HomeMy WebLinkAbout20192474.tiffLvy\iito c15
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & LVW ELECTRONICS
AUDIO-VISUAL PRESENTATION SYSTEM - JUSTICE CENTER
THIS AGREEMENT is made and entered into this:V / day of , 201, by
and between the County of Weld, a body corporate and politic of the Stat of C orado, 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
Street, Building #3 Unit #109, Denver, CO 80239, hereinafter referred to as "Contract
Professional".
WHEREAS, County requires an independent contractor to perform the services required
by County and set forth in Exhibit A; 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 B are
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.
B1900099". The RFP 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 the Exhibits 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.
7�029-1q
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&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 successful completion of the
Project, and County's acceptance of the same, County agrees to pay an amount no greater than
$115,735.28, 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.
In addition to the foregoing warranties, Contractor is aware that all work performed on this Project
pursuant to this Agreement is subject to a one year warranty period during which Contractor must
correct any failures or deficiencies. This warranty shall commence on the date of County's final
inspection and acceptance of the Project.
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;
$1,000,000 Personal Advertising injury
$2,000,000 products & completed operations aggregate;
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. All
notices or other communications (including annual maintenance made by one party to the other
concerning the terms and conditions of this contract shall be deemed delivered under the following
circumstances:
(a) personal service by a reputable courier service requiring signature for receipt; or
(b) five (5) days following delivery to the United States Postal Service, postage prepaid
addressed to a party at the address set forth in this contract; or
(c) electronic transmission via email at the address set forth below, where a receipt or
acknowledgment is required by the sending party; or
(d) transmission via facsimile, at the number set forth below, where a receipt or
acknowledgment is required by the sending party.
Either party may change its notice address(es) by written notice to the other.
Notification Information:
Contractor: LVW Electronics
Attn.: Kendall Mangun, Vice President
Address: 5475 Peoria St. Building #3 Unit # 109
Address: Denver, CO 80239
E-mail: kendallmangunna,lvw.com
Telephone: (303) 375-9414
County:
Name: Toby Taylor
Position: Director of Buildings and Grounds
Address: 1105 H Street
Address: Greeley, CO 80632
E-mail: ttaylor@co.weld.co.us
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.
I ► WITNESS WHE OF, the parties hereto have signed this Agreement thisOC / day of
, 20 .
C t` TRACTOR:
LVW Electronics
Susan Passon- Digitally signed by Susan Pass's
Alexander
By: Alexander Date: 1019.0).1) 13i1O1-WOO'
Name: Susan Passon-Alexander
Title: Controller
Date July 17, 2019
WELD CO
ATTEST: 41.40
cam•
•rLdo; ei
BOARD OF COUNTY COMMISSIONERS
Weld • ty Clerk to t e : oard WELD COUNTY„ COLORADO
BY:
Deputy CI k to the B
arbara Kirkmeye, Chair
JUL 2 2019
LVW
LVW ELECTRONICS
1540 Quail Lake Loop
Colorado Springs, CO 80906
(719) 540-8900, FAX (719) 540-8933
COMPANY: Weld County, Colorado
1150 O 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: June 23, 2019
PAGE: 1 of 9
FILE: 062319.01
FAX:
PROJECT: Bid Number B 1900099, Audio -Visual Presentation System — Justice Center
PROPOSAL: We propose to furnish the materials and/or perform the work described below:
The supply and installation of audiovisual systems as outlined in request for bid, B 1900099, Audio -Visual
Presentation System — Justice Center, for the renovation of the 5 existing courtrooms, Division 1, 2, 5, 8, and C
of the Weld County Justice Center. Materials to be supplied per the provided bill of materials attached here.
Noting our revision of the specified central equipment rack and related hardware of Division 1, 5, and 8, to
conform to the assigned location of the existing cabinetry available vertical height.
Total Cost $115,735.28
Crestron Control Option
As requested on page 11 of the RFP, we provide and highly recommend the following Crestron Touch Control
Panel Option.
