Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20211311.tiff
Conkch (bit 53M FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 19, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Courtroom Audio -Visual System— Change Order #1 (2021-1311) During installation of the Audio -Visual system for the new courtrooms, it was discovered several microphones for the judge's chambers and courtroom podiums we missed in the bid process. This Change order reflects the costs in the amount of $1,399.03 to provide and install these microphones. Facilities is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director CO I") San+ A ex,cL 1p/ZSta‘ ,,,,o cam. 6x-,e,,,,,�� 2o2.t - i3 , I /0/O2/,/ 8CI OOZE Date: CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND ADVANCED NETWORK MANAGEMENT, INC. October 11, 2021 Original Agreement: Weld County document no. 2021-1311 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 135,901.30 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 1,399.03 Current Change Order Amount $ 137,300.33 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: CereA, ri Name: Cooper D. Heflick Title: General Manager - Special Systems ATTEST: ddrAtIV'41 Weld Cty Clerk to the Board BY: Deputy CI tot e Bo Date 10/19/2021 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Moreno, Chair OCT 2 5 2021 Page 1 of 1 020 - /3// Exhibit: 4 ha ge Change Request For Change Request No.: CR001 Date Requested: 10/04/2021 Date: 10/05/2021 Client: Weld County Contact: Mike lannuzzi Project: Weld Co — AV Courtroom Scope of Wrrk: See Description er # 1 Description and Objective of Proposed Change: The customer realized that there were two items missed in the bid that was given to ANM. The customer has asked ANM to quote these items on a change order. These Items are: 1 each - Microphoneforjudge's Chambers in Div E&F Item: Shure Mx395W/O Omni Microflex Low Profile Boundary MicWhite 1 each ® Microphonefor podium in Div E&F Item: Shure MX418/C 18 inch Cardioid Gooseneck Microphone with Preamp ANM can procurethese items and install them. The Effort, Duration, and Equipment changes to the Scope of fork: This change will add additional hardware and duration to the project. The team will need to run additional cable to the location and spend additional time connecting and testing the additional hardware. There will be additional professional services as a result of the requested change. PREPARED FOR Weld County I CONFIDENTIAL Project Investment Changes (fixed and recurring): The product cost and professional services are outlined below: [Manufacturer j Model Descriptionl Unit Price Total 2 Shure M: 418 C Cardiod-18' Gooseneck_ Condenser Microphone 174.07 348..14 2 Shure MX3S5WiO White Low Profile Boundary Pvilic, 3 -pin KLP 13T.9`2 275_83 0.00 0.00 • 0.00 0._00 , 0_00 x_00. 1 ,ANIM Pe.lisc MMM1isc Materials and Connectors 22 72 2232 1 [EQUIPMENT SUB -TOTAL I 646.69 SUMMARY TOTALS Equipment pme SUB -TOTAL 646.69 Labor SUS -TOTAL 720.00 Estimated Shipping Charges 32_33 Tax Rate: 0.00% - Toth I x! , 399.03 . , . s : : - : , ., - .,: •. _:_.,�g, to - - : `."!.,-:-.;;;;21.„;;;;„ Ir���(I���:r ,eyy . . ... n e9`, �• • ° i. `P ‘,..,4t.,,,,,..0„,,, a s h Change Requested by: Mike lannuzzi Change Order Prepared by: Tim Riggle, PMP Company: ANM AN M Authorized Approver: Patricia Barton Signature: CHANGE ORDER AUTHORIZATION Client: Weld County Authorized Approver: Mike lannuzzi Signature: Date: 10/05/2021 anm° PREPARED FOR Weld County I CONFIDENTIAL Comments: anm° PREPARED FOR Weld County ( CONFIDENTIAL Contract Form New Contract Request Entity Information Entity Name* Entity 1D* ADVANCED NETWORK MANAGEMENT P00036017 INC Contract Name* COURTS AV EQUIPMENT CHANGE ORDER # 1 (.2021-1 31 1) Contract Status CTB REVIEW Contract Description* CHANGE ORDER # 1 Contract Description 2 Contract Type* CHANGE ORDER Amount * $1,399.03 Renewable* NO Automatic Renewal IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadwweldgov,com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA 1 I ORNEY@WELDG OV.COM ❑ New Entity? Contract ID 5305 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanOco.weld.co.us Requested BOCC Agenda Date* 10,20,2021 Parent Contract ID Requires Board Approval YES Department Project # Due Date 10:' 16 2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* B2100090 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 12;312021 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Committed Delivery Date Contact Type Contact Email Expiration Date* 12 31 2021 Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date ROB TURF 10 20/2021 Approval Process Department Head TOBY TAYLOR OH Approved Date 10,`19/2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 10;25,2021 Originator SGEESAMAN Finance Approver CHRIS D'Ob1DIO Legal Counsel BOB CHOATE Finance Approved Date Legal Counsel Approved Date 10 19 2021 10 19 2021 Tyler Ref # AG 102521 DocuSign Envelope ID: 54A26638-CB70-4812-A2CB- D45CE4E6CFA ;,,f-tg..fc_. /0 '7.itrt.9/ AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & ADVANCED NETWORK MANAGEMENT, INC. COURTROOM AUDIO-VISUAL PRESENT ION S TEM THIS AGREEMENT is made and entered into thi ay of , 202L , by and between the County of Weld, a body corporate and politic of the Stat of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Advanced Network Management, Inc. whose address is 304 Inverness Way South Ste 400 Englewood, CO 80112, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: 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 terns of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2100090". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor 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 described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 97t4e3.ef-Go-e( -,3tf DocuSign Envelope ID: 54A26638-CB70-4812-A2CB-8D45CE4E6CFA 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. 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. 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. 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. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $135,901.30, which is the bid set forth in Exhibit B. Contractor 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 Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall DocuSign Envelope ID: 54A26638-CB70-4812-A2CB-8D45CE4E6CFA perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or aly of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 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. