Loading...
HomeMy WebLinkAbout20203076.tiffCn+rtct =O # --I 35 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & LVW ELECTRONICS JAIL TRAINING ROOMS AUDIO/VISUAL SYSTEM THIS AGREEMENT is made and entered into this 1C6i'''day of November , 202 0 by and between the County of Weld, a body corporate and politic of the State 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 LVW Electronics whose address is 5475 Peoria St. Building 3 Unit 109 Denver, CO 80239, 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 terms 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. B2000181". 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. 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 0...,,,,stnt Ara -a- &,,,,60.42.6/ tkitc,rao //// 4/7-c, 00,0-30-7(0 3C9ootaa 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 $67,302.01, 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 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 any 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 from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the 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. 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. 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 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 Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: LVW Electronics Attn: Kendall Mangun Address: 5475 Peoria St. Bldg 3 Unit 109 Address: Denver, CO 80239 E-mail: kendallmangun(a,lvw.com Telephone: (303) 375-9414 Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor(2 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. 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 (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 _(Cow' day of November , 2020. CONTRACTOR: LVW Electronics By: Jennifer Robertson Name: Jennifer A. Robertson Title: Contracts and Supply Chain Manager Date 11/04/2020 WELD COWRY: ATTEST. , -fr�• Weld • u lerkk to the Bo BY: ��sr.'✓i�,.�!��.t�ii.►�P� �' / 4'..3_ X11 t Deputy Cle/ to t e Boar BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Pro-Tem NOV 1 6 2020 02x020 - 3016 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: SEPTEMBER 15, 2020 BID NUMBER: B2000181 DESCRIPTION: JAIL TRAINING ROOMS AUDIO-VISUAL DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE: SEPTEMBER 28, 2020 BID OPENING DATE: OCTOBER 12, 2020 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: JAIL TRAINING ROOMS AUDIO-VISUAL A mandatory pre -bid conference will be held on September 28, 2020 at 1:30 PM at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. We win be adhernng to current state socnan drista-icnng gundelllne . Bids will be received until: COULD -1 'y"9 the bnd °penung wn Conference ID: 226455563 October 12, 2020 at 10:00 AM (Weld County Purchasing Time Clock). II be 4 ft -1161d vna a cype Conference can Dine to Phone nCe Number: 1 81720 !7 /1' 439-5261 fififi PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 M Y BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://vvww.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: ''`NOT CHANGE IN BID DELIVERY PROCESS DUE TO COVID-19.** 1. Email. Due to the Coronavirus (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 https://www.bidnetdirect.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. INSTRUCTIONS TO BIDDERS: ITRODUCTY INFOR it ATION: N: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing in behalf of a corporation shill be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services BID REQUEST #B2000181 Page 2 Knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Clorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado prgram, Successful bidder shall, within twenty days after hiring a new employee to perform work u goer the contract, affirm that Success 'u bidder has examined the legal work st atus if such employee, retair d fi tl copies o' the documents, and not altered or falsified the identification documents for such mployees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined ne legal work status of such employee, and shall comply with all of the other requirements of the State if Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. § 17.5-101 et seq., C.;unty, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24- 76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder perates 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. 