Bill of Materials per Courtroom
Crestron RMC3, system controller, $600.00
Crestron TSW760, 7" touch control panel, $840.00
Crestron Table -Top Kit, $120.00
Phihong, PH-POE29U-1 AT, power injector $37.80
Netgear, GS 108PE-V3, network switch, $96.00
Option Cost per Courtroom $1,693.80, Total Cost for all 5 rooms, $8,469.00
TERMS AND CONDITIONS: The undersigned parties hereby agree to the foregoing, to the terms and conditions and attachments.
Progress Billing, Invoices net 30.
Sincerely, By:
LVW ELECTRONICS
Salesman: 4!(G1QGG QI((pe
Kendall Mangun
1
Contract Accepted:
Company:
Date:
P.O. No.:
Pricing Response Section
a. Vendors shall submit unit pricing on the attached Excel spread sheet. 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 1 Courtroom
2. Division 2 Courtroom
3. Division 5 Courtroom
4. Division 8 Courtroom
5. Division C Courtroom
Lump Sum
$ 23,573 48
$ 73 823 fin
$ 23,000.73
$ 22.736.00
$ 22,601.27
Total $ 115,735 2F
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 $ 88.00 /hr
Manager $ 88.00 /hr
Project Lead $ 88.00 /hr
Design (in case of changes) $ 88.00 /hr
Programmer $ 88 00 /hr
BID REQUEST #81900099 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. #61900099.
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 LW/ Electronics
BUSINESS
ADDRESS 5475 Peoria St , Bldg 3 Unit 109
CITY, STATE, ZIP CODE Denver. CO 80239
TELEPHONE NO 303-375-9414 FAX TAX ID # R4-06178330
PRINTED NAME A TI7�.E Kendall Manqun, Vice President
SIGNATURE y/
E-MAIL kendallmangun@lvw.com
DATE June 20, 2019
**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;
Weld County Clerk to the Board
BY:
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Deputy Clerk to the Board Barbara Kirkmeyer, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller/Purchasing Director
BID REQUEST #81900099 Page 18
WELD COUNTY JUSTICE CENTER
GREELEY, COLORADO
Note: Vendor must use supplied pricing sheet and submit In original electronic form
Vendor Name: LVW Electronics
Weld County DIVISION 1 Courtroom Unit Price
Jm
liDrcrierien
Mesfectare
Model No.
Commmtt
Unit Cost'
Tnrai
1
DSP 12x8
BIAMP
TesiraForte AVB VT
1
$ 2,998.50
$ 2,998.50
2
AVB Outbox
!VAMP
Teske EX -OUT
1
$ 838.80
$ 838.80
3
4 Chanel Amplifier
Exton
XPA-2004
1
3_ 1,014.00
$ 1.014.00
4
70voit Output Transformer
Parts Express
300.225
or saw mud MN;
2
S 19.80
$ 39.60
5
Hearing Assist Pkg.
Listen
LS-100-01-GY
1
$ 2.623,92
$ 2,623,92
6
2nd IR TransmIter
Listen
LT -82-01
1
$ 613.90
S 613.90
7
Digital Wireless Mc
Shure
QLX024/858.050
1
$ 982.42
S 982.42
8
Battery
Shure
S8900
i
$ 87.30
$ 87.30
9
Charger
Shure
SSC 200 -US
1
S 203.70
3 203.70
10
Gooseneck shockmount
Shure
MX418 C
as needed
1
$ 192.06
$ 192.06
11
Desktop Microphone
Shure
MX418 DIC
as needed
$
$ 244,44
$ 1,222.20
12
Bench min mouse
Shure
MX391/O
as needed
2
$ 162.96
$ 325.92
13
Rack Shelf
Middle Atlantic
U1
1
$ 48 00
$ 48.00
*
14
Equipment rack Rack