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of 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 _rom 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 Contracto- warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all 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. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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 and Indemnification. General Requirements: Contractors/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. Contractors/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. DocuSign Envelope ID: 54A26638-CB70-4812-A2CB-8D45CE4E6CFA The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The 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. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, 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 Contractor to conform to any statutes, ordinances, regulation, 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. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/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 Contractor'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 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 with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/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. DocuSign Envelope ID: 54A26638-CB70-4812-A2CB-8D45CE4E6CFA Contractors/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 Contractor/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, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, 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 coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. 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 DocuSign Envelope ID: 54A26638-CB70-4812-A2CB-8D45CE4E6CFA God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. 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. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Facilities Department. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Advanced Network Management, Inc. Attn: Casey Duffey- Special Systems Director Address: 304 Inverness Way South Suite 400 Address: Englewood, CO 80112 E-mail: casey.duffey@anm.com Telephone: 866-527-8822 County: Name: Toby Taylor Position: Director of Facilities Department Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor@weldgov.com Facsimile: 970.304.6532 18. 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. 19. 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. 20. 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. 21. 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. DocuSign Envelope ID: 54A26638-CB70-4812-A2CB-8D45CE4E6CFA 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this 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. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services 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 contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not 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 the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three DocuSign Envelope ID: 54A26638-CB70-4812-A2CB-8D45CE4E6CFA (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 an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of , 202_. CONTRACTOR: Advanced Network Management, Inc. DocY9ly..d By: Name: Ra'm rider Mann Title: CFO Date 6/16/2021 DocuSign Envelope ID: 54A26638-CB70-4812-A2CB-8D45CE4E6CFA WELD TOU Y���/•,l ATTEST: , 1J dip;ok, BOARD OF COUNTY COMMISSIONERS Weld • u Clerk to the B •ard WELD COUNTY, COLORADO BY: Deputy C Steve Moreno, Chair JUN 2 3 2021 boa/- i�3// Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: APRIL 6, 2021 BID NUMBER: B2100090 DESCRIPTION: COURTROOM AUDIO-VISUAL PRESENTATION SYSTEM DEPARTMENT: FACILITIES PRE -BID CONFERENCE DATE: APRIL 20, 2021 BIDS OPENING DATE: MAY 14, 2021 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: COURTROOM AUDIO-VISUAL PRESENTATION SYSTEM A preabid conference will be held at 12:00 PM on April 20, 2021 at the Weld County Centennial Center located at 915 10th Street, Greeley, Colorado 80631. Meet at Centennial Center Security Checkpoint. Attendance is not mandatory but recommended. We ill be adhering to current state social distancing guidelines. Bids for the above stated merchandise, equipment, and/or services will be received until: 1 x. :.00 AM on, May 14, 2021 (WELD COUNTY PURCHASING TIME CLOCK). Due to CO —195 instead of ar person" bid opening, the sub fitted bias Tikita be read over a Microsoft Teams Conference Cal on May 145 � � , r -, r provided r � 2 %2y at 10:30 ,-� M. T o join, , cell the phone number and enter the Confer 3D below: Phone Number (720) Li.1;39-o261 C V tl fe L! e n c UAL l D: 8 560281 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. Bid Delivery to Weld County:: 1. Due to COVID-19, emailed bids are required. Bids may be emailed to bids@weldgov.com; however, if your bid exceeds 25MB please upload your bid to hp//vvww.bidneirect.com. The maximum file size to upload to BidNet 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 970-400-4222 or 4223 with any questions. 3,4 GENERA D f 9 rs, OOHS: 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. Tr.lde Secrets and other CtfodenfiaL lr for ma eon: 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, geoa gscal, 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 n protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C, Governmen nunity: 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. 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:nforcement 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 con :Tact shall give or allow any claim or right of action whatsoever by any other person not included in the contract. H. 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. I. 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. J. Extension or Mo ifiction: Any amendments or modifications to this agreement shall be in writing, signed by both parties. tor BID REQUEST #B2100090 Page 2 I i K. 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. L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. M. 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. N. 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. C. 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. P. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-547: 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. Q. 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. R. 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. S. Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. BID REQUEST#B2100090 Page 3 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICE:_. _�_.._. Weld County Justice Center Audio-visual Presentation System Weld County Government is soliciting proposals for audio visual and electronic evidence presentation systems in the Weld County Justice Center Courtrooms. The location of the project is at the Weld County Centennial Center located at 915 10th Street, Greeley, CO 80631. This solicitation is for the following: Delivery Method: Design -Build (DB) is a project delivery method in which the agency procures both design and construction services in the same contract from a single, legal entity referred to as the design -builder. The design -builder controls the details of design and is responsible for the cost of any errors or omissions encountered in construction. 0 Procurement Method: Request for Bid (RFB). An RFB is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Interviews may be conducted to determine qualifications. Among qualified bidders, low price is the key consideration by Weld County in awarding the contract. • Pricing Method: Lump Sum Price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Also referred to as Fixed Lump Sum, Fixed Contract Price, or Not to Exceed Price. Tile i.� — _ _ _rat L a i-9 a —..a al . .e . l . �S . L .a a . L N..a . ..a a A ..ti .a .s.w. m ez. L a it a. . . a c . ..... a S . s n m. al la a I . ..v.. A L ms o ..e a as A t. £ sce ms I 1 le pl..J1 pust ill 16 11b fS�t.�la��l IUI' Diu I� LU ;Jut I 1 bLc Le! @ !e1 IL ��� E ufalltectllul !� dI !u Ui bUIIte1L I pi upuDa I I %M ! m firms who wish to provide the services requested in this Bid. The County desires to retain a firm to perform design and construction administration services for all phases of the work consisting, without limitation, the following work: Design Services Construction Services P..E.L.1IVl.INARY SCHEDULE Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Contract Award Notice Design Services Begin construction phase Construction completion April 6, 2021 April 6, 2021 April 20, 2021 May 14, 2021 June 3, 2021 Immediately upon notice of award No later than August 1, 2021 November 30, 2021 The Board of Weld County Commissioners reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Board, is in the best interests of the Board and of the County of Weld, State of Colorado. BID REQUEST #62100090 Page 4 Note: The pre -bid meeting will only last one hour due to court being at lunch recess. Follow-up visits for bidding will not be permitted. Therefore, progressing through in the allotted time to view spaces is paramount. SCOPE OF WORK 1. Purpose: Weld County issues this request for the purpose of obtaining proposals to furnish and install audio visual and electronic evidence presentation systems in the Weld County Justice Center located in Greeley, C•lorado. 2. Project Specifics: Thy, Weld County Justice Center houses twenty-three (23) courtrooms at the Centennial Center and one courtroom at the Jail. The audio-visual (AV) systems are being replaced through fiscal planning. 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 aestnetics of the courtroom. Some courtrooms shall require a newly built cavity in the existing courtroom millwork for tie purpose of housing the AV equipment rack in rooms which do not have an existing dedicated space. his new location will necessitate replacement of all audio cable paths to the new equipment rack. New microphone cnnections will need to be installed via receptacle plates by th AV contractor. Additi nal 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 a walk thru in order to observe layouts and determine labor/installation needs. Access to needed work areas is careful y 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 D pailrnent and close coordination with the State's information technology staff. 3. Conceptual General Description: a. The audio system will consist of a minimum 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 pr vided 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 shalt be equipped with an infrared (l') assisted listening system to comply with federal ADA requirements. This dual channel system will also serve as the remote telephone -based interpreter system. 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 1 - Weld County Justice Center AV Renovation Project 2021. d. A court reporter connection plate shall be provide° in courtrooms near the reporter's station. 4. Installation Materials: Materials and equipment supplied by the AV contractor shall be new and shall meet or exceed the latest published specification of the manufacturer in all respects. Substitutions will not be accepted without written consent of County in consultation with State Judicial. a. As a general rule, substitutions to materials and work methodology as outlined in this bid are not acceoted. However; all items listed are bid or equal. b. Weld County reserves the sole right to determine if items submitted are equal to the items listed. BID REQUEST #B2100090 Page 5 Weld County prefers that bidders respond with the items listed instead of proposing alternate solutions c. A detailed specifications sheet must be provided for all alternate items proposed. Materials listed in this bid no longer produced or with exceedingly long delivery times shall be considered only with the written approval of a Weld County. d. The bid supplied materials list is a good faith effort to list substantial materials needed for the project. a. The contractor shall provide all materials necessary for a fully functional system as outlined in the bid. f. The project quote shall include all miscellaneous materials listed and unlisted to provide a fully functional AV system without additional charge. 5. Installation Standards: The installation of all system components and connection shall be in accordance with industry best practices as laid out by International Communications Industries Association (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 supportS to allow for future service. b. The installer shall provide a minimum of 30 inches of service loop at the equipment rack location. c. All audio cable terminatins 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. AU terminations shall be heat shrunk to prevent drain wire shorts. d. All balanced audio connections shall be grounded at both ends. Iasi! na\Ra oaahl® n ens shall ha as . 6 D I I l Y O.o Olt # A/d 116 1 O./ 1 6rE B 1 %../ ♦.e shall O.a ➢ ! 4J `s Qhcc nt of cnlirc c Splicing into existing cabling mist he done %a o.o aJ am 1 a 6 4J 1 6J e.d o O. . a, .J ea6 e l `d 1 1 1 j into 1. tV existing 1 j {,1 $ 1 M cabling 1 6 1 d 1 1 f m,.8 e.d I.0 4.s done 1 1 D.' Say either solder joints and/or crimp to terminal block. 