Loading...
HomeMy WebLinkAbout20223536.tiffCon- c1- IT* 1-10 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Intrusion system upgrades change order #1 DEPARTMENT: Facilities PERSON REQUESTING: Curtis Naibauer DATE: 1-16-24 Brief description of the problem/issue: During the installation of the new intrusion systems, several pieces of equipment specified in the bid needed to be changed due to building and site conditions. What options exist for the Board? 1. Approve the Change Order 2. Deny the Change Order Consequences: Systems will not work well without the changes. Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $6,265.00 Recommendation: The recommendation is to place the change order on an upcoming agenda for approval. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Seine comp+ o9end4L z/5/24 Support Recommendation Schedule Place on BOCC Attends Work Session Othbr/Comments: /elec./ 2o2,2 -35a0 gCl0024 January 16, 2024 To: Board of County Commissioners From: Curtis Naibauer subjBnt: imnr JXn system' upgrades - t eigirUro€r lf1= 202T -353b _ FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 DictoGuard was awarded the bid for the intrusion system upgrade to County buildings. During the installation process, Weld County changed several pieces of equipment from the original design because of existing building and site conditions. Therefore, the Facilities Department is recommending approving this Change Order in the amount of $6,265.00. If you have any questions, please contact meat extension 2027. Sincerely, Curtis Naibauer Interim Director CHANGE ORDER #1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND DICTOGUARD Date: January 16, 2024 Original Agreement: Weld County document no. 2022-3536 County Department: Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit A, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 159,510.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 6,265.00 Current Change Order Amount $ 165,775.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. ATTEST: Weld C BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO C— c_ Dep Cler �'. the d /�,'` 'vin D. Ross, Chair 1 of 1 FEB 0 5 2024 EXHIBIT A CHANGE ORDER - WELD COUNTY INTRUSION UPGRAL E BUILDING NAME Vista-12881,Panel Diff DOORS Door Difl i6290W WP Diff LTEM-PV/A Radio Diff wwlimneaia WIRELESS PIR PM Ditt IS335 PIR Diff Price Difference CLERK AND RECORDER -I $ (715.00) 2 $ 680.00 $ (35.00) 1150 ADMIN 1 $ 340.00 $ 34000 JUSTICE SERVICES -1 $ (715.00) 1 S 340.00 -1 $ (260.00) 0 (655.00) PRINT SHOP AND STORAGE -3 $ (1,095.00) $ (1,095.00► CHASE ANNEX 3 $ 1,020.00 $ 1,020.00 HUMAN SERVICES BLDG A 2 $ 68O00 $ 680.00 HUMAN SERVICES BLDG B 1 $ 340.00 S 340.00 HUMAN SERVICES BLDG C 1 $ 340.00 $ 340.00 1400 ASSESSOR/TREASURER 1 $ 340.00 $ 340.00 SOUTHEAST SERVICE CENTER 2 $ 680.00 S 680O0 SOUTHWEST SERVICE CENTER 2 $ 680.00 $ 670.00 MOTOR POOL corn,2 rind $ 770.00 $ 670.00 CHAN & MARLBOROUGH BLDG 2Z $ 680.00 � $ 680.00 PUBLIC WORKS -I $ (715.00) 3 $ 1,020.00 $ 305.00 PUBLIC HEALTH AND PLANNING -I 1 (715.00) 1 $ 34000 $ (375.00) 1401 - IT 2 $ 680.00 $ 680.00 WASH BAY & WELDING I $ 340.00 1 $ 195.00 $ 535.00 IMPOUND - JOHNSTOWN $ (3,550.00) IMPOUND - LUCERNE $ (3,550.00) 8TH AVE STORAGE 2 $ 680.00 $ 680.00 EXTENSION OFFICE 1 $ 85.00 1 $ 340.00 2 $ 390.00 $ 815.00 PLANNING AND OIL AND GAS 1 $ 340.00 $ 84000 GREELEY FUEL SLUE $ (855.00) $ (855.00) CENTENNIAL CENTER PLAZA 2 $ 1,430.00 7 $ 4,200.00 2 $ 55000 0 6,180-00 COURTHOUSE 2 $ 43000 0 0 485.00 $ 975.00 Total Change Order $ 6,265.00 Notes: • The prices shown include parts and labor. More tabor is included for the locations where new equipment was installed versus existing equlpment)ust replaced. • There were significant savings at the Print Shop since new motion detectors where not installed at the far end of the building. • At Motor Pool additions included two wireless commercial motion detectors (longer range) and two wireless standard motion detectors. • No systems were installed at the two Impound locations. • The Greeley Fuel Site cost was less due to installing a wireless system instead of a hardwired system. Di Page 1 DictoGuard Security Alarm Systems, Inc. - Confidential 10/26/23 and ms, Inc. Contract Form Entity Information Entity Name* Entity ID* DICTOGUARD SECURITY SYSTEMS, @00001 353 INC Contract Name * INTRUSION SYSTEM UPGRADE PROJECT Contract Status CTB REVIEW Contract Description* CHANGE ORDER #1 - CHANGES TO SYSTEM HARDWARE Contract Description 2 Contract Type* CHANGE ORDER Amount* $6,265.00 Renewable* NO Automatic Renewal Grant IGA ❑ New Entity? Contract ID 7770 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 01/25/2024 GROUNDS 01/29/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2200170 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 Termination Notice Period Contact Information Review Date* 02/29/2024 Committed Delivery Date Renewal Date Expiration Date* 02/29/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 01/31/2024 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 01/19/2024 01/20/2024 01/31/2024 Final Approval BOCC Approved Tyler Ref # AG 020524 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 02/05/2024 Cnivvc4 iDa LtOO AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & SECURITY ALARM SYSTEMS, INC. INTRUSION SYSTEM UPGRADE PROJECT THIS AGREEMENT is made and entered into this Widay of V'bvuf0U , 2023, by and between the Board of Weld County Commissioners, on behalf of the Facilities'Department, hereinafter referred to as "County," and Security Alarm Systems, Inc. DBA DictoGuard Security, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2200170. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. Cc1 C �ce - -`ft � c'L/ t /Z3 LOt( 02/A3/a3 2022-35310 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $159,510.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 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 (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 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 Work without County's prior written consent, which may be withheld in County's sole discretion. County shalt have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. tion Liability. Weld County requires this coverage whenever work at issue under t Contrac ' olves potential pollution risk to the environment or losses cause • • o lution conditions that - arise from the operations of the Contractor de = . . in the Exhibits. The policy shall cove Contractor's completed operat. ► Coverage shall apply to sudden and gradual pollutio .' . ditions resulti . m the escape of release of smoke, vapors, fumes, acids, alkalis, toxic .