Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20251142.tiff
Corr�v�C-� 1D4q355 April 2, 2025 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: Curtis Naibauer Subject: Annual fire alarm testing contract Bid #82500034 As advertised this bid is for annual fire alarm testing throughout Weld County buildings. The low bid is from Pye Barker and meets specifications. Therefore, the Facilities Department is recommending the award to Pye Barker in the amount of $17,050.00. If you have any questions, please contact me at extension 2027. Sincerely, Patrick O'Neill Director Rojendta._ ec: Onbase C►5G) p �c��1a�u1g 4 nV 25 2025-1142 WTI SERVICE AGREEMENT BETWEEN WELD COUNTY AND PYE BARKER THIS AGREEMENT is made and entered into this lecilay of 2025, by and between the Board of Weld County Commissioners, on behalf of Facilities, hereinafter referred to as "County," and Pye Barker, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; 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 attached 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 be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B250034. Exhibit B consists of Contractor's Response to County's Request. 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 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. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from 1 entenng into Agreements which bind County for penods longer than one year This Agreement may be extended upon mutual written agreement of the Parties 4 Termination, Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days wntten notice to County Either Party may immediately terminate this Agreement upon matenal 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 matenals, equipment; tools and facilities owned by County which Contractor is using, by whatever method it deems expedient, and Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, matenals and documents which have been paid for by County, and these items, matenals and documents shall be the property of County Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered 5 Extension or Amendment. 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 wntten authorization and acknowledgement by County for such additional services 6 , Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ 17,050 00 as set forth in the 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 dunng 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 wntten 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 appropnation therefore by County in 2 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 or agents 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 Any provisions in this Contract that may appear to give the County the nght to direct Contractor as to details of doing work or to exercise a measure of control over the work mean,that Contractor shall follow the direction of the County as to end results of the work only The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract 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 the Work.without County's pnor wntten consent, which may be withheld in County's sole discretion County shall have the nght in its reasonable discretion to approve all personnel assigned to the Work dunng 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 nght (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 Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc , generated dunng completion of this work Acceptance by County of reports and incidental materials) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project In no event shall any action 3 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 exists 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. 11. 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. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of 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. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) $ Statutory 100,000 100,000 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds 4 with respect to liability ansing out of the activities performed by, or on behalf of the Contractor " Such policy shall include Minimum Limits as follows Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles operating both on County property and elsewhere in the performance of this Contract Contractor's Automobile Insurance Policy shall include Minimum Limits as follows Bodily Injury/Property Damage (Each Accident) $ '1,000,000 12 Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be wntten on a per occurrence basis The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf The Contractor shall name the County, its elected officials,'trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act All certificates, and endorsements are to be received and approved by the County before work`commences Each insurance policy required by this Agreement must be in effect at or pnor to commencement of work under this Agreement and remain in effect for the duration 5 of the project, and for a longer period of time if required by other provisions in this Agreement 'Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address The project/contract number and project descnption shall be noted on the certificate of insurance The County reserves the nght to require complete, certified copies of all insurance policies for examination required by this Agreement atany time Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final Such action will not require a formal contract amendment but may be made by administrative action 13 Additional Insurance Related Requirements The County requires that all policies of insurance be wntten on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carned by the County The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force ' Commercial General Liability Completed Operations coverage must be kept in effect ,for up to three (3) years after completion of the project Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carner shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given 'On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed However, in those situations where the insurance carner refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect 6 The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement Failure of the Contractor to fully comply with these requirements dunng the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County The County reserves the nght to negotiate additional specific insurance requirements at the time of the contract award 14 Subcontractor Insurance Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-descnbed insurance pnor to their 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 15 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 anse out of the performance of the Work under by the Contractor, its agents', representatives, employees, or subcontractors The Contractor shall assess its own nsks and if it deems appropnate 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 16 Mutual Cooperation The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery 17 Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's nght to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors This indemnity includes any claim or amount ansing out of or recovered under the Workers' Compensation law or ansing out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, 7 regulation, or court decree It is the specific intention of the parties that County shall, in all instances, except for claims ansing solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims It is agreed that Contractor will be responsible for pnmary loss investigation, defense, and judgment costs where this indemnification is applicable In consideration for the award of this contract, the Contractor agrees to waive all nghts of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County 18 Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the pnor wntten approval of County Any attempts by Contractor to assign or transfer its nghts hereunder without such pnor approval by County shall, at the option of County, automatically terminate this Agreement and all nghts of Contractor hereunder Such consent may be granted or denied at the sole and absolute discretion of County 19 Examination of Records. To the extent required by law, the Contractor agrees that a duly authonzed representative of County, including the County Auditor, shall have access to and the nght to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement Contractor agrees to maintain these documents for three years from the date of the last payment received 20 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, stnkes, war, flood, earthquakes, or Governmental actions 21 Notices. 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 couner 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 and received by the sending party, or Either party may change its notice address(es) by wntten notice to the other Notice may be sent to TO CONTRACTOR Name Chris Robarge Position Service sales 8 Address 3151 E Nationway, Cheyenne WY E-mail Chns robarge@pyebarkerfs com Phone 307-630-7700 TO COUNTY Name Patnck O'neill Position Facilities Director Address 1105 H Street E-mail ponedl@weld gov Phone 970-400-2023 22 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 discnmination and unfair employment practices 23 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 24 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 pnor 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 wntten instrument signed by both parties 25 Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropnated, 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 appropnated in each succeeding year 26 Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement 27 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 requirements) shall survive any such expiration or termination r 9 28 Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent junsdiction, 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 29 Non -Waiver. No term or condition of this -Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24-10-101 et seq , as applicable now or hereafter amended 30 No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all nghts of action relating to such enforcement, shall be stnctly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or nght 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 31 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 32 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 Distnct Court shall have exclusive junsdiction to resolve said dispute 33 No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthonzed alien who will perform work under this Agreement (see 8 U S C A §1324a and (h)(3)) nor 'enter into a contract with a subcontractor that employs or contracts with an unauthonzed alien to perform work under this Agreement Upon request, contractor shall deliver to the County a wntten notanzed affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages 10 34. 