Middle Atlantic
RK8
1
$ 126.60
5 126.60
*
15
Vent Panel
Middle Atlantic
VT1
as needed
2
$ 12.60
$ 25.20
16
Blank Panel
Middle Atlantic
EB1
as needed
0
5 •
5 -
*
17
Blank Panel
Middle Atlantic
EB2
as needed
0
$ -
$ -
*
18
Flush Mots& ceiling SPKR
Alias
FAP 427
as needed
0
$
$ -
19
Surface mnt Speaker
Atlas
SM42T/W
as needed
0-
20
Wall Column Speaker
JBL
CBT-50L MNH/-1
as needed
0
$ 38360
$ -
21
Slim Jury Speaker
Innovox
SL1.1 R-BLK
as needed
2
$ 249.60
$ 499.20
22
Jury Speaker Grill
Innovox
SL1.1R-BLK-MG
as needed
2
$ 96.00
$ 192.00
23
ACpowerdistro
Furman
CN1800s
1
$ 307.80
$ 307.80
24
Headphone Amp
Weiner
Ha400
1
$ 32.32
$ 32.32
25
headphones
Audio Technica
ATH-P3
1
3 14.40
$ 14.40
26
1/4" TRS Patch Cable
ProCo
BLC-20
1
S 13.33
$ 13,33
27
Microphone Extension
ProCo
Professional grade
as needed
1
S -
5 -
28
Desk top Speaker
Pyle
310-2004
Pads express
2
$ 31.20
$ 62.40
29
POE injector for AVB
Philxm0
PH-PGE29U-VAT
1
$ 37.80
$ 37.80
$ 57.11'
30
Matching Transfomter
ROL
TX -J2
1
$ 57.11
31
A.waynaC40.ywaege.e*y
ee1den 9451
as needed
$ -
$ -
32
speaker CM* teay.g (plenum)
as needed
$ -
33
50otm Coax came (plenum)
as needed
$ •
34
CMS ALa pewter aura (plenum)
as needed
$ -
35
$
36
$ -
37
$ -
38
$
39
$ -
40
$ -
41
$ -
42
$ -
43
$ -
44
$ -
" The assigned location for the central equipment rack will not accommodate the specified device.
Shipping Sub Total
Ail labor and not listed material and supplies for all court rooms listed above.
199.00
S 10.816.00
(Courtroom Total (Ever on Foe Proposal)
$ 23,573.481
LVW ELECTRONICS
6/20/2019
Page 1 of 5
WELD COUNTY JUSTICE CENTER
GREELEY, COLORADO
Weld County DIVISION 2 Courtroom Unit Price
JJsm
an
Mamdacturc
Model No,
Commmta.L,
illy,
Unit Court
finis Total
1
OSP 12x8
BIAMP
TesiraForte AVB VT
1
$ 2,998.50
$ 2,998.50
2
AVB Outbox
BIAMP
Tesira EX -OUT
1
$ 838.80
$ 838.80
3
4 Chanel Amplifier
Extron
XPA-2004
1
$ 1.014.00
$ 1.014.00
4
7ovok Output Transformer
Parts Express
300-225
or peel need r00w
2
5 19.80
$ 39.60
5
Hearing Assist Pkg,
Listen
LS-100-01-GY
1
$ 2,823.92
5 2,623.92
6
2nd 1R Transmitter
Listen
LT -82.01
1
S 813.90
S 613.90
7
Digital Wireless Min
Shure
QLXD24/858-G50
1
$ 962.42
$ 982.42
8
Battery
Shure
30900
1
$ 87.30
$ 87.30
9
Charger
Shure
SBC 200 -US
1
$ 203.70
$ 203.70
10
Gooseneckshockmaunt
Shure
MX418 C
as needed
0
$ -
5 -
11
Desktop Microphone
Shure
MX418 D/C
as needed
6
$ 244.44
6 1,466.64
12
Bench uric mouse
Shure
MX391/O
as needed
1
$ 162.98
$ 162.98
13
Rack Shelf
Middle Atlantic
U1
1
$ 48.00
$ 48.00
14
Equipment rack Rack
Middle Atlantic
RK12
1
$ 128.60
$ 126.60
15
Vent Panel
Middle Atlantic
VT1
as needed
2
$ 12.60
$ 25.20
16
Blank Panel
Middle Atlantic
EB1
as needed
2
$ 7.20
$ 14,40
17
Bunk Panel
Middle Atlantic
EB2
as needed
1
$ 9.60
$ 9.80
18
Flush Mount ceiling SPKR
Atlas
FAP 42T
as needed
0
$ -
$ -
19
Surface mnt Speaker
Alias
SM42T/W
as needed
0
$ -
$ -
20
Wall Column Speaker
JB1
CBT-50L IWH/-1