•=_..icals, liquids, or gases, natural gas, waste materials, or other irritants, co mants, or .. ants (including asbestos). If the coverage is written on a : ms -made basis, the Contracto . ants that any retroactive date applicable to erage under the policy precedes the effective ..:. this Contract; and that co • ' uous coverage will be maintained or an extended discovery pe • will be exer ': . for a period of three (3) years beginning from the time that work unde tract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Jeff Goodman Position: President Address: 914 14`" Street Address: Greeley, CO 80631 E-mail: igoodman(a,dictoguard.com Phone: 970-356-5612 County: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor(aiweldgov.com Phone: 970-400-2021 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of this project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Secur'..m Syst � nc. DB: DictoGuard Security By: Title: Pite.1 WELD COUNTY: ATTEST: W, X1144 e7,76/a3 Date of Signature BOARD OF COUNTY COMMISSIONERS Weld my Clerk to th Board WELD COUNTY, COLORADO BY: Deputy Clerk , the it oar'/ ,' Mike Freeman, Chair FEB 1 3 2023 492v o12-- Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: NOVEMBER 10, 2022 BID NUMBER: B2200170 DESCRIPTION: INTRUSION SYSTEM UPGRADE DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: NOVEMBER 28, 2022 BID OPENING DATE: DECEMBER 12, 2022 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: INTRUSION SYSTEM UPGRADE A mandatory pre -bid conference will be held on November 28, 2022 at 9:00 AM at the Facilities Building located at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre - bid conference to be eligible to submit bids. Bids will be received until: December 12, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on December 12, 2022 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 133 863 934# PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the Bidnet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: 1. Emailed bids are required. Email bids to bids(&weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to 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. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2200170 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2200170 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been u njustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall n ot enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the o bligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 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 caused by contractor's workmanship o r performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. BID REQUEST #B2200170 Page 4 Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. A. _._, AA BID REQUEST #62200170 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders 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. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder 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 successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the BID REQUEST #62200170 Page 6 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder 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 successful bidder'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 successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder 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. Successful bidders 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 Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder 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, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder'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 coverages required of Successful bidder. Successful bidder 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. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2200170 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Buildings Intrusion System Upgrade OVERVIEW: Weld County is seeking bids for a turn -key lump sum project to furnish and install an upgraded intrusion system(s) into the existing intrusion system for each of the following Weld County Buildings. Locations where work is to be performed are as follows. BUILDING NAME LOCATION CLERK AND RECORDER 1250 H STREET, GREELEY CO 1150 ADMIN 1150 O STREET, GREELEY CO JUSTICE SERVICES 905 10TH AVE, GREELEY CO PRINT SHOP AND STORAGE 1500 2ND STREET, GREELEY CO CHASE 822 7TH STREET, GREELEY CO HUMAN SERVICES BLDG A 312 N 11TH AVE, GREELEY CO HUMAN SERVICES BLDG B 313 N 11TH AVE, GREELEY CO HUMAN SERVICES BLDG C 314 N 11TH AVE, GREELEY CO 1400 ASSESSOR/TREASURER 1400 N 17TH AVE, GREELEY CO SOUTHEAST SERVICE CENTER 2950 9TH STREET, FORT LUPTON CO SOUTHWEST SERVICE CENTER 4209 WCR 24, LONGMONT CO MOTOR POOL 1399 N 17TH AVE, GREELEY CO CHAN & MARLBOROUGH BLDG 934 9TH AVE, GREELEY CO PUBLIC WORKS 1111 H STREET, GREELEY CO 911 DISPATCH & RECORDS 1551 N 17TH AVE, GREELEY CO PUBLIC HEALTH AND PLANNING 1555 N 17TH AVE, GREELEY CO FACILITIES 1105 H STREET, GREELEY CO 1401 - IT 1401 N 17TH AVE, GREELEY CO 35TH TOWER 3115 35TH AVE, GREELEY CO TRAINING CENTER 1104 H STREET, GREELEY CO WASH BAY & WELDING 1400 N 17TH AVE, GREELEY CO BID REQUEST #62200170 Page 8 IMPOUND - JOHNSTOWN 100 S 2ND STREET, JOHNSTOWN CO IMPOUND - LUCERNE 18900 HWY 392, LUCERNE CO SIGN SHOP 1301 N 17TH AVE, GREELEY CO 8TH AVE STORAGE 300 8TH AVE, GREELEY CO EXTENSION OFFICE 525 N 15TH AVE, GREELEY CO HAZARDOUS WASTE NORTH 1311 N 17TH AVE, GREELEY CO PLANNING OIL AND GAS 1402 N 17TH AVE, GREELEY CO GREELEY FUEL SITE 1113 H STREET, GREELEY CO VETERANS 1008 9TH STREET, GREELEY CO PROBATION 918 10TH STREET, GREELEY CO METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The scope of this project is to design, furnish, and install the requested equipment upgrades as outlined in this Request for Bid (RFB). Weld County currently has multiple different makes and models of intrusion control systems. This scope of work will be to add cellular communicators and touchscreen keypads to the existing buildings that currently have a compatible Honeywell control panel. On buildings that currently don't have a compatible Honeywell control panel the contractor will furnish per project specifications a Honeywell control panel along with a cellular communicator and touchscreen keypads. Refer to Attachment A for quantities of equipment per building. PROJECT SPECIFIC TERMS AND CONDITIONS: 1. All intrusion devices will be hard wired unless running wire is not possible. In areas where running wire is not possible, a wireless device or devices will be allowed but must be approved by the County. 2. Contractor is responsible for all programming to provide a fully functional intrusion system that is incorporated with the current existing intrusion system. 3. The new intrusion system will be monitored over a contractor provided cellular network. Contractor must include optional monthly monitoring costs for 3`d party monitoring. 4. Lump Sum bid price is to include but not limited to all or any additional license fees, design cost, installation, equipment, all associated labor and materials, and any other fees to deliver a fully functional intrusion system. 5. Design and programming of intrusion system must be able to have the capabilities and/or means of future system integrations. BID REQUEST #B2200170 Page 9 6. Contractor is expected to work with County personnel for all programming and functionality into existing intrusion system. 7. Contractor will provide the appropriate County personnel a demo of the system and how it operates for each building. 8. Contractor will include all labor, equipment and materials for this scope and specifications to provide a fully functional intrusion system. 