Loading...
HomeMy WebLinkAbout20222270.tiffConkvaci- IDtk loZip4 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & CONFERENCE TECHNOLOGIES, INC WELD COUNTY COURTS DIVISION 7,15 & H AV PROJECT THIS AGREEMENT is made and entered into this itItaay of S fl4.`OQV 2022, by and between the Board of Weld. County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Conference Technologies, Inc. hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the 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 equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package. No. B2200102. Exhibit B consists of Contractor's Response to County's Request for Bid. 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 faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. 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. 0,on5-th-V �P 6q /i2/ 22 oiro- q//a/aa r LOLL -72 -lb BC -1007A 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. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 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 Modification. 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. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $67,490.00 as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement, after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 294-101 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. S. 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 this. 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, 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. 10. Confidentiality. Confidential information of 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 professional construction 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. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 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, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction 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 shall exist 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. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all 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; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: 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): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. 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. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement. cost basis without optional deductibles. 1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. 2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. 3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. 4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. 5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. 6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). 7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall 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 warrantsthat all subcontractors providing services under this Agreement have or will have the above described insurance prior to the 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 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 any 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. The 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 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 by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Mark Olsen Position: Address: 11653 Adie Road Address: Maryland Heights, MO 63043 E-mail: mark.olsen@cti.com Phone: 630-467-1500 County: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylordweldgov.com Phone: 970-400-2021 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, 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 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. 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) 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 §§24-1 0-101 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 bean 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. 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 of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, 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 a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of 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. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. 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. 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra_ judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, 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: Ccr to u? By: Name: Title: C WELD COUNTY: ATTEST, Weld ty Clerk to the B and BY Deputy Clerk t. the oard / -5(f Date of Signature BOARD OF COUNTY COMMISSIONERS WELI/COUNTY, COLORADO Scott K. James, Chair SEP 1 2 2022 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JULY 6, 2022 BID NUMBER: B2200102 DESCRIPTION: WELD COUNTY COURTS DIVISION 7, 15 and H AV UPGRADE DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE: JULY 21, 2022 BID OPENING: AUGUST 3, 2022 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: WELD COUNTY COURTS DIVISION 7, 15 AND H AV UPGRADE A mandatory pre -bid conference will be held at 12:00PM on July 21, 2022 at the Weld County Courthouse West Entrance located at 901 9th Avenue, Greeley, CO 80631. Meet at Centennial Center Security Checkpoint. Bidders must participate and record their presence at the pre -proposal conference to be eligible to submit bids. Bids will be received until: 10:00AM on August 3, 2022 (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on August 3, 2022 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 Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 798581188 PAGES 1 - 9 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 9 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 9. 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: 1. Emailed bids are required. Email bids to bids@weldgov.com; however, if your bids exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. 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 we receive your bid/proposal. Please call Purchasing at 970-400-4223 or 4222 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 Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing 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 to, 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. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under B2200102 2 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). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder 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 Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder 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. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder 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 Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder 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. Successful bidder 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 Successful bidder 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, Successful bidder 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 Successful bidder receives federal or state funds under the contract, Successful bidder 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 Successful bidder 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. 5. 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. 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 B2200102 3 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) provide 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 I 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 82200102 4 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 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. B2200102 5 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. §§24-18-201 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 X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. 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. B2200102 6 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, loss 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 82200102 7 by the Contract Professional 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 or Request for Proposal. 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. 