0 5 GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warr:,nt that funds will be available to fund the contract beyond the current ciscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disci sure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical delta). If We d ,_,aunty receives a CORA request 'or bid information marked "CONFIDENTIAL", staff will Review the confidential m {teria. s to determine whether any ,•-f them may be withheld from disclosure pursuant to CRA, and thsclos those portions staff determines are not protected from disclosure. Weld County staff ill not oe resp.Dnsi o(e 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 shill be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. D ndependent C:•; ntractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or BID REQUEST #B2000181 Page 3 employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with reg rd to workers' compnsation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with L; ,: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. Xo Third -Party '=eneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. A orneyys c �-:s/Legai Ctsts: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I . Disadvanta • ed Business Ent- r • rises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performanc -_: The successful bidder agrees to procure the materials, equipment and/or products necessary fr the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. —arm: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Th rm ination: 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 bre;ch of the terms of the Agreement. M. Exttnsi •gin or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. BID REQUEST #B2000181 Page 4 N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the °ligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Emplyee Financial Interest/Conflict of Interest — C.R.S. %24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or BID REQUEST #B2000181 Page 5 in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severabiloty: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties U. Binding Arbitrafoon Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of Cunty Commissioners of Weld County Apprr•val: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Corn ensation ;mount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein arc sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own BID REQUEST #B2000181 Page 6 expense, ary additional kinds or amounts of insurance that it may deem necessary to cover its obligations a liaoiliti•...s under this Agreement. Any modification to these requirements must be made in writing by W County. rid Id The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professi na shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, tree timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, oolissins, or other deficiencies. I DNDE IMTY: The Contract Professiorid shall defend, indemnify and 'aoId harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, r willful acts or omissions of Contract Professinal, or claims of any type or char..cter. arising :.,ut if 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' cptnsati:•-n law or , irssing out of tmr failure of the ntract Professional to conform to any statutes, ordinances, regulation, law or court decree. IThe Contr;ct Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance undr this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materia s required herein, or from any claims or amours arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed anat the Contract Professional will be responsible for primary loss investigation, defense and:uogment costs were this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising fr:•-m tie work performed by the Cntract Professional for the County. A failure to comply with this provision shall result in County's right co immediately terminate this Agreement. Tyres of Insurance: The Contract professional shall obtain, and maintain at all times during the Agreement, insurance in the following kinds and amounts: erm any Work trs' Corn pens Lion Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's emp oyees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Conirmerc0a0 Generaf Loability bisur nce snail include bodily injury, property damage, and liability assumes under the contract. $1,000 000 each occurrence; X1,000,000 general aggregate; $1,000,000 Pe-sonal Advertising injury Automobile Lability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $' ,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-ownea vehicles used in the performance of this Contract. Profes Qonaf Liability (Errors and Omissions Liability) �he policy shall cover professional misconduct or lack of ordinary skill 'or those positions defined in the Scope of Services of this contract. Cntract Professional shall maintain limits 'or all claims covering wrongful acts, errors and/or .missions, including design errors, if applicable, for damage sustained by reison o' or in the course of operations under:his Contract res,a :ing from professional services. In the event that the orsessional liability insurance required by this Contract is written on a claims -made basis, Contract Pressional warrants that any retroactive date under the policy shall precede the effective date of this Contract; acid that either BID REQUEST #B20001 81 Page 7 continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2000181 Page 8 SPECIFICATIONS AND/OR SCOPE • F WORK AND PROPOSED PRICING: Jail Training Rooms Audio -Visual This request for bid is for the installation of a basic Audio -Visual (AV) system located at the new Jail addition at 2110 O Street, Greeley, CO. There are four training rooms being constructed as part of this project. The purpose of this bid is to configure these rooms with basic AV equipment. SPECIFICATIONS The audio-visual upgrade shall incorporate the following: 1. This turn -key upgrade shall include material, cabling, and labor necessary for the installation, testing, and adjustment of the system in each of the four new training rooms. 2. Weld County is looking for a bid on the equipment for four projection packages that includes installation and a simple audio system. 3. Equipment required for each room (no substitutions): a. Viewsonic LS830: Laser Projector 1920 x 1080 Resolution, 4,500 ANSI Lumens, 0.23 Throw Ratio b. ViewSonic BCP120: 120" BrilliantColorPanelTM Screen c. Viewsonic PJ-WMb -304: Universal Wall Mount for Ultra Short Throw Projectors 4. Include the price for installation in costs. 5. Configuration of projector and adjustment of image to fit screen precisely. 6. HDMI I wall plate at 18" from floor. No more than 10' from screen center. 7. System shall carry a one-year service and equipment warranty. 8. Instructional training of personnel is required. 9. Contractor shall design and install a fully integrated audio/sound capability with the video system (above). a. Audio input will be from both a laptop source as well as microphones. b. The audio system will need to support at least six devices for EACH room. However, three devices for each room shall be included with initial build. These three devices are: one lapel and two handheld microphones. 10. A control panel for the A/V system is required. This system needs to be as simple as possible and should support very basic features (e.g. projector On/Off, Volume, etc.). All other inputs/views shall have the ability to be hidden from the normal user's view to avoid confusion or inadvertently changing configurations. 11. Rack -mounted equipment shall be placed in storage room in a lockable/tamperproof cabinet which is vented to prevent overheating. 12. Projection is intended to be centered on the wall of the room. 13. Contractor is responsible to perform any architectural changes for the installation of this system which include sheet rock repair, data & electrical boxes, painting, etc. 14. The projected contract date is November 2, 2020. Based on this date, provide your estimated start and completion dates below. 15. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 16. Remove and properly dispose of all trash generated by construction activities off -site. 17. Dispose of / recycle all equipment off -site in a legal manner. 18. Payment and Performance bonds are required if the costs exceed $50,000.00. l n t D. .- i ;`PU :. ♦ .. .....,F .W.ng . 5 �:.1, a: ... 1,' .. 7 Li i..n... .r.... ,h., nvr. 'Tb..,a+tcl�LS'c�3ai�..'f�ic�'it.,ilT. tt�iY, f '-=1�--"-��'�iig1�:11'"�V'.L:Fiat%t'�ii"S{u/d�1,11.rAiic-,n>�v an�1.�;wleitLy:�.Jai':tl""..1:�`.ITL�s�.K,-.. _`f'4.�:,.�cv,m' ��c�'y.l'.,..y:'^fYi:_La'.�.,..��'lw..�-�,ia�'i.uL3`�+rc, BID REQUEST #B2000181 Page 9 19. Bidder is expected to enter into a standard County contract. A copy can be obtained by contacting the Purchasing Office. 20. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 21. No bid bond is required for this project. 22. Davis -Bacon and Buy American requirements are NOT required ESTIMATED START DATE ESTIMATED COMPLETION DATE TOTAL $ A mandatory pre -bid conference Greeley, CO. We Coe ache will be held on September 28, 2020 at 1:30 PM at 1105 H Street, � A 1 � G O � O O ring to current state �o �a11 dfis�w�,.nE n� � g�ufidS Bids will be received up to, but not later than PURCHASING TIME Il1llE CLOCK). To join call: 1 (720) 39 a4 L,7 E (7 ' r< i . 