as needed
1
$ 383.60
$ 363.60
21
Slim Jury Speaker
Innovox
SL1.1R-BLK
as needed
2
$ 249.60
$ 499.20
22
Jury Speaker Grill
Innovox
SL1.1R-BLK-MG
as needed
2
$ 96.00
$ 192.00
23
AC power distro
Furman
CN1800s
1
$ 307.80
$ 307.80
24
Headphone Amp
Behringer
Ha400
t
$ 32.32
$ 32.32
25
headphones
Audio Technica
ATH-P3
1
5 14.40
$ 14.40
26
1/4" IRS Patch Cable
ProCo
BLC-20
t
$ 13.33
5 13.33
27
Microphone Extension
ProCo
Professional grade
as needed
1
$ -
$ -
28
Desk top Speaker
Pyle
310-2004
Parts express
1
$ 31.20
S 31.20
29
POE infector for AVB
Phihong
PH-POE29U-1AT
1
$ 37.80
$ 37.80
30
Matching Transformer
RDL
TX -J2
1
$ 57.11
$ 67.11
31
Aura sa IryleP.enea.war;
Belden 9451
as needed
S -
$
32
Spn..rCable teen (paum)
as needed
$ -
33
50ohm Coax Cable (plenum)
as needed
$ -
34
Cat5 ML& Poser cure (plenum)
as needed
$ -
35
$ -
36
S
37
$ -
38
S -
39
$
40
6
41
$ -
42
$ -
43
S -
44
S -
Shipping Sub Total
AN labor and not listed material and supplies for all court rooms listed above.
$ 203.50
$ 10,816.00
(Courtroom Total (Enter on FP Propeng
S 23,823.80 1
LVW ELECTRONICS
8110/2019 Page 2 of 5
WELD COUNTY JUSTICE CENTER
GREELEY, COLORADO
Weld County DIVISION 5 Courtroom Unit Price
114m
1
D asrinNoa
Menu acture
Modd No.
ammeets
ihv.
Unit Cost
UsitTotal
DSP 12x8
BIAMP
Tesiraforte AVB VT
1
$ 2,398.80
$ 2.398.80
2
AVB Outbox
BIAMP
Tesira EX -OUT
1
$ 838.80
$ 838.80
3
4 Chanel Amplifier
Extron
XPA-2004
1
$ 1,014.00
$ 1,014.00
4
70valt Output Transformer
Parts Express
300-225
er egwt need 1QQw
2
$ 19.80
S 39.60
5
Hearing Assist Pkg.
Listen
LS-100-01-GY
1
$ 2,823.92
S 2,623.92
6
2nd IR Transmitter
Listen
LT -82-01
i
$ 613.90
$ 613,90
7
Digital Wireless Mc
Shure
QLXD24/658-G50
i
$ 982.42
S 982.42
8
Battery
Shure
SB900
1
S 87.30
S. 87.30
9
Charger
Shure
SBC 200 -US
1
S 203.70
$ 203.70
10
Gooseneck ahackmount
Shure
MX418 C
as needed
1
8 192.06
$ 192.06
11
Desktop Microphone
Shure
MX418 D/C
as needed
4
$ 244.44
$ 977 76
12
Bench mic mouse
Shure
MX391/O
as needed
2
$ 182.98
$ 325.92
13
Rack Shelf
Middle Atlantic
U1
1
5 48.00
$ 48.00
*
14
Equipment rack Rack
Middle Atlantic
RK8
1
S 126.60
$ 126,60
*
15
Vent Panel
Middle Atlantic
VT1
as needed
2
$ 12.60
$ 25.20
16
Blank Panel
Middle Atlantic
EB1
as needed
0
$ -
$
*
17
Blank Panel
Middle Atlantic
E82
as needed
0
$ -
S
18
flush Mount ceiling SPKR
Atlas
FAP 42T
as needed
4
$ 75.46
$ 301.64
19
Surface mnt Speaker
Atlas
SM42T/W
as needed
0
$ -
$
20
Wall Column Speaker
JBL
CBT-50LAANH/-1
as needed
0
$ -
$
21
Slim Jury Speaker
Innovox
SL1.1R-BLK
as needed
2
1 249.60
$ 499.20
22
Jury Speaker Grill
Imovox
SL1.1R-BLK-MG
as needed
2
$ 96.00
$ 192.00
23
ACPower Mahe
Furman
CN1800s
1
$ 307.80
$ 307.80
24
Headphone Amp
Behdnger
Ha400
1
$ 32.32
$ 32.32
25
headphones
Audio Technics
ATH-P3
1
$ 14.40
$ 14.40
26
1/4" TRS Patch Cable
ProCo
BLC-20
1
$ 13.33
5 13.33
27
Microphone Extension
ProCo
Professional grade
as needed
1
$ -
28
Desk top Speaker