82200102 8 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 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. B2200102 9 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING Weld County Courts Division 7, 15, and H AV Upgrade OVERVIEW: Weld County is seeking proposals for a turn -key lump sum bid to upgrade the audio-visual equipment through the 19' Judicial District at three (3) existing courtrooms at the Weld County Courthouse and/or the Weld County Centennial Center. These Courtrooms are Divisions 7, 15 and H. SCOPE: The Weld County justice center houses 21 courtrooms. Many of the sound systems will be replaced over an extended period as budget allows. The basic design and functionality of the installed sound systems will be identical; however, there are several variations in courtroom architecture requiring a creative approach towards cabling and device placement. In all cases, the AV contractor is expected to meet or exceed the existing aesthetics of the courtroom. Some courtrooms shall require a newly built cavity in the existing courtroom millwork for the purpose of housing the AV equipment rack in rooms which do not have an existing dedicated space. This new location will necessitate replacement of all audio cable paths to the new equipment rack. New microphone connections will need to be installed via receptacle plates by the AV contractor. Additional speakers may be required in certain courtrooms. New, multi - zone cabling will be required for all new and existing speaker circuits. Labor requirements will vary from courtroom to courtroom. It is required that the contractor attend the pre -bid walk thru in order to determine labor needs. Access to needed work areas is carefully controlled and will require close coordination with local court administration, security, and clerk staff. AV devices connected to the state judicial network will require entering into a security agreement with the State Judicial Department and close coordination with the State's information technology staff. Contractor must provide proof this agreement is in place with the submission of their bid. Failure to provide proof with bid submission and/or validation by the State of Colorado regarding this facet will result in a bid considered as incomplete. 1. General Description: A. The audio system will consist of microphones located at the judge, jury, prosecution, defense, witness, and lectern positions. These microphones will allow digital audio recording of the proceedings as well as sound reinforcement throughout the courtroom via ceiling mounted and desktop loudspeakers. In addition, a wireless microphone shall be provided for "roaming" use and chamber conferences. A noise masking system will inject a masking signal, "white noise", into the ceiling speakers located above the jury and spectators allowing confidential sidebar conversations to take place. B. Each courtroom shall be equipped with an infrared (IR) assisted listening system to comply with federal ADA requirements. This dual channel system will also serve as the remote telephone -based interpreter system. B2200102 10 C. Control of the audiovisual system is accomplished via programmable logic controller that utilizes wired touch -screen panel technologies or the Biamp Canvas application. Please see attachment A Control Programming Scope of Work. D. A court reporter connection plate shall be provided in trial courtrooms near the reporter's station. 2. Installation materials A. Equipment supplied by the AV contractor shall be new and shall meet and or exceed the latest published specification of the manufacturer in all aspects. Substitutions will not be accepted without written consent of the County and Judicial representatives. B. In General, substitutions to materials and work methodology as outlined in this scope are not accepted. However, if all items that are bid are equal to or greater the Judicial Department reserves the sole right to determine if items submitted are equal to the items specified in this scope. C. A detailed spec sheet will be required to be provided for any and all proposed alternate items. D. If materials specified in this scope are no longer available or have an exceedingly long lead time shall be considered only with written approval of a judicial agent and County representative. E. The supplied equipment and materials list is in good faith and should be what is needed for the scope of this work. The contractor is required to verify all equipment and materials needed and necessary for a fully functional and operating system. F. Contractor shall provide with their quote alt miscellaneous materials listed and not listed to provide a fully functional AV system without any additional charges. 3. Installation Standards: The installation of all system components and connection shall be in accordance with industry best practices as laid out by ILIA. a. AV equipment shall be securely installed in standard 19" equipment racks with adequate room for ventilation and expansion. Internal rack wiring shall be organized by signal type with cable neatly supported to allow for future service. The installer shall provide a minimum of 30 inches of service loop at the equipment rack location. b. All audio cable terminations shall be either manufacture approved phoenix connectors or soldered connections. All new fixed cable runs shall be with approved Belden cabling. All cabled shall be labeled at both ends prior to commissioning and testing. All terminated ends shall be labeled with the origination device and channel number on one line and the destination device and channel number on the second line. (Ex. "DSP 2 out 4"- "AMP 1 IN 4") with a printed label. All terminations shall be heat shrunk to prevent drain wire shorts. All balanced audio connections shall be grounded at both ends. All new cable runs shall be absent of splices. Splicing into existing cabling must be done by either solder joints and/or crimp to terminal block. c. Chasing of cabling thru existing millwork shall be made with consideration of minimal impact to esthetics and courtroom functionality. Connector plates should be provided where cabling exits millwork unless otherwise noted or permitted. Visible penetrations in millwork for wire chasing shall be finished with a suitable furniture grommet. B2200102 11 d. Microphone and headphone extension cable shall be professional grade and constructed with neoprene jacket cable and terminated with Switchcraft or Nuetric brand connectors. e. All above ceiling AV cabling that is run open -wire shall be supported from 5 - hooks either from dedicated ceiling wire or wall mount above visible ceiling elevation as directed by general contractor or county facilities department. In all cases, no wire shall be supported by or contact ceiling grid system or pipe related fire suppression, natural gas or water transport. f. AV contractor shall restore all ceilings, walls, millwork, and any other surface affected by their work to match existing construction and aesthetics. g. All patching and painting required for the installation is the responsibility of the AV contractor unless otherwise agreed upon in writing with the state or county. The AV contractor is responsible for the removal of all waste associated with the project and leave areas of installation clean of any debris and dust including carpets. 4. Contractor will provide warranty for all equipment for a period of one year, superseding the manufacturer's warranty where necessary. The warranty shall include all cost incurred by the contractor for removing, repairing, and reinstalling any equipment that has malfunctioned. Some manufacturers require only authorized dealers install and warranty their equipment. If the manufacturer has not authorized or will not authorize the contractor, it is the contractor's responsibility to make the appropriate arrangements and bear all cost associated with that arrangement. All manufacturers equipment warranties are to be activated in the Owners name and will commence on the date of system acceptance. Contractor will warrant contractor modified equipment for the warranty period described above. 