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 shell be finished with a suitable furniture grommet. g. Microphone and headphone extension cable shall be professional grade and constructed with neoprene jacket cable and terminated with Switchcraft or Nuetric brand connectors. h. All above ceiling AV cabling that is run open -wire shall be supported from J -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. i. AV contractor shall restore all ceilings, walls, millwork, and any other surface affected by their work to match existing construction and aesthetics. 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. j. Installation must comply with all building codes, local codes, FCC, etc. 6. Warranty: The Contractor shall warranty all equipment for a period of one year, superseding the Manufacturer's warranty where necessary. The warranty shall include all costs incurred by the Contractor for removing, repairing and re -installing malfunctioning equipment. Some Manufacturers require that only DID REQUEST #B2100090 Page 6 authorized dealers install and warranty their equipment. if the Manufacturer does not authorize the Contractor, it is the Contractor's responsibility to make the appropriate arrangements and bear ail cost and consequences of that arrangement. All manufacturers' equipment warranties are to be activated in the Owner's name and will commence on the date of system acceptance. The Contractor will warrant contractor -modified equipment for the warranty period described above. 7. Owner Training: The Contractor will provide training by a qualified instructor to personnel designated by the Owner. a. All training shall take place after the system acceptance tests and the systems are operational. b. The training will be divided into two (2) sessions of one (1) hour each and this training is to be done with the Owner's designated representatives. The Contractor will provide the schedule for training and a sign -in sheet. c. Training sessions may be videotaped by the owner for future reference. d. Should the Owner request additional training; the Contractor will make the appropriate arrangements and provide to the Owner the costs for this training. e. All training materials and the training plan shall be reviewed and approved by the Owner prior to training sessions. 8. Software and Settings a. Please see Attachment 1 - Weld County Justice Center AV Renovation Project 2021. b. In coordination with Weld County, the Judicial Department will provide a base Biamp DSP file as well as base Crestron control/GUI files however it is the responsibility of the AV contractor to modify those files to provide for a fully functional AV system. c. All contractor provided software and configuration files shall be provided to the owner in un- compiled archived form free of any passwords or locked down modules. d. The Contractor will be supplied with network addressing for all devices connected to the judicial network. This information is considered proprietary and should be protected as outlined in the Master Agreement's NDA. 9. Floor plans: See Attachment 1 - Weld County Justice Center AV Renovation Project 2021. 10. Documentation: Prior to fabrication, the AV Contractor shall submit to the County, for approval, any custom designs pertaining to the systems. The AV contractor shall submit in electronic form shop drawings for any given submittal package. These designs include, but are not limited tot the following: a. Complete system as -built construction and point-to-point wiring schematic drawings, including all component values and showing complete letter and number identification of all wire and cable as well as jacks, terminals and connectors. These drawings shall detail ALL equipment that is to be installed or included in the project. b. Panels, plates, and designation strips, including details relating to terminology, engraving, finish and color. c. Schematic drawings of all custom components, assemblies, and circuitry. d. At the completion of the project, the AV contractor shall provide as -built drawings reflecting any change or modification of drawings previously listed. 11. Commissioning: Prior to owner inspection, all signal testing, labeling, equalization, and control programing shall be completed. Signal testing shall include verification of audio and video signal from BID REQUEST #82100090 .1ra.a, dal Page 7 systems input to output for all signal paths. Labeling share include cable end terminations and equipment control points when appropriate. Corrective equalization filters shall be created using RTA/TEF measurements and applied to all speaker zones individually. 12. Additional Services: If and when Department requests Contractor to provide services in addition to those specified above, Contractor shall develop a work plan detailing the specific tasks to be completed and providing a detailed not -to -exceed budget for performing such tasks. Contractor shall not perform any additional services until the owner has issued a written notice -to -proceed with the execution of the work plan. Contractor will not be authorized to perform or invoice the Owner for any work not specifically authorized in the owner's notice -to -proceed. 13. Installation Times: The Courtrooms being upgraded need to remain in service to the maximum extent possible. Therefore, installation of system components, cabling, etc. shall be done after -lours or during a one -week during day with a pre -scheduled time for each Courtroom. A combination of after-hours and pre -scheduled week can be accommodated as long as the Courtroom is only out of service for the one - week period. PRICING RESPONSE SECTION a. Vendors shall submit unit pricing on the attached Excel spreadsheet listed as Attachment 2 - Colorado Judicial FY2021 Weld Price List. All pricing for install :tion offered shall be inclusive of all installation labor costs per hour (Labor costs shall not be billed separately from the costs for each area). b. Vendors shall enter the lump sum total for each Division/Courtroom below. Complete the fee proposal below for your bid. if you have additional fees, provide attachments detailing those fees. FEE PROPOSAL MV.sarts Fee Proposal 1. Division A Courtroom 2. Division D Courtroom r 3. Division 13 Courtroom $ 4. Division 14 Courtroom $ 5. Division 16 Courtroom $ 6. Division 17 Courtroom 7. Division E Courtroom 8. Division F Courtroom $ Total Lump Sum :?Y�5C,"c':Xs:,'.wa.tSKvlA,4Ac3??sur2«meea2�iR4E.'