAIVER',OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any Person or Organization on whose behalf you are required to obtain this waiver of our right to recover from under a written contract or agreement. The premium charge for the endorsement is reflected in the Schedule of Operations. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 00 03 13 104-19841 Policy No: WC 7 18386737 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 03/17/2023 Endorsement No: 4; Page: 1 of 1 Policy Page: 76 of 121 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright 1983 National Council on Compensation Insurance. Ct Entity Information Entity Name * Entity ID* [] New Entity? SHEN MILSOM & WILKE LLC @00047644 Contract Name * DESIGN SERVICES AUDIO VISUAL EQUIPMENT UPGRADES Contract Status CTB REVIEW Contract Description * DESIGN SERVICES Contract Description 2 Contract Type* CONTRACT Amount* $25,400.00 Renewable * NO Automatic Renewal Grant IGA Contract ID 7419 Contract Lead * SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 09/28/2023 GROUNDS 10/02/2023 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300155 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID 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 Review Date * 12/04/2023 Committed Delivery Date Renewal Date Expiration Date* 12/31/2023 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 09/28/2023 Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 09/28/2023 09/28/2023 09/28/2023 Final Approval BOCC Approved Tyler Ref # AG 100423 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 10/04/2023 September 14, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2023 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: Toby Taylor Subject: Audio Visual Equipment Upgrade (82300155) As advertised, this acquisition is for design services to modernize existing audio-visual components that will also establish one standardized platform for consistency across the County. The low bidder was Walcom Integration. During bid review, it was determined the response to the bid was incomplete. The following were not included in their submission: • Bidders were required to submit references for three recent projects that they designed and integrated using Crestron products. o Walcom only provide two firms as references. o Neither reference included design of Crestron Products Due to this, the low bidder does not meet specifications. Therefore, The Facilities Department recommends awarding to the second low bidder Shen Milsom & Wilke in the amount of $25,400. If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director qA$ Zp23-2 53. 5C-10025 DATE OF BID: AUGUST 28, 2023 REQUEST FOR: DESIGN SERVICES FOR AUDIO VISUAL EQUIPMENT UPGRADES DEPARTMENT: FACILITIES BID NO: B2300155 PRESENT DATE: AUGUST 30, 2023 APPROVAL DATE: SEPTEMBER 18, 2023 VENDOR WALCOM INTEGRATION, LLC 2821 S. PARKER ROAD, SUITE 535 AURORA, CO 80014 SHEN MILSOM & WILKE 1801 WEWATTA FLOOR 11 DENVER, CO 80202 IMEG CONSULTANTS CORP. 623 26Th AVENUE ROCK ISLAND, IL 61201 START DATE 10/9/2023 10/4/2023 10/13/2023 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. FINISH DATE 11/10/2023 11/15/2023 11/15/2023 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettweldgov.com cgeisertweldgov.com Phone: (970) 400-4222 or 4223 TOTAL $19,000.00 $25,400.00 $82,550.00 2023-2538 6/30 bC1C)02,5 ATTACHMENT A Training Center located at 1104 H Street, Greeley, CO CURRENT EQUIPMENT Audio Sources - Microphones/PC/Hardware Item Description Mfr. /Model No. Qty 1 Handheld Wireless Mic 2 Analog Receiver 3 Volume Controller 4 Wall Switch for Audio Share Metal Ware/Utility Item Description Mfr. /Model No. C ty 1 HDMI Wall Receptacle Plate Training Room Speakers Components Item Description Mfr. /Model No. qty 1 Bose Hanging Speakers Video Projection Components Item Description Mfr. /Model No. qty 1 Projectors w/ Screens 2 Shooting Range (Large Classroom) located at 58336 County Road 23, Carr, CO CURRENT EQUIPMENT IN 3&4 ONLY Video Projection Components Item Description Mfr. /Model No. City 1 Short Throw Video Projector VIEWSONIC LS831WU 2 PROJECTOR 2 Projection Screen DRAPER 119" 16:9 XH8OOX DIAG 58" 254204TY UST H - x HDTV- 104" ALR Surface PROFILE+ XT1000V W Techvision 2 3 Projector Mount ViewSonic Mount 2 OEM/Training Room located at 1150 O -Street, Greeley, CO CURRENT EQUIPMENT 1 Control/Distribution System Components Item Description Mfr. /Model No. qty 1 Room Controller Audio Sources - Microphones/PC/Hardware Item Description Mfr. /Model No. gty 1 Handheld Wireless Mic 2 Lapel Wireless Microphone 3 Bodypack Transmitter 4 Dual Channel Receiver 5 Microphone Desk Stand Metal Ware/Utility Item Description Mfr. /Model No. City 1 HDMI Wall Receptacle Plate 2 Metal Equipment Cabinet 3 Locking Vented Door 4 AC Power Distribution 5 Rack Mount Shelf 6 Blank Rack Panel Training Room Specific Components Item Description Mfr. /Model No. City 1 In Ceiling Speakers Video Projection Components Item IMfr. Description• /Model No. qty 1 Projectors w/ Screens 2 2 -West Briefing Room located at the Jail at 2110 O -Street, Greeley, CO CURRENT EQUIPMENT i___ Control/Distribution System Components Item Description Mfr. /Model No. Qty 1 Touch Control Panel Crestron, TSW-760 1 2 System Controller/Interface Crestron, RMC3 1 3 Digital Signal Processor Biamp, TesiraFORTE Al 1 4 Audio Amplifier QSC, RMX850a 1 5 Control Network Switch Cisco, SG250-08HP 1 Audio Sources - Microphones/PC/Hardware Item Description Mfr. /Model No. qty 1 Handheld Wireless Mic Shure, SLXD2/SM58 2 2 Lapel Wireless Microphone Shure, W185 1 3 Bodypack Transmitter Shure, SLXDI 1 4 Dual Channel Receiver Shure, SLXD4D 1 5 Rechargeable Battery Shure, SB903 3 6 Dual Charging Base Shure, SBC2O3 1 7 Microphone Desk Stand Atlas, DS5e 2 8 Combine/Isolation Xformer RDL, TX -J2 1 Metal Ware/Utility Item Description Mfr. /Model No. City 1 HDMI Wall Receptacle Plate Middle Atlantic, CG39878 1 2 Metal Equipment Cabinet Middle Atlantic, DTRK-10 1 3 Locking Vented Door Middle Atlantic, DT-VFD-10 1 4 AC Power Distribution Middle Atlantic, PD91SR 1 5 Rack Mount Shelf Middle Atlantic, UI 1 6 Blank Rack Panel Middle Atlantic, EB-1 3 _ r Cable- Video/Audio Signal/Loudspeaker/Control Item Description Mfr. /Model No. Qty 1 HDMI 15' Extension Cable Extron, HDMI-Ultra-15 1 2 Control Cable West Penn, 252245 as required 3 Audio Signal Cable West Penn, 25291B as required 4 Loud speaker cable West Penn, 25225B as required Conf. Room Specific Components Item Description Mfr. /Model No. City 1 Loudspeaker Assemblies Atlas, FAP62T