5. Contractor will provide owner training by a qualified instructor to personnel designated by the owner. A. All training shall take place after the system acceptance test and the systems are operational. B. The training will be divided into two (2) sessions of two hours each and this training is to be done with the owners designated representatives. Contractor will provide a schedule and a sign in sheet. C. Trainings will be recorded by the owner for future reference. D. Contractor will provide additional training if needed or requested at the cost of the owner, prior to training and after approved by the owner in writing. E. Training materials and training plan shall be provided to owner and approved prior to any training sessions. 6. Contractor will provide all software and configuration files to the owner in an uncompiled archived form free of any passwords or locked down modules. A. The owner will provide a base Biamp DSP file as well as a Base Crestone Control/GUI files. However, it is the contractor's responsibility to modify those files to provide a fully functional AV system. B. See Attachment A for the Control Programming Scope of Work. 7. Owner has provided a bill of materials and pricing sheet for each courtroom, please see Attachment B. This must be supplied with your bid. This does not encompass all required materials. Contractor is responsible of knowing what they will need to provide a fully functional AV system. 8. Owner has provided a schematic drawing for each courtroom please see Attachment C for these layouts. It is still the contractor's responsibility to ensure all layouts are correct. 82200102 12 9 All damages to building structure and or finishes shall be repaired to original condition as a part of the contract Two of the court rooms in this scope are in a Historic Courthouse 10 Contractor shall provide any and all design drawings and or custom design to the owner for approval Along with all shop drawings and submittals prior to any fabrication and or materials being ordered This will include but not limited to the following A Point to Point Wiring schematic B Complete Design drawings showing all equipment, wire and cable identification and labeling C Terminations and jack locations D Panels, plates, and designation strips including details relating to terminology, engraving, finish and color E Schematic drawings of any and all custom components, assemblies, and circuitry F At the completion of the project the contractor shall provide a full red lined as built set of drawings 11 All lifting and hoisting equipment shall be provided by the contractor 12 The projected contract date is expected to be August 31, 2022 Based on this date, provide expected start and finish dates 13 Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements 14 No bid bond is required for this project 15 Davis -Bacon and Buy American requirements are NOT required 16 Bids over $50,000 will require a payment (100%) and performance (100%) bond 17 Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid 18 All trash and debris to be properly disposed of offsite 19 Weld County is a tax-exempt entity 20 Contractor will be required to enter into a standard Weld County contract for this service A standard County Contract is available through the Weld County Purchasing Department and is available for viewing upon request SCHEDULE. Below is the anticipated schedule for this project Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion July 6, 2022 July 6, 2022 July 21, 2022 August 3, 2022 August 22, 2022 August 31, 2022 Immediately upon receipt of signed contract December 16, 2022 B2200102 13 PROPOSED DATES: Please provide proposed start and completion dates for this project if different from forecasted schedule. START DATE COMPLETION DATE FEE: Provide your Proposal Lump Sum fee in space below. TOTAL BID: $ A mandatory pre -bid conference will be held on July 21, 2022, at 12:00 PM, at the Weld County Courthouse West Entrance, 901 9th Avenue. Greeley, Colorado. Meet at Centennial Center Security Checkpoint. Bids will be received up to, but not later than August 3, 2022, at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on August 3, 2022: on or before the bid open inq 1) Page 10 thru 15 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) A detailed spec sheet will be required to be provided for any and all proposed alternate items per item 5) Davis -Bacon and Buy American requirements are NOT required. 6) Bids over $50,000 will require a payment (100%) and performance (100%) bond. 7) Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. 8) Contractor shall provide with their quote all miscellaneous materials listed and not listed to provide a fully functional AV system without any additional charges per item. 9) Attachment B must be completed and submitted with your bid for all courtrooms. 10) AV devices connected to the state judicial network will require entering into a security agreement with the State Judicial Department and close coordination with the State's information technology staff. Contractor must provide proof this agreement is in place with the submission of their bid. Failure to provide proof with bid submission and/or validation by the State of Colorado regarding this facet will result in a bid considered as incomplete. *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. B2200102 14 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. 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 proposal for Request No. #B2200102. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 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 BUSINESS ADDRESS CITY. STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE FAX TAX ID # E-MAIL DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 9. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board BY: WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller B2200102 15 Weld County Court Room AV Project Attachment A. Control Programing Scope -Biamp Canvas Control Option Audio o All active pages contain some sort of audio control The "Audio" page provides gain, mute, level indication, "Bench Conference" and "All Mute" control Gain An up and down arrow button shall control the gain from input to loudspeakers for the following sources Judge, Witness, Lectern, 4 attorney table, clerk, jury master, wireless, video conference, video PGM master, Room Master Speaker volume, and Telephone input Gain changes shall be limited to the established Max and Min within the DSP file All gain controls shall display the current level as a decimal value The video PGM master and Room Master speaker volume shall also indicate level by bar graph Mute A mute button shall mute audio only to the loudspeakers for the following sources Judge, Witness, Lectern, 4 attorney table, clerk, Jury master, wireless, video conference, video PGM master The telephone input shall mute to all DSP routes "Bench Conference" The yellow "Bench Conference" button shall call up the bench conference preset in the DSP by controlling a logic state within the dap file with full digital feedback The "bench conference" DSP preset shall affect only the mute attributes of the input, AEC, pink noise generator and telephone input blocks The logic shall provide for an on state to remove all source inputs from the FTR and speakers while maintaining routes from the bench conference microphone to the FTR, reporter's headphones, and remote reporting servers An off state shall revert all routing to a normal state "All Mute" The red "All Mute" button shall call up all mute preset in the DSP by controlling a logic state within the dap file with full digital feedback The button shall flash in an on state The "all mute" DSP preset shall affect only the mute attributes of the All Mute blocks as well as limited matrix points within the "REC/ALS/Reporter" matrix block The logic shall provide for an on state to remove all source inputs from the FTR and speakers while maintaining routes from the chamber conference and wireless microphone to the FTR, reporter's headphones, and remote reporting servers An off state shall revert all routing to a normal state "Side Conference" The yellow "Side Conference" button shall call up the Table -conference preset m the DSP with full digital feedback The "Side Conference" DSP preset shall affect the mute attributes of the input, AEC, pink noise