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. 35. 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, 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: ih signetl oy roaa Todd Sweet o 202:: By. 14 20-06'00' Name: Todd Sweet Title: Regional Manager Date of Signature: 4/21/2025 WELD COUNTY: ATTEST: dalwo ,r Jelte, ‘,1 BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Board 11 L. Buck, Chair APR 2 8 2025 rxhibit A Weld County Finance Department Purchasing Division 1301 North 17t'' Avenue Greeley, Colorado 80631 General Services - Invitation for Bid (IFE3) Cover Sheet Bid Number: B2500034 Title: Annual Fire Alarm Inspection & Testing Services Advertisement Date: February 24, 2025 Pre- Bid Meeting: March 7, at 9:00 AM Pre- Bid Location: 1105 H Street, Greeley CO 80631 Questions Due: March 14, by 5:00 PM Questions Posted: March 17, by 5:00 PM Questions email: bids@weld.gov Bid Due Date: March 21, by 10:00 AM, Purchasing's Clock Bid Delivery: Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17t" Avenue, Greeley, CO 80631 For additional information: bids(a�weld.gov Documents Included in this Bid Package IFB Schedules Schedule A: Bid Instructions S chedule B: Scope of Work S chedule C: Project Schedule S chedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract Form Revision 12-2024 Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 Table of Contents 2 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 6 Pricing Method 6 Testing 6 Scheduling 7 Qualifications 8 Equipment 8 Reports 8 Fire alarm control panel locations 9 Table 1 - Buildings 9 Schedule C - Procurement Schedule 11 Schedule D - Bid Response Form 12 Bid Submittal Instructions 12 Fees 12 Attestation 13 Schedule E — Insurance 15 Insurance 15 Insurance Mailing Information 17 Schedule F - Weld County Contract 18 Contractual Obligations 18 Weld County Standard Contract 18 Solicitation #B2500034 Page 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Annual Fire Alarm Testing and Inspection Services A Mandatory pre -bid conference will be held on March 7, 2025 at 9:00 AM at the Facilities Building located at1105 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: March 21, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on March 21, 2025 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 Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Meeting Join the meeting now Phone +1 720-439-5261,,986122608# Passcode: ID: 237 180 Sz64gX27 691 919 United conference States, ID: Denver 986 122 608# Bid Advertisement 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 Submission 1. PREFERRED: email bids to bids[a�weld.gov 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. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. 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. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. 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 Solicitation #B2500034 Page 3 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 Procurement Manager 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. 2. 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 Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager 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 Procurement Manager; 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. 3. 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. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation 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. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a Solicitation #B2500034 Page 4 negative impact on Weld County in the current term or in any future terms Solicitation #B2500034 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking bids for aturn-key lump sum project for a vendor to provide Fire alarm inspection and testing services for multiple Weld County buildings. It is the intent of this bid to obtain a contractor to provide a complete Inspection, Testing, and System Evaluation Services in accordance with these specifications and the requirements of the current NFPA standards for each local Authority Having Jurisdiction (AHJ) where the buildings are located. Method of Procurement Invitation for Bid (IFB): 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 IFB contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Testing 1. The contractor shall comply with all testing methods and frequencies as outlined in the current NFPA standards and shall coordinate and comply with all local AHJ and shall include as a minimum annual testing of all devices. 2. Contractor is responsible for all inspections/testing identified in this specification including inspection/testing frequencies. 3. Weld County operates buildings in various locations and with different AHJ. The contractor shall use the address listing below to determine current requirements from each AHJ. 4. The contractor shall complete a thorough initial inspection and complete backup (if applicable) of all the fire alarm systems to ensure that they are in proper working order and report any conditions that require correction/repair. 5. The contractor shall test and inspect all detectors, contract devices and any other equipment associated with the fire alarm system to ensure their proper operation. 6. Every device and control function associated with the system shall be activated to ensure proper operation and functionality as designed. Testing procedures for the equipment shall also comply with the manufacturer's suggested methods. 7. The contractor shall perform real time verification during the entire testing procedure for the control panel operations. This shall include but not limited to all responses, indications, and labeling as each device is tested without exception. This shall be performed and verified prior to testing of all subsequent devices. Solicitation #B2500034 Page 6 8. B. Control panel testing shall include an active test of all device Alarm and Trouble conditions with an itemized report for each event and verification of correct labeling. All input voltages and battery voltages shall be tested for compliance and documented accordingly. Control panels must be tested for correct standby power conditions. Control Panels connected to remote monitoring stations shall be tested for all required reporting activities for each type of device connected to the system and all functionalities. The contractor shall coordinate with the county monitoring service during all testing to prevent dispatch of emergency personnel. 9. Device testing shall conform to the following: a. Manual activated Fire Boxes shall be manually activated using the intended method verified for signal activation. The device shall be verified for correct labeling, correct operation, and correct reporting sequence. b. Smoke Detectors testing shall utilize and approved method of introducing simulated smoke into the detecting chamber. The device shall be verified for correct labeling, correct operations, and correct reporting sequence. Testing with a magnet or other means that does not test the smoke chamber of the device is not acceptable. c. Heat Detector testing shall utilize an approved method by introducing heat to verify rate of rise condition or by manufacturers suggested method. The device shall be verified for correct labeling, correct operation, and correct reporting sequences. Testing with a magnet or other means that does not test the heat element of the device is not acceptable. d. Supervisory Device testing shall utilize an approved method of manually activating the supervised function as intended to verify the fire alarm system is notified accordingly. The device shall be verified for correct labeling, correct operation, and correct reporting sequence. e. Notification devices shall be tested independently by activating and initiating device and proper operation. Any site locations lacking audibility shall be specifically noted for suggested corrective action. Each device shall be verified for correct operation and noted for type and location. f. Control devices shall be independently activated by an associated initiating device and verified of its own intended function. The device locations and function shall be documented accordingly. 10. Travel costs must be included in the annual contract cost. Scheduling 1. Desired time frame for testing all buildings is from May 1St through July 31St . 2. The contractor must schedule work so as not to interfere with County Government activities. All work to be done during normal working hours (7:00am - 3:30pm) unless otherwise approved. 3. The contractor will initiate the fire system into a full fire scenario and complete the test prior to 7:30am. 4. All annual testing, inspections, and maintenance work is to be completed during the period requested below. Contractor shall closely coordinate with the Buildings & Grounds representative to ensure proper support and escort access is achieved. 5. The contractor is responsible for all inspections and testing that are noted in the Solicitation #B2500034 Page 7 specs and in the charts and in the months identified in this bid. Qualifications 1. A minimum level 2 NICET Technician (National Institute Certification in Engineering Technologies) will be on location and supervise each test. Information shall be listed on each report (employee name and NICET number). 2. The contractor shall include with its proposal the specific names of the technicians that will be assigned to Weld County Government and provide documentation clearly showing that the assigned technicians are both trained and experienced in testing, repairing, maintaining, operating fire alarm systems and making typical repairs and adjustments to the items typically associated with a fire alarm system. 