0 �' I f ��. October 12, 2020 at 10:00 AM (WELD COUNTY rn s t 2611 and enter Conference ID: e to the Coronavirus (COVID-19) pandemic, the following changes have been made to our current bid process until future notice: 1) No hard copies of bids will be accepted. 2) Only one electronic copy of your bid is needed. PDF format is required. 3) Email bids to bids(weldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. BID REQUEST #B2000181 Page 10 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. #B2000181. 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, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **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 — 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000181 Page 11 Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Jail Training Rooms Audio -Visual This request for bid is for the installation of a basic Audio -Visual (AV) system located at the new Jail addition at 2110 O Street, Greeley, CO. There are four training rooms being constructed as part of this project. The purpose of this bid is to configure these rooms with basic AV equipment. SPECIFICATIONS The audio-visual upgrade shall incorporate the following: 1. This turn -key upgrade shall include material, cabling, and labor necessary for the installation, testing, and adjustment of the system in each of the four new training rooms. 2. Weld County is looking for a bid on the equipment for four projection packages that includes installation and a simple audio system. 3. Equipment required for each room (no substitutions): a. Viewsonic LS830: Laser Projector 1920 x 1080 Resolution, 4,500 ANSI Lumens, 0.23 Throw Ratio b. ViewSonic BCP120: 120" BrilliantColorPanelTM Screen c. Viewsonic PJ-WMK-304: Universal Wall Mount for Ultra Short Throw Projectors 4. Include the price for installation in costs. 5. Configuration of projector and adjustment of image to fit screen precisely. 6. HDMI wall plate at 18" from floor. No more than 10' from screen center. 7. System shall carry a one-year service and equipment warranty. 8. Instructional training of personnel is required. 9. Contractor shall design and install a fully integrated audio/sound capability with the video system (above). a. Audio input will be from both a laptop source as well as microphones. b. The audio system will need to support at least six devices for EACH room. However, three devices for each room shall be included with initial build. These three devices are: one lapel and two handheld microphones. 10. A control panel for the AN system is required. This system needs to be as simple as possible and should support very basic features (e.g. projector On/Off, Volume, etc.). All other inputs/views shall have the ability to be hidden from the normal user's view to avoid confusion or inadvertently changing configurations. 11. Rack -mounted equipment shall be placed in storage room in a lockable/tamperproof cabinet which is vented to prevent overheating. 12. Projection is intended to be centered on the wall of the room. 13. Contractor is responsible to perform any architectural changes for the installation of this system which include sheet rock repair, data & electrical boxes, painting, etc. 14. The projected contract date is November 2, 2020. Based on this date, provide your estimated start and completion dates below. 15. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 16. Remove and properly dispose of all trash generated by construction activities off -site. 17. Dispose of / recycle all equipment off -site in a legal manner. 18. Payment and Performance bonds are required if the costs exceed $50,000.00. BID REQUEST #62000181 Page 9 19. Bidder is expected to enter into a standard County contract, A copy can be obtained by contacting the Purchasing Office. 20. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 21. No bid bond is required for this project. 22. Davis -Bacon and Buy American requirements are NOT required ESTIMATED START DATE ESTIMATED COMPLETION DATE LVW Electronics TOTAL One Day Post Award Four Weeks 67,302.01 mandator rerbid conference will be held on September 281 2020 at 1:30 PM at 1105 H Street, Greeley, CO. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than October 12. 