generator, assisted listening routing and telephoneNC blocks The logic shall provide for an on state to remove amplification while maintaining routes from Judge and Table microphones to the FTR, reporter's headphones, assisted listening and remote reporting servers An off state shall revert all routing to a normal state "Select Audio Default Settings" This button call up a DSP preset which returns all user controlled gain controls, mute buttons and user affected routing to a predefined state This preset shall only affect those attributes of each targeted DSP block, Teleconference The teleconference page shall provide all functions necessary to complete a call Dialing Numeric keypad with b and * Call Controls o Send- Initiates call and turns yellow when call is in progress o End- Ends call o Answer- Answers call, flashes with incoming call o Redial- Redials last number dialed o All controls related to user -maintained speed dials Source Mutes A mute button connected to the telephone auto mixer shall individually mute each source routed to the telephone output Telephone Interpreter Controls o "Enable" Call up telephone preset in DSP o "Courtroom" Call up telephone preset in DSP o "Non-English Speaker" Call up telephone preset in DSP o Client & Attorney" Call up telephone preset in DSP Teleconference Mute Controls o Each source routed thru the telephoneNTC mixer shall have a separate mute control DIV 9 • TELEPHONE INCOMING VOLUME 7CIE r'r-IONC 1 2 4 6 7 8 9 0 .• 4' r .,f...�..-_'..�......_. - ... . f.) : • "OS! Of ant oni ••- � per 'riJ44 • *CPT nrsis ctn •-•fRt I•f 111f1P 1)1111• Sri • •H>tl Ilf me y• e),1:1 "_ ::1-4 • Orikt v ')111 ••••t! Ij>tl•u y.ly el:T fIf'bf ii• ark �I^ — -•(111 il(n!1^o.'al.. <3G edit ecihrle arti\• rilk"rirrusirlier"'t tWPM-t.0 ?%ete " "a'_'""e'R -. Otter ..n.....wr sr 1,t - �•n - 'add -tr. - ••• lirrr- SC 13 • ►r.it 1 ?• •;a fe flnt•t cif•,•; • ion Of•Ji le ill tl •; it •r, ...et1 Cif f1Y'.• dl)11. ' D 11 ►d.? ;rot- only l•M TELEPHONE INTERPRETER C. O a TELEPHONE MUTE CONTROLS 111117.7.711 lit7fl E. :r C):-: (Vs r. f'. 1•• 1O AI'PLICAi ION DIV 9 I • • SIDE BAR SIDE CONFERENCE ;tA. GSITMJF:!Ma , L" tU4>51.5 V35.t Its '►�.M%' '`5 � ALL MUTE t•.}M?l° <NW` .t WITNESS WORN TANI1 ?NAIL 2' Ara ON .t. at 1z- 12 0 0 to- 10 20- m -30- _ -m 4G- --I0 sa - - -50 -60 - •- -�o •T0 --7V SO - - -so 90--90 100 -- 100 oft ON 12- u o 0 -10- --10 -20- -40 - -30 40 - 40 -SO- --So a--bo • O- -To eo--a0 -90- --� -100 100 TAIAEON 9. C I .. Ju tv Y-co1n WIPU3S ON OH . 4 ON AV Ott f FLEPI-IONE AUDIO MAST!? EXIt APR ICA f ION A Weld County Courtroom Attachment B Division 7 Extended Item (Description ( Manufacture Model No. Comments Qt'v _ Unit Cost 1 OSP 12x8 ''3IAMP ' TesiraForte AVB VT i $0.00 2 AVB Outbox BIAMP Tesira EX -OUT $0.00 3 4 Chanel Amplifier Extron +TR-10070 ..1 XPA-2004 1 $0.00 4 70volt Output Transformer Radian or equal rated 10(3w 0 $0.00 5 Hearing Assist Pkg Listen LS-100-01-GY 1 $0.00 6 2nd IR Transmitter Listen LT -82-01 .OLXD24/B58-050 1 $0.00 7 bigital Wireless Mc Shure - 1 fr $0.00 8 Battery Shure 4 SB900 1 $0.00 9 Charger Shure Sec 200 -US r 1 $0.00 $0.0O 10 Chamber Mic Shure ' MX395/O 1 11 Desktop Microphone Shure ' MX418 D/C 1 7 $0.00 12 bench mic mouse Shure MX391/O 1 $0.00 13 Rack Shelf Middle Atlantic U1 -RK12 1 $0.00 14 Equipment rack Middle Atlantic 1 $0.00 15 Vent Panel 'Middle Middle Atlantic VT1 rEB1 2 - $0.00 16 clank Pane Atlantic 2 - I $0.00 17 Blank Panel Middle Atlantic EB2 1 $0.00 18 Flush Mount ceiling 5PKR Atlas "FAP I 42T 6 S $0.00 19 AC power distro Ct'41800s 1 $0.00 Furman 20 ' Headphone Amp Behnnger Ha400 1 $0.00 $0.0O 21 headphones Audio Technica ATH-P3 ' 1 22 1/4" IRS Patch Cable ProCo 20' professional grade 1 1 $0.00 23 Microphone Extension ProCo +310-2004 Professional grade as needed 1 $0.00 24 Desk top Speaker Pyle Parts express 1 $0.00 25 POE Injector for AVB Phihong PH-POE29U-1AT .TX 1 $0.00 26 Matching Transformer RDL I -J2 1 $0.00 27 'wdw StpralCacle ialrnumaa nncaach 4 Belden 9451 as needed $0.00 $0.0O 28 Speaker Cable 16awg (plenum) as needed 29 50ohm Coax Cable (plenum) as needed $0.00 30 Cats ASS Power Cable (plenum) as needed $0 00I 31 Judge Plate AV -1 Custom see drawing see drawing see drawing 1 $0.00 32 'Lectern Witness Plate AV -2 Custom i 1 $0.00 $0.0O 33 Plate AV -3 Custom 1 34 Floor Track Legrand 1500 series as needed $0.00 35 Floor Track Junction Legrand 1528 'as needed $0.00 36 ' $0.00 Shipping Sub Total All-inclusive labor and not listed material and supplies for alicourt rooms listed above. $0.00 Courtroom Total $0,00 Weld County Courtroom Attachment B Division 15 Item Description (Manufacture [Model No. [Comments I Qty. Unit Cost txtended 1 , tISP 12x8 i3IAMP TesiraForte AVB VT 1 $cr-o0' 2 AVB Outbox SCAMP Tesira Ex -Out 1 $0.00 $0.00 3 ' 4 Chanel Amplifier Extron ~ XPA-2004 '1'R-10070 e 1 4 70volt Output Transformer 'Radian �or equal rated 100w� 2 $0.00 5 Hearing Assist Pkg. Listen LS-100-01-GY ALT 1 $0.00 6 ' 2nd IR Transmitter Listen -82-01 aQLXB24/SM58-O50 1 $0.00 7 Digital a Wireless Mic •Shure 1 $0.00 $0.00 8 Battery 'Charger Shure •Shure rS8900 -SBC 1 9 200 -US 1 h - $0.00 10 Gooseneck shock mount Shure 'Shure MX418 O 1 $0.00 11 Desktop Microphone 'Shure MX418 D/C 6 $0.00 12 Bench mic mouse `Middle MX391/O `RK12 1 $0.00 13 Equipment Rack Atlantic 1 $0.00 14 Vent Panel 'Middle Atlantic *Middle +EB1 VT1 2 $0.00 15 Blank Panel 'Middle Atlantic `EB2 2 $0.00 50.00 16 ' Blank Panel rShelf Atlantic 1 17 Middle Atlantic I U-1 1 $0.00 $0.00 18 AC power distro 4 Furman CN1800s < 1 1 19 Headphone Amp Behnnger 'Ha400 ' 1 $0.00 20 headphones I Audio Technica ATH-P3 �20' 1 $0.00 21 1/4" IRS Patch Cable liProCo *Microphone ProCo professional `Professional grade r • 1 $0.00 22 Extension grade `as needed 1 $0.00 'Desk 23 ' top Speaker ' Pyle _ 310-2004 Parts express 1 $0.00 24 POE Injector for AVS Phihong PH-POE29U-1AT See F3iamp.com M 1 $0.00 $0.00 25 Replacement 5v LED EAO E10 -2J06.3142 `Red • 2 I I 26 Replacement 5v LED f= AO 10-2J06.3145 'Green 2 1 $0.00 $0.00 27 'Audio titpnalCaaleDienumaSneed80T) Belden 9451 as needed g � $Q.00 28 Speaker Cagle 16awg (plenum) Vendor choice as needed . _ $0.00 29 50ohm Coax Cable (plenum) Vendor choice as needed $0.00 30 Cats ALS Power Cable (plenum) Vendor choice as needed 31 VC/Reporter Plate Vendor choice Custom see drawing —1 $0.00 32 _ $0 00 33 $0.00 34 $0.00 35 $0 00 Shipping Sub Total All-inclusive labor and not listed material and supplies for all court rooms listed above. $0.00 SQ.00 Courtroom Total Weld County Court Room Attachment B Division F1. Item 1Descriptioo _Manufacture T13odel ?flu. 1Con: meats 1 Qty. Untfeost Extended 1 'OSP 12x8 BIAMP 'BIAMP Tesira F -ode AVB VT 1 $0.00' 2 AVB Outbox Tesira EX -OUT 1 $0.00 3 4 Chanel Amplifier Extron XPA-2004 1 $0,00 4 70volt Output Transformer Radian wLS-100-01-GY TR -10070 � or equal rated 10 (1w 0 $0.00 5 Hearing Assist Pkg. Listen 1 $0 004 6 2nd Ilk Transmitter Listen LT -82-01 1 $0 00 7 Digital Wireless Mic `Shure OLXD24/858-G50 - 1 $0.00 $0.004 8 battery Shure SB900 1 9 Charger Shure SEIC 200 -US 1 $0.00 $0.00s 10 Chamber Mic ' Shure MX395/0 1 11 Desktop Microphone Shure MX418 DiC 6 50.00 12 Bench mic mouse � Shure MX391/O 1 S0 00' 13 Rack Shelf Middle Atlantic U1 1 50.00 14 Equipment rack Middle Atlantic RK12 1 $0.00 15 Vent Panel hBlank Middle Atlantic VT 1 2 $0.00 50.00 16 Panel r Middle Atlantic EE31 2 17 Blank Panel Middle Atlantic EB -.2 1 $0.00 18 Flush Mount ceiling SPKR Atlas SM 42T _ 4 $0.00 19 AC power distro 'Behnnger Furman CN1B00s -I1 $0.00 20 Headphone Amp 'ATH-P3 Ha400 0 $0.00 21 ' headphones '1/4'' Audio Technica 0 $0.00 $0.004 $0.004 22 TRS Patch Cable ProCo 20' professional grade ' 1 23 Microphone Extension ProCo Professional grade as needed 1 24 Desk top Speaker ' Pyle 310-2004 Parts express 2 $0.00 25 POE Injector for AVB Phihong PH-POE29U-1AT 1 1 $0.00 26 Matching Transformer RDL TX-J2 1 $0.00 27 qJ. A -.o :.tCabM.pSn„..asr. A Belden �y 9451 as needed $0.00 28 Speaker Cable 16awg (plenum) as needed $0.00 29 50ohm Coax Cable iolenurn) •8S needeaa $Q_0Q $0.004 30 Cats ALS Power Cable (plenum) as needed 31 Judge Plate AV -1 Custom see drawing 1 $0.00 32 Witness Plate AV -2 Custom see drawing 1 $0.00 33 Lectern Plate AV -3 4Legrand Custom see drawing 1 $0.00 34 Floor Track �Legrand 1500 senes as needed $0.00 35 Floor Track Junction 1528 as needed $0.00 36 $0.00 Shipping Sub Total rAll-inclusive labor and not listed material and supplies for all court rooms listed above. Courtroom Total $O.00: 50.00 Attachment C Equipment & Install Weld Multiple Courtroom AV Renovation Project Courtroom Renovations 7,15, H DRAWINGS 6/15/22 WELDCOUNTY COMBINED COURTS PROJECT COVER PAGE ?Er- AV000 I - 1 _ • _ r ussesso 1 i _ i i _ i •KM1tOPMtl K.:bt• W VM14XN "O.4GVHif 61•u/...I V+O:LIL: felt ft &t41 IM ^4 O• :tti F''Att Lei: .