3. If the Facilities Department determines in its sole opinion that the assigned technician(s) does not have sufficient technical skills, training experience or support to complete the assigned tasks, Weld County Government reserves the right to request that the technician(s) be replaced and or terminate the contract If a suitable technician(s) is not provided prior to the next scheduled visit. Equipment 1. The contractor shall provide all test equipment, tools, ladders, personnel lifts, etc., as needed and strictly follow OSHA regulations for all work. Reports Test and Inspection reports are to be submitted to Facilities upon completion of services in electronic form. It is recommended to use a standard NFPA inspection form. However, the County accepts each vendor may have different software which contains similar information. Therefore, the contractor will submit a sample report with their bid. The reports will minimally contain the following information: 1. Cover Page 2. Table of Contents (outlining the report by section) 3. Monitoring Agency 4. Jurisdictional Agency 5. Contractor's License Number 6. Contractor's Employee NICET Certification Number 7. Control Panel/Central Processing Unit (Manufacturer, Model#, Serial # and panel location in each building) 8. Device Type 9. Floor 10. Area/Description 11.Address Zone # 12. Service Performed (T for Test) 13. Test Results - P (pass) or F (fail) 14. List of Deficiencies (device type, description of problem, index page# from the report) Solicitation #B2500034 Page 8 Fire alarm control panel locations On Table 1 is a list of buildings that show type of fire panels and quantity of devices. Please provide your annual price for these buildings and place the total on the fee sheet. Table 1 - Buildings Address Control Panel Number devices of 315 N. 11th Avenue, A FireLite MS-9050UD 29 315 N. 11th Avenue, B Silent Knight SK -5208 51 315 N. 11th Avenue, C FireLite MS -9600 62 822 7th Street FireLite MS-9600OLDS 208 901 9th Avenue FireLite MS -9600 16 901 10th Avenue FireLite MS -5024 25 910 10th Street FireLite MS-9600OLDS 145 918 10th Street FireLite MS-9200OLDS 71 934 9th Avenue FireLite MS-9200OLDS 28 1008 9th Street 7 Honeywell ADEMCO VISTA FireLite MS-960oULDS 180 1101 H Street 1104 H Street FireLite MS -9200 19 1105 H Street FireLite MS-9200OLDS 11 Main 48 FireLite ES -200X 1111 H Street, BLDG 6 FireLite ES -50X 1111 H Street, BLDG #7 1121 M Street FireLite ES -50X 12 1150 O Street FireLite ES -200X 22 FireLite ES -200X 12 1250 H Street 1301 N. 17th Avenue s FireLite MS-9050UD 21 1311 N. 17th Avenue FireLite ES -200X 18 1390 N. 17th Avenue FireLite MS -9600 116 1399 N. 17th Avenue Silent Knight 6808 24 1399 B N. 17th Avenue, Bldg FireLite ES -50X 17 1400 N. 17th Avenue FireLite ES -200X 17 1401 N. 17th Avenue FireLite MS-920oULDS 14 1402 N. 17th Avenue 8 FireLite ES -200X 1500 2nd Street FireLite ES -200X 8 1551 N. 17th Avenue FireLite MS-960oULDS 29 1555 N. 17th Avenue 139 FireLite MS-960oULDS 1950 O Street 23 FireLite MS-9200OLDS 2950 9th Street, Ft. Lupton FireLite MS -9200 27 2960 9th Street, Ft. Lupton FireLite MS -9200 45 Solicitation #B2500034 Page 9 3105 35th Avenue FireLite MS-9200OLDS 29 4209 Longmont WCR 24 1/2, FireLite MS -9200 4 3 Simplex 4001 16 5510 State Hwy 52, Erie 5698 WCR 34 Notifier ES -50X 10 58336 WCR 23, Carr 20 HoneyWell IFP-300 This contract will be for a one-year period beginning May 1, 2025 and ending April 30, 2026. The contract may be renewed for up to 5 additional years at Weld County's discretion. Please provide yearly escalation rate for subsequent years in the space provided on the bid response form. Solicitation #B2500034 Page 10 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date Pre -Proposal Meeting Mandatory Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) Completion February 24, 2025 March 7, 2025 at 9:00 AM 1105 H Street March 14, 2025, by 5:00 PM bids@weld.gov March 17, 2025, by 5:00 PM March 21, 2025, by 10:00 AM Purchasing's Clock April 9, 2025 April 21, 2025 July 31, 2025 Solicitation #B2500034 Page 11 Schedule D - Bid Response Form 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 March 21, 2025: 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Address Control Panel Number devices of Cost 315 N. 11th Avenue, A FireLite MS-9050UD 29 315 N. 11th Avenue, B Silent Knight SK -5208 51 315 N. 11th Avenue, C FireLite MS -9600 1 62 822 7th Street FireLite MS-9600OLDS 208 901 9th Avenue FireLite MS -9600 16 901 10th Avenue FireLite MS -5024 25 910 10th Street FireLite MS -9600 U LDS 145 918 10th Street FireLite MS-9200OLDS 71 934 9th Avenue FireLite MS-9200OLDS 28 1008 9th Street , 7 Honeywell VISTA ADEMCO FireLite MS-9600OLDS 180 1101 H Street FireLite MS -9200 19 1104 H Street FireLite MS-9200OLDS 11 1105 H Street 48 1111 Main H Street, BLDG FireLite ES -200X #7 6 FireLite ES -50X 1111 H Street, BLDG 1121 M Street FireLite ES -50X 12 1150 O Street FireLite ES -200X 22 12 FireLite ES -200X 1250 H Street 1301 N. 17th Avenue FireLite MS-9050UD 21 1311 N. 17th Avenue FireLite ES -200X 18 1390 N. 17th Avenue FireLite MS -9600 116 1399 N. 17th Avenue Silent Knight 6808 24 1399 Bldg B N. 17th Avenue, 17 FireLite ES -50X Solicitation #B2500034 Page 12 1400 N. 17th Avenue 17 FireLite ES -200X 1401 N. 17th Avenue FireLite MS-9200OLDS 14 1402 N. 17th Avenue 8 FireLite ES -200X 1500 2nd Street 8 FireLite ES -200X 1551 N. 17th Avenue FireLite MS-9600OLDS 29 1555 N. 17th Avenue FireLite MS-9600OLDS 139 1950 O Street FireLite MS-9200OLDS 23 2950 Lupton 9th Street, Ft. FireLite MS -9200 27 2960 Lupton 9th Street, Ft. FireLite MS -9200 45 3105 35th Avenue FireLite MS-9200OLDS 29 FireLite MS -9200 43 4209 Longmont WCR 24 1/2, Simplex 4001 16 5510 State Hwy 52, Erie 5698 WCR 34 10 Notifier ES -50X 58336 WCR 23, Carr I FP 20 HoneyWell -300 Annual escalation rate: Attestation % Total cost for all locations: $ The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2500034. 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. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. 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. Item Entry Company Name: Address: Phone Email: Solicitation #B2500034 Page 13 FEIN/Federal Tax ID # CONTRACTOR By Name Title Date of Signature Solicitation #B2500034 Page 14 Schedule E - Insurance Insurance Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of 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. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) $ Statutory 100,000 100,000 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence General Aggregate Products/Completed Operations Aggregate Personal/Advertising Injury $ $ $ 1,000,000 2,000,000 2,000,000 1;000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles operating both on County property and elsewhere in the performance of this Contract. Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name the County, its elected officials, trustees, employees, Solicitation #B2500034 Page 15 agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act All certificates and endorsements are to be received and approved by the County before work commences Each insurance policy required by this Agreement must be in effect at or pnor to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer penod of time if required by other provisions in this Agreement Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a matenal breach of contract All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address The project/contract number and project description shall be noted on the certificate of insurance The County reserves the nght to require complete, certified copies of all insurance policies for examination required by this Agreement at any time Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final Such action will not require a formal contract amendment but may be made by administrative action 13 Additional Insurance Related Requirements The County requires that all policies of insurance be wntten on a pnmary basis, non-contnbutory with any other insurance coverages and/or self-insurance carned by the County The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carner shall provide a minimum of 30 days advance wntten notice to the County for cancellation, non -renewal, suspension, voided, or matenal changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days pnor notice may be given On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed However, in those situations where the insurance carner refuses to provide notice to County, the Contractor shall Solicitation #B2500034 Page 16 notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their 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. 15. 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. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Mike lannuzzi Email: miannuzzi@weld.gov Telephone: 970-400-2031 Mail: Weld County Facilities ATTN: Mike lannuzzi PO Box 758 Greeley, CO 80632 Solicitation #B2500034 Page 17 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time, but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for General Services: SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; 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. Solicitation #B2500034 Page 18 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 attached 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 be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 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 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. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. 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. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. 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 completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will Solicitation #B2500034 Page 19 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 or agents 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 Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract 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 the Work without County's pnor written consent, which may be withheld in County's sole discretion County shall have the nght in its reasonable discretion to approve all personnel assigned to the Work dunng 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 nght (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 Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications Solicitation #B2500034 Page 20 10. 