9. Contractor is required to design and install the solution for a fully operational system per the approved equipment below. Substitutions will not be allowed. APPROVED EQUIPMENT: Equipment Description Manufacturer P/N Control Panel - Large Commercial Resideo/Honeywell Vista-128BPT Control Panel - Small Commercial Resideo/Honeywell Vista -20P Control Panel - Small Wireless Resideo/Honeywell PROA7PLUS Touchscreen Keypad Resideo/Honeywell 6290W Cellular Communicator Resideo/Honeywell LTEM-PV/A Cellular Communicator Resideo/Honeywell PROLTE-V2/A Hardwired Glass break Detector Resideo/Honeywell FG1625R Hardwired Standard Motion Detector Resideo/Honeywell IS335 Hardwired Long Range Motion Detector Optex CX-702 PROJECT CLOSE OUT: 1. Contractor will provide all manufacturer's warranty documentation as well as all equipment manuals. 2. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. 4. Contractor will provide formal training as outlined and required by all manufacturer's recommendations to Weld County's designated staff 5. Contractor is responsible for all programming and set up within both the system per building and within Total Connect 2.0 applications. 6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. 3. Contractor is responsible for the coordination and scheduling of all inspections that are required for all scopes per the conditions of the Weld County Permit. BID REQUEST #B2205170 Page 10 4. All electrical work will be done by a qualified State Licensed electrician. 5. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 6. All lifting and hoisting equipment shall be provided by the contractor as needed. 7. The projected contract date is expected to be January 11, 2023. Based on this date, provide expected start and finish dates for each phase of this project. 8. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 9. No bid bond is required for this project. 10. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 11. All trash and debris to be properly disposed of offsite. 12. Weld County is a tax-exempt entity. 13. Davis -Bacon and Buy American requirements are NOT required. 14. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project completion November 10, 2022 November 10, 2022 November 28, 2022 December 5, 2022 December 12, 2022 December 28, 2022 January 11, 2023 September 1, 2023 PROPOSED DATES: Please provide proposed start and completion dates for this project. START DATE COMPLETION DATE BID REQUEST #82200170 Page 11 FEE: Provide your Lump Sum fee for each building per the chart below. Contractor must include 3`d party monitoring cost per the specifications with each building in the chart below. BUILDING NAME PER BUILDING LUMP SUM COST OPTIONAL 3RD PARTY MONITORING WITH TOTAL CONNECT 2.0 CLERK AND RECORDER $ $ 1150 ADMIN $ $ JUSTICE SERVICES $ $ PRINT SHOP AND STORAGE $ $ CHASE $ $ HUMAN SERVICES BLDG A $ $ HUMAN SERVICES BLDG B $ $ HUMAN SERVICES BLDG C $ $ 1400 ASSESSOR/TREASURER $ $ SOUTHEAST SERVICE CENTER $ $ SOUTHWEST SERVICE CENTER $ $ MOTOR POOL $ $ CHAN & MARLBOROUGH BLDG $ $ PUBLIC WORKS $ $ 911 DISPATCH & RECORDS $ $ PUBLIC HEALTH AND PLANNING $ $ FACILITIES $ $ 1401- IT $ $ 35TH TOWER $ $ TRAINING CENTER $ $ WASH BAY & WELDING $ $ IMPOUND - JOHNSTOWN $ $ IMPOUND -LUCERNE $ $ SIGN SHOP $ $ 8TH AVE STORAGE $ $ BID REQUEST #B2200170 Page 12 EXTENSION OFFICE $ $ HAZARDOUS WASTE NORTH $ $ PLANNING OIL AND GAS $ $ GREELEY FUEL SITE $ $ VETERANS $ $ PROBATION $ $ ADDITIONAL EQUIPMENT AND LAB +15R RATES: Weld County is requesting the option for additional equipment and labor rates for Install This will allow the County to add additional equipment and or areas/buildings at a predetemined cost Contractor must provide with bid at the time of submission Equipment Description Control Panel - Vista-128BPT Unit Pricing (EA)(LF) Control Panel - Vista 20P Control Panel - PRO7APLUS Touchscreen Keypad - 6290W Cellular Communicator - LTEM-PV/A Cellular Communicator — PROLTE-V2/A Glass Break Detector — FG1625R Motion Detector— IS335 Long Range Motion Detector Hourly Labor Rate Description Hourly Rate BID REQUEST #B2200170 Page 13 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on December 12, 2022: 1) Pages 8 thru 15 of the Bid Specifications. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A PIiirrent W9 is required for new bidders. if you have previously ,worked with Weld founty, your W9 if there has been a change. provide f✓fvVI Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2200170 Page 14 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 Bid for Request No. #B2200170. 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 bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX TAX ID # DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller G S0922 BID REQUEST #B2200170 Page 15 Weld County Intrusion Upgrade Attachment A APPROVED EQUIPMENT - EQUIPMENT QUANTITIES BELOW ARE PER BUILDING BUILDING NAME Vista-128BPT - Vista -20P PROA7PLUS 6290W ITEM-PV/A PROLITE-VS/A I FG1625R IS335 CX-702 CLERK AND RECORDER 1 FA 2EA 1 EA 1150 ADMIN _ 2EA lEA JUSTICE SERVICES IEA 2EA 1 EA 2EA PRINT SHOP AND STORAGE SEA I EA 4EA CHASE 4EA 2EA 2EA HUMAN SERVICES BLDG A 2EA I1?A HUMAN SERVICES BLDG B 2EA IEA HUMAN SERVICES BLDG C 2EA !EA 1400 ASSESSOR'TREASUIRER 2EA l EA SOUTHEAST SERVICE CENTER 2EA IEA ,SOUTHWEST SERVICE CENTER 2EA IEA ' MOTOR POOL l EA 2EA 11:A LEA 2EA CHAN & MARLBOROUGH BLDG 2EA I EA PUBLIC WORKS 1 EA 2EA T 1 EA 911 DISPATCH & RECORDS 2EA lEA PUBLIC HEALTH AND PLANNING 1 EA 4. 3EA 1 EA FACILITIES 2EA 1F.A 1401 - IT 2EA 1 EA ?5TH TOWER 2EA lEA • (RAINING CENTER 2EA lEA WASH RAY & WELDING lEA lEA lEA 4EA IMPOUND - JOI INSTO W N lEA 1 FA IPA 4EA IMPOUND - LUCERNE. 1 EA _ IPA 1 EA 4EA SIGN SHOP 2EA lEA 8TH H AVE STORAGE rEXTENSION 2EA _ - IEA OH. ICE IBA IEA IEA I IAZARDOUS WASTE NORTH 2EA IEA PLANNING AND OIL AND GAS - 4. 2EA lEA GREELEY FUEL SIIE lEA IEA I EA 2EA VETERANS fr lEA lEA PROBATION 2EA lEA ADDENDUM#1 BID REQUEST NO B2200170 INTRUSION SYSTEM UPGRADE 1) Currently A PDF drawing wasn't provided for the buildings where new motion sensors are being requested to be installed per the bid specifications and attachments Change Please see Attachment 1 2) Currently Original bid specifications do not request an intrusion system(s) to be Included for the Courthouse or Centennial Center Plaza as being included in this RFB Change Revised bid specifications are requesting a fully functional intrusion system(s) to be included for Centennial Center Plaza, and Courthouse Please see Attachment 1 for the Courthouse, and Centennial Center Plaza floor plan and mapping Revised bid specifications which include a fully functional intrusion system for Centennial Center Plaza, and Courthouse are highlighted in Attachment 2 3) Currently Onginal bid specifications, Attachment A equipment quantities did not include any intrusion equipment for Centennial Center or Courthouse Change Revised intrusion equipment quantities to include Centennial Center and Courthouse are shown on Attachment 3 4) Currently Original bid specifications did not include a pricing breakout for any intrusion system(s) for Centennial Center Plaza or Courthouse as being included in the per building cost or total lump sum bid Change Revised bid specifications highlighted in Attachment 2 include the Centennial Center and Courthouse to be included in the per building cost and total lump sum bid include Attachment 2 with your bid submittal and with this signed Addendum 5) Currently Per the original bid specifications projected schedule, bids were due on December 12, 2022 Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project completion November 10, 2022 November 10, 2022 November 28, 2022 December 5, 2022 December 12, 2022 December 28, 2022 January 11, 2023 September 1, 2023 Change Bid due date has been extended to December 19, 2022 at 11 00 am There will be a second non - mandatory pre -bid conference held on December 8, 2022, at 10 00 am Only those who attended the first pre -bid conference will be allowed to attend the second pre -bid conference We will meet at the north entrance of plaza south at the Centennial Center Plaza, 915 10`h Street, Greeley Colorado. Revised projected schedule is shown below and is highlighted in Attachment 2. Date of this Bid Advertisement Date Pre -bid conference Second Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project completion November 10, 2022 November 10, 2022 November 28, 2022 December 8, 2022 (Not Mandatory) December 12, 2022 December 19, 2022 January 4, 2022 January 18, 2023 September 1, 2023 ***We need signed copy on submitted with bid. Thank You!