µ ml :.-Mit' ..tdtun. .,s+;: WI It U t?V,Ibfbav tN.dbA2Ct.wke.. air 1 JUDGE'S CHAMBERS EQUIPMENT RACK WELD COUNTY COMBINED COURTS PROJECT COURTROOM 7 FLOOR PLAN [ E'JERALwOTES • :G.DOA TO vbYIFY ACCLASAC., OC >-.AbI OETAIL Av SYSTEMS MSG, Et CO,.ORADO STATE A..DICIA� OA re & pa? RE /MO . I JR stir, AV101 CEILING MOUNTED ASSISTED LISTENING RADIATOR ZONE 2 REMOVE ALL EXISTING HANGING CEILING MICROPHONES ZONE 3 ZONE 4 ■ JUDGE'S CHAMBERS INSTALL CHAMBER CONFERENCE MICROPHONE IN CEILING NON -ADJACENT TO AIR SUPPLY VENT EQUIPMENT RACK WELD COUNTY COMBINED COURTS PROJECT COURTROOM 7 REFLECTED CEILING PLAN GENERAL NOTES FOCe' . ,C • 4C', 1' !--,,'• j AV SST ASDESKM BY COLORADO STATE JUDICtA DATE 6117172 Revischi sn.,..AV102 r�{ z 91 - t - z ww..w, w awl....... arf 1• I !L TpIi..YAlAIJ- 1J1! fflt fll 1YI11 rT rot RTRnnI! PROVIDE CABLE PATHWAY THROUGH LEGRAND 1500 SERIES RACEWAY AND ACCESSORIES CABLE CONNECTORS MUST HAVE STRAIN RELIEF AT RACEWAY gti WELD COUNTY COMBINED COURTS PROJECT COURTROOM 7 AUDIO ONELINE DIAGRAM InTR I .uorw IC Am.1 ^.I.I� p rwlzuc , . AV 03 • -_ Sim a CUT IN VC PLATE r) Mal a 05 ORIGINAL AS -BUILT PLAN AV VENDOR MUST VERIFY AND REPAIR/REPLACE ANY BROKEN FIELD CABLING OR CONNECTIONS 1i • ��5 .70 -0. • vow 0 WELD COUNTY COMBINED COURTS PROJECT COURTROOM 15 FLOOR PLAN C tikKA NoTbS: AV 6YS'EAI6 CagCH S" COLORADC STA'2AJQI A. DATt Gr7?a2 REVISION I JIM SHEET U•; AV 104 w• t --.'Ire - I !!. Yi�•.L-(+lA lrtl u+lYiL phT{r7rT rfif R7Pnny WELD COUNTY COMBINED CONRTS PROJECT COURTROOM 15 AUDIO ONELINE DIAGRAM ' �, AV105 Nay —t n U t I I I I I I I I I 1 I r.. I I I I I I I II i i wMfriY =Or yea. v .!'dY••.C ' 3CtAOet U.nM•A.A. NJ ML4•: •ll.G•RC. � Seas, µe • f � � • f e f tree t EDUIPEMENT RACK WALL MOUNTED ASSISTED LISTENING RADIATOR WELD COUNTY COMBINED COURTS PROJECT COURTROOM H FLOOR PLAN GENERAL IIOTQ AY SYSTEMS OESIC>a1 BY COLORADO bTA'E JUJIC A, DATE StII/22 REVISION 1 st.I.. AV 1 O6 i I i • r a —4I 1 r- 7 ZONE4 s 5 • • ' 1 t t • a .►• — —n -► to iv imirlienflosamiikeivismabeishmeasamillimindesr •/1 ZONE 3., -- ;r lea • e I i WELD COUNTY COMBI-JED COURTS PROJECT eta.Ltl� AV Si STEMS DESXir. isY CCI_CRAUo STATE .uDtCla_ UA' E 6117t22 HE' 151O:4 1 Sri Ei�T ho AV 10 7 ! • - 5,1-2 CMMtKrt3LW.ut'M•� tLWMfi,RtE\T♦W ♦YJrp.vS 1,1 w PROVIDE CABLE PATHWAY THROUGH LEGRAND 1500 SERIES RACEWAY AND ACCESSORIES CABLE CONNECTORS MUST HAVE STRAIN RELIEF AT RACEWAY 7E Y\f1Y-n1T �h-'ltAY Dr\TRIr7 rn! RTR9mt --l. n'kv-'niayyE..o ..eu rarroa•.wE t•ctr...wrnu•...n, WELD COUNTY COMBINED COURTS PROJECT COURTROOM H AUDIO ONELINE DIAGRAM „----,.E. w = AV108 WIRELESS MIO RECEIVER I BLAhK SHURE OL%D241858 " POWER O5T,IEUIION FURMAN CNIBOOS ALS TRANSMITTER R1 I ALS TRANSMITTER " LISTEN �T-62 LISTEN LT -82 ANK MIDDLE ATLANTIC E6-1 BIAMP TESIRA FORTE VT AVS !VAMP TESIRA EX calf I VENT MIDDLE ATLANTIC YT 1 AMPLIFIER EQUIPMENT RACK ELEVATION YIDOLC AILW IIC N%It RACK ShELF WELD COUNTY COMBPIEO COURTS PROJECT COURTROOM RACK ELEVATION Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING Weld County Courts Division 7, 15, and H AV Upgrade OVERVIEW: Weld County is seeking proposals for a turn -key lump sum bid to upgrade the audio-visual equipment through the 19`x' Judicial District at three (3) existing courtrooms at Use Weld County Courthouse and/or the Weld County Centennial Center. These Courrooms are Divisions 7, 15 and H. SCOPE: The Weld County justice center houses 21 courtrooms Many of the sound systems will be replaced over an extended period as budget allows. The basic design and functionality of the installed sound systems will be identical, however, there are several variations in courtroom architecture requiring a creative approach towards cabling and device placement In all cases, the AV contractor is expected to meet or exceed the existing aesthetics of the courtroom Some courtrooms shall require a newly built cavity in the existing courtroom millwork for the purpose of housing the AV equipment rack in rooms which do not have an existing dedicated space This new location will necessitate replacement of all audio cable paths to the new equipment rack New microphone connections will need to be installed via receptacle plates by the AV contractor. Additional speakers may be required in certain courtrooms New, multi - zone cabling will be required for all new and existing speaker circuits Labor requirements will vary from courtroom to courtroom It is required that the contractor attend the pre -bid walk thru in order to determine labor needs Access to needed work areas is carefully controlled and will require close coordination with local court administration, security, and clerk staff AV devices connected to the state judicial network will require entering into a security agreement with the State Judicial Department and close coordination with the State's information technology staff. Contractor must provide proof this agreement is In place with the submission of their bid. Failure to provide proof with bid submission and/or validation by the State of Colorado regarding this facet will result in a bid considered as incomplete. 1 General Description' A. The audio system will consist of microphones located at the judge, jury, prosecution, defense, witness, and lectern positions These microphones will allow digital audio recording of the proceedings as well as sound reinforcement throughout the courtroom via ceiling mounted and desktop loudspeakers. In addition, a wireless microphone shall be provided for "roaming" use and chamber conferences A noise masking system will inject a masking signal, "wlute noise", into the ceiling speakers located above the jury and spectators allowing confidential sidebar conveisations to take place 13 Each courtroom shall be equipped with an infrared (IR) assisted listening system to comply with federal ADA requirements This dual channel system will also serve as the remote telephone -based interpreter system. 82200102 10 C. Control of the audiovisual system is accomplished via ro ammable logic controller that utilizes wired touch-screenP � g panel technologies or the Biamp Canvas application. Please see attachment A Control Programming Scope of Work. co p D. A court reporter connection plate shall be provided in trial courtrooms near the reporter's station. 2. Installation materials A. Equipment supplied by the AV contractor shall be new and shall meet and or exc eed the latest published specification of the manufacturer in all aspects. Substitutions will I not be accepted without written consent of the County and Judicial representatives. B. In General, substitutions to materials and work methodology as outlined in this this scope are not accepted. However, if all items that are bid are equal to or greater the Judicial Department reserves the sole right to determine if items submitted are equal to specified in this scope. q the items C. A detailed spec sheet will be required to be provided for any proposed and all ro osed alternate items. D. If materials specified in this scope are no longer available or have an exceeding ly long lead time shall be considered only with written approval of a judicial agent and d County representative. E. The supplied equipment and materials list is in good faith and should be what is needed for the scope of this work. The contractor is required to verify all equipment and materials needed and necessary for a fully functional and operating system. F. Contractor shall provide with their y eir quote all miscellaneous materials listed and not listed to provide a fully functional AV system without any additional charges. 