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 and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy 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 exists 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. 11. 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. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of 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. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory 100,000 100,000 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Solicitation #B2500034 Page 21 Each Occurrence General Aggregate Products/Completed Operations Aggregate Personal/Advertising Injury 1,000,000 2,000,000 2,000,000 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles operating both on County property and elsewhere in the performance of this Contract. Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 16. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name the County, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Solicitation #B2500034 Page 22 17 Additional Insurance Related Requirements The County requires that all policies of insurance be wntten on a pnmary basis, non -contributory -with any other insurance coverages and/or self-insurance carned by the County ' The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carner shall provide a minimum of 30 days advance written -notice to the County for cancellation, non -renewal, suspension, voided, or matenal changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days pnor notice may be given On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed However, in those situations where the insurance carner refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this , Agreement Failure of the Contractor to -fully comply with these requirements dunng the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the'County , The County reserves the nght to negotiate additional specific insurance requirements at the time of the contract award 18 Subcontractor Insurance Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-descnbed insurance pnor to their 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 19 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 arse out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The _ Contractor shall assess its own nsks and if it deems appropnate and/or prudent, maintain , higher limits and/or broader coverages The Contractor is not relieved of anyliabdity 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 , Solicitation #B2500034 Page 23 20 Mutual Cooperation The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery 21 Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's nght to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors This indemnity includes any claim or amount ansing out of or recovered under the Workers' Compensation law or ansing out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree It is the specific intention of the parties that County shall, in all instances, except for claims ansing solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims It is agreed that Contractor will be responsible for pnmary loss investigation, defense, and judgment costs where this indemnification is applicable In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County 22 Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the pnor wntten approval of County Any attempts by Contractor to assign or transfer its nghts hereunder without such pnor approval by County shall, at the option of County, automatically terminate this Agreement and all nghts of Contractor hereunder Such consent may be granted or denied at the sole and absolute discretion of County 23 Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the nght to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement Contractor agrees to maintain these documents for three years from the date of the last payment received 24 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 25 Notices. 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 and received by the sending party, or Either party may change its notice address(es) by wntten notice to the other Notice may be sent Solicitation #B2500034 Page 24 to: TO CONTRACTOR: Name: Position: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: E-mail: Phone: 26. 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. 27. 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. 28. 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. 29. 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. 30. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 31. Survival of Termination. The obligations of the parties under this Agreement that by their n ature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 32. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and e nforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. Solicitation #B2500034 Page 25 33 Non -Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, nghts, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24- 10-101 et seq , as applicable now or hereafter amended 34 No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all nghts of action relating to such enforcement, shall be stnctly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or nght 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 35 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 36 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 Distnct Court shall have exclusive junsdiction to resolve said dispute 33 No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthonzed alien who will perform work under this Agreement (see 8 U S C A §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthonzed alien to perform work under this Agreement Upon request, contractor shall deliver to the County a wntten notanzed affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages 34. 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 35 Bmdmg'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, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or wntten, and any other communications between the parties relating to the subject matter of this Agreement Soliatabon #B2500034 Page 26 CONTRACTOR: By: Name: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board Date of Signature: BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Insert Name, Chair Solicitation #B2500034 Page 27 Exhibit B Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80631 General Services - Invitation for Bid OFB) Cover Sheet Bid Number: B2500034 Title: Annual Fire Alarm Inspection & Testing Services Advertisement Date: February 24, 2025 Pre- Bid Meeting: March 7, at 9:00 AM Pre- Bid Location: 1105 H Street, Greeley CO 80631 Questions Due: March 14, by 5:00 PM Questions Posted: March 17, by 5:00 PM Questions email: bids@weld.gov Bid Due Date: March 21, by 10:00 AM, Purchasing's Clock Form Revision 12-2024 Solicitation t/B2500034 Page 2 Bid Delivery: Preferred email to bidsweld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids weld.gov Documents Included in this Bid Package IFB Schedules S chedule A: Bid Instructions S chedule B: Scope of Work Schedule C: Project Schedule S chedule D: Bid Form Schedule E: Insurance S chedule F: Weld County Contract Solicitation #B2500034 Page 3 Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 Table of Contents 2 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 6 Pricing Method 6 Testing 6 Scheduling 7 Qualifications 8 Equipment 8 Reports 8 Fire alarm control panel locations 9 Table 1 - Buildings 9 Schedule C - Procurement Schedule 11 Schedule D - Bid Response Form 12 Bid Submittal Instructions 12 Fees 12 Attestation 13 Schedule E — Insurance 15 Insurance 15 Insurance Mailing Information 17 Schedule F - Weld County Contract 18 Contractual Obligations 18 Weld County Standard Contract 18 Solicitation #B2500034 Page 4 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Annual Fire Alarm Testing and Inspection Services A Mandatory pre -bid conference will be held on March 7, 2025 at 9:00 AM at the Facilities Building located at1105 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: March 21, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on March 21, 2025 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 Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Meeting Join the meeting now -t-1 720-439-5261,,986122608# United 608# Passcode: ID: 237 180 Sz64gX27 691 919 Phone conference States, Denver ID: 986 122 Bid Advertisement 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. Solicitation #B2500034 Page 5 Bid Submission 1. PREFERRED: emailbidstobids@weld.gov Ifyourbidexceeds25MB pleaseuploadyour bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. 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. Introductory Information 1 Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. 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 Procurement Manager 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. 2. 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 Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager 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 Procurement Manager; 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. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will Solicitation #B2500034 Page 6 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. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation 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. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation #B2500034 Page 7 Schedule B - Scope of Work Project Overview Weld County is seeking bids for aturn-key lump sum project for a vendor to provide Fire warm inspection and testing services for multiple Weld County buildings. It is the intent of this bid to obtain a contractor to provide a complete Inspection, Testing, and System Evaluation Services in accordance with these specifications and the requirements of the current NFPA standards for each local Authority Having Jurisdiction (AHJ) where the buildings are located. Method of Procurement Invitation for Bid (IFB): 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 IFB contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Testing 1. The contractor shall comply with all testing methods and frequencies as outlined in the current NFPA standards and shall coordinate and comply with all local AHJ and shall include as a minimum annual testing of all devices. 