Video Projection Components Item Description Mfr. /Model No. City 1 Short Throw Video Projector Epson, 1080p Ultra Projector Short PowerLite -throw 750F Laser Full HD 1 2 Projection Screen 119" XH8OOX DRAPER 16:9 DIAG 58" 254204TY UST H - x HDTV- 104" ALR Surface XT1000V W PROFILE+ Techvision 1 3 Projector Mount Epson, Mount Ultra ELPMB62 -Short Throw Wall 1 2 -West Training Room located at the Jail at 2110 O -Street, Greeley, CO CURRENT EQUIPMENT Control/Distribution System Components Item Description Mfr. /Model No. City 1 Touch Control Panel Crestron, TSW-760 1 2 System Controller/Interface Crestron, RMC3 1 3 Digital Signal Processor Biamp, TesiraFORTE Al 1 4 Audio Amplifier QSC, RMX850a 1 5 Control Network Switch Cisco, SG250-08HP 1 Audio Sources - Microphones/PC/Hardware Item Description Mfr. /Model No. (aty 1 Handheld Wireless Mic Shure, SLXD2/SM58 2 2 Lapel Wireless Microphone Shure, W185 1 3 Bodypack Transmitter Shure, SLXDI 1 4 Dual Channel Receiver Shure, SLXD4D 1 5 Rechargeable Battery Shure, SB903 3 6 Dual Charging Base Shure, SBC203 1 7 ' Microphone Desk Stand Atlas, DS5e 2 8 Combine/Isolation Xformer RDL, TX -J2 1 Metal Ware/Utility Item Description Mfr. /Model No. Qty 1 HDMI Wall Receptacle Plate Middle Atlantic, CG39878 1 2 Metal Equipment Cabinet Middle Atlantic, DIRK -10 1 3 Locking Vented Door Middle Atlantic, DT-VFD-10 1 4 AC Power Distribution Middle Atlantic, PD915R 1 5 Rack Mount Shelf Middle Atlantic, UI 1 6 Blank Rack Panel Middle Atlantic, EB-1 3 Cable- Video/Audio Signal/Loudspeaker/Control Item Description Mfr. /Model No. Qty 1 HDMI 15' Extension Cable Extron, HDMI-Ultra-15 1 2 Control Cable West Penn, 252245 as required 3 Audio Signal Cable West Penn, 25291B as required 4 Loud speaker cable West Penn, 25225B as required Conf. Room Specific Components Item Description Mfr. /Model No. Qty 1 Loudspeaker Assemblies Atlas, FAP62T Video Projection Components Item Description Mfr. /Model No. City 1 Short Throw Video Projector Epson, 1080p Ultra Projector Short PowerLite -throw 750F Laser Full HD 1 2 • Projection Screen 119" XH800X DRAPER 16:9 DIAG 58" 254204TY UST H - x HDTV- 104" ALR XT1000V W Surface PROFILE+ Techvision 1 3 Projector Mount Epson, Mount Ultra ELPMB62 -Short Throw Wall 1 e 2 -West Conference Room 1 & 2 located at the Jail at 2110 O -Street, Greeley, CO CURRENT EQUIPMENT Control/Distribution System Components Item Description Mfr. /Model No. Qty 1 Touch Control Panel Crestron, TSW-760 1 2 System Controller/Interface Crestron, RMC3 1 3 Digital Signal Processor Biamp, TesiraFORTE Al 1 4 Audio Amplifier QSC, RMX850a 1 5 Control Network Switch Cisco, SG250-08HP 1 Audio Sources - Microphones/PC/Hardware Item Description Mfr /Model No qty 1 Handheld Wireless Mlc Shure, SLXD2/SM58 2 2 Lapel Wireless Microphone Shure, W185 1 3 Bodypack Transmitter Shure, SLXDI 1 4 Dual Channel Receiver Shure, SLXD4D 1 5 Rechargeable Battery Shure, SB903 3 6 Dual Charging Base Shure, SBC203 1 7 Microphone Desk Stand Atlas, DS5e 2 8 Combine/Isolation Xformer RDL, TX -J2 1 Metal Ware/Utility Item Description Mfr /Model No gty 1 HDMI Wall Receptacle Plate Middle Atlantic, CG39878 1 2 Metal Equipment Cabinet Middle Atlantic, DTRK-10 1 3 Locking Vented Door Middle Atlantic, DT-VFD-10 1 4 AC Power Distribution Middle