*** Addendum received by: December 01, 2022 FIRM ADDRESS CITY AND STATE BY EMAIL Weld County Buildings Intrusion System Upgrade ADDENDUM 1, ATTACHMENT 2 - Include this Attachment 2 with your bid submittal and with this signed Addendum. OVERVIEW: Weld County is seeking bids for a turn -key lump sum project to furnish and install an upgraded intrusion system(s) into the existing intrusion system for each of the following Weld County Buildings. Locations where work is to be performed are as follows. BUILDING NAME CLERK AND RECORDER 1150 ADMIN JUSTICE SERVICES PRINT SHOP AND STORAGE CHASE HUMAN SERVICES BLDG A HUMAN SERVICES BLDG B HUMAN SERVICES BLDG C 1400 ASSESSOR/TREASURER SOUTHEAST SERVICE CENTER SOUTHWEST SERVICE CENTER MOTOR POOL CHAN & MARLBOROUGH BLDG PUBLIC WORKS 911 DISPATCH & RECORDS PUBLIC HEALTH AND PLANNING FACILITIES 1401 IT 35TH TOWER TRAINING CENTER WASH BAY & WELDING IMPOUND - JOHNSTOWN IMPOUND - LUCERNE SIGN SHOP 8TH AVE STORAGE EXTENSION OFFICE LOCATION 1250 H STREET, GREELEY CO 1150 O STREET, GREELEY CO 905 10TH AVE, GREELEY CO 1500 2ND STREET, GREELEY CO 822 7TH STREET, GREELEY CO 312 N 11TH AVE, GREELEY CO 313N 11TH AVE, GREELEY CO 314 N 11TH AVE, GREELEY CO 1400 N 17TH AVE, GREELEY CO 2950 9TH STREET, FORT LUPTON CO 4209 WCR 24, LONGMONT CO 1399 N 17TH AVE, GREELEY CO 934 9TH AVE, GREELEY CO 1 111 H STREET, GREELEY CO 1551 N 17TH AVE, GREELEY CO 1555 N 17TH AVE, GREELEY CO 1105 H STREET, GREELEY CO 1401 N 17TH AVE, GREELEY CO 3115 35TH AVE, GREELEY CO 1104 H STREET, GREELEY CO 1400 N 17TH AVE, GREELEY CO 100 S 2ND STREET, JOHNSTOWN CO 18900 HWY 392, LUCERNE CO 1301 N 17TH AVE, GREELEY CO 300 8TH AVE, GREELEY CO 525 N 15TH AVE, GREELEY CO 1311 N 17TH AVE, GREELEY CO HAZARDOUS WASTE NORTH PLANNING OIL AND GAS 1402 N 17TH AVE, GREELEY CO GREELEY FUEL SITE 1113 H STREET, GREELEY CO VETERANS 1008 9TH STREET, GREELEY CO PROBATION 918 10TH STREET, GREELEY CO 91510TH STREET, GREELEY CO CENTENNIAL CENTER PLAZA 901 9TH AVE, GREELEY CO COURTHOUSE METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The scope of this project is to design, furnish, and install the requested equipment upgrades as outlined in this Request for Bid (RFB). Weld County currently has multiple different makes and models of intrusion control systems. This scope of work will be to add cellular communicators and touchscreen keypads to the existing buildings that currently have a compatible Honeywell control panel. On buildings that currently don't have a compatible Honeywell control panel the contractor will furnish per project specifications a Honeywell control panel along with a cellular communicator and touchscreen keypads. Refer to Attachment A for quantities of equipment per building. PROJECT SPECIFIC TERMS AND CONDITIONS: 1. All intrusion devices will be hard wired unless running wire is not possible. In areas where running wire not possible, a wireless device or devices will be allowed but must be approved by the County. 2. Contractor is responsible for all programming to provide a fully functional intrusion system that is incorporated with the current existing intrusion system. 3. The new intrusion system will be monitored over a contractor provided cellular network. Contractor must include optional monthly monitoring costs for 3rd party monitoring. 4. Lump Sum bid price is to include but not limited to all or any additional license fees, design cost, installation, equipment, all associated labor and materials, and any other fees to deliver a fully functional intrusion system. 5. Design and programming of intrusion system must be able to have the capabilities and or means of future system integrations. 6. Contractor is expected to work with County personnel for all programming and functionality into existing intrusion system. 7. Contractor will provide the appropriate County personnel a demo of the system and how it operates for each building. 8 Contractor will include all labor, equipment and materials for this scope and specifications to provide a fully functional intrusion system 9 Contractor is required to design and install the solution for a fully operational system per the approved equipment below Substitutions will not be allowed APPROVED EQUIPMENT. Equipment Description Manufacturer P/N Control Panel - Large Commercial Resideo/Honeywell Vista-128BPT Control Panel - Small Commercial Resideo/Honeywell Vista -20P Control Panel - Small Wireless Resideo/Honeywell PROA7PLUS Touchscreen Keypad Resideo/Honeywell 6290W Cellular Communicator Resideo/Honeywell LTEM-PV/A Cellular Communicator Resideo/Honeywell PROLTE-V2/A Hardwired Glass break Detector Resideo/Honeywell FG 1625R Hardwired Standard Motion Detector Resideo/Honeywell IS335 Hardwired Long Range Motion Detector Optex CX-702 PROJECT CLOSE OUT: 1 Contractor will provide all manufacturer's warranty documentation as well as all equipment manuals 2 Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties 3 Contractor will provide a detailed report for all craftsmanship and labor warranties 4 Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff 5 Contractor is responsible for all programming and set up within both the system per building and within Total Connect 2 0 applications 6 Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project WELD COUNTY STANDARD TERMS AND CONDITIONS: 1 All damages to building structure and finishes shall be repaired to original condition as a part of this contract 2 Project will be permitted through Weld County Fees for Weld County Building Permit will be waived Any other fees associated with this project will be paid for by the contractor 3 Contractor is responsible for the coordination and scheduling of all inspections that are required for all scopes per the conditions of the Weld County Permit 4 All electrical work will be done by a qualified State Licensed electrician 5 Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 6. All lifting and hoisting equipment shall be provided by the contractor as needed. 7. The projected contract date is expected to be January 11, 2023. Based on this date, provide expected start and finish dates for each phase of this project. 8. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 9. No bid bond is required for this project. 10. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 11. All trash and debris to be properly disposed of offsite. 12. Weld County is a tax-exempt entity. 13. Davis -Bacon and Buy American requirements are NOT required. 14. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Second Pre -bid conference Bid Questions Due November 10, 2022 November 10, 2022 November 28, 2022 December 8, 2022 (Not Mandatory) December 12, 2022 Bids Are Due December 19, 2022 Bid Award Notice January 4, 2022 Contract Execution January 18, 2023 Project completion PROPOSED DATES: September 1, 2023 Please provide proposed start and completion dates for this project. START DATE COMPLETION DATE FEE: Provide your Lump Sum fee for each building per the chart below Contractor must include 3`d party monitoring cost per the specifications with each building in the chart below UILI)ING NAME PER `IUILDING LUMP SUM COST OPTIONAL 3RD PARTY MONITORING WITH TOTAL CONNECT 2.0 CLERK AND RECORDER $ $ 1150 ADMIN $ $ JUSTICE SERVICES $ $ PRINT SHOP AND STORAGE $ $ CHASE $ $ HUMAN SERVICES BLDG A $ $ HUMAN SERVICES BLDG B $ $ HUMAN SERVICES BLDG C $ $ 1400 ASSESSOR/TREASURER $ $ SOUTHEAST SERVICE CENTER $ $ SOUTHWEST SERVICE CENTER $ $ MOTOR POOL $ $ CHAN & MARLBOROUGH BLDG $ $ PUBLIC WORKS $ $ 911 DISPATCH & RECORDS $ $ PUBLIC HEALTH AND PLANNING $ $ FACILITIES $ $ 1401 - IT $ $ 35TH TOWER $ $ TRAINING CENTER $ $ WASH BAY & WELDING $ $ IMPOUND - JOHNSTOWN $ $ IMPOUND -LUCERNE $ $ SIGN SHOP $ $ 8TH AVE STORAGE $ $ EXTENSION OFFICE $ $ HAZARDOUS WASTE NORTH $ $ PLANNING OIL AND GAS $ $ GREELEY FUEL SITE _ $ $ VETERANS $ $ PROBATION $ $ CENTENNIAL CENTER PLAZA $ $ COURTHOUSE $ $ $ $ LUMP SUM TOTAL ADDITIONAL EQUIPMENT AND LABOR RATES: Weld County is requesting the option for additional equipment and labor rates for install. This will allow the County to add additinoal equipment and or areas/buildings at a predeternmined cost. Contractor must provide with bid at the time of submission. Equipment Description Unit Pricing (EA)(LF) Control Panel - Vista-128BPT . $ Control Panel - Vista -20P $ Control Panel - PRO7APLUS $ Touchscreen Keypad - 6290W $ Cellular Communicator - LTEM-PV/A $ Cellular Communicator — PROLTE-V2/A $ Glass Break Detector — FG1625R b25R 4.$ $ Motion Detector — IS335 Long Range Motion Detector $ Hourly Labor Rate Description Hourly Rate Weld County Intrusion Upgrade B2200170 Addendum 1, Attachment 3 APPRUVEi) EQUIPMENT - EQUIPMENT QUANTITIES BELOW ARE PER BUILDING BUILDING NAME _ Vista-128BPT Vista -20P PROA7PLUS 6290W LTEM-PV/A PROLITE-VS/A t FG1625R IS335 CX-702 CLERK AND RECORDER IBA 2EA EA lEA ' 1150 ADMIN 2EA lEA JUSTICE SERVICES lEA 2EA lEA 2EA PRINT SHOP AND STORAGE SEA IEA 4EA CHASE 4EA 2EA 2EA HUMAN SERVICES BLDG A 2EA lEA HUMAN SERVICES BLDG B 2EA lEA HUMAN SERVICES BLDG C 2EA IEA 1400 ASSESSOR/TREASURER 2EA IPA SOUTHEAST SERVICE CENTER 2EA _ IEA SOUTHWEST SERVICE CENTER 2EA lEA MOTOR POOL I EA 2EA lEA 6EA 2EA CHAN & MARLBOROUGH BLDG 2EA lEA PUBLIC WORKS lEA 2EA lEA 911 DISPATCH & RECORDS 2EA I EA PUBLIC HEALTH AND PLANNING IEA _ 3EA !EA FACILITIES 2EA IEA 1401 - IT 2EA lEA 35TH TOWER 2EA 'EA TRAINING CENTER S 2EA lEA ' WASH BAY & WELDING IEA lEA lEA 4EA [MPOUND - JOHNSTOWN lEA lEA lEA 4EA IMPOUND - LUCERNE lEA lEA lEA 4EA SIGN SHOP 2EA lEA 8TH AVE STORAGE 2EA IBA EXTENSION OFFICE lEA lEA lEA HAZARDOUS WASTE NORTH 2EA IEA PLANNING AND OIL AND GAS 2EA lEA GREELEY FUEL SITE 1 EA lEA lEA 2EA VETERANS lEA 1 EA PROBATION 2EA lEA ( 'F. NTENNIA1. CENTER PLA.Z4 6EA 24EA 6EA 142EA CO UR771OI.SE lEA lEA lEA 1$EA 3EA t• MI 11�PMFNT I !CT IC WIT ,1 I IXT'l , !CIVIC ra...........- :_ --Li_ e _-- - ..:J:-- - t_il_. t_--- : __--- _--- .r . ,•_ •- al equipment is needed it is the contractors responsibility to include all associated cost in there lump sum bid *4 Weld County Intrusion System Upgrade B2200170 - QUESTION & ANSWERS 1. Question: I need to know what takes precedence. For the print shop the drawings in Addendum 1 Attachment 2 show one thing while the Schedule in Addendum 1 Attachment 3 show another. Answer: Clarification for equipment needed at the Print Shop is accurate on the map provided on Addendum 1, Attachment 1. There is a clarification needed for Addendum 1, Attachment 3, it shows five (5) Resideo 6290 Touchscreen Keypads needed at the Print Shop instead of two (2) like the map dictates. The Print Shop should have the following equipment and all necessary accessories needed for a complete functional intrusion system. New Vista 1 28BPT Control Panel = Zero (0) New Resideo 6290W Touchscreen Keypad (alarm panel) = Two (2) y New Resideo IS335 Hardwired Motion Detector = Four (4) New Resideo LTEM-PV/A Cellular Communicator = One (1) 2. Question: Can a desired sequence be provided. Answer: See Addendum 2 Exhibit B Weld County Buildings Intrusion System Upgrade ADDENDUM 1, ATTACHMENT 2 OVERVIEW: Weld County is seeking bids for a turn -key lump sum project to furnish and install an upgraded intrusion system(s) into the existing intrusion system for each of the following Weld County Buildings. Locations where work is to he performed are as follows. BUILDING NAME LOCATION CLERK AND RECORDER 1250 H STREET, GREELEY CO 1150 ADMIN 1150 O STREET, GREELEY CO JUSTICE SERVICES 905 10TH AVE, GREELEY CO PRINT SHOP AND STORAGE 1500 2ND STREET, GREELEY CO CHASE 822 7TH STREET, GREELEY CO HUMAN SERVICES BLDG A 312 N 11TH AVE, GREELEY CO HUMAN SERVICES BLDG B 313 N 11TII AVB, GREELEY CO HUMAN SERVICES BLDG C 314 N 11TH AVE, GREELEY CO 1400 ASSESSORITREASURER 1400 N 17TH AVE, GREELEY CO SOUTHEAST SERVICE CENTER 2950 9TH STREET, FORT LUPTON CO SOUTHWEST SERVICE CENTER 4209 WCR 24, LONGMONT CO MOTOR POOL 1399 N 17TH AVE, GREELEY CO CHAN & MARLBOROUGH BLDG 934 9TH AVE, GREELEY CO PUBLIC WORKS 1111 H STREET, GREELEY CO 911 DISPATCH & RECORDS 1551 N 17TH AVE, GREELEY CO PUBLIC HEALTH AND PLANNING 1555 N 17TH AVE, GREELEY CO FACILITIES 1105 H STREET, GREELEY CO 1401 - IT 1401 N 17TH AVE, GREELEY CO 35TH TOWER 3115 35TH AVE, GREELEY CO TRAINING CENTER 1104 H STREET, GREELEY CO WASH BAY & WELDING 1400 N 17TH AVE, GREELEY CO IMPOUND - JOHNSTOWN 100 S 2ND STREET, JOHNSTOWN CO IMPOUND - LUCERNE 18900 HWY 392, LUCERNE CO SIGN SHOP 1301 N 17TH AVE, GREELEY CO 8TH AVE STORAGE 300 8TH AVE, GREELEY CO EXTENSION OFFICE 525 N 15TH AVE, GREELEY CO HAZARDOUS WASTE NORTH 1311 N 17TH AVE, GREELEY CO PLANNING OIL AND GAS 1402 N 17TH AVE, GREELEY CO GREELEY FUEL SITE 1113 H STREET, GREELEY CO VETERANS 1008 9TH STREET, GREELEY CO PROBATION 918 10TH STREET, GREELEY CO CENTENNIAL CENTER PLAZA 915 10TH STREET, GREELEY CO COURTHOUSE 9019TH AVE, GREELEY CO METHOD OF PROCUREMENT: Request for Bid (RFB). Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The scope of this project is to design, furnish, and install the requested equipment upgrades as outlined in this Request for Bid (RFB). Weld County currently has multiple different makes and models of intrusion control systems. This scope of work will be to add cellular communicators and touchscreen keypads to the existing buildings that currently have a compatible Honeywell control panel. On buildings that currently don't have a compatible I loneywell control panel the contractor will furnish per project specifications a Honeywell control panel along with a cellular communicator and touchscreen keypads. Refer to Attachment A for quantities of equipment per building. PROJECT SPECIFIC TERMS AND CONDITIONS: t. All intrusion devices will be hard wired unless running wire is not possible. In areas where running wire not possible, a wireless device or devices will be allowed but must be approved by the County. 