Pyle
310-2004
Parts express
1
$ 31.20
$ 31.20
29
POE injector for AVB
Phihonq
PH-POE29U-1AT
1
$ 37.80
$ 37.80
30
Matching Transformer
RDL
TX -J2
1
$ 57.11
$ 57.11
31
Mao Ora omx6*mma.nemm
Belden 9451
as needed
$
$
32
Speaker cable teay.0 (plenum)
as needed
$ -
33
50ohm Coax Cable (plenum)
as needed
$ -
34
cars ALS newer Cable (plenum)
as needed
$ -
35
$ -
36
$ -
37
$ -
3e
$
39
$ -
40
$
41
$
42
S -
43
$
44
i
$ -
"The assigned location for the central equipment rack will not accommodate the specified device.
Shipping Sub Total
All labor and not listed material and supplies for all court rooms listed above.
199.75
$ 10,816.00
Courtroom Total (Enter on Fee Proposal)
$ 23.000.73
LVW ELECTRONICS
6/20/2019
Page 3 of 5
WELD COUNTY JUSTICE CENTER
GREELEY, COLORADO
Weld County DIVISION 8 Courtroom Unit Price
Item
jal;e i
lilaoa(aetare
Model o.
Co.au �,_
Unit Cost
Unit Total
1
DSP 12x8
BIAMP
TeeiraForte AVB VT
,SLY
1
$ 2,398.80
$ 2,398.80
2
AVB Outbox
BIAMP
Tesira EX -OUT
1
$ 838.80
$ 838.80
3
4 Chanel Amplifier
Extron
XPA-2004
1
$ 1.014.00
$ 1,014.00
4
70volt Output Transformer
Pans Express
300-225
or aqua) taw wow
2
$ 19.80
$ 39.60
5
Hearing Assist Pkg.
Listen
LS-100-01-GY
1
$ 2.823.92
$ 2,623,92
6
2nd IR Transmitter
Listen
LT -82-01
1
$ 613.90
$ 613.90
7
Digital Wireless Min
Shure
QLXD24/B58-G50
1
$ 982.42
$ 982.42
8
Battery
Shure
S8900
1
$ 87,30
$ 87.30
9
Charger
Shure
SBC 200 -US
1
$ 203.70
$ 203.70
10
Gooseneck shockmount
Shure
MX418 C
as needed
1
$ 192.06
$ 192.06
11
Desktop Microphone
Shure
MX418 0/C
as needed
4
$ 244.44
$ 977.76
12
Bench min mouse
Shure
MX391/0
as needed
2
$ 162.96
$ 325.92
13
Rack Shelf
Middle Atlantic
U1
1
$ 18.00
$ 18.00
*
14
Equipment rack Rack
Middle Atlantic
RK8
1
$ 126.60
$ 126.60
*
15
Vent Panel
Middle Atlantic
VT1
as needed
2
$ 12.60
$ 25.20
16
Blank Panel
Middle Atlantic
EB1
as needed
0
$ -
$ -
*
17
Blank Panel
Middle Atlantic
EB2
as needed
0
$ -
$ -
*
18
Flush Mount ceiling SPKR
Atlas
FAP 421
as needed
9
$ 75.46
$ 679.14
19
Surface mnt Speaker
Atlas
SM42T/W
as needed
0
5 58.42
S
20
Wall Column Speaker
J8L
CBT-50LANVH/-1
as needed
0
$ 363.80
$ -
21
Slim Jury Speaker
Innovox
SL1.1R-BLK
as needed
0
S -
22
Jury Speaker Gall
Innovox
SL1.1R-BLK-MG
as needed
0
$
23
AC Powerdistro
Furman
CN1800s
1
J 307.80
S 307.80
24
Headphone Amp
Behring_er
Ha400
1
$ 32.32
5 32.32
25
headphones
Audio Technics
ATH-P3
1
$ 14.40
S 14.40
26
1/4" TRS Patch Cable
ProCo
BLC-20
1
5 13.33
$ 13.33
27
Microphone Extension
ProCo
Professional grade
as needed
1
S -
28
Desk top Speaker
Pyle
310-2004
Parts express
2
S -
29
POE Injector for AVB
PhihonQ
PH-POE29U-1AT
1
$ 37.80
$ 37.80
30
Matching Transformer
ROL
TX -J2
3
$ 57.11
$ 171.33
31
eee.e**icea.lyea*nan..4al
Belden 9451
as needed
$ -
$ -
32
9a+a ker Ca#a 1eawlt tplemlm)
as needed
S -
33
00ohm Coax Cable (plenum)
as needed
$ -
34
coo Abe Power cable (plenuw)
as needed
S
35
S -
36
5 -
37
$ -
38
S -
39 .