��a F�'�tovwXyrr,, Ctrot Ynl kQin" %TM BID REQUEST #B2100090 Page 8 The pricing for hourly rates requested below will only be used where a change order may be needed. Hourly rates billed for any change orders shall not exceed the rates shown below. Tech $ /hr Manager /hr Project Lead Design (in case of changes) /hr Programmer lhr BID REQUEST #62100090 Page 9 The undersigns t , by his or her signature, hereby acknowledges and repr 5s nts 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. #B2100090. 2e 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 FAX P RINTED NAME AND TITLE S IGNATURE F-MAII - • 9V LO TAX ID DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS E Eu APT FR ,! '"'w COL SALES TA ES. THE CERTIFICTE OF E EPTIO N UMBER IS #9S-03551-0000. YOU DO NOT NEED IS SEND CK P E 1 Q ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board BY: WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair BID REQUEST #B21 00090 44.4434: APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director WS Page 10 Courtroom Audio -Visual Presentation System 62100090 Questions & Answers April 19, 2021 Question: In response to Addendum #1, I am not sure of why this added requirement would be needed? Answer: Addendum #1 is not added recuirement. Rather, it provides clarification on how vendors can obtain the necessary State Judicial Network Access. The required network access was described in the bid specifications scope of work on page 5, Step two which states: "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." To provide more clarification on this item and to provide bidders information on how they could pursue the appropriate certification with the State of Colorado, an Addendum #1 was published which added the following details to this paragraph: "To perform this scope of work, vendors must have a master agreement status with the State Judicial for any systems connected to the judicial IT infrastructure and must be pre -approved by State Judicial Department in order for their bid to be accepted. Questions on that process can be directed to Kevin Briscoe, Purchasing Agent, State Court Administrator's Office, Colorado Judicial Department, at Kevin.Briscoec4 judiciaLstate.co.us or 720-625-5850. Failure to comply with this requirement will result in an incomplete bid." This Courtroom A/V 3roject approach uses a partnership between Weld County and the State of Colorado. This collaborative approach was defined over ten years ago for procuring and maintaining one type of system versus multiple systems. As such, this AV project is unique in that County purchases and maintains the equipment, but it is used primarily by Judicial staff. To fully install and program the new system, the winning vendor must be granted access to the State Judicial network. To ensure security of the State's Judicial network during Audio -Visual upgrades, the State issued a solicitation where vendors were required to meet Judicial technical standards about equipment, warranties, security information regarding access to Judicial networks, background checks, etc, The master agreement list was designed to allow Judicial ready access to a list of providers that had been confirmed to have met those standards. For vendors who did not participate during the State's initial request, the County's bid Addendum #1 provices a contact so vendors can pursue being added. The process requesting to be added allows the State Judicial ability to review and approve (or disapprove) vendors from a security perspective prior to allowing any access to Judicial networks. This includes that vendor's staff must go through and pass the Judicial criminal history check processes, Since this network access is necessary to complete this project, vendors must show they have been approved at time of submission of their bids. Again, the bid cefines this requirement on Page 5, Step 2 and in the work attachments. Addendum #1 provices clarifying information (with a contact name/number) that bidders can use to pursue State Judicial' s network security clearance which is required to perform the installation/programming functions identified in the bid. ADDENDUM#1 BID REQUEST NO. B2100090 COURTROOM AUDIO-VISUAL PRESENTATION SYSTEM On page 5, amend item 2 with the following: 2. Project Specifics: The Weld County Justice Center houses twenty-three (23) courtrooms at the Centennial Center and one courtroom at the Jail. The audio-visual (AV) systems are being replaced through fiscal planning. 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 a walk thru in order to observe layouts and determine labor/installation 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. ADDED: To perform this scope of work, vendors must have a master agreement status with the State Judicial for any systems connected to the judicial IT infrastructure and must be pre -approved by State Judicial Department in order for their bid to be accepted. Questions on that process can be directed to Kevin Briscoe, Purchasing Agent, State Court Administrator's Office, Colorado Judicial Department, at Kevin.Briscoe@1udiciaLstate,co,us or 720-625-5850. Failure to comply with this requirement will result in an incomplete bid. ***We need signed copy submitted with your bid. Thank voul*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL April 13, 2021 Exhibit B systems input to output for all signal paths. Labeling share include cable end terminations and equipment control points when appropriate. Corrective equalization filters shall be created using RTA/TEF measurements and applied to all speaker zones individually. 12. Additional Services: If and when Department requests Contractor to provide services in addition to those specified above, Contractor shall develop a work plan detailing the specific tasks to be completed and providing a detailed not -to -exceed budget for performing such tasks. Contractor shall not perform any additional services until the owner has issued a written notice -to -proceed with the execution of the work plan. Contractor will not be authorized to perform or invoice the Owner for any work not specifically authorized in the Owner's notice -to -proceed. 