2. Contractor is responsible for all programming to provide a fully functional intrusion system that is incorporated with the current existing intrusion system. 3. The new intrusion system will be monitored over a contractor provided cellular network. Contractor must include optional monthly monitoring costs for 3'd party monitoring. 4. Lump Sum bid price is to include but not limited to all or any additional license fees, design cost, installation, equipment, all associated labor and materials, and any other fees to deliver a fully functional intrusion system. 5. Design and programming of intrusion system must be able to have the capabilities and or means of future system integrations. 6. Contractor is expected to work with County personnel for all programming and functionality into existing intrusion system. 7. Contractor will provide the appropriate County personnel a demo of the system and how it operates for each building. 8. Contractor will include all labor, equipment and materials for this scope and specifications to provide a fully functional intrusion system. 9. Contractor is required to design and install the solution for a fully operational system per the approved equipment below. Substitutions will not be allowed. APPROVED EQUIPMENT: Equipment Description Manufacturer Control Panel - I.ar c Commercial Resideo/l-Ioneywel Control Panel - Small Commercial ---------- _�.. Resideo/Honeywell Control Panel - Small Wireless Resideo/l lone ws tl 1'ouchscreen Keypad Resideo/l lone well Cellular Communicator ta,•sidco/I lone/well [lular Communicator Resideo/I toncywell I lardwired Glass break Detector Resideo/Honeywell arc wired Standard Motion Detector Resideo/t lone well F ardwired Long Range Motion Detector OFIs PROJECT CLOSE OUT: P/N Vista-128BPT Vista -20P PROA7PLUS 6290W ITEM-PV/A PROLTE-V2/A I� 61625R l 625R C'X-702 1. Contractor will provide all manufacturer's warranty documentation as well as all equipment manuals. 2. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. 4. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff. 5. Contractor is responsible for all programming and set up within both the system per building and within Total Connect 2.0 applications. 6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: I . All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. Project will he permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. 3. Contractor is responsible for the coordination and scheduling of all inspections that are required for all scopes per the conditions of the Weld County Permit. 4. All electrical work will be done by a qualified State Licensed electrician. 5. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 6. All lifting and hoisting equipment shall be provided by the contractor as needed. 7. The projected contract date is expected to be January 11, 2023. Based on this date, provide expected start and finish dates for each phase of this project. 8. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 9. No bid bond is required for this project. 10. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 11. All trash and debris to be properly disposed of offsite. 12. Weld County is a tax-exempt entity. 13. Davis -Bacon and Buy American requirements are NOT required. 14. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Second Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project completion PROPOSED DATES: November 10, 2022 November 10, 2022 November 28, 2022 December 8, 2022 (Not Mandatory) December 12, 2022 December 19, 2022 January 4, 2022 January 18, 2023 September 1, 2023 Please provide proposed start and completion dates for this project. START DATE May 1, 2023 COMPLETION DATE Sept 1, 2023 FEE: Provide your Lump Sum fee for each building per the chart below. Contractor must include 3rd party monitoring cost per the specifications with each building in the chart below. BUILDING NAME PER BUILDING LUMP SUM COST OPTIONAL 3RD PARTY MONITORING WITH TOTAL CONNECT 2.0 CLERK AND RECORDER 1150 ADMIN JUSTICE SERVICES $1695.00 $980.00 $2995.00 $30.00 $30,00 $30.00 PRINT SHOP AND STORAGE $5090.00 30.00 CHASE $3395.00 $60.00 HUMAN SERVICES BLDG A $980.00 $30.00 HUMAN SERVICES BLDG B $980.00 $30.00 HUMAN SERVICES BLDG C $980.00 $30.00 1400 ASSESSOR/TREASURER $980.00 $30.00 SOUTHEAST SERVICE CENTER $1180.00 $30.00 SOUTHWEST SERVICE CENTER $1180.00 $30.00 MOTOR POOL $5100.00 $30.00 CHAN & MARLBOROUGH BLDG $980.00 $30.00 PUBLIC WORKS $1695.00 $30.00 911 DISPATCH & RECORDS $980.00 $30.00 PUBLIC HEALTH AND PLANNING $1975.00 $30.00 FACILITIES $980.00 $30.00 1401 - IT $980.00 $30.00 35TH TOWER $980.00 $30.00 TRAINING CENTER $980.00 $30.00 WASH BAY & WELDING $3550.00 $30.00 IMPOUND - JOHNSTOWN $3550.00 $30.00 IMPOUND - LUCERNE $3550.00 $30.00 SIGN SHOP $980.00 $30.00 8TH AVE STORAGE $980.00 $30.00 EXTENSION OFFICE $2095.00 $30.00 HAZARDOUS WASTE NORTH $980.00 $30.00 PLANNING OIL AND GAS $980.00 $30.00 GREELEY FUEL SITE $2095.00 $30.00 VETERANS $710.00 $30.00 PROBATION $980.00 $30.00 CENTENNIAL CENTER PLAZA $92,395.00 $180.00 COURTHOUSE $11,580.00 $30.00 ADDITIONAL EQUIPMENT AND LABOR RATES: Weld County is requesting the option for additional equipment and labor rates for install. This will allow the County to add additinnal equipment and or areas/buildings at a predetermined cost. Contractor must provide with bid at the time of submission. E. ui ment Description Unit Pricing{ )ELF)__ _ Control Panel - Vista-128BPT $395.00 Control Panel - Vista -20P $130.00 Control Panel - PRO7APLUS $300.00 Touchscreen Ke rpad - 6290W $260.00 _ Cellular Communicator - LTEM-PV/A $180.00 Cellular Communicator— PROLTE-V2/A $130.00 Glass Break Detector — FG1625R $85.00 Motion Detector — IS335 $25.00 Lot�Range Motion Detector $145.00 Hourly Labor Rate Description One technician Two technicians Hour! Rate $95.00 $170.00 A mandatory pre -bid conference will be held on November 28, 2022, at 9:00 AM, at Weld County Facilities 1105 H Street. Greeley, Colorado. Bids will be received up to, but not later than December 12, 2022, at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on December 12, 2022: 1) Pages 8 thru 15 of the Bid Specifications. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested In the Bid Specifications and/or Scope of Work. 'A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above Items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B220017o Page 14 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 Bid for Request No. #82200170. 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 bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. s�ea2��j A1A2ry, S�J t{jfeavcj S',or._CA ,adeat.f ecU BUSINESS ADDRESS i ` t'-/ CITY, STATE, ZIP CODE i}2e.e,fC.y, C0 2063 TELEPHONE NO 9?O-3SE Sto12 FAX 9x0-3S4p-S6 Pi TAX ID# Sig -o63S'i73 PRINTED NAME s TIT�r Good,440" Plies t 4c.4+ SIGNATURE FIRM E-MAIL o6C61,1Ou'( �J Ct I C`f' U ,1 ( UQJCcA , crv1vi l,� DATE Q119 9 t 22. **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 #98-03581-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 8, ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0922 BID REQUEST #B2200170 Page 15 ADDENDUM#1 BID REQUEST NO. B2200170 INTRUSION SYSTEM UPGRADE 1) Currently: A PDF drawing wasn't provided for the buildings where new motion sensors are being requested to be installed per the bid specifications and attachments. Change: Please see Attachment 1. 