$ -
40
$
41
S -
42
$ -
43
$ -
44
5 -
" The assigned location for the central equipment rack will not accommodate the specified device.
Shipping Sub Total
All labor and not Hated material and supplies for all court rooms Fisted above.
195.90
$ 10,816.00
!Courtroom Total (Ever on Fee Proposal)
S 22,738.00 I
LVW ELECTRONICS
8/20/2019
Page 4 of 5
WELD COUNTY JUSTICE CENTER
GREELEY, COLORADO
Weld County DIVISION C Courtroom Unit Price
item
qua
MaaufacIure
Model No.
Carsmenrs
gq,
Unit Cost
S/nit-Tetal
1
DSP 12x8
BIAMP
TesiraForte AVB VT
1
$ 2,398.80
$ 2,398.80
2
AVB Outbox
BIAMP
Teske EX -OUT
1
S 838.80
$ 838.80
3
4 Chanel Amplifier
Extron
XPA-2004
1
$ 1,014.00
$ 1,014.00
4
70von Output Transformer
Parts Express
300-225
or equal rated 1011w
2
1 19.80
$ 39.60
5
Hearing Assist Pkg.
Listen
LS-100-01-GY
1
$ 2,823.92
3 2,623.92
8
2nd IR Transmitter
Listen
LT -82-01
1
$ 613.90
$ 613.90
7
Digital Wireless Mc
Shure
OLXD24/858-G50
1
$ 982.42
3 982.42
8
Battery
Shure
$8900
1
$ 87.30
$ 87.30
9
Charger
Shure
SBC 200 -US
1
$ 203.70
$ 203.70
10
Gooseneck shocknwunt
Shure
MX41 B C
as needed
1
$ 192.06
$ 192.06
11
Desktop Microphone
Shure
MX418 0/C
as needed
4
3 244.44
S 977,76
12
Bench mic mouse
Shure 'MX391/O
as needed
2
$ 162.96
$ 325.92
13
Rack Shelf
Mk1de Atlantic
U1
1
48.00
$ 48.00
14
Equipment rack Rack
Mule Atlantic
RK12
1
$ 130.20
$ 130.20
15
Vent Panel
Middle Atlantic
VT1
as needed
2
$ 12,60
$ 25.20
16
Blank Panel
Middle Atlantic
EB1
as needed
2
8 7.20
$ 14.40
17
Stank Panel
Middle Atlantic
EB2
as needed
1
S 9.60
$ 9.60
18
Flush Mount ceiling SPKR
Atlas
FAP 42T
as needed
8
$ 75.46
$ 603.68
19
Surface rant Speaker
Atlas
SM42T/W
as needed
0
$ 58.42
$ -
20
Wall Column Speaker
JBL
CRT-SOLA/WH/-1
as needed
0
$ 363.80
$ -
21
Slim Jury Speaker
Innovox
SL1.1R-BLK
as needed
0
$ -
22
Jury Speaker Grill
Innovox
SL1.1R-BLK-MG
as needed
0
$ -
23
Furman
CN1000s
1
S 307.80
$ 307.80
24
fACpowerdistro
Headphone Amp
Behdnger
Ha400
1
$ 32.32
$ 32.32
25
headphones
Audio Technica
ATH-P3
1
$ 14.40
$ 14.40
26
1/4a TRS Patch Cable
ProCo
BLC-20
1
$ 13.33
$ 13.33
27
Microphone Extension
ProCo
Professional grads
as needed
1
$ -
28
Desktop Speaker
Pyle
310-2004
Pans express
2
$ -
29
POE Inlector for AVB
Phihong
PH-POE29U-1AT
1
$ 37.80
$ 37.80
30
Matching Transformer
RDL
TX -J2
1
$ 57.11
$ 57.11
31
,rrsayWueryrr....,.rq
Belden 9451
as needed
$ -
$
32
Speaker Cebu, wear( (Amon)
as needed
$ -
33
s0ohm Coax Cobb (plenum)
as needed
$ -
34
Cate ALS Purer Gable (plenum)
as needed
$ -
35
5v LEO lamp Green
EAO
10-2J06.3145
for Div 13-17
0
$ -
36
5v LED lamp RED
EAO
10-2.106.3142
for My 13-17
0
$ -
37
$ -
38
$ -
39
$ -
40
$ -
41
$ -
42
3
43
$ -
44
$ -
Shipping Sub Total
All labor and not listed material and supplies for all court rooms listed above.
193.25
$ 10,816.00
(Courtroom Total (Enter on Fee Proposal)
L W ELECTRONICS
6120/2019
Page 5of5