2. Contractor is responsible for all inspections/testing identified in this specification including inspection/testing frequencies. 3. Weld County operates buildings in various locations and with different AHJ. The contractor shall use the address listing below to determine current requirements from each AHJ. Solicitation #B2500034 Page 8 4. The contractor shall complete a thorough initial inspection and complete backup (if applicable) of all the fire alarm systems to ensure that they are in proper working order and report any conditions that require correction/repair. 5. The contractor shall test and inspect all detectors, contract devices and any other equipment associated with the fire alarm system to ensure their proper operation. 8. Every device and control function associated with the system shall be activated to ensure proper operation and functionality as designed. Testing procedures for the equipment shall also comply with the manufacturer's suggested methods. 7. The contractor shall perform real time verification during the entire testing procedure for the control panel operations. This shall include but not limited to all responses, indications, and labeling as each device is tested without exception. This shall be performed and verified prior to testing of all subsequent devices. 8. B. Control panel testing shall include an active test of all device Alarm and Trouble conditions with an itemized report for each event and verification of correct labeling. All input voltages and battery voltages shall be tested for compliance and documented accordingly. Control panels must be tested for correct standby power conditions. Control Panels connected to remote monitoring stations shall be tested for all required reporting activities for each type of device connected to the system and all functionalities. The contractor shall coordinate with the county monitoring service during all testing to prevent dispatch of emergency personnel. 9. Device testing shall conform to the following: a. Manual activated Fire Boxes shall be manually activated using the intended method verified for signal activation. The device shall be verified for correct labeling, correct operation, and correct reporting sequence. b. Smoke Detectors testing shall utilize and approved method of introducing simulated smoke into the detecting chamber. The device shall be verified for correct labeling, correct operations, and correct reporting sequence. Testing with a magnet or other means that does not test the smoke chamber of the device is not acceptable. c. Heat Detector testing shall utilize an approved method by introducing heat to verify rate of rise condition or by manufacturers suggested method. The device shall be verified for correct labeling, correct operation, and correct reporting sequences. Testing with a magnet or other means that does not test the heat element of the device is not acceptable. d. Supervisory Device testing shall utilize an approved method of manually activating the supervised function as intended to verify the fire alarm system is notified accordingly. The device shall be verified for correct labeling, correct operation, and correct reporting sequence. e. Notification devices shall be tested independently by activating and initiating device and proper operation. Any site locations lacking audibility shall be specifically noted for suggested corrective action. Each device shall be verified for correct operation and noted for type and location. f. Control devices shall be independently activated by an associated initiating device and verified of its own intended function. The device locations and function shall be documented accordingly. Solicitation #B2500034 Page 9 10. Travel costs must be included in the annual contract cost. Scheduling 1. Desired time frame for testing all buildings is from May 1St through July 31st 2. The contractor must schedule work so as not to interfere with County Government activities. All work to be done during normal working hours (7:00am - 3:30pm) unless otherwise approved. 3. The contractor will initiate the fire system into a full fire scenario and complete the test prior to 7:30am. 4. All annual testing, inspections, and maintenance work is to be completed during the period requested below. Contractor shall closely coordinate with the Buildings & Grounds representative to ensure proper support and escort access is achieved. 5. The contractor is responsible for all inspections and testing that are noted in the specs and in the charts and in the months identified in this bid Qualifications 1. A minimum level 2 NICET Technician (National Institute Certification in Engineering Technologies) will be on location and supervise each test. Information shall be listed on each report (employee name and NICET number). 2. The contractor shall include with its proposal the specific names of the technicians that will be assigned to Weld County Government and provide documentation clearly showing that the assigned technicians are both trained and experienced in testing, repairing, maintaining, operating fire alarm systems and making typical repairs and adjustments to the items typically associated with a fire alarm system. 3. If the Facilities Department determines in its sole opinion that the assigned technician(s) does not have sufficient technical skills, training experience or support to complete the assigned tasks, Weld County Government reserves the right to request that the technician(s) be replaced and or terminate the contract If a suitable technician(s) is not provided prior to the next scheduled visit. Equipment 1. The contractor shall provide all test equipment, tools, ladders, personnel lifts, etc., as needed and strictly follow OSHA regulations for all work. Reports Test and Inspection reports are to be submitted to Facilities upon completion of services in electronic form. It is recommended to use a standard NFPA inspection form. However, the County accepts each Solicitation #B2500034 Page 10 vendor may have different software which contains similar information. Therefore, the contractor will submit a sample report with their bid. The reports will minimally contain the following information; 1. Cover Page 2. Table of Contents (outlining the report by section) 3. Monitoring Agency 4. Jurisdictional Agency 5. Contractor's License Number 6. Contractor's Employee NICET Certification Number 7. Control Panel/Central Processing Unit (Manufacturer, Model#, Serial # and panel location in each building) 8. Device Type 9. Floor 10. Area/Description 11. Address Zone # 12. Service Performed (T for Test) 13. Test Results - P (pass) or F (fail) 14. List of Deficiencies (device type, description of problem, index page# from the report) Fire alarm control panel locations On Table 1 is a list of buildings that show type of fire panels and quantity of devices. Please provide your annual price for these buildings and place the total on the fee sheet. Table 1 - Buildings Address Control Panel Number devices of 315 N. 11th Avenue, A FireLite MS-9050UD 29 315 N. 11th Avenue, B Silent Knight SK -5208 51 315 N. 11th Avenue, C FireLite MS -9600 62 822 7th Street FireLite MS-9600OLDS 208 901 9th Avenue FireLite MS -9600 16 901 10th Avenue FireLite MS -5024 25 910 10th Street FireLite MS-96000LDS 145 918 10th Street FireLite MS-9200OLDS 71 934 9th Avenue FireLite MS-92000LDS 28 1008 9th Street Honeywell ADEMCO VISTA 7 1101 H Street FireLite MS-960oULDS 180 1104 H Street FireLite MS -9200 19 1105 H Street FireLite MS-9200OLDS 11 Solicitation #B2500034 Page 11 1111 H Street, BLDG Main FireLite ES -200X 48 1111 H Street, BLDG #7 FireLite ES -50X 6 1121 M Street FireLite ES -50X 12 1150 O Street FireLite ES -200X 22 1250 H Street FireLite ES -200X 12 1301 N. 17th Avenue FireLite MS-9050UD 21 1311 N. 17th Avenue FireLite ES -200X 18 1390 N. 17th Avenue FireLite MS -9600 116 1399 N. 17th Avenue Silent Knight 6808 24 1399 N. 17th Avenue, Bldg B FireLite ES -50X 17 1400 N. 17th Avenue FireLite ES -200X 17 1401 N. 17th Avenue FireLite MS-9200OLDS 14 1402 N. 17th Avenue FireLite ES -200X 8 1500 2nd Street FireLite ES -200X 8 1551 N. 17th Avenue FireLite MS-96000LDS 29 1555 N. 17th Avenue FireLite MS-9600OLDS 139 1950 O Street FireLite MS-9200OLDS 23 2950 9th Street, Ft. Lupton FireLite MS -9200 27 2960 9th Street, Ft. Lupton FireLite MS -9200 45 3105 35th Avenue FireLite MS-9200OLDS 29 4209 WCR 24 1/2, Longmont FireLite MS -9200 43 5510 State Hwy 52, Erie Simplex 4001 16 5698 WCR 34 Notifier ES -50X 10 58336 WCR 23, Carr HoneyWell I FP -300 20 This contract will be for a one-year period beginning May 1, 2025 and ending April 30, 2026. The contract may be renewed for up to 5 additional years at Weld County's discretion. Please provide yearly escalation rate for subsequent years in the space provided on the bid response form. Solicitation #B2500034 Page 12 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date February 24, 2025 Pre -Proposal Meeting Mandatory March 7, 2025 at 9:00 AM Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due 1105 H Street March 14, 2025, by 5:00 PM bids@weld.gov March 17, 2025, by 5:00 PM March 21, 2025, by 10:00 AM Purchasing's Clock Solicitation Notice of Award (Anticipated) April 9, 2025 Contract Execution (Anticipated) April 21, 2025 Completion July 31, 2025 Solicitation #B2500034 Page 13 Schedule D - Bid Response Form 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 March 21, 2025: 1) Schedule D - Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Address Control Panel Number devices of Cost 315 N. 11th Avenue, A FireLite MS-9050UD 29 $350.00 315 N. 11th Avenue, B Silent Knight SK -5208 51 $500.00 315 N. 11th Avenue, C FireLite MS -9600 62 $600.00 822 7th Street FireLite MS-9600OLDS 208 $1850.00 901 9th Avenue FireLite MS -9600 16 $250.00 901 10th Avenue FireLite MS -5024 25 $350.00 910 10th Street FireLite MS-9600OLDS 145 $1250.00 918 10th Street FireLite MS-9200OLDS 71 $650.00 934 9th Avenue FireLite MS-9200OLDS 28 $350.00 1 008 9t h Street Honeywell ADEMCO 7VISTA $200.00 1101 Street FireLite MS-9600OLDS 180 $1500.00 H 1104 Street FireLite MS -9200 19 $250.00 H 1105 H Street FireLite MS-9200OLDS 11 $200.00 1111 Street, BLDG Main FireLite ES -200X 48 $500.00 H 1111 H Street, BLDG #7 FireLite ES -50X 6 $200.00 1121 M Street FireLite ES -50X 12 $225.00 1150 O Street FireLite ES -200X 22 $300.00 1250 H Street FireLite ES -200X 12 $225.00 1301 N. 17th Avenue FireLite MS-9050UD 21 $250.00 1311 N. 17th Avenue FireLite ES -200X 18 $250.00 Solicitation #B2500034 Page 14 1390 N. 17th Avenue FireLite MS -9600 116 $1,050.