2) Currently: Original bid specifications do not request an intrusion system(s) to be ircluded for the Courthouse or Centennial Center Plaza as being included in this RFB. Change: Revised bid specifications are requesting a fully functional intrusion system(s) to be included for C'enlennial Center Plaza, and Courthouse. Please see Attachment 1 for the Courthouse, and Centennial Center Plaza floor plan and mapping. Revised bid specifications which include a fully functional intrusion system for Centennial Center Plaza, and Courthouse are highlighted in Attachment 2. 3) Currently: Original bid specifications, Attachment A equipment quantities did not Include any intrusion equipment for Centennial Center or Courthouse. Change: Revised intrusion equipment quantities to include Centennial Center and Courthouse are straws on Attachment 3. 4) Currently: Original bid specifications did not include a pricing breakout for any intrusion systems) for Centennial Center Plaza or Courthouse as being included in the per building cost o.- total lump suns bid. Change: Revised bid specifications highlighted in Attachment 2 include the Centernial Center and Courthouse to be included in the per building cost and total lump sum bid. 5) Currently: Per the original bid specifications projected schedule, bids were dire on December 12, 2022. Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project completion November 10, 2022 November 10, 2022 November 28, 2022 December 5, 2022 December 12, 2022 December 28, 2022 January 11, 2023 September 1, 2023 Change: Bid due date has been extended to December 19, 2022. There will be a second non -mandatory pre -bid conference held on December 8, 2022, at loam. Only those who attended the first pre -bid conference will be allowed to attend the second pre -hid conference. We will meet at the north entrance of plaza south at the Centennial Center Plaza 915 100 Street Greeley Colorado. Revised projected schedule is shown below and is highlighted in Attachment 2. Date of this Bid Advertisement Date Pre -bid conference Second Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project completion November 10, 2022 November 10, 2022 November 28, 2022 December 8, 2022 (Not Mandatory) December 12, 2022 December 19, 2022 January 4, 2022 January 18, 2023 September 1, 2023 ***We need signed copy on file. Thank You!*** Addendum received by: Secur y Alarm Systems, loc. ('O dba DictoGuard Security December 01, 2022 FIRM 914.14 Street ADDRESS _j oodimaii@dietoguard.suiii EMAIL oudman ]'resident ADDENDUM#2 BID REQUEST NO, B2200170 INTRUSION SYSTEM UPGRADE 1) Currently: Weld County did not include a planned sequencing schedule showing the priority for the completion of each intrusion system per building. Change: See below for building sequencing, showing priority sequencing for each building. Schedule will be dependent on supply chain and availability of equipment, which could alter the planned sequence, Project completion for all buildings remains as originally stated on RFB as September 01, 2023. PRIORITY BUILDING NAME LOCATION 1 CENTENNIAL CENTER PLAZA 915 10TH STREET, GREELEY CO 2 COURTHOUSE 901 9TH AVE, GREELEY CO 3 CLERK AND RECORDER 1250 H STREET, GREELEY CO 4 1150 ADMIN 1150 O STREET, GREELEY CO 5 JUSTICE SERVICES 905 10TH AVE, GREELEY CO 6 PRINT SHOP AND STORAGE 1500 2ND STREET, GREELEY CO 7 CHASE 822 7TH STREET, GREELEY CO 8 HUMAN SERVICES BLDG A 312 N 11TH AVE, GREELEY CO 9 HUMAN SERVICES BLDG B 313 N 11TH AVE, GREELEY CO 10 HUMAN SERVICES BLDG C 314 N 11TH AVE, GREELEY CO 11 1400 ASSESSOR/TREASURER 1400 N 17TH AVE, GREELEY CO 12 SOUTHEAST SERVICE CENTER 2950 9TH STREET, FORT LUPTON CO 13 SOUTHWEST SERVICE CENTER 4209 WCR 24, LONGMONTCO 14 MOTOR POOL 1399 N 17Th l AVE, GREELEY CO 15 CHAN & MARLBOROUGH BLDG 934 9TH AVE, GREELEY CO 16 PUBLIC WORKS 1111 H STREET, GREELEY CO 17 911 DISPATCH & RECORDS 1551 N I7TH AVE, GREELEY CO 18 PUBLIC HEALTH AND PLANNING 1555 N 17TH AVE, GREELEY CO 19 FACILITIES 1105 H STREET, GREELEY CO 20 1401 - IT 1401 N 17TH AVE, GREELEY CO 21 35TH TOWER 3115 35TH AVE, GREELEY CO 22 TRAINING CENTER 1104 H STREET, GREELEY CO 23 WASH BAY & WELDING 1400 N 17TH AVE, GREELEY CO 24 IMPOUND - JOHNSTOWN 100 S 2ND STREET, JOHNSTOWN CO 25 IMPOUND - LUCERNE 18900 HWY 392, LUCERNE CO 26 SIGN SHOP 1301 N 17TH AVE, GREELEY CO 27 8TH AVE STORAGE 300 8TH AVE, GREELEY CO 28 EXTENSION OFFICE 525 N 15TH AVE, GREELEY CO 29 HAZARDOUS WASTE NORTH 1311 N 17TH AVE, GREELEY CO 30 PLANNING OIL AND GAS 1402 N 17TH AVE, GREELEY CO 31 32 GREELEY FUEL SITE VETERANS 1 113 H STREET, GREELEY CO 1008 9TH STREET, GREELEY CO 33 PROBATION 918 10TH STREET, GREELEY CO ***We need signed copy on file. Thank You!*** Addendum received by: Security Alarm Systems, Inc. CO dba I)ictoGuard Security FIRM 914 14 Street ADDRESS •ley, CO 80631 NO CI: BY oodman President ¢mangdictoeuard.com EMAIL December 13, 2022 Form W-9 (Rev, December 2014) nt of the treasury avenue Servko Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. ame (as shown on your income t city Alarm Systems, Inc. tuml, Na e not leave this line name, if dinwrrd from above b, DictoGuard Security Alarm Systems, Inc. 3 Choott eppropxteto box far federal lex classification; check only ono of the following seven txaxesr ❑ Indivqudrsole Prowl.: or ❑ C Corporation ❑✓ S Corporation ❑ Partnership ❑ Trust/estate wale...0 ser LLC ❑ Limited liability compeer. Enter the trot dessttico.° (C=C corporation, S=S c rpotelfon, P=partnership) ► Note. For a sings u,ar LLC tlmf is disreflarded, do not check LLC; check the appropriate box in the lino above for the lax classilkAtianollhe single�metntxr owner, © Other Cure instructbnsl► ntxuess pions 4 14 Street pt. or suite. e Cky, stoie, and `LIP code Greeley, CO 80631 list account number. hero (optional, 4 Exemptions (codes apply easy to certebr entities, not individuals; see instructions onpage 3): Exempt payee code (ff any) Exemption from FATCA reporting code (il any) Rerytextcr'x name acrd address loptiorrell eld County 1150 O Street Greeley, CO 80631 TIdentification Number (TIN) Enter your TIN 6t the appropriate box. The TIN provided must match the name given on line I to avoid backup wiineoldktg, For leuvirluets, this is generally your social security number (SSN). Aveoeer, for e resident aflen, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, It in your employer Identiticatkln manner (EIN). If yort do not hove n number. see flow to get 3 TIN on page 3. or Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for Employer Idemlflcedon number guidelines on whose number to enter. Gen_ 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 fora number to be issued to me); and 2. I am not subject to backup vblhhuk00g because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that lam subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me the! I am no longer subject to backup wilhhrlliling: 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 lax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition r • t :r'r