$ 22,601.27
Form
(Rev. October 2018)
Department of the Treasury
Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
► Go to www.irs.gov/FormW9 for instructions and the latest information.
Give Form to the
requester. Do not
send to the IRS.
Print or type.
See Specific Instructions on page 3.
t Name (as shown on your income tax return). Name is required on this line; do not leave this line hank.
Low Voltage Wiring, Ltd
2 business name/disregarded entity name, if different from above
LVW Electronics, Inc.
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.
III IndividuaVsole proprietor or ISI C Corporation ill S Corporation li Partnership II Trust/estate
single -member LLC
4 Exemptions (codes apply only to
certain entities, not individuals; see
instructions on page 3):
Exempt payee code (if any)
❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) I.
Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check
LLC if the LLC 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
Exemption from FATCA reporting
code (if any)
is disregarded from the owner should check the appropriate box for the tax classification of its owner.
Other (see instructions) ►
r,",, rc accounu muuVd,,,ed o,, , ,e =).e a S)
5 Address (number, street, and apt. or suite no.) Sea instructions.
1540 Quail Lake Loop
1equester's name and address (optional)
6 City, state, and ZIP code
Colorado Springs, CO 80906
7 List account number(s) here (optional)
Part
I Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number
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 pet a
-
-
TIN, later.
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and
Number To Give the Requester for guidelines on whose number to enter.
or
Employer identification number
8
4
0
6
7
8
3
3
0
rifali Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign
Here
Signature of /I/
U.S. person I.
t.r
i1
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.irs.gov/FormW9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS must obtain your correct taxpayer
identification number (TIN) which may be your social security number
(SSN), individual taxpayer identification number (ITIN), adoption
taxpayer identification number (ATIN), or employer identification number
(EIN), to report on an information return the amount paid to you, or other
amount reportable on an information return. Examples of information
returns include, but are not limited to, the following.
• Form 1099-INT (interest earned or paid)
Date D. ./2
• Form 1099-DIV (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding. See What is backup withholding,
later.
Cat. No. 10231X
Form W-9 (Rev. 10-2018)
Contract Form
New Contract Request
Entity Information
Entity Name*
LVW ELECTRONICS
Contract Name *
AUDIO-VISUAL PRESENTATION SYSTEM
Contract Status
CTB REVIEW
Entity ID'"
@00003301
❑ New Entity?