°0 1399 N. 17th Avenue Silent Knight 6808 24 $300.00 1399 N. 17th Avenue, Bldg B FireLite ES -50X 17 $250.00 1400 N. 17th Avenue FireLite ES -200X 17 $250.00 1401 N. 17th Avenue FireLite MS-9200OLDS 14 $225.00 1402 N. 17th Avenue FireLite ES -200X 8 $200.00 1500 2nd Street FireLite ES -200X 8 $200.00 1551 N. 17th Avenue FireLite MS-9600OLDS 29 $350.0 1555 N. 17th Avenue FireLite MS-9600OLDS 139 $1,275.00 1950 O Street FireLite MS-9200OLDS 23 $275.00 2950 9th Street, Ft. Lupton FireLite MS -9200 27 $350.00 2960 9th Street, Ft. Lupton FireLite MS -9200 45 $500.00 3105 35th Avenue FireLite MS-9200OLDS 29 $350.00 4209 WCR Longmont 24 1/2, FireLite MS -9200 43 $500 .00 5510 State Hwy 52, Erie Simplex 4001 16 $250.00 5698 WCR 34 Notifier ES -50X 10 $200.00 58336 WCR 23, Carr HoneyWell I FP -300 20 $275.00 Annual escalation rate: Attestation 6 Total cost for all locations: $ $17,050 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2500034. 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. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. Solicitation #B2500034 Page 15 8. 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. Item Entry Company Name: ye ar er 3151 E. Nationway, Cheyenne, G Address: Phone 307.630.7700 Email: arri2Wiirbe@pyebarkerfs.com FEIN/Federal Tax ID #: CONTRACTOR: Clg ug). vgned dy Cnns Rabaryc Chris Ro b a rg e °" y=us. Entails. tetgoyeoam cts000a� ON C Bafxo 6 Sate:y. C v=Chris goba�e Date 2025 03.20 12 25 ' 4-96'00' By. Name: Chris Robarge Title: Service Sales 03/20/2025 Date of Signature Y Solicitation #B2500034 Page 16 Schedule E — Insurance Insurance Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Solicitation #B2500034 Page 17 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles operating both on County property and elsewhere in the performance of this Contract. Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name the County, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Solicitation #B2500034 Page 18 All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Solicitation #B2500034 Page 19 Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their 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. 15. 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. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Mike lannuzzi Email: miannuzzi@weld.gov Telephone: 970-400-2031 Mail: Weld County Facilities Solicitation #B2500034 Page 20 ATTN: Mike lannuzzi PO Box 758 Greeley, CO 80632 Solicitation #B2500034 Page 21 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time, but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for General Services: SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACTOR] Solicitation #B2500034 Page 22 THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; 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 attached 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 be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 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 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. Solicitation #B2500034 Page 23 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. 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. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. 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 completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6 Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the 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). Solicitation #82500034 Page 24 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents 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. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 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 the Work 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 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. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. 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 and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy 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 exists 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. Solicitation #B2500034 Page 25 11. 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. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability insurance as required by state statute, covering all of 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Solicitation #B2500034 Page 26 Such policy shall include Minimum Limits as follows: Each Occurrence General Aggregate Products/Completed Operations Aggregate Personal/Advertising Injury 1,000,000 2,000,000 2,000,000 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles operating both on County property and elsewhere in the performance of this Contract. Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 16. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name the County, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Solicitation #B2500034 Page 27 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 17. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. Solicitation #B2500034 Page 28 The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 18. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their 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. 19. 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. 20. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 21 Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all Solicitation #B2500034 Page 29 claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 22. 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. 23. Examination of Records. To the extent required by law, the Contractor agrees that a 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. Contractor agrees to maintain these documents for three years from the date of the last payment received. 24. 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. 25. Notices. 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 and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to. TO CONTRACTOR: Name: Position: Address: E-mail. Solicitation #B2500034 Page 30 P hone: TO COUNTY: N ame: Position: Address: E-mail: P hone: 26. 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. 27. 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. 28. 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. 29. 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. 30. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 31. 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 requirements) shall survive any such expiration or termination. Solicitation #B2500034 Page 31 32. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and e nforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 33. Non -Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24- 10-101 et seq., as applicable now or hereafter amended. 34. 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 e nforcement, 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 e ntity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 35. 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. 36. 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. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. Solicitation #B2500034 Page 32 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. 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. 35. 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, 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: By: Name: Date of Signature: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Solicitation #B2500034 Page 33 Deputy Clerk to the Board Insert Name, Chair Solicitation #B2500034 Page 34 Addendum #1 Bid Request Number B2500034 Annual Fire Alarm Inspection & Testing Services Currently Reads: Page 10 of the specifications state: This contract will be for a one-year period beginning May 1, 2025 and ending April 30, 2026. The contract may be renewed for up to 5 additional years at Weld County's discretion. Please provide yearly escalation rate for subsequent years in the space provided on the bid response form. Change: Change to read: This contract will be for a one-year period beginning May 1, 2025 and ending April 30, 2026. The contract may be renewed for up to 3 additional years at Weld County's discretion. Please provide yearly escalation rate for subsequent years in the space provided on the bid response form. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank your" Company Name: _Pye Barker Fire & Safety Signature: Name: Chris Robarge Title: Service Sales March 20, 2025 Date of Signature 3/20/2025 Addendum #2 Bid Request Number B2500034 Annual Fire Alarm Inspection & Testing Services Currently Reads: The attached device quantity list only shows the total device quantity of all the devices with no breakouts for device types. Change: Addendum #2 — attachment 1 sent as part of this addendum shows each buildings devices broken out per type. 1. Question: Can you tell me if the Number of Devices on Schedule D: Bid response Form include horn strobes, strobes, horns and batteries. Answer: See addendum #2 - attachment 1. 2. Question: In Schedule E of the Bid Package number 15 states that there is no limitation of liability. Why is there no limit? Can the limitation of liability be changed to be the total amount of the contract? Answer: No. This is required. 