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). THE BID OPENING WILL BE HELD VIA A SKYPE CONFERENCE CALL. To join call: 1 (720) 439-5261 and enter Conference ID: 225455563 Due to the Coronavirus (COVID-19) pandemic, the following changes have been made to our current bid process until future notice: 1) No hard copies of bids will be accepted. 2) Only one electronic copy of your bid is needed. PDF format is required. 3) Email bids to bidsweIdgov.com. if your bid exceeds 25MB please upload your bid to https://www..bidnetdirect,comf. The maximum file size to upload to BidNet is 500 MB. BID REQUEST #B2000181 Page 10 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. #B2000181. 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, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM LVW Electronics BY Kendall Mangun (Please print) BUSINESS ADDRESS 5475 Peoria St., Bldg. 3-109 DATE 10/07/2020 CITY, STATE, ZIP CODE Denver, CO 80239 TELEPHONE NO 303 37L-941 4 FAX TAX ID # 84-0878330 SIGNATURE E-MAIL kendallmangun@lvw.com **ALL BIDDERS SHALL PRO DE 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 - 8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board Mike Freeman, Chair BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000181 Page 11 ADDENDUM#1 BID REQUEST NO. B 2000181 Jail Training Room Audio=Visual Bid On page 10, add item 23 per below: 23. A follow-up viewing of the Jail training rooms will be provided to the vendors which attended the pre -bid meeting on September 28, 2020. The tour is an active construction site. Therefore, vendors must wear a hard hat and safety toe shoes. Vendors that wish to take advantage of this opportunity must meet at the Buildings & Grounds facility located at 1105 H Street at 9:00 AM on October 2, 2020. Tour will leave promptly at 9:01 AM. Anyone who does not meet this departure time will not receive the tour. **we need signed copy on file. Thank vou!*** Addendum received by: LVW Electronics FIRM 5475 Peoria St, Bldg. 3-109 ADDRESS Denver, CO 80239 CITY AND STATE B endall Mangun T _ kendalimangun@1vw.com EMAIL September 30, 2020 LVW ELECTRONICS 1540 Quail Lake Loop Colorado Springs, CO 80906 (719) 540-8900, FAX (719) 540-8933 COMPANY: Weld County Government Department of Buildings & Grounds 1150 H Street Greeley, Colorado 80631 NAME: Controller/Purchasing Director PHONE: 970-400-4222 5475 Peoria Street Bldg. 3 Unit I Denver, CO 80239 (303) 375-9414, FAX (303) 375-9426 DATE: October 6, 2020 PAGE: 1 of 6 FILE: 100620.01 FAX: PROJECT: Bid Number B2000181, Jail Training Rooms Audio -Visual Systems PROPOSAL: We propose to furnish the materials and/or perform the work described below: The design, supply and installation of 4 new Jail Training Room audiovisual systems as outlined in request for bid, B2000181, and on -site pre -bid conference conducted September 28, 2020. Provided per attached "Description of Work", "Bill of Materials" and "TROX material supply quote QUO -19292-19292". Total Material Cost $29,331.40 Total Labor Shop and On -Site Labor $19,440.00 Viewsonics Video Projection Components per Trox Ouote #QUO -26391-13762, $17,536.00 Total $66,307.40 Total Cost w/1.5% Payment -Performance Bonds $67,302.01 "System Options" ADA — Assisted Listening Systems (4 training rooms & central facility materials) Material $6,749.22 Labor $704.00 Total $7,453.22 Total ADA Option Cost w/1.5% Payment -Performance Bonds $7,565.02 Share Video Content with Training Rooms A & B Materials $6,000.00 Labor $1,408.00 Total $7,408.00 Total Share Video Option Cost w/1.5% Payment -Performance Bonds $7,519.12 Owner to Supply: AC electrical power for audiovisual devices as may be required, supply of training room floor/ceiling CAD file for creation of As -Built documentation, timely access to areas of work during normal business hours. TERMS AND CONDITIONS: The undersigned parties hereby agree to the foregoing, to the terms and conditions and attachments. Progress Billing, Invoices net 30. Contract Accepted: Sincerely, By: LVW ELECTRONICS Company (� / p// ,J�J Date: Salesman: /t.Q612 /14(teur P.O. No.: Kendall Mangun 1 WELD COUNTY GOVERNMENT DEPARTMENT OF BUILDINGS & GROUNDS JAIL TRAINING ROOMS AUDIO-VISUAL SYSTEM BILL OF MATERIALS (Per Training Room) Control/Distribution System Components Item 01 02 03 04 05 Description Touch Control Panel System Controller/Interface Digital Signal Processor Audio Amplifier Control Network Switch Mfr. /Model No. Crestron, TSW-760 Crestron, RMC3 Biamp, TesiraFORTE AI QSC, RMX850a Cisco, SG250-08HP Audio Sources — Microphones/PC/Hardware Item 01 02 03 04 05 06 07 08 Description Handheld Wireless Mic Lapel Wireless