Atlantic, PD915R 1 5 Rack Mount Shelf Middle Atlantic, UI 1 6 Blank Rack Panel Middle Atlantic, EB-1 3 Cable- Video/Audio Signal/Loudspeaker/Control Item Description Mfr /Model No qty 1 HDMI 15' Extension Cable Extron, HDMI-Ultra-15 1 2 Control Cable West Penn, 252245 as required 3 Audio Signal Cable West Penn, 25291B as required 4 Loud speaker cable West Penn, 25225B as required Conf Room Specific Components Item Description Mfr /Model No qty 1 Loudspeaker Assemblies Atlas, FAP62T Video Projection Components Item Description Mfr /Model No Qty 1 Short Throw Video Projector Epson, PowerLite 750F Full HD 1080p Ultra Short -throw Laser Projector 2 2 Projection Screen DRAPER 254204TY PROFILE+ 119" DIAL - HDTV- XT1000V 16 9 58" H x 104" W Techvision XH800X UST ALR Surface 2 3 Projector Mount Epson, Ultra -Short Throw Wall Mount ELPMB62 2 SHARE VIDEO - TRAINING ROOMS A/O Item Description Mfr. /Model No. Qty 1 HDMI to DM Transmitter Crestron, DM-TX-4KZ-100 1 2 DM to HDMI Receiver Crestron, DM-RMC-4K-100 1 3 DM Distribution Amplifier Crestron, DM -DA -4K -C 1 4 DM Processor/Switcher I Crestron, DMPS3-4K-150-C 1 5 DM Cable (plenum rated) Crestron, DM-CBL-8G-P 2 -East Training Room located at the Jail at 2110 0 -Street, Greeley, CO CURRENT EQUIPMENI Control/Distribution System Components Item Descri • tion Mfr. /Model No. qty 1 J IPAD Apple 1 Audio Sources - Microphones/PC/Hardware Item Description Mfr. /Model No. qty 1 Handheld Wireless Mic 2 2 Lapel Wireless Microphone 1 3 Bodypack Transmitter 1 4 Dual Channel Receiver 1 5 Microphone Desk Stand 2 Metal Ware/Utility Item Description Mfr. /Model No. Qty 1 HDMI Wall Receptacle Plate 1 2 Metal Equipment Cabinet 1 3 Locking Vented Door 1 4 AC Power Distribution 1 5 Rack Mount Shelf 1 6 Blank Rack Panel 3 Training Room Specific Components Item Description Mfr. /Model No. In Ceiling Speakers ? Video Projection Components Item Description Mfr. /Model No. �yt 1 Projector 1 1 Short Throw Projector 1 Human Services B Large Classroom located at 315-B North 11th Avenue, Greeley, CO CURRENT EQUIPMENT Video Projection Components Item Description Mfr. /Model No. qty 1 Short Throw Video Projector Epson, 1080p Ultra Projector Short PowerLite -throw 750F Laser Full HD 2 2 Projection Screen DRAPER 119" XH800X 16:9 DIAL 58" 254204TY UST H - x HDTV- 104" ALR PROFILE+ XT1000V W Techvision 2 Surface 3 Projector Mount Epson, Mount Ultra ELPMB62 -Short Throw Wall 2 Southwest Service Center located at 42O9 WCR 24 1/2, Longmont CURRENT EQUIPMENT Shure Brand Item 1 UA864US Model Wideband Description Antenna QTY Crestron 2'i DM-TX-2OO-2G Front input plate Crestron 3 DM-TX-2OO-2G Side Input Plate Crestron 4 AM -200 Gateway Shure 5 UA844SWB Antenna Distribution System 2 Shure 6 ? Handheld mic Shure 7 ? Gooseneck mic Shure 8 ? Lapel mic Crestron 9 DMPS3-4K-350-C-AIRMEDIA Presentation System Epson 10 EB-L610U Projector Crestron 11 DM-RMC-4K-1OO-C Room Controller Radio Design Labs 12 D-CIJ3 Left Audio Plate Radio Design Labs 13 D-CIJ3 Right Audio Plate Radio Design Labs 14 D-CIJ3 Front Audio Plate Shure 15 QLXD4 Digital Receiver 6 BIAMP\AUDIA 16 12X4 Digital Audio Platform Crown 17 Cdi 2000 2 Channel Amplified JBL 18 Control 26CT Speakers 2O Listen Technologies 19 LS -41-072 ADA Listening Assist 3 iPad 20 Room Controller 2 Hello