3. Question: I was curious if you would be able to specify the specific types of systems and quantity of each device type? For example; Number of smoke detectors, duct detectors, heat detectors, audible/visual notification, pull stations, etc. Answer See addendum #2 — attachment 1 4 Question In the list of locations, are we to assume if a city was not supplied it is within Greeley? Answer That is correct with one exception, 5698 WCR 34 is in Platteville 5 Question Can we get a clanfication on what devices are in each building, or a list of devices for each budding Answer See addendum #2 — attachment 1 6 Question Are there any holidays or work events dates that we should be aware of for inspection scheduling Answer Weld County is closed on most major and federal holidays Any special events that will be happening in specific buildings will need to be scheduled ahead of time No current holidays or events are foreseen to be in conflict with any tests or inspections at this point 7 Question When the bid states "contractor will initiate the fire system into full fire scenano and complete the test pnor to 7 30 AM" does that mean the horns and strobes testing needs to be completed before the 7 30 AM hour? Or is that when our techs need to complete the full testing by? Answer Horn and strobe testing needs to be complete by these times 8 Question Will a list of monitoring vendors and passwords be supplied to the winning bidder? Answer Weld County personnel will accompany the contractor dunng the testing and has access to all monitoring companies and passwords 9 Question How are deficiencies handled? With multiple different alarm panels and some propnetary and some not, does the winning bidder have the ability to use a contracted who has the ability to program propnetary panels i e Simplex 4001, Honeywell IFP-300? Answer Deficiencies will be handled as a separate issue This contractor may or may not be involved with the corrections The winning bidder will be permitted to use an additional contractor for any proprietary systems 10 Question Would the County prefer the winning vendor to provide two inspectors for all inspections, or only one inspector (and the County will provide their own personnel to assist with sitting at the panel dunng the inspections)? Answer Contractor will need to provide the personnel to perform all testing without help from Weld County 11 Question Will a breakdown of device counts be provided for each location, meaning, how many smoke detectors / duct detectors pull stations / battenes, etc , or will you only be providing the total number of devices that are already in the bid documents? Answer See addendum #2 — attachment 1 12 Question In the event the lowest and qualified bidder is awarded the bid, to the extent permitted by applicable sovereign immunity laws, will Weld County allow the bidder the nght to negotiate mutually agreeable clauses pertaining to 0 indemnification, ii) waiver of subrogation, iii) limitation of liability, iv) payment withholding, setoff, or deduction, and iv) insurance? Answer Please see contractual obligations in section F of this solicitation Per this section, the contractor will be required to enter into an agreement that is substantially similar to the Weld County contract included with this solicitation request Any changes requested to the contract will need to be reviewed by the County attorney The County Attorney will have sole discretion as to whether the requested changes constitute a substantially similar contract 13 Question Will there be additional device type information given for each building? Or do you have previous inspection reports that show the types of devices at each building? Answer See addendum #2 — attachment 1 14 Question Are you able to provide a list of where a lift would be required to access devices? Since it is stated that the contractor shall provide all test equipment, tools, ladders, personnel lifts, etc this will factor into the cost of testing Answer Lifts should not be required In past tests, all operations have been able to be completed with ladders and smoke poles 15 Question What kind of access will be given to the contractor for testing? Master Keys for rooms or will they need to be granted access from a Weld County staff member? Answer Weld County personnel will accompany the contractor dunng the testing and has access to all rooms and areas that will need to be tested and inspected 16 Question Dunng the site walk it was mentioned that the inspections could be completed anytime between May 1, 2025 and May 1, 2026 with coordination with the County but the RFP documents state that inspections need to be completed by July 31, 2025 Please confirm date inspections need to be completed by Answer All inspections will need to be completed by July 31, 2025 17 Question What are the opportunities for systems/devices other than fire alarm systems? Answer This RFB is for the fire alarm systems as listed in the request for bid only All other systems will be bid out separately as needed 18 Question Does this RFB include addressing deficiencies, repairs and service calls? Answer No, this is for testing and inspections only 19 Question Does this RFB cover all properties for Weld County Answer No it does not cover all properties for Weld County Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Signature: Pye Barker Name: Chris Robarge Title: Service Sales March 21, 2025 03/21/2025 Date of Signature ACCPR®® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 4/7/2025 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's an ADDITIONAL INSURED, the policy(les) 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 CONTACT Marsh & McLennan Agency LLC 2301 Sugar Bush Road, Suite 600 Raleigh NC 27612 - PHONE FAx W No. Ext) 919-510-7580 I raw a DD RisS macertrequest@marshmma com - INSURER(S) AFFORDING COVERAGE NAIC # INSURER The Cincinnati Insurance Company 10677 INSURED PYEBARKE Rapid Fire Protection Group Inc INSURER B The Cincinnati Indemnity Company 23280 INSURER Evanston Insurance Company - 35378 1530 Samco Rd INSURER D COIUmbla Casualty Company 31127 Rapid City SD 57702 INSURER E Lexington Insurance Company 19437 INSURER F Pacific Insurance Company, Limited - 10046 COVERAGES CERTIFICATE NUMBER 464084679 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 ILTR , TYPE OF INSURANCE DDAL UBR SWVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DDIY „a. LIMITS E X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE EI OCCUR X Contractual tort Y Y 029316317 1/1/2025 1/1/2026 EACH OCCURRENCE $1,000,000 PREMISES (Ea occurrence) $ 250,000 MED EXP (Any one person) $10,000 X XCU included PERSONAL 8 ADV INJURY $ 1,000 000 GENERAL AGGREGATE _ $ 2,000,000 GEN L AGGREGATE LIMIT APPLIES PER POLICY II Ter LOc OTHER PRODUCTS - COMP/OP AGG $2,000,000 Policy aggregate $ 5 000,000 A AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOS ONLY �( HIRED AUTOS ONLY SCHEDULED AUTOS X NON -OWNED AUTOS ONLY EBA0560840 1/1/2025 1/1/2026 COMBINEDSINGLELIMIT {Ea accident) $1,000,000 BODILY INJURY (Per person) $ , BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ D X UMBRELLA LIAR EXCESS UAB X OCCUR CLAIMS MADE CUE7037155088 1/1/2025 1/1/2026 c EACH OCCURRENCE $ 3 000 000 AGGREGATE $ 3 000,000 DED I X I RETENTION $ 1 D nrin see below for add I $ 7 000 000 g WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y I N ANrCRETI IETOR/PARTUEDRETECUTIVE ❑ OFFICER/MEMBEREXCLUDED� N (Mandatory in NH) If yes describe under DESCRIPTION OF OPERATIONS below NIA EWC0673412 1/1/2025 1/1/2026 X I PET STATUTER I EORH- E L EACH ACCIDENT $ 1,000,000 E L DISEASE- EA EMPLOYEE $ 1,000,000 E L DISEASE POLICY LIMIT $1 000 000 C F Pollution LiabJih ProfessionalLiabihty M CPIAG1 04678 22CPIAG1395 1/1/2025 1/1/2025 1/1/2026 1/1/2026 10 000 000/occ 8 agg 10000000/acc&ass DESCRIPTION OF OPERATIONS-/ LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Workers Compensation includee Stop Gap Liabi ity for WA, WY, OH and ND Workers Compensation Waiver of Subrogation does not apply to KY Crime Policy Number P00100062647504 06/09/2024-06/09/2025 Limit $3,000,000 Carrier AXIS Insurance Company NAIC 37273 Cyber Liability Policy Number W31163250301 01/01/2025-01/01/2026 Limit $5,000,000 Carrier Certain Underwnters at Lloyds NAIC 99999 Leased/Rented Equipment Policy Number CPP250991302 Limit $1,000,000 maximum Carrier Zunch American Insurance Company NAIC 16535 Installation Floater Limit $500,000 Stored Materials Carrier Zurich Amencan Insurance Company NAIC 16535 Excess Liability over $3M GA25EXCZ0DXVBIC (Navigators Specialty Insurance Company, NAIC 36056) and EX202500004450 (Gotham Insurance Company, See Attached CERTIFICATE HOLDER CANCELLATION Weld County Facilities Department SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS 1105 H Street P O Box 758 I AUTHORIZED REPRESENTATIVE Greeley CO 80632 , ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION All nghts reserved The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID PYEBARKE LOC # AC R ADDITIONAL REMARKS SCHEDULE Page 1 of AGENCY NAMED INSURED Marsh & McLennan Agency LLC Rapid Fire Protection Group Inc 1530 Samco Rd Rapid City SD 57702 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER 25 FORM TITLE CERTIFICATE OF LIABILITY INSURANCE NAIC 25569) 1/1/202, 1/1/2026 Shared limit of $7,000,000 ($3,500,000 each) Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers are included as additional insured under the General Liability if required by wntten contract with respect to work performed by the named insured for specifically referenced jobs A Waiver of Subrogation applies in favor of the Certificate Holder under the General Liability if required by written contract ACORD 101 (2008/01) © 2008 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD ENDORSEMENT # 006 This endorsement, effective 1201 AM 01/01/2025 Forms a part of policy no 029316317 Issued to PYE-BARKER FIRE & SAFETY, LLC - By LEXINGTON INSURANCE COMPANY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS (Based on CG2037 04/13) This endorsement modifies insurance provided by the following COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Additional Insured Person(s) Location of Completed Operations or Organization(s) WHERE REQUIRED BY WRITTEN CONTRACT All Locations Information required to complete this Schedule, if not shown above, al be shown in the Declarations A Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily Injury", or "property damage" caused, in Whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and Included in the "products -completed operations hazard" However 1 The Insurance afforded to such additional insured only applies to the extent permitted by law, and 2 If coverage provided to the additional Insured is required by a contract or