Microphone Bodypack Transmitter Dual Channel Receiver Rechargeable Battery Dual Charging Base Microphone Desk Stand Combine/Isolation Xformer Mfr. /Model No. Shure, SLXD2/SM58 Shure, W 18 5 Shure, SLXD1 Shure, SLXD4D Shure, 5B903 Shure, SBC203 Atlas, DS5e RDL, TX -J2 Qty. Each 01 $840.00 01 $600.00 01 $1,558.80 01 $444.00 01 $163.20 Qty. Each 02 $223.20 01 01 03 01 02 01 $180.00 $714.00 $43.20 $115.20 $16.50 $64.50 Metal Ware/Utility Item tioli Mfr. /Model No. Qty. Each HDMI Wall Receptacle Plate Middle Atlantic, CG39878 8 01 01 02 03 04 05 07 Metal Equipment Cabinet Locking Vented Door AC Power Distribution Rack Mount Shelf Blank Rack Panel Middle Atlantic, DTRK- 10 01 Middle Atlantic, DT-VFD-10 01 Middle Atlantic, PD915R 01 Middle Atlantic, U 1 01 Middle Atlantic, EB-1 03 Cable — Video/Audio Signal/Loudspeaker/Control Item Description Mfr. /Model No. 01 HDMI 15' Extension Cable Extron, HDMI-Ultra-15 02 Control Cable West Penn, 254245 03 Audio Signal Cable West Penn, 25291 B 04 Loudspeaker Cable West Penn, 25225B Miscellaneous Hardware & Shipping (total for all 4 rooms) Item Description Mfr. /Model No. 01 Misc. Connectors, Adaptors, Cable, Mounting Hardware 02 Domestic Freight LVW Electronics / October 6, 2020 S15.65 $248.40 $110.40 $99.60 $36.00 $7.20 Extension $840.00 $600.00 $1,558.80 $444.00 $163.20 Extension S446.40 $99.60 $180.00 $714.00 S 129.60 $115.20 $33.00 $64.50 Extension $15.65 $248.40 $110.40 $99.60 $36.00 $21.60 Qty. Each kft. Extension 01 $60.00 $60.00 As Required (see Miscellaneous) As Required (see Miscellaneous) As Required (see Miscellaneous) Qty. Each as Required as Required Extension $730.00 $905.00 Item Description 01 HDMI to DM Transmitter 02 DM to HDMI Receiver 03 DM Distribution Amplifier 04 DM Processor/Switcher 05 DM Cable (plenum rated) LVW Electronics / October 6, 2020 Training Room Specific Components Training Room 1 (plan drawing room #2-409) Item Description Mfr. /Model No. 01 Loudspeaker Assemblies Atlas, FAP62T Training Room 2 (plan drawing room #2-501) Item Description Mfr. /Model No. 01 Loudspeaker Assemblies Atlas, FAP62T Training Room 3 (plan drawing room #2-509-A) Item Description Mfr. /Model No. 01 Loudspeaker Assemblies Atlas, FAP62T Training Room 4 (plan drawing room #2-509-B) Item Description Mfr. /Model No. 01 Loudspeaker Assemblies Atlas, FAP62T Qty Each kft. 06 $82.10 Qty. Each kft. 16 $82.10 Qty. Each kft. 12 $82.10 Extension $492.60 Extension $1,313.60 Extension $985.20 Qty. Each K ft. Extension 12 $82.10 $985.20 Video Projection Components per Trox Quotation # QUO -26391-13762 Item Description Mfr. /Model No. 01 Short Throw Video Projector Viewsonic, LS830 02 Projection Screen Viewsonic, BCP120 03 Projector Mount Viewsonic, PJ-WMK-304 "OPTIONS" Qty. Each Extension 04 $2,757.00 $11,028.00 04 $1,563.00 $6,252.00 04 $64.00 $256.00 ADA - ASSISTED LISTENING SYSTEMS Item Description Mfr. /Model No. Qty. Each 01 ALS Transmitter Listen, LT -82 w/Rack Mnt. 04 $667.60 02 ALS Radiator Listen, LA -140 04 $707.50 03 Facility ALS Kit Listen, LS -100-01 01 $1,248.82 Consists of facility signage, 4 bodypack receiver w/rechargeable batteries, 4 ear lanyard, 4 ear speaker, 1 charging tray, etc. SHARE VIDEO — TRAINING ROOMS A/B Mfr. /Model No. t Each Crestron, DM-TX-4KZ-100 01 $600.00 Crestron, DM-RMC-4K-100 01 $420.00 Crestron, DM -DA -4K -C 01 $1,620.00 Crestron, DMPS3-4K-150-C 01 $3,000.00 Crestron, DM-CBL-8G-P as Required 3 Extension $2,670.40 $2,830.00 $1,248.82 phone/neck loop Extension $600.00 $420.00 $1,620.00 $3,000.00 $360.00 WELD COUNTY GOVERNMENT DEPARTMENT OF BUILDINGS & GROUNDS JAIL TRAINING ROOMS AUDIO-VISUAL SYSTEM DESCRIPTION OF WORK The design, supply and installation of 4 new independent Jail Training Room audiovisual systems as outlined in request for bid, B2000181, and on -site pre -bid conference conducted September 28, 2020 is proposed. Video Display Each training room system provides for display of typical PC/DVD HDMI format video content using a short throw video projector imaged onto a dedicated fixed wall mounted projector specific screen. Display screen on the presentation wall to be located as directed by the owner. An HDMI video receptacle plate, connecting the video source to the projector to be wall mounted adjacent to the presenter/screen location 18" A.F.F. Sound Reinforcement Audio content sourced from a PC/DVD source is amplified and uniformly distributed throughout the training room seating area using flush ceiling mounted high fidelity loudspeaker assemblies. Presenter speech reinforcement is provided