3. Installation Standards: The installation of all system components and con nection nnectian shall be in accordance with industry best practices as laid out by ILIA. a. AV equipment shall be securely installed in standard 19" equipment racks with adequate room for ventilation and expansion. Internal rack wiring shall be organized by signal type with cable neatly supported to allow for future service. The installer shall provide a minimum of 30 inches of service loo at the equipment rack location. p b. All audio cable terminations shall be either manufacture approved pp phoenix connectors or soldered connections. All new fixed cable runs shall be with approved Belden cabling. All cabled shall be labeled at both ends prior to commissioning and testing. All terminated ends shall be labeled with the origination device and channel number on one line and the destination device channel number on the second line. and e (Ex. "DSP 2 out 4"- "AMP I IN 4") with a printed label. All terminations shall be heat shrunk to wire drain wP re shorts. All balanced audio connections shall be grounded at both ends. All new cable runs shall be absent of splices. Splicing into existing cabling must be joints and/or crimp g done by either solder to terminal block. c. Chasing of cabling thru existing millwork shall be made with minimal impact to esthetics and consideration of p courtroom functionality. Connector plates should be provided where cabling exits millwork unless otherwise n Visible penetrations in wire or permitted. millwork for wire chasing shall be finished with a suitable furniture grommet. 62200102 11 d. Microphone and headphone extension cable shall be professional grade and constructed with neoprene jacket cable and terminated with Switcheraft or Nuetric brand connectors e All above ceiling AV cabling that is run open -wire shall be supported from J - hooks either horn dedicated ceiling wire or wall mount above visible ceding elevation as directed by general contractor or county facilities department In all cases, no wire shall be supported by or contact ceiling grid system or pipe related fire suppression, natural gas or water ti ansport f AV contractor shall restore all ceilings, walls, millwork, and any other surface affected bytheir work to match existing construction and aesthetics g All patching and painting required for the installation is the responsibility of the AV contractor unless otherwise agreed upon in writing with the state or county. The AV contractor is responsible for the removal of all waste associated with the project and leave areas of installation clean of any debris and dust including carpets 4 Contractor will provide warranty for all equipment for a period of one year, superseding the manufacturer's warranty where necessary The warranty shall include all cost incurred by the contractor for removing, repairing, and reinstalling any equipment that has malfunctioned Some manufacturers require only authorized dealeis install and warranty their equipment If the manufacturer has not authorized or will not authorize the contractor, it is the contractor's responsibility to make the appropriate arrangements and bear all cost associated with that arrangement All manufacturers equipment warranties are to be activated in the Owners name and will commence on the date of system acceptance Contractor will warrant contractor modified equipment for the warranty period described above 5. Contractor will provide owner training by a qualified instructor to personnel designated by the owner A All training shall take place after the system acceptance test and the systems are operational B The training will be divided into two (2) sessions of two hours each and this training is to be done with the owners designated representatives Contractor will provide a schedule and a sign in sheet C. Tramings will be recorded by the owner for Ririe reference D Contractor will provide additional training if needed or requested at the cost of the owner, prior to training and after approved by the owner in writing. E Training materials and training plan shall be provided to owner and approved prior to any training sessions 6 Contractor will provide all software and configuration files to the owner in an uncompifed archived form free of any passwords or locked down modules A The owner will provide a base Biamp DSP file as well as a Base Crestone Control/GUI files However, it is the contractor's responsibility to modify those files to provide a fully functional AV system B See Attachment A for the Control Progranuning Scope of Work 7 Owner has provided a bill of materials and pricing sheet for each courtroom, please see Attachment B This must be supplied with your bid This does not encompass all required materials Contractor is responsible of knowing what they will need to provide a fully functional AV system 8 Owner has provided a schematic drawing fat each courtroom please see Attachment C for these layouts It is still the contractor's responsibility to ensure all layouts are correct. 82200102 12 9 All damages to building structuie and or finishes shall be repaired to original condition as a part of the contract Two of the court rooms in this scope are in a Historic Courthouse 10 Contractor shall provide any and all design drawings and or custom design to the owner for approval Along with all shop drawings and submittals prior to any fabrication and or materials being ordered Tlns will include but not 'inured to the following A Point to Point Wiling schematic B Complete Design drawings showing all equipment, wire and cable identification and labeling C Terminations and jack locations D Panels, plates, and designation strips including details relating to terminology, engraving, finish and color E Schematic drawings of any and all custom components, assemblies, and circuitry F At the completion of the project the contractor shall provide a full red lined as built set of drawings 11 All lifting and hoisting equipment shall be provided by the contractor 12 The projected conti act date is expected to be August 31, 2022 Based on this date, provide expected start and finish dates 13 Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements 14 No bid bond is tequiled fit this project 15 Davis -Bacon and Buy American requirements are NOT required 16 Bids over $50,000 will require a payment (100%) and perfoimance (100%) bond 17 Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid 18. All trash and debris to be properly disposed of offsite 19 Weld County is a tax-exempt entity 20. Contractor will be required to enter into a standard Weld County contract for this service A standard County Contract is available thioogh the Weld County Purchasing Department and is available for viewing upon request SCHEDULE: Below is the anticipated schedule for this project Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion 82200102 July 6, 2022 July 6, 2022 July 21, 2022 August 3, 2022 August 22, 2022 August 31, 2022 Immediately upon receipt of signed contract December 16, 2022 13 I PROPOSED DATES: Please provide proposed start and completion dates for this project if different ` schedule. from forecasted START DATE COMPLETION DATE FEE: Provide your Proposal Lump Sum fee in space below. TOTAL RID: $ 1/4%) C)/ A mandatory pre -bid conference will be held on July 21, 2022, at 12:00 - Courthouse West Entrance, 901 9'1' Avenue. PM, at the Weld County Greeley, Colorado. Meet at Centennial Center Security Checkpoint. Bids will be received up to, but not later than August 3, 2022, at 10:00 AM PURCHASING TIME CLOCK). (WELD COUNTY BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bi deadline of 10:00 AM on August 3, 2022: don or before the bid opening 1) Page 10 thru 15 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) A detailed spec sheet will be required to be provided for any and all proposed alternate items per item. 5) Davis -Bacon and Buy American requirements are NOT required. 6) Bids over $50,000 will require a payment 4 p y nt (100%) and performance (100%) bond. 7) Contractor will be required to provide professional liability insurance ce and builders risk insurance in the amount of the bid. 8) Contractor shall provide with their quote all miscellaneous materials listed and not listed to provide a fully functional AV system without any additional per chargesitem. 