13. Installation Times: The Courtrooms being upgraded need to remain in service to the maximum extent possible. Therefore, installation of system components, cabling, etc. shall be done after-hours or during a one -week during day with a pre -scheduled time for each Courtroom. A combination of after-hours and pre -scheduled week can be accommodated as long as the Courtroom is only out of service for the one - week period. PRICING RESPONSE SECTION a. Vendors shall submit unit pricing on the attached Excel spreadsheet listed as Attachment 2 - Colorado Judicial FY2021 Weld Prig List. All pricing for installation offered shall be inclusive of all installation labor costs per hour (Labor costs shall not be billed separately from the costs for each area). b. Vendors shall enter the lump sum total for each Division/Courtroom below. Complete the fee proposal below for your bid. If you have additional fees, provide attachments detailing those fees. FEE PROPOSAL Fee Proposal 1. Division A Courtroom 2. Division D Courtroom 3. Division 13 Courtroom 4. Division 14 Courtroom 5. Division 16 Courtroom 6. Division 17 Courtroom 7. Division E Courtroom 8. Division F Courtroom Lump Sum $ 15,841.05 $14,774.41 $18,077.06 $18,077.06 $18,077.06 $18,077.06 $16,488.80 $16,488.80 $ Total $135,901.30 BID REQUEST #B2100090 Page 8 The pricing for hourly rates requested below will only be used where a change order may be needed. Hourly rates billed for any change orders shall not exceed the rates shown below. Tech $ 70 /hr Manager $ 100 /hr Project Lead $ 190 /hr Design (in case of changes) $145 /hr Programmer $145 /hr BID REQUEST #82100090 Page 9 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. #B2100090. 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 Advanced Network Management BUSINESS ADDRESS_304 Inverness Way South Suite 400 CITY, STATE, ZIP CODE Englewood, CO. 80112 TELEPHONE NO 866-527-8822 FAX TAX ID # 85-0427142 TED NAME ANp'rh1 SIGNATURE ey Duffey , Special Systems Director E-MAIL casey.duffey@anm.com ,.� DATE May 12, 2021 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** 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- 3. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #82100090 Page 10 ADDENDUM#1 BID REQUEST NO. B2100090 COURTROOM AUDIO-VISUAL PRESENTATION SYSTEM On page 5, amend item 2 with the following: 2. Project Specifics: The Weld County Justice Center houses twenty-three (23) courtrooms at the Centennial Center and one courtroom at the Jail. The audio-visual (AV) systems are being replaced through fiscal planning. 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 a walk thru in order to observe layouts and determine labor/installation 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. ADDED: To perform this scope of work, vendors must have a master agreement status with the State Judicial for any systems connected to the judicial IT infrastructure and must be pre -approved by State Judicial Department in order for their bid to be accepted. Questions on that process can be directed to Kevin Briscoe, Purchasing Agent, State Court Administrator's Office, Colorado Judicial Department, at Kevin.BrlscoetDiudkial.state.co.us or 720-625-5850. Failure to comply with this requirement will result in an incomplete bid. ***We need signed copy submitted with your bid. Thankyou!*** Addendum received by: _Advanced Network Management FIRM _304 Inverness Way South Suite 400 ADDRESS _Englewood, CO. 80112 CITY AND STATE _Casey Duffey Signature: April 13, 2021 casey.du EMAIL anm.com Note: Vendor must use supplied pricing sheet and submit in original electronic form Vendor Name: Weld County Courtroom A Item bescrioucn Manufacture Mudd No. Commen.+: r Unit Cost Eztendcd 1 ASP 12x8 IAMP TesiraForte AVB VT t 2,058 7 5 9 2 AVE Outfaox BIAMP Tesire EX -OUT � '°" $, 5719.97 3 4 Chang Ama!rfr EX{ftldi XPA-2004 �� i� 5870.35 4 70volt Output Transformer Radian TR-10070 or emxl rated 100w 0 $0.00 5 Hearing Assist. listen LS-10¢01-GY 1 a 32.251.58 6 2nd IR Transmitter Listen LT -82-01 $526.33 7 Digital Wireless Mic allure QLXD24/B58-G50 r $298.70 8 Battery Shure SB900 " ac1.e r $20.60 9 Charger Shure SBC 200 -US + 5160.25 10 Gooseneck shy ckmount Shure MX418 C $169.95 11 Desktop Iicroph to Shure MX418 D/C t }a ''.r $216.30 12 Bench mic nioUsp Shure MX391/O;' +` 5144.20 $28.27 13 Rack Shelf Middle Atlantic '' Equipment rack Rack, Middle Atlantic y` $101_51 Vent Paned Middle Atlantic .` .S. $19.A7 16 Blank Pane# Middle Atlantic • $11,12 17 Blank Panel Middle Atlantic EB2 1 $7.42 18 Flush Mount cetlin SPKR Atlas FAP 42T 4 • 5344,35 19 AC power disirn Furman CN1800s 1 te . $290.61 20 Headphone Amp Behrinaer Ha400 1 r r $44.00 21 headphones Audio Technics ATH-P3 1 $11.33 22 114" TRS Patch Gable ProCo 20' professional grade 1 $7.34 23 Microphone Extension ProCo Professional grade as needed 1 c $17,48 24 Desk too Speaker Pyle 310-2004 Parts express 1 c $26,77 25 POE Infector for AVB Phihong RDL PH-POE29U-1AT 1 s $30.26 26 Matchin. Trans ormer TX -J2 1 e z $50.97 27 Audio Signal Cable (plenum as needed) Belden 9461 as needed 600 0 5252.00 29 Speaker Cable 16awg (plenum) as needed G00 t $2r2.]f 29 50ohm Coax Cable •lenum) as needed 600 S252.00 30 Cats ALS Power Cable lenum# (p ) as needed 600 S252 00 31 VC/Re. •rter Plate see drawing see drawing 1 `_ Y. t $65.40 32 Room Mic Plate Custom 1 t $65.40 34 $0.00 35-�® $0.00 36 50.00 Shipping Sub Total All inclusive labor and not ii p court rooms listed above. T Page 1 of 4 D l rem IaE.sa:r4 tier. iEignufaetrarc Medel N . Char �eEvsas ' C Unit Cost C%i nt,.t $2,058.97 1 DSP 12x6 BIAMP TesiraForte AVB VT 1 Ss2,0µ9.97 2 AVB Outbox BIAMP Tesira EX -OUT l 1 $719.97 $719.97 3 4 Chanel Amplifier Extron )CPA -20t14 1 8rC.35 $870.35 4 70volt Output Tater 4dadian TR-10074) ur equaa rdU d 108ww 0 Sir34. s $0.00 5 Heating Assist Pk . Listen LS-100-01-GY 1 52.251.K $2,251.58 $626.33 6 7 2nd IR Transmitter Listen LT -82-01 1 $526. s3 Digital Wireless Mic Shure OLXD24i358-G5Ci 1 w298.7 $298.70 8 Battery Shure SB900 1 $217,64$• $20.60 9 Charger Shure SBC 200 -US 1 C180.2a $180.25 10 Gooseneck shcrcksauurtl Shure MX418 C 1 .:-$169.95 $169.95 19 Desktop Microphone Shure MX418 DIC 5 $'216.34 $1,089.511 12 Bench mic mouse Shure MX391/O 1 g14A.26 $144.20 13 Rack Shelf Middle Atlantic U1 1 525.27 $28.27 14 Equlpr;7ent rack Rack Middle Atlantic RK12 1 5101.5 `: $101.51 15 Vent Panel Middle Atlantic VT1 2 f9.73 $19.47 96 Blank Panel Middle Atlantic EB1 2 c5.58:- $11.12 17 Blank Panel Middle Atlantic E82 1 S T.a42 $7.42 18 Flush Mount ceiling SPKR Atlas FAP 42T 4 $8tJ.03 $344.35 19 AC Dower distro Furman CN1800s 1 $290 61 $290.61 20 Headphone Amp Behringer Ha400 1 1 $0.00 21 headphones Audio Technica ATH-P3 $11,$3 $11.33 22 1/4" TRS Patch Cable ProCo 20' professional grade 9 Sr.34 $7.34 23 Microphone Extension ProCo Professional grade as needed 1 516.37 $16.37 24 Desk top Speaker Pyle 310-2004 Parts express 1 $ 5.77 526.77 25 POE Injector for AVB Phihong PH-POE29U-1AT 1 j ' 53r5.2Fi $30.26 26 Matching Transformer RDL TX -J2 0 I 550:97' $0.00 27 Audio Signal Cable (plenum as needed) Belden 9451 as needed 200 SU,4 $64.00 28 Speaker Cable 16awg (plenum) as needed 200 SU,4 $84.00 29 50ohm Coax Cable (plenum) as needed 200 SO, $8400 Cat5 ALS Power Cable (plenum) as needed 200 $0.42 $84.00 $61.23 31 32 V Plate Custom see drawing 1 561.2 Lectern Plate Custom see drawino 1 529.66. $29.66 $0.00 33 34 35 $0.00 $0.00 36 $0.00 Shipping Sub Total All inclusive labor and not listed material and 'Courtroom Total for all court rooms listed above. Page 2 of 4 344;4° $4,64k00 S14,774.441 Weld County Courtroom E and F Ttem R:; ri tits+,: ?1latruf•.currr: Maddtia: Comments: r . Unit Cost Extended 1 DSPIAEC 1218 Bump TESIRAFORTE AVB VT 2 e $4,117.94 2 AVE Outpu Expander Dram TESIRA FORTE EX -OUT 2 ° " ": iii7 $1.439.94 3 4-Chanai Amplrier1 i00W 70V E XPA U 1004-70V 2 $1,431.70 4 Ceiling Microphone Army C'easOne 010 009-014-W 2 l rr $813.70 5 Deskto-op on Shure MX418 D/C 10 e ` 32.163.00 6 Bench Mic Boundary Shure MX391tO 2 I $286.40 7 D gital Wireless M c Shure (]LXD241B6S-G50 2 $597.40 8 Wireless Microphone Battery Shure SB91f0 2 $41.20 — 9 Yttireless Micrepl one Bry Charger Shure SBC-200-US 2 ._^•,q s # $360.50 10 Assisted Ljsterin Package Listen LS-100.01-GY 2 z. $4,503.16 11 Assisted I stem in Trassprftr Listen LT -82-01 2 ≥ $1,052.66 12 6' Coaxial 1n Ca[tn Speake v.J 70V Transformer Attar FAP62T 16 $2,488.48 13 7#tVf8W Transtom eer Atlas HT87 Or Equivalent 2 a $82.40 14 Desktop Speaker P e 310-2004 2 : ': $53..54 15 Headp9Calc: Amp Behrinrger HA400 2 s' $82.40 16 Headphones Audio Techrlica ATH P3 2 $22.66 17 POE In'ector AV$ Phrhorl. PH -PO E20U-I AT 2 r : $60.52 18 Rack Shelf Middle Atlantic U1 2 . ; #';: 30.00 19 35RU Equipment Rack Middle Atlantic ERK-3525 1--" $0.00 20 Caster Base For ERK-25 Series fiiack Middle Atlantic CBS-ERK-25 1 mac# $0.00 21 80r.1m Pant<it M:dcIi Atl&rttic T5-DCFANKIT-1 1 n,. $0.00 22 1817 Vent Panel Mid€!ie Atlantic VT1 10 $0.00 23 1RU Blank Panel Middle Atlasatc EBt 5 , _, $0"00 24 2 BIankPane! Mitfdln Atlame c EB2 4 *,_�' $0.00. 25 AC Power Verticd Stnp Middle Atantic PD-815SC 2 $0.00 26 AC Power DistilOuton Furman CN1600S 1 r :;5 $0.00 27 1 -Gang Clerk Plate (1) XLRS-F + f1) RJ-45F BTX (VC) - CUSTOM FAB 2 f` $p. 00 28 2 -Gang Judge Plate (2) XLR3-F + (°I) S BTX (JU) —CUSTOM FAB 2 r'- $0.00 29 3 -Gang Clerk Plate (4) XLR3-F BT% CL) - CUSTO 3 FAB 2 : ,:, $0.00 30 Rack H Rant Power1Cau's Nlatia ement Hardware- Rant HARDWARE - RACK As Required 1 ° 1s of t,s: $0.00 31 tnslalla Hardy re. AcceesscneQ Hardware - Instal HARDWARE - MISC As Required 2 si r $2,000.00 32 Instailaliorr Callle„ Interconnect C. bIos Adapters Hardware - Cabling HARDWARE - CABLING As Required 2 a,r; $1,050,00 Shipping Sub Total All inclusive labor and not listed material and supplies for all court rooms listed above. Courtroom Total Weld County Courtroom 13, 14, 16, 17 AV Template Quantity Per Courtroom Item 1 Description DSP 12x8 Manufacture BIAMP Model Na. 'Comments TesiraForte AVB VT 2 Unit Cost I $32,977.59 Extended $2,058.97 Page 3 of 4 2 AVB Outbox IBIAMP Tesira EX -OUT 1 S719.97 $719.97 3 4 Chanel Amplifier Extron XPA-2004 xepvel te00. 1 7G.3 $870.35 4 70volt Output Transformer Radian. TR-10070 2 55 94.87 $389.34 5 Hearing Assist Pkg. Listen 1LS-100-01-GY 1 52;25#.58 $2.251.58 6 2nd IR Transmitter Listen LT -82-01 1 -28.38' $526.33 7 Digital Wireless Mic Shure OLXD24/SM58-G50 1 $298.743y 5258.70 8 Battey Shure $6900 1 $213.501 $20.60 9 Charger Shure SBC 200 -US 1 X180,26 $180.25 10 Gooseneck shockmount Shure MX418 C 1 15159:95' $169.95 11 Desktop Microphone Shure MX418 0/C 6 $21 i.30 $1.297.80 12 Bench mic mouse MX391/O 1 ! 34.2G $144.2f 13 .{Shure Equipment Rad( 'Middle Atlantic RK12 1 '±Oi.gl $101.51 14 Vent Panel Middle Atlantic VT1 2 59.77 $19.47 15 Blank Panel Middle Atlantic EB1 2 55.E $11.12 $7.42 16 Blank Panel Middle Atlantic EI32 1 57.42 17 'Shelf Middle Atlantic U-i 1 $ -6.27 $28.27 $29061 113 AC powerdistro )Furman CN1800s 1 629,36$" 19 Headphone Amp 1Behringer Ha400 1 341 2 $41.20 20 head hones ,Audio Technica ATH-P3 1 511.39: 511.33 — 21 1/4" TRS Patch Cable ProCo 20' professional grade 1 5 . $7 34 22 'Microphone Extension ProCo Professional grade as needed 1 S16.3' $16.37 23 Desktop Speaker Pyle 310-2004 Parts express 1 w76.7a 33u,26' $26.77 24 POE Injector for AVB 1Phihong PH-POE29U-1AT See Biamp.com 1 $30.26 25 Replacement 5v LED EAO E10 -2J06.3142 Red 1 510.34 $10.30 26 Replacement 5v LED EAO 10-2J06.3145 Green 1 S10.3s $10.30 27 Audio Signal Cable (plenum as needed) Belden 9451 as needed 4000 £0.16 $400.00 28 Speaker Cable 16awg (plenum) Vendor choice as needed 2000 $0.16 $360.00 29 50ohm Coax Cable (plenum) Vendor choice as needed 1006 St P,4i:= $410.00 30 Cat5 ALS Power Cable (plenum) Vendor choice 7 as needed 61.23 ;0.43 $26.33 31 VC/Reporter Plate Vendor choice Custom see drawing 1 -51,19 $81.23 32 : $0.00 33 $0.00 $0.00 35 $0.00 Shipping Sub Total All inclusive labor and not listed material and sup II court rooms listed above. 'Courtroom Total Page 4 of 4 77.061 Form W-9 (Rev. October 2018) Deportment b Revenue) SMe ervice Request for Taxpayer Identification Number and Certification ► G. to www.hs.gov/FormW9 for instructions and the latest Information. Give Form to the requester. Do not send to the IRS. 5 a t i Name (as shown on your income taxsatiarl. Name is required on this erne: do not leave this line blank Advanced Network Management, inc. 2 Business name/disregarded entity name, if different from above ANM 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 Q C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate single -member LLC O Limited Nobility company. Enter the tax classification (C=C corporation, S -S corporation, P=Partnership) ► Note: Check the appropriate box in the Itne above for the tax classification of the single -member owner. Do 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. Q Other (see instructions) ► S Address timber. street, and apt. or suite no.) See irctruetiona. 4001 Jefferson Plaza NE • City. state, and ZIP code Albuquerture, NM 87109 7 List account number(.) here (optional) FM Taxpayer Identtflcattton 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 proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a 71N, later. Note: If the account is in more than one nave, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. 