using both handheld or lapel/lavalier type wireless microphones. Two handheld, and one lapel wireless microphones are provided. The presenter may select either a handheld or lapel wireless microphone and the second handheld wireless microphone is available for either audience response/questions or use by a second presenter. Training rooms 509 A & B are each provided with independent sound reinforcement systems, which may be combined to share the content of the "Host" room when the air -wall is retracted and the rooms joined together. System Control In -room system control of projector power on/off, image display/mute, PC/DVD audio volume up/down, Microphone volume up/down, and training room 509 A & B room combining is provided using a local wall mounted touch control panel. Control panel to be located as directed by the owner. The proposed custom control panel graphics to be submitted to the owner for review, comment and revision as may be requested. Y Equipment Mounting & AC Power Each training room's audio distribution and control system hardware will be rack mounted in a desktop style metal equipment cabinet, supplied with a ventilated locking front door. Cabinet is to be located in each training room as directed by the owner. AC power distribution to the system components is supplied within the enclosure. A single AC cable exits the enclosure for connection to a local dedicated AC circuit/receptacle. AC power for both the central equipment cabinet and video projector are to be provided by the owner. ADA Assisted Listening System Option Although not described in the bid request, the supply of an in -room assisted listening system for the hearing impaired should be considered for each training room. The system will provide for reinforcement of both speech and PC/DVD audio program material. The systems transmitter will be housed in the AV equipment cabinet and an infra -red type emitter will be mounted on the front presenter/video display wall. Users are provided with a bodypack style receiver and option of earphone or hearing aid induction neck loop. A single charging tray for the facility is provided for recharging the bodypacks, typically located at a central reception desk, along with facility signage noting the availability of the assisted listening service. A total of 4 bodypack receivers/earphone-loops are provided for the facility. Additional receivers and earphone/induction neck loops are available upon request. LVW Electronics / October 6, 2020 4 Video Content Sharing — Training Room 509 A & B Option The currently proposed room configuration for training room 509 A & B does not lend itself to sharing video content, with the user desks of the two rooms facing opposite directions. Should the orientation be revised so that users in both rooms are facing a common direction, then sharing of the "Host" room's video program should be considered. The distance limitation of HDMI video signal format being no more than 10' to 15' requires it to be reformatted to a DM (Digital Media) type signal. Once converted, the video signal can be sent to the training rooms central equipment rack for selection and redistribution to the "Guest" room video projector. The option provides the additionally required hardware and control system programing. LVW Electronics, October 6, 2020 5 �i LOWVO-1 ACC)RO' 4Itam...,/- CERTIFICATE OF LIABILITY INSURANCE OP ID: El DATE (MMIDD/YYYY) 11/04/2020 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 such endorsement(s). PRODUCER 303-980-6265 Brown & Brown of Colorado, Inc 2170 S. Parker Rd Ste 251 Denver, CO 80231 Jason Sartor CONTACT Evie Jo Ontiveros NAME: PHONE 303-980-6265 FAX 720-962-5142 (A/C, No, Ext): (A/C, No): E-MAILeontiveros@bbdenver.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Hanover Insurance Company 22292 INSURED Low Voltage Wiring Ltd dba LVW Electronics Inc 1540 Quail Lake Loon Colorado Springs, CO 80906-4652 INSURER B:Pinnacol Assurance Company 41190 INSURER C : ZURICH AMERICAN 16535 INSURER D : INSURER E : INSURER F : TIFICATE 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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF IMMIDD/YYYYI POLICY EXP IMM/DD/YYYYI LIMITS A A X COMMERCIAL GENERAL LIABILITY X ZH4-H024526-01 LH4-H024528-01 08/31/2020 08/31/2020 08/31/2021 08/31/2021 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 15,000 X Prof Liab PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES JECT _ PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 Prof Liab $ 2,000,000 A AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY AW4-H024881-01 08/31/2020 08/31/2021 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE UH4-H024527-01 08/31/2020 08/31/2021 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED I X I RETENTION $ 10,000 B C WORKERS ND EMPLOYOERS COMPENSATION ANY PROPRIETOR/PARTNER/EXECUTIVE OFFlCatory in BER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N NIA X 4041694 WC9691855-09 09/01/2020 09/01/2020 09/01/2021 09/01/2021 X STATUTE FOR H E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A Leased/Rented Equi ZH4-H024526-01 08/31/2020 08/31/2021 Lease/Ren Ded 100,000 2,500 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Per policy terms, conditions and exclusions County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commssioners is an additional insured as respects General Liability. Waiver of Subrogation applies for General Liability, Auto Liability & Workers Comp.Umbrella liability is following form. CERTIFICATE HOLDER CANCELLATION WELDCTY Weld County 1150 "0" Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE \Jo C/( c os--7 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD quest :nay Infoi'nation. Entity Name" LVW ELECTRONICS Entity ID* 000003301 Contract Name* JAIL TRAINING ROOMS AUDIO/VISUAL SYSTEM Contract Status CTB REVIEW ❑ New Entity? Contract ID 4235 Contract Lead* SG EESAMAN Contract Lead Email sgeesarnarico.weld.co.us Contract Description* INSTALL AUDIO & VISUAL SYSTEMS IN THE JAIL TRAINING ROOMS Contract Description 2 Contract Type* CONTRACT Amount* .67,302.01 Renewable* NO Automatic Renewal Grant }GA Parent Contract ID Requires Board Approval YES Department Project Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 11,12/2020 11 /15/2020 Department Email CM- BuildingGrounds@weldgov.c i ngGrou n d s@weldgov. c onl Department Head Email CM-BuildingGrounds- DeptHead veldgov.com County Attorney GENERAL COUNTY A I I ORNEY EMAIL County Attorney Email CM- COU NTYA I I O RN EY@ WELDG OV.COM Will a work session with BOCC be required? NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If t xs 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 On Base Contract Dates Effective Date Review Date* Renewal Date 12/31/2020 Termination Notice Period Committed Delivery Date Expiration Date 'r 12/31/2020 Conta Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TORY TAYLOR DH Approved Date 1 1 ;'r 5 2020 Final Approval CC Approved ter,+ C Signed Date t� a C Agenda Date 11/16/2020 Originator SGEESAMAN an Contact Type Contact Email finance Approver CHRIS D'OVIDIO Contact Phone 1 Contact Phone 2 Purchasing Approved Date finance Approved Date 11,06;2020 Tyler Ref # AG 111620 Legal Counsel BOB CHOATE Legal Counsel Approved Date 11/09/2020 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 16, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Jail Training Rooms Audio -Visual - #62000181 As advertised this bid is to install new audio-visual components into the new wing of the jail that is under construction. The low bid from LVW Electronics meets specifications. Therefore, Buildings & Grounds is recommending awarding to LVW Electronics in the amount of $ 67,302.01. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 2020- SO76 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters(a�weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturfna weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: OCTOBER 12, 2020 REQUEST FOR: JAIL TRAINING ROOMS AUDIO-VISUAL DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000181 PRESENT DATE: OCTOBER 14, 2020 APPROVAL DATE: OCTOBER 28, 2020 VENDOR LVW ELECTRONICS 5475 PEORIA ST BLDG 3-109 DENVER, CO 80239 ANM 304 INVERNESS WAY S #400 ENGLEWOOD, CO 80112 EXCITE AV 7167 S ALTON SWAY CENTENNIAL, CO 80112 HIGH COUNTRY LOW. VOLTAGE LLC 3719 EVERGREEN PKWY STE C EVERGREEN, CO 80439 LOGIC INTEGRATION 8204 PARK MEADOWS DR #A LONE TREE, CO 80126 SKC COMMUNICATIONS PRODUCTS LLC 8320 HEDGE LN TERRACE SHAWNEE MISSION, KS 66227 SYSTEM TECHNOLOGIES INC 7043 S GARRISON ST LITTLETON, CO 80128 CORE CONCEPT TECHNOLOGY INC. 355 INVERNESS DR S STE C ENGLEWOOD, CO 80112 ESTIMATED START DATE ONE DAY POST AWARD 11/30/2020 30 DAYS ARO 11/12/2020 NOT PROVIDED 6 WEEKS FROM CONTRACT AWARD 11/02/2020 NOT PROVIDED ESTIMATED FINISH DATE TOTAL 4 WEEKS $67,302.01 12/15/2020 35 DAYS ARO 11/20/2020 $70,061.72 $71,756.50 $81,163.00 NOT PROVIDED $81,534.62 TBD UPON AWARD $92,243.76 12/04/2020 $94,999.00 NOT PROVIDED $104,303.60 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. 2020-3076 Hello