agreement, the insurance afforded to such additional insured well not be broader than that which you are required by the contract or agreement to provide for such additional insured B Wth respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of Insurance LX4316 (06/14) Includes Copynghted Information of the Insurance Services Offices, Inc , with its permission All Rights Reserved Page 1 of 2 1 Required by the contract or agreement, or 2 Available under the applicable Limits of Insurance shown in the Declarations, whichever is less This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations All other terms and conditions of the policy remain the same Authorized Representative LX4318 (06/14) Includes Copyrighted Information of the Insurance Services Offices, Inc, w+th its permission All Rights Reserved Page 2 of 2 ENDORSEMENT # 007 This endorsement, effective 12 01 AM 01/01/2025 Forms a part of policy no 029316317 Issued to PYE-BARKER FIRE & SAFETY, LLC By LEXINGTON INSURANCE COMPANY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION (Based on CG2010 04/13) This endorsement modifies insurance provided by the following COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Additional Insured Person(s) Location of Covered Operations or Organization(s) WHERE REQUIRED BY WRITTEN CONTRACT All locations Information required to complete this Schedule, if not shown above, will be shown in the Declarations A Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by 1 Your acts or omissions or 2 The acts or omissions of those acting on your behalf, in, the performance of your ongoing operations for the additional insured(s) at the location(s) designated above However 1 The insurance afforded to such additional insured only applies to the extent permitted by law, and 2 If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured B With respect to the insurance afforded to these additional insureds, the following additional exclusions apply LX4315 (06/141 Includes Copyrighted Information of the Insurance Services Offices, Inc , with its permission All Rights Reserved Page 1 of 2 This insurance does not apply to "bodily injury" or "property damage" occurring after 1 All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed, or 2 That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project C With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance 1 Required by the contract or agreement, or 2 Available under the applicable Limits of Insurance shown in the Declarations, whichever is less This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations All other terms and conditions of the policy remain the same Authorized Representative LX4815 (06/14) Includes Copyrighted Information of the Insurance Services Offices, Inc , with its permission All Rights Reserved Page 2 of 2 This endorsement, effective 1201 AM 01/01/2025 Forms a part of policy no 029316317 Issued to PYE-BARKER FIRE & SAFETY, LLC By LEXINGTON INSURANCE COMPANY COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization The written contract, written agreement, or certificate of insurance must (1) Require to use form CG 20 37 10 01, (2) Require additional insured status for a time penod during the term of this policy, and (3) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a claim under this policy Location And Description of Completed Operations All locations Additional Premium (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement Section II - Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products - completed operations hazard" CG 20 37 10 O1 0 ISO Properties, Inc , 2000 Page 1 of 1 POLICY NUMBER 029316317 COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY. ADDITIONAL INSURE® - OWNERS, LESSEES C NTRACT®RS - SCHEDULED PE SON OR rrRGNIZATI®N This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE . Name of Person or Organization The wntten contract, written agreement, or certificate of insurance must (1) Require to use form CG 20 10 10 01, (2) Require additional insured status for a time period dunng the term of this policy, and (3) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a claim under this policy (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement ) A Section II - Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability ansrng out of your ongoing operations performed for that insured B With respect to the insurance afforded to these additional insureds, the following exclusion is added 2 Exclusions This insurance does not apply to "bodily in- jury" or "property damage" occurring after (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed, or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project CG 20 10 10 01 p ISO Properties, Inc , 2000 Page 1 of 1 o POLICY NUMBER 029316317 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations The written contract, written agreement, or certificate of insurance must. (1) Require to use form CG 20 37 07 04, (2) Require additional insured status for a time period during the term of this policy, and (3) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a claim under this policy All locations Information required to complete this Schedule, if not shown above, will be shown in the Declarations Section 11 - Who Is An Insured is amended to include designated and described in the schedule of this as an additional insured the person(s) or ,endorsement performed for that additional insured organization(s) shown in the Schedule, but only and included in the "products -completed operations with respect to liability for "bodily injury" or hazard" "property damage" caused, in whole or in part, by "your work" at the location CG 20 37 07 04 O ISO Properties, Inc , 2000 Page 1 of 1 o POLICY NUMBER 029316317 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations The written contract, written agreement, or certificate of insurance must (1) Require to use form CG 2010 07 04, (2) Require additional insured status for a time period during the term of this policy, and (3) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a claim under this policy All locations Information required to complete this Schedule, if not shown above, will be shown in the Declarations A Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by 1 Your acts or omissions, or 2 The acts or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above B With respect to the insurance afforded to these additional insureds, the following additional exclusions apply This insurance does not apply to "bodily injury" or "property damage" occurnng after 1 All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed, or 2 That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organ- ization other than another contractor or sub- contractor engaged in performing oper- ations for a principal as a part of the same project CG 20 10 07 04 © ISO Properties, Inc ,2004 Page 1 of 1 ENDORSEMENT This endorsement, effective 1201 AM 01 /O1 /2025 Forms a part of policy no 029316317 Issued to PYE-BARKER FIRE & SAFETY, LLC By LEXINGTON INSURANCE COMPANY PRIMARY/NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided by the policy Notwithstanding any other provision of the policy to the contrary, the insurance afforded by this policy for the benefit of the Additional Insured shall be primary insurance, but only with respect to any claim, loss or liability arising out of the Named Insured's operations, and any insurance maintained by the Additional Insured shall be non-contributing All other terms and conditions of the policy remain the same Authorized Representative OR Countersignature (In states where applicable) LX9838 (08/05) ENDORSEMENT # 066 This endorsement, effective 12 01 AM 01/01/2025 Forms a part of policy no 029316317 Issued to PYE-BARKER FIRE & SAFETY, LLC By LEXINGTON INSURANCE COMPANY WAIVER OF SUBROGATION ENDORSEMENT (BLANKET) This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY POLICY It is agreed that we, in the event of a payment under this policy, waive our right of subrogation against any person or organization where the insured has waived liability of such person or organization as part of a written contractual agreement entered into prior to the "occurrence" or offense All other terms and conditions of the policy remain the same Authorized Representative OR Countersignature (In states where applicable) CGL LMA 07/2020 0744 Page 1 of 1 ENDORSEMENT # 051 This endorsement, effective 1201 AM 01/01/2025 Forms a part of policy no 029316317 Issued to PYE-BARKER FIRE & SAFETY, LLC By LEXINGTON INSURANCE COMPANY WAIVER OF SUBROGATION (BLANKET) It is agreed that we, in the event of a payment under this policy, waive our right of subrogation against any person or organization where the insured has waived liability of such person or organization as part of a written contractual agreement between the insured and such person or organization entered into prior to the "occurrence" or offense All other terms and conditions remain unchanged Authorized Representative OR Countersignature (In states where applicable) LEXOCC234 (11/03) LX0485 Contract Form Entity Information Entity Name* Entity ID* PYE-BARKER FIRE & SAFETY LLC ,?00049729 Contract Name* COUNTY FIRE ALARM TESTING SERVICE Contract Status CTB REVIEW L New Entity? Contract ID 9353 Contract Lead* CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE TESTING SERVICES FOR ALL COUNTY FIRE ALARM SYSTEMS EXCEPT FOR THE WELD COUNTY JAIL. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 04 1 2/2025 GROUNDS 04/16/2025 Amount* $17,050.00 Renewable* YES Automatic Renewal Grant IGA Department Email CM - Bu ild i ngGrou nds@weld.go v Department Head Email CM-BuildingGrounds- DeptHeadgweld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required? NO Does Contract require Purchasing Dept. to be included? 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 Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head PATRICK O'NEILL DH Approved Date 04/22/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/28/2025 Review Date* 02 17/2025 Committed Delivery Date Contact Type Contact Email Finance Approver CHERYL PATTELLI Renewal Date* 05/01 2025 Expiration Date Contact Phone 1 Purchasing Approved Date Finance Approved Date 04'23/2025 Tyler Ref # AG 042825 Originator CNAIBAUER Legal Counsel BYRON HOWELL Contact Phone 2 Legal Counsel Approved Date 04/23/2025
Hello