4 Fxemptlons (codes apply only to certain entitles. not Individuals: see instructions on page 3): Exempt payee code (d any) Exemption from FATCA reporting code (if any) *Iowa to .scours naewi,edautside MO L/.9/ Requester's name and address (optional) Social seceky number or atnployer kimelkatkes number 8 5 0 4 2 7 1 4 2 P:irt II certlltaatlon Under penalties of perjury, I certify that: 1. The number shown on this foci 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 withhottfmg, 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 ail Interest or dividends, or (c) the IRS has notified me that i am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct Grtlfoalion imtucaons. You must cross oat item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report at intermit and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquIsition or abandonment of seemed property, caricaation of debt, contributions to an kavidual retirement arrangement (IRA), and generally, payments other than interest aid &ideals, you ere notrequired to sign the certification, tart you must provideyour correct TIN. See the instructions for Part 9, later. Sign Fore SignatureUS.person of 1� } j _ /1/14 U.S.► acov vvoLe4- rm General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest Inforrnallon about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gor/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 MN) which may be your social security number (SSN), Individual taxpayer Identification nts+nber (TTIN). adoption taxpayer identification number (ATIN), or employer identification number amount report on an nfonttstion return. Examp f Innf informon an information return the mount paid to you, or ation reportable returns include, but are not limited to, the folowing. • Form 1099-INT (interest earned or paid) o11a1.1Qo • Form 1O99-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from reel estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-1 (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. ll you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholing. See What is backup withholding, later. Cat No. 10231X Form W-9 (Rev. to -2018) CKEEFE ADVANET-04 ACOROR /�� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 6/10/2021 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 have ADDITIONAL INSURED provisions or 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 suchppendorsement(s). PRODUCER License # 0757776 HUB International Insurance Services (SOW) 6565 Americas Parkway Suite 720 Albuquerque, NM 87110 NAMEACT Christine Keefe PHONE FAX (A/C, No, Est): (A/C, No): ADDRESS: christine.keefe@hubintemational.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Travelers Casualty Insurance Company of Americ 19046 INSURED Advanced Network Management, Inc. P.O Box 94840 Albuquerque, NM 87199 INSURER e : The Travelers Indemnity Company of Connecticut 25682 INSURER c : Travelers Property Casualty Company of America 25674 INSURER D : Standard Fire Insurance Company 19070 INSURER E : Indian Harbor Insurance Company 36940 INSURER F : CERTIFICATE NUMBER: 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER wv POLICY NUMBER POLICY EFF IMM/DD/YYYY) POLICY EXP IMM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY 6302N875650 3/1/2021 3/1/2022 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) 300,000 $ CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES 5' 9 X PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 EMPLOYEE BENEFI $ 3,000,000 B AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS E�ONLY AUTOS ONLY SCHEDULED AUTOS AUTOS ONLY BA2N875373 3/1/2021 3/1/2022 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILYBODILY INJURY (Per accident) $ PROPERTY DAMAGE Peraccident) $ $ C X UMBRELLA UAB EXCESS LIAB X OCCUR CLAIMS -MADE CUP2N902804 3/1/2021 3/1/2022 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ DED I X RETENTION$ 10,000 D IO ANDREMPLOYOERS' LIABIUTY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICE M in BER EXCLUDED? NH)E.L. If yes, describe under DESCRIPTION OF OPERATIONS below / N N / A UB2N878928 3/1/2021 3/1/2022 X STATUTE I OTH- ER E.L. EACH ACCIDENT 1,000,000 $ DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ E Tech E&O/Cyber Liab. MTP9040641 01 3/1/2021 3/1/2022 Per Occur/Aggregate 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Weld County Government 1150 O Street Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE /74 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* Entity ID* ADVANCED NETWORK MANAGEMENT g-00036017 INC Contract Name* COURTROOM AUDIO-VISUAL PRESENTATION SYSTEM Contract Status CTB REVIEW Contract Description* PROVIDE & INSTALL AV -SYSTEM IN SELECT COURTROOMS Contract Description 2 Contract Type CONTRACT Amount* $135,901.30 Renewable* NO Automatic Renewal Grant Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsveldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadiweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEYAWELDG OV.COM ❑ New Entity? Contract ID 4831 Contract Lead* SGEESAMAN Contract Lead Email sgeesamancco.weld.co.us Requested BOCC Agenda Date* 06,21;2021 Parent Contract ID Requires Board Approval YES Department Project # Due Date 06,17;2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2100090 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 12 27 2021 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 06;1612021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06, 23; 2021 Originator SGEESAMAN Committed Delivery Date Contact Type Contact Email Finance Approver CHRIS D'OVIDIO Expiration Date* 12'27%2021 Contact Phone 1 Purchasing Approved Date 06?18,'2021 Finance Approved Date 06,17 2021 Tyler Ref # AG 062321 Legal Counsel BOB CHOATE Contact Phone 2 Legal Counsel Approved Date 06:'18/2021 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 May 27, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Courtroom Audio -Visual System; B2100090 As advertised, this bid is for the upgrade of the Audio -Visual system for six existing Courtrooms and two new courtrooms. The low bid is from Advanced Network Management and meets specifications. Therefore, the Facilities Department is recommending the award to Advanced Network Management in the amount of $135,901.30. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 0091 -iii I gc,00a3 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters@weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(a�weldgov.com Phone: (970) 400-4223, 4222 or 4216 DATE OF BID: MAY 14, 2021 REQUEST FOR: COURTROOM AUDIO-VISUAL PRESENTATION SYSTEM DEPARTMENT: FACILITIES BID NO: B2100090 PRESENT DATE: MAY 17, 2021 APPROVAL DATE: JUNE 2, 2021 VENDOR TOTAL CONFERENCE TECHNOLOGIES, INC 11653 ADIE RD MARYLAND HEIGHTS, MO 63043 ADVANCED NETWORK MANAGEMENT 304 INVERNESS WAY SOUTH STE 400 ENGLEWOOD, CO 80112 CCS PRESENTATION SYSTEMS 700 W MISSISSIPPI AVE, UNIT A6 DENVER, CO 80223 XCITE AUDIOVISUALS, LLC 7167 S ALTON WAY CENTENNIAL, CO 80112 LVW ELECTRONICS 5475 PEORIA ST, BLDG 3-109 DENVER, CO 80239 $134,673.88 $135,901.30 $156,974.54 $164,489.00 $167,414.22 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. VENDOR RESCINDED BID
Hello