9) Attachment B must be completed and submitted with your bid 10) AV devices connected t for all courtrooms. o the state judicial network will require entering into a security are with the State Judicial Department and close coordination with the St agreement Contractor must provide proof this agreement State's information technology staff. is in place with the submission of their bid. Failure to provide proof with bid submission and/or validation by the Stateof Colorado regarding this facet will result in a bid considered as incomplete. *A current W9 is required for new bidders. If you have previously p eviously worked with Weld County, only provide your W9 if there has been a change. 82200102 14 TELEPHONE NOI\ I 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. The undersigned, by his or her signature, hereby acknowledges and rep resents presents that: 1. The bid proposed herein meets all of the conditions, specifications and ' request for proposal for Request No. #B2200102 P special provisions set forth in the 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal but not limited to the products specifications and q contained herein (including, P scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, ' the contract date being the date of si nature by together constitutes a contract, with 9 the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive an accept the bid that, in the opinion of the Board of y informality in the bids, and to County Commissioners, is to the best interests of Weld County The .d(s) may be awarded to more ,than one vendor. FIRM thrS %\rk t‘_ r\N, e BUSINESS ADDRESS CITY, STATE, ZIP CODE , �}\\r\ \,Nc\ 4%e PRINTED NAM DYI SIGNATUREU1/4*No \v--‘t,a\ \\+, TAX ID # "I� I47: Zw‘j\Nt vek E—MAIL IPP\94\e1/4,kkiNtC—� �CC��. DATE. WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE NUMBER IS #98-Q355'l -0000. YOU DO NOT NEED TO OF EXEMPTION SEND BACK PAGES 1 - 9. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Scott K. James, Chair 82200102 APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller 15 Form -9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. co a) cn� a 0 rsi c a o .471 L. CD es IS t a GJ a 1 Name (as shown on your income tax return). Name is requ red on this'ine do not leave this I.ne blank Conference Technologies, Inc. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1 Check only one of the following seven boxes. Individual/sole proprietor or singe -member LLC C Corporation t S Corporation Partnership Trust/estate Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► Note: Check the appropriate box in the line above for the tax classification of the single -member owner De not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner Other (see instructions) ► 5 Address (number, street, and apt or suite no ) See instructions 11653 Adie Rd. 6 City, state, and ZIP code Maryland Heights, MO 63043 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) 5 Exempt on from FATCA reporting code (i' any) {Apples to accounts .maintained outside the US Requester's name and address (optional) 7 List account nt.mber(s) here (optional) Part Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box, The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole oroprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter Part II Social security number or 111 Employer identification number 4 Certification 3 5 0 7 3 Under penalties of perjury, i certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withnolding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) Ind eating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified ey the IRS that you are currently subject to backup withholding because you have faded to report all interest and dividends or your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification but you must provide your correct TIN See the instructions for Part II, later Sign Here Signature of U.S. person ► • Date. 01/01/2022 General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), indvidual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (FIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those `rom stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-3 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. if you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev 10-2O18) Weld County Courtroom Attachment B Division 7 Tcnn'hurt itoa Manulsetun "Mott No. '1 - Cam rurat• c ty Unit -Cost 5 "Fueadtd 1 13SP 1 x0 'WAMP essraFods AVB VT 1 15ss.00 7i,`' 2 AVE; Outbox BAAMP Tetra EX -OUT i $912-40 10.00 3 4 Chanel Amplifier Extron eXPA-20O4 t $1..163.00 s 5006 50b06 4 70+rat outow Trartaramsr Radlan TR• 10 070 ' or arui woo wow 0 5 Heating Assist Ptcg w wren 'listen i.3; -01 •GiI I $2765.00 r 2nd-1Rtransmitter 'LT -82-01 1 MM. 30 CO 7 Digital %ro'.ass McShure 0(X024/858 -050 I $j0t0,Q0 0 8 Battery Shure stRINXY 1 $0 na 8 Charger Shute 'age -no -us 1 -03 $0.00 10 Chamber Mc Shure 1.009510 I 'Smug $0.00 11 Desktop Microphone Shure MX41 O CYC 7 8207.9c ..170,09 50 0 12 Bench mlc mouso Shure 'Middle MX3S tJ'D 1 $0.00 i 3 Rade Shed Mantic U1 I $3 DO SO Ot 14 Equipment rack Mddte Atlantic RX1"2 I $1Z) 44 _ $0.04 15 Vent Planet Middle Mantic M1 2 mat, CM re 'Blank Panel 'Middle Atlantic 'Fat 2 57.ft0 3.00 --633 30.th Bunk Pare' Middle Atlantic MD 510-00 313.6,40 15 Rush mount cedwp 9PXR 1 Attaa FAP 42T 6 19 AC power Bistro CNISOOs I 7 N 50.00 Furman 20 Headphone Amp 8e hrrnge+ "Ha400 t 33tQQ $0 00 21 headphonee Audio Tec1Tnln ATH.P3 f 1•41 4o S0 tiou S0.06 22 if4` TRS Patch Cabie ProCo 20` protesvonar grade i {14J)Q A 73 Microphone Extensity ` ProCo Professional grade as needed I St4-00 $0.0 07 24 Desk top gpeaker Pyle 3T0-2004 Parts express 1 aim $0.00 25 POE tnloctor For AVB 'P.r+ang PH-Pt3E₹9U-;AT i 50.00 $42,Qg 26 Matching Transformer 11tX TX -.12 1 50.00 27 ..as�CMS WWI a 71140 Barden 945i as needed $186 00 S.ti4 28 as noedod X MOO W.0. fines calk ttt..o t 28 50ohm Coax Cebu (plen+Rt) as needed...JUST® 50 66 : 30 can MS Por ' CS. tom*) "Custom es needed 116$1)4 S0.00 3i fudge Plate AV -1 see drawing see drawing see drawing i $tt31.00 91300 : 32 Witness Plate AV -2 Oustom I $12N9 50.00 : It Lectern Plata AV -3 Custom 1 $40.00 50 00 30:01 34 Floor Track I.egrand 1580 sarioe as needed 35 'Floor Tracts Juncton Legrana 1528 as needed 30 00> _ _ $14,142.00 30 04 ipping Sub Total AJ14ncluaTv, labor and not listed material endsupplles for all court rooms listed above Co urtroorn Total $2,588.00 $912.00 $1,153.00 $2,765.00 $650.00 $1,016.00 $89 00 $206.00 $165.00 $1,870.00 5179 00 $3700 $129.00 $26.00 $15.00 S10 00 $352 00 $397.00 $34.00 $41.00 $14.00 $14.00 $76 00 51200 $64 00 518600 5188 00 5186 00 5186 00 5101.00 510700 548.00 1150.00 150 00 $161.00 $8,317.00 $22,620.00 Weld County Courtroom Attachment B Division 15 Item Manufacture Model No. -Comtncats Unit Cost Y its a&d -, doe 1 DSP 1 tillnitr t osirPorto AV9 ' , 2 AVR Outbox ©LAMP Tes.ra EX -OUT 1 •.12•.12r58"0r5g0 0.1. 50.00 3 4 Chanel Amplifier Each XPA-2004 1 _YIP til1L_. —WM $6.06 4 Mort Output Transformer ^Radian TR-10070 a nom noted tour e _.t3r $ taw 5 HeannQ Asstst ilkg. user 'baton LS -10011-0Y I ?6514 O.00 6 2nd IR Transmitter LT -62-01 1 LtQ S+0.0ti 7 Digital Wireless ►ic Shure QLX6'i4l5M8G5 -0 i - Sai5!? 6Ray uro SEq 00 S0.0b 9 Charger Shun -SRC 200 -US 1 50.06 10 Gooseneck shodt mountShure -1&t 11 C 1 ,-ROSO t7$.g0. 50.00 $0.00 11 Desktop Microphone Shure MX418 INC 6OW30.00 12 Bench mic mouse hure Afx,i91/O I 13 Equipment Radc Middle Atlortc RX12 1 iMID- Si24 fin ifs Oa $0.06 14 vent Penes Middle Atlantic W1a "E$1 15 blank Panel MckPo Atantic 2 30.00 18 Blank Panel twiddle Atiarxc E87 i s y J,i 95.E 50.06 —95.156 i7 Shelf Mtddle Atlantic -.Furman 0-T 1 sorki-----3b00- 5307.00 18 AC power d&sfro CN1800s 1 19 Headphone Amp ashringer Na400 I W4OO 20 headphone Audo Tecnntca ATH-P) i 00 WOO N 714' IRS Patch Cable ProCo 7fY professional prsde i 14.f?9 $0.00 22 Microphone Extension ProCo Professional grvaa as needed 1 f 14.0b 50 00 23 Doak top akar 310-2004 Parts express I $30p0 Sts 00 24 POE injot for AVS tsttthcrg ' Pei POE29U TAT Soo &arm com 1 m $0.00 25 Replacement 5v LED FAO E10 -2J08.3142 Red 2 415-00 50.06 26 Replacement 5v LED 10-2J86 3145 been 2 S5.0O $0.00 27 ,MO ,►.�:�Ve.ei.t.M..