Contract ID
2993
Contract Lead*
SGEESANIAN
Contract Lead Email
sgeesamanraro weld co us
Contract Description *
AUDIO VISUAL PRESENTATION SYSTEM FOR 5 COURTR.OO'.,IS IN THE JUSTICE CENTER
Contract Description 2
Contract Type*
CONTRACT
Amount*
$124.2042$
Renewable*
NO
Automatic Renewal
IGA
Department
BUILDINGS. AND GROUNDS
Department Email
C M-
BuildingGroundseweldgc.i co
n
Department Head Email
CM -Bu +dirgGrounds-
DegtHead(w freldgo'=;.cam
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COUNTYA I i ORNEIr`@ :,ELD
.;0'J_ C M
Requested BOCC Agenda
Date*
0712-L'2019
Parent Contract ID
Requires Board Approval
YES
Department Project #
Due Date
07120/2019
Will a work session with BOCC be required?*
NC
Does Contract require Purchasing Dept. to be included?
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* Renewal Date
1213112019
Termination Notice Period
Committed Delivery Date Expiration Date*
12.'11;2019
Contact Inforti ation
Contact Info
Contact Name Contact Type Contact Email
Purchasing
Purchasing A
Approval Process
Department Head
TOBY TAYLOR
DH Approved Date
0712212019
Final Approval
BOCC Approved
BOCC Signed Date
C da Date
07'29/2019
Originator
SGEESAh1AN
finance r over
BARB CONNOLLY
Contact Phone 1 Contact Phone 2
Purchasing roved Date
Finance -. • + oved Date
07/2)/2019
Tyler Ref #
AG072919
Legal Counsel
BOB CHOATE
Legal Counsel
07122;2019
Date
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
July 1, 2019
To: Board of County Commissioners
From: Toby Taylor
Subject: Audio -Visual Presentation System —Justice Center
As specified, this bid is for replacing aging components of the Audio -Visual systems used in five
courtrooms of the Justice Center. The low bid is from Ford Audio.
However, upon review of the bid, Ford Audio does not meet the specification under Scope of Work, Step
2 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". The State Courts Administrator Office has evaluated this component and has
determined that Ford Audio does not meet the requirement to enter the security agreement (see
attached memorandum).
Given this, Building and Grounds is recommending the bid be awarded to the second low bid from LVW
Electronics for a total of $115,735.28.
In addition, Buildings and Ground is recommending adding the Creston Control Option for an additional
$8,469.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
7/5
aarq-Ac-r-f
oa
Attachment 1
Office ot the
State Court Administrator
hIs memorandum m is regarding the installation of audio/Visual systems in urtr ms
which reside on state judicial network IT infrastructure. Judicial requires that all
installation work related to connecting, configuring, and commissioning of networked
equipment must. be performed by vendors that have been pre -certified by theJudicial
.d a
Department and employees of said vendors. This mandate is in accordance with directives
of the state judicial information technology services.
Reviewing the. respondents to *Id County. FP 81900099, only LVW Electronics proses
the precertification to perform the work listed in the UP.
Jason Roberts
AV Systems Engine
0 Broadway Suite 1200 • .Denver, C orado 802:03
PhoT 72) 6254000r 5�' 800) 888-0001t♦• Fax. 720) 625-5933
!'1i k'6'..E i '4 urtryw:."•ta etcoga
WELD COUNTY PURCHASING
1150 O Street, Room 107, Greeley, CO 80631
E -Mail: cmpeters(weldgov.com
E-mail: reverettna.weldgov.com
E-mail: rturfa.weldgov.com
Phone: (970) 400-4223, 4222 or 4216
Fax: (970) 336-7226
DATE OF BID: JUNE 13, 2019
REQUEST FOR: AUDIO-VISUAL PRESENTATION SYSTEM - JUSTICE CENTER
DEPARTMENT: BUILDINGS & GROUNDS
BID NO: #B1900099
PRESENT DATE: JULY 1, 2019
APPROVAL DATE: JULY 15, 2019
VENDOR TOTAL
FORD AUDIO -VIDEO SYSTEMS, LLC $99,924.00
4230 CARSON ST
DENVER, CO 80239
LVW ELECTRONICS
5475 PEORIA ST., BLDG. 3, UNIT 109
DENVER, CO 80239
$115,735.28
THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS.
2019-2474
605 pool"
I
Hello