Loading...
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