�.a - - Be kfen 9451 as needed 9pesk cse tbag oserrum) en oice as moiled ,j106,00 188.00 so-ot $0.06 29 5oiotm cos= cable Melons") Vendor choice as needed 610Q,00 30 cm A&S ryas awow pr') bVendor Vdld endor oo —Custom as needed $198.00 50.06 S1 VC/Reporter-Plate choice see drawing 1 S48 00 0.00 S000 me1 , sow 33 - 313,$.'5.08 Shipping Sub Total All4nc1u No labor snd not Iistod materiel andsupplies for sl court rooms lstod above_ $2,588.00 $912.00 $1,15300 $257 00 S2,76-5.00 $650-00 $1,018.00 $89.00 $206.00 $179.00 $1,602.00 517900 $37.00 $ 129.00 $26.00 $15.00 $10.00 $397.00 $34.00 $41.00 $14.00 $14.00 $78.00 $42.00 $30.00 $30.00 $188.00 $188.00 $188.00 $186.00 $46.00 • $0.00 $161 00 $8,873.00 Courtroom Tot $22,319.00 Weld County Court Room Attachment B Division 11 —Item doe Minutadorr Wail tie. comment, ( Unit -Cos -1 F.cua�td 1 aSr✓ ri 'DAMP asira frogs AVIM° ' s . Vi $22588.00 2 AVB Outbox Theirs EX °LIT t $912.00 #0 001 3 —Clam' 4 Chanel Arnpilier ti Iron °Radian X►PA-2034 I ;1115.33.00 30.66r' Output T rsnefomwr T R -100 f6 50 W' or equal Fated 100x.0 5 Hearing Assist dreg listen Lc1601-cY 1 271 00 $0.00 9 2nd IR Transmit Dew De 'Shure LT-82-01 1 $059.(y) 50 00 7 D(gttni tireless tic ZLXD2411358-G50 'S8$M I $t IR C4J 50.00 8 Battery Shure A $02.90 $0.00 9 Charger 'Ct,ambor Shure SECt-Us 1 2O6.t?O -- ba' 1b Mic Shure MX395/O i 1 50.00 $0.00' 11 Desktop Microphone '9ench Shure 1MXii6 DC l2'6 12 m:c mouse S?+ure MX391/8 I $i7Ti.Oe $b 00 ! 13 Rack Steil ibiddle Attannc `Middle j u1 I $0.00 p t $37-00 14 Equipment rack Anarbc RS12 1 Sig.,10 +$0.00 15 Vent Panel Ylidle Atlantic VT1 2 513_00 �570�.00 �J.06 --6I' Wile 16 Blank Panel Mcdle Atlantic IEB2 E81 2 $7§0 17 Blank Pane( While Attanbc i 310 18 Flush Mount caning SPKR Ada SM 421 4 $81.00 19 'Headphone AC power dIstrm Furman CI411800s i V,97.00 20 /Grp erica Fta4 0 $0 00 21 heaopnonee AudioTechnica ATH-P3 0 W.00 30.00' 1 22 1/4' TRS Patch Cable l'roCo 20' professions grade 1 $14.00 23 ' Microphone Extension ProCo Professional prods es needed r $14 00 550.00 10.60 50.00 74 -POr Doak top Speaker Pyle 310-2004 Parts express 2 533.00 25 injedo for AVE; -PhthonQ ' Fri-POEM/1AT a I . LQ330 713 Vatting Tnensrormer RDL TX -J2 i 104,00 $0.00 30-0P 27 __eat ranee► :Trade n 9451 as d $108,00 25 use Ca is«9 (Owe) es needed *160.C9 isal5qg 50-005 50.004 $0.0015 SEWS 20 50ohrn Coax Cable fpdnuml as needed $1468.00 3) CMS ALB Poser Cable (planar) as needed $126 00 31 jJudvoPt.WAV.t Cusbm Bee drawlrg i $101 32 Warless Plate AV -2 Cusbxn see drawing see drawing 1 (107,00 33 Lectern Plate AV•3 'tegrsnd Custom 1 fie 43 34 Fir Track "Floor 1500 sere, as needed 50 On 35 Truce .function tgrand '528 as needed SO 00 36 lhipping Su t nc us rite not Mind at and supplies for aircourt rooms listed above. b Total Courtroom Tatai $2,588.00 $912.00 $1,153.00 $2,765 00 $650 00 $1,016.00 $89.00 $206.00 $165.00 51.602.00 117900 $37 00 $129.00 $26.00 $15.00 $10.00 $352.00 5397 00 114.00 14 ® .7800 42.00 64.00 168.00 188.00 188.00 188.00 101 CC 10700 8.00 t 50 00 50.00 $0.110( $161.00 ib. S8,301 00 $22,551.00 ACO L7R CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 8/30/2022 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 J.W. Terrill, a Marsh & McLennan Agency LLC co 825 Maryville Centre Drive Suite 200 Chesterfield MO 63017 CONTACT NAME: Patti Monteith PHONE I jac, No): 888-307-1561 (ac. No. Exo: 314-594-2617 nooesss: patti.monteith@marshmma.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : Atlantic Specialty Insurance Company 27154 INSURED Conference Technologies, Inc. 11653 Adie Road Maryland Heights, MO 63043 INsueee B : Hanover Insurance Company 22292 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 931592296 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 LTR Viii TYPE OF INSURANCE ADDL SUER INS. WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) (MM/DD/x, (wax, LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE II OCCUR 7110140320009 7/31/2022 7/31/2023 EACH OCCURRENCE $ 1,000,000 PREMISES (Ea occuence) $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN, AGGREGATE LIMIT APPLIES PER: POLICY a JERCOT LOC OTHER: PRODUCTS - COMP/OP AGG $2,000,000 A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS X HIRED AUTOS X HCPD-120,000 SCHEDULED AUTOS X AUOTNOSWNED X Ded-$1,000 7110140320009 7/31/2022 7/31/2023 COMBINED SINGLE LIMIT (Ea accident) $ 1 000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 7110140320009 7/31/2.22 7/31/2023 EACH OCCURRENCE $ 10,000,000 AGGREGATE $10,000,000 $ DED I X I RETENTION Sic.. A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N OFFICER/MEMB II EXCLUDED? ECUTIVE E (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N IA 4060410390010 7/31,022 7/31/2023 - X I STATUTE I I 24H E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 A A Cnme Error B Omissions -GEMS Made Leased/Rented LHKA44302307 7600101340005 7110140320009 7/31/2021 7/31Y1022 7/31/2022 7/31/2023 7/31/2023 7/31/2023 Ded-$10,000 1,000,000 Ded-$50,000 2,000,000/2000000 Ded-$5,000 $200,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Weld County Courts Division 7, 15 and H AV Upgrade Weld County, Colorado, its elected officials and its employees are included as Additional Insured(s) for General Liability, Automobile Liability and Umbrella Liability with respect to work performed by the Named Insured, if required by written contract, agreement or permit and subject to the provisions and limitations of the policy, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County, Colorado 1150 O Street Greeley CO 80631 AUTHORIZED REPRESENTATIVE �J ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* CONFERENCE TECHNOLOGIES INC Contract Name* Entity ID* 2000.42882 Cl New Entity? Contract ID Parent Contract ID WELD COUNTY COURTS DIV. 7, 1 5, & H AV UPGRADE 6264 Contract Status CTB REVIEW Contract Description* UPGRADE AV FOR DIVISION 7, 15 & H Contract Description 2 Contract Type* CONTRACT Amount* 567,490.00 Renewable * NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsC weldgov.c OM Department Head Email CM-BuildingGroonds- DeptHead°veldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM - C OU NTYATTO RN EYAWELDG OV.COM Contract Lead* SGEESAMAN Contract Lead Email sgeesamanOco.weld.co.us Requested BOCC Agenda Date* 08= 31 2022 Requires Board Approval YES Department Project If Due Date 08'27:2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* 022001 02 If this is a renewal enter previous Contract ID If this is part of a MSA enter NSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* 01 31 2023 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date 01,31 2023 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TORY TAYLOR DH Approved Date 08/31,2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09;' 12 2022 Originator SGEESAMAN Purchasing Approved Date 09 06:2022 Finance Approver CHERYL PATTELLI Finance Approved Date 09+06 2022 Tyler Ref * AG 091222 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 09;06;'2022 August 5, 2022 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: Weld County Courts Division 7, 15, and H AV Upgrade (92200102) As advertised this bid is for the AV upgrade for Weld County Courts Division 7, 15, and H. The low bid is from Conference Technologies INC. and meets specifications. Therefore, the Facilities Department is recommending the award to Conference Technologies INC. in the amount of $67,490.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ZOZZ- ZZ1O 5E-100z-LI DATE OF BID: AUGUST 3, 2022 REQUEST FOR: WELD COUNTY COURTS DIVISION 7, 15 AND H AV UPGRADE DEPARTMENT: FACILITIES BID NO: B2200102 PRESENT DATE: AUGUST 8, 2022 APPROVAL DATE: AUGUST 22, 2022 VENDOR CONFERENCE TECHNOLOGIES INC 11653 ADIE RD MARYLAND HEIGHTS, MO 63043 HIGH COUNTRY LOW VOLTAGE LLC 3719 EVERGREEN PKWY, STE C EVERGREEN CO 80439 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: reverett@weldgov.com E-mail: cgeisert@weldgov.com E-mail : cmpeters@weldgov.com Phone: (970) 400-4222 or 4223 Fax: (970) 400-4024 START FINISH DATE DATE TOTAL *** $67,490.00 10/1/22 10/31/22 $97,724.03 Depends on product lead times THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. *** Please provide proposed start and completion dates for this project if different from forecasted schedule. Construction start: Immediately upon receipt of signed contract. Project completion: 12/16/2022 2022-2270 ac, ooz4 d��0� Hello