ant of secured property, cancellation of debt, contributions to an Individual retirement arrangement ORA). and generally, payments pill Phan inleren and I .' s, you are • t required to sign the certification, but you must provide your correct TIN. See the Instructions on pogo 3. Sign 8tgretvr, of Here U.S. porn Soots' security number General In 016I315I1 Section references alt: `.. the tnler�• 'er+tio Code unless otherwise noted. Future developments. it torman about developments affecting Form W-9 (such as legislation enacted after we release it) Is at wow .gov/49. Purpose of Form An tadivrdnai or fifthly (Form W.. tarp rester mum with the Mantua obtain your con, which,may fin sari social securwy h non", (plait k enhfiicallen ear, s# Whet emarM rortoAabtn ia1 an lnf rotrnrrs include. hilt too r1o1 Iktatorl to, the Brany., • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or grass proceeds) • Form 1099.8 (stock or mutual fund sates and certain other transactions by broken. • Form 1099-S (proceeds from reel estate transactions) • Form 1099-K (merchant card and third party network transactions) Data► (tut • Form 1099-C icanceled debt) • Form 1099-A (acquisition or abandonment of secured property) Uso Form VcV rnly i1 you are a U.S, person (Including a resident alien), to provide your correct 71N. ll you rte art refunr form W-9 tc the reyues(er with a TrfY, you m,F,7ht be sub�erf to bnceup wlrnhokhrtg, Sae Wnal fs baciarn iwlntfoldrng? on pogo 2. By signing the tilled -out lune. you: 1. Certify Thal the TIN you are giving is correct (or you are wailing fora number to be (stied), 2. Certify that you are not subject to backup withholding, or 3. Maim exempt. from backup ewrhholdmg it you are o U.S. teen tpt payer. If applicable. you two oleo certifying that as a U.S. perea6 your tubcrhlo 01033 of any partnership elose, tram a U.S- Cede or business a riot 00040 to the withholding tax on lorelen partners' share of effectively coro`ectOU ,00 o, rind 4. Cently:Amt FA I. codes) entered on leis form lit any) rnekeahng Ihgl you sire exempt trorrrlhs FATCA reporting, is cotract. See Whet is FATCA reporting?. P.2 for Who; wtloonnllon, Cat. No. 10231X Form W-9 (Rev, 12-2014) ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 01 26/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Flood and Peterson PO Box 578 Greeley CO 80632 CONTACT Diane Rothfuss NAME: PHONE (970) 356-0123 I FAX 970 330-1867 Vass, DRothfuss@floodpeterson.com DRE INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : Hartford Underwriters Insurance Company 30104 INSURED Security Alarm Systems, Inc. dba Dictoguard 914 14th Street Greeley CO 80631 INSURER B : The Hartford Insurance INSURER C : Pim . Assurance 41190 INSURER D : INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER: MASTER 22-23 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADO-SUBR INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY Ar (MM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY ICLAIMS -MADE N OCCUR Y Y 34UECZG6813 07/01/2022 07/01/2023 EACH OCCURRENCE $ 1,000,000 SES (Ee occurrence) $ 300000 MED EXP (Any one person) $ 10000 PERSONAL&ADVINJURV $ 1000000 GEN'LAGGREGATE LIMITAPPLIES PER: POLICY ri PRO JECT LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS $ 2,000,000 A AUTOMOBILE LIABILITY X ANY AUTO OWNED _ AUTOS ONLY HIRED AUTOS ONLY SCHEDULED _ AUTOS NON -OWNED AUTOS ONLY Y Y 34UECZG6813 07/01/2022 07/01/2023 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) Uninsured motorist $ 1,000,000 B X UMBRELLA LIAB EXCESSAAB OCCUR X, CLAIMS -MADE Y 34HHUOM2345 01/10/2023 01702024 """"""'""""'y""""" EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED I XI RETENTION $ 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANV PR OPRIETOR/PARTNERET"UTIVE El ory in N ) EXCLUDED? (Mandatory (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA Y 1970130 07/01/2022 07/01/2023 XI STATUTE I I RI' E. L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder is included as Additional Insured as required by written contract for liability caused by the named insured, subject to policy terms and conditions. The coverage is primary and non-contributory to any other valid and/or collectible insurance where required by written contract, subject to policy terms and conditions. Waiver of subrogation applies. This Certificate does not alter the insurance coverage afforded by the policies described herein. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Government ACCORDANCE WITH THE POLICY PROVISIONS. 1150 "O" Street AUTHORIZED REPRESENTATIVE Greeley I CO 80631 ca(Ga2Y vJJ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Additional Named Insureds Other Named Insureds Dictoquard Doi, Business As OFAPPINF (02/2007) COPYRIGHT 2007, AMS SERVICES INC Contract Form New Contract Request Entity Name" Entity ID. DICTOGUARD SECURITY SYSTEMS, INC P00001353 Contract Name" INTRUSION SYSTEM UPGRADE Contract Status CTB REVIEW Contract Description" UPGRADING EXISTING INTRUSION SYSTEMS Contract Description 2 Contract Type" CONTRACT Amount $159,510.00 Renewable" NO Automatic Renewal New Entity? Contract ID 6608 Contract Lead SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 01 112=2023 01,,16/2023 Department Email CM- BuildingGrounds@weldgov.c om Does Contract require Purchasing Dept. to be included? Department Head Email YES CM-BuildingGrounds- DeptHead@weldgov.com Bui/RFP #* 82200170 Will a work session with BOCC be required?* NO County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY@WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MA enter NSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase C Review Date 12,29/2023 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date* 12:29/2023 Con# Con' Info �a Contact Name Purchasing on Purchasing Approver CHRISTIE PETERS Approva Process Department Head TOBY TAYLOR DH Approved Date 0206/2023 BOCC Approved BOCC Signed Date BOCC Agenda Date 02+13,2023 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHERYL PATTELLI Contact Phone 1 Contact Phone 2 Purchasing Approved Date 02 / 06;' 2023 Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 02/06/2023 02/06/2023 Tyler Ref It AG 021323 December 27, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Intrusion System Upgrade (62200170) As advertised this bid is for upgrading the existing intrusion systems at thirty-three (33) Weld County properties. The low bid is from Security Alarm Systems, Inc. DBA DictoGuard Security and meets specifications. Therefore, the Facilities Department is recommending the award to Security Alarm Systems, Inc. DBA DictoGuard Security in the amount of $159,510.00 If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director 6( /o4 2.372-35a0 $60024 DATE OF BID: DECEMBER 19, 2022 REQUEST FOR: INTRUSION SYSTEM UPGRADE DEPARTMENT: FACILITIES BID NO: B2200170 PRESENT DATE: DECEMBER 21, 2022 APPROVAL DATE: JANUARY 4, 2023 VENDOR SECURITY ALARM SYSTEMS, INC. DBA DICTOGUARD SECURITY 914 14TH STREET GREELEY, CO 80631 ADT COMMERCIAL 6510 FRANKLIN STREET DENVER, CO 80229 START FINISH DATE DATE 5/1/2023 9/1/23 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverettt6iweldgov. co m cgeisert5iweldaov.com cmpeterst0iweldaov.com Phone: (970) 400-4222, 4223 or 4216 Fax: (970) 400-4024 TOTAL $159,510.00 NO BID 2022-3536 (Uzi gG-,OOZE Hello