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
20241475.tiff
e.hntvad- IDA4-t to � February 26, 2025 FACILITIES DEPARTMENT PHONE: (970) 304-6531 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: Patrick O'Neill Subject: Jail Fire Alarm testing services; Bid (B2400085) Meridian Fire and Security was awarded the contract for fire alarm testing in the Weld County Jail. Meridian Fire and Security continues to meet standards. Therefore, Facilities is recommending the next one-year increment of their bid be awarded in the amount of $10,093.75. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director con5e.r-1-►= 3/5/25 cc: Onkxane (Be) pturc,hwilq Z (24-1--14-11 /5/25 136 Map 7-7 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND MERIDIAN FIRE AND SECURITY This Agreement Extension/Renewal ("Renewal"), made and entered into 5J' day of NACMC X025 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Facilities, hereinafter referred to as the "Department", and Meridian Fire and security, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2024-1475, approved on June 5, 2024. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on December 31, 2024. • The parties agree to extend the Original Agreement for an additional one (1) year period, which will begin January 1, 2025, and will end on December 31, 2025. The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. $10,093.75 All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Priscella Hughes, District Manager Signatur Nunc Pro Tunc4d December 31, 2024 BOARD OF COUNTY COMMISSIONERS WELQCOUNTY, COLORADO Perry L. ck, Chair R 0 5 2025 Nunc Pro Tunc to December 31, 2024 ATTEST: 'e1 Weld County Clerk to the Board BY: Deputy Clerk to the Boa 2014 -IL 5 AC RO O® CERTIFICATE OF LIABILITY INSURANCE DaTE (MMroorrrrr) 02/26/2025 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 is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 612-333-3323 Brown & Brown Insurance Services, Inc. 901 Marquette Avenue Suite 1800 Minneapolis, MN 55402 USA CONTACT NAME: Davin Heinemann or Sara MCWethy PHONEC (cira. Eui 612-333-3323 N; E-MAIL SPPHoldingBbbrowa.com ADORS& INSURER(S)AFFORDINGCOVERAGE NAIL. INSURERA:GREENWICH INS CO 22322 INSURED SFP Holding, Inc. Summit Fire Protection Co. Meridian Fire & Security, LLC 575 Minnehaha Ave. W. St. Paul, MN 55103 USA INSURERS: STARK IND & LI. CO 38318 INSURERC:MIDWEST EMPLOYERS CAS CO/THE BUILDERS GRQG812 MMURERD: INSURERS: INSURERF: ATE NUMBER: 751773080 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. TVTYPE OF INSURANCE aINSO i yWD I POLICY NUMBER :s: OVIII11 Y EMPI LIMITS A X X COMMERCIALGENERAL020ILITY ICLAIMS -MADE OCCUR SIR: $250,000 X X CGE742900702 112/02/24 05/01/25 01C0OCCUR70NCE $ 2,000,000 EMISES Ea oc�cu eMW 0 1,0.'0.0 MED EXP (Any one person) $ 10, 000 PERSONAL P. AOV INJURY $ 2,000,000 GENERAL AGGREGATE $ C OM 000 GEN'L AGGREGATE LIMIT APPLIES PER. POLICY !pi, LOG OTHER: PRODUCTS-COMNOPAGG $ 4,000,000 A II AU70MOSILELIABILITY t _ti X ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY J X X iCAH742900802 12/02/24 ( 05/01/25 COMBINEOSINGLELIMIT tEa accident] $ 2,000,000 BODILY INJURY (Per person} $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE er ECGidEs: $ B UMBRELLALIAB HO[090.0000 X X 1000585091241 12/02/24 E05/01/25 EACHOCCURRENCE AGGREGATE $ $ DED I 1 RETENTIONS C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY C A ANYPROPRIE(QR/PARTNEEXE R/UTIVE Q OFFICER/MEMBEREXCLUDED7 (Mandatary In NH) rtea, descripe under DESCRIPTION OPERATIONS below X NIA X EWC010188/150001518 Oat -0:52/02/24 COG742900602 (AOS) 12/02/24 05/01/25 01 Sra7275 1 I t K.H- 05/01/25 E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1, 000 , 000 E.L. DISEASE - POLICY LIMIT $ 1, 000, 000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) RE, ALL Projects/Work Performed by the Named Insured. General liability, Automobile liability and Excess liability policies include Additional Insured and Primary and Non-contributory coverage when there is a written contract in place that requires this coverage. General liability, Automobile liability and Excess liability and Workers Compensation policies include Waiver of Subrogation coverage when there is a written contract in place that requires this coverage. All coverages apply where applicable by law and subject to the policy(s) terms, conditions and exclusions. ADDITIONAL INSURED: Weld County, Colorado, its elected officials, its subsidiary, associated & or affiliated entities, suceeasora, or assigns, employees, agents, & volunteers CERTIFICATE HOLD CANCELLATION 01-1480 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County Facilities Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street AUTHORREDREPRESENTATIVE P.O. Box 758 /t I Greeley, CO 80632 USA ACORD 25 (2016!03) Ptlang 751773080 © 1900-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract F Entity Information Entity Name* Entity ID* MERIDIAN FIRE AND SECURITY LLC @00044665 Contract Name" JAIL FIRE ALARM TESTING AND INSPECTION Contract Status CTB REVIEW ❑ New Entity? Contract ID 9166 Contract Lead" CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE TESTING AND INSPECTION SERVICES FOR THE WELD COUNTY JAIL FIRE ALARM SYSTEMS. Contract Description 2 Contract Type" RENEWAL Amount" $10,093.75 Renewable YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 03/01/2025 GROUNDS 03/05/2025 Department Email CM- BuildingGrounds@weld.go Department Head Email CM -Build ingGrounds- DeptHead@weld.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 Review Date* 10/03/2025 Renewal Date* 12/31/2025 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 02/28/2025 02/28/2025 02/28/2025 Final Approval BOCC Approved Tyler Ref # AG 030525 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 03/05/2025 Corsi-va CA -HM 8'iZ May 17, 2024 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: JAIL ANNUAL FIRE ALARM TESTING B2400085 As advertised this bid is for annual fire alarm testing at the Weld County Jail. The low bid is from Meridian Fire and Security and meets specifications. Therefore, the Facilities Department is recommending the award to Meridian Fire and Security. in the amount of $9,895.83. If you have any questions, please contact me at extension 2027. Sincerely, Curtis Naibauer Interim Director Facilities Conte} x� (0/5/ 24 2024-1475 8C-, 0020 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & MERIDIAN FIRE AND SECURITY LLC WELD COUNTY JAIL ANNUAL FIRE ALARM TESTING THIS AGREEMENT is made and entered into this 'day of J ... , 2024, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Meridian Fire and Security LLC, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2400085". Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (I) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $9,895.83, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County 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. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Jeff Johnson Position: Vice President Address: 10200 E Easter Ave. Address: Centennial, CO 80112 E-mail: jodi@meridianfire.com Phone: 303-790-2520 County_ Name: Curtis Naibauer Position: Interim Facilities Director Address: 1105 H Street Address: Greeley, CO 80632 E-mail: cnaibauer@weldgov.com Phone: 970-400-2027 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law. 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. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of this project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACT Meridian F' By: Name: 5/24/2024 Date of Signature Title: VP BOARD OF COUNTY COMMISSIONERS ATTEST: i WELD COUNTv n Clerk to the Board B Deputy Clerk to t NJ D. Ross, Chair JUN 0 5 2024 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17T" AVENUE GREELEY, CO 80631 DATE: APRIL 12, 2024 BID NUMBER: B2400085 DESCRIPTION: JAIL ANNUAL FIRE ALARM TESTING DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: APRIL 26, 2024 BID OPENING DATE: MAY 10, 2024 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: JAIL ANNUAL FIRE ALARM TESTING A mandatory pre -bid conference will be held on April 26, 2024 at 9:00 AM at the Weld County Jail located at 2110 O 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: May 10, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on May 10, 2024 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. Phone number: 720-439-5261 Phone Conference ID: 496 207 093# PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. PREFERRED: email bids to bids(a�weld.govi 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 n ot 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. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, e ntitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also u nderstood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By BID REQUEST #B2400085 Page 2 acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will n ot be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or mplied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder n or any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or u nderstanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws; rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation; execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the e nforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim o r right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful BID REQUEST #B2400085 Page 3 bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been u njustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall n ot enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. 0. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship o r performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the BID REQUEST #B2400085 Page 4 minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not emp oy any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by BID REQUEST #B2400085 Page 5 County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating `Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity BID REQUEST #B2400085 Page 6 applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2400085 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Jail Annual Fire Alarm Testing PROJECT OVERVIEW Weld County is seeking qualified bidders to provide annual fire alarm inspection and testing services of an EST3 system with Fire Works terminals at the Weld County Jail Complex located at 2110 O Street, Greeley, CO 80631. SPECIFICATIONS/PROJECT SCOPE This bid is for the annual fire alarm testing and inspection services. It is the intent of this bid to obtain a contractor to provide and complete inspection, testing, and system evaluation services in accordance with these specifications & the requirements of the current NFPA 72 standards for each local Authority Having Jurisdiction (AHJ) where the buildings are located. The AHJ for this facility is Greeley Fire Dept. Smoke control testing is NOT part of the scope of this work. 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: a. Annual testing of all devices b. Sensitivity testing & report 2. Annual Testing Requirements but not limited to: a. Horn and strobe testing and inspection b. Inspection and testing of pull stations, detectors, and flow switches. c. Control panel testing and inspection. d. Battery and backup power supply panel testing and inspection. e. Testing of voice evacuation equipment f. Send signals to monitoring center to test communication path. 3. Contractor is responsible for all inspections/testing identified in this specification including inspection/testing frequencies. 4. 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. 5. 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 prior to beginning testing and report any conditions that require correction/repair. 6. 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. 7. Every device and control function associated with the system shall be activated to ensure proper operation and functionality as designed. When an initiating device, notification appliance or control relay is added — functional test required. Testing procedures for the equipment shall also comply with the manufacturer's suggested methods. 8. When an initiating device, notification appliance or control relay is removed — functional test required on another device, appliance or relay on the circuit. 9. The contractor shall perform real time verification during the entire testing procedure for the control panel operations. This verification shall be done at both the Fireworks BID REQUEST #B2400085 Page 8 station and the EST3 panels. 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. 10. Report generation shall occur as the testing is being performed. This electronic report shall be given to, and be reviewed with, Weld County staff at the end of each day. 11. 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. 12. Device testing shall conform to the following: i. 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. ii. Smoke detector testing shall utilize an 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. iii. Sensitivity testing required means: a. Use of Calibrated test method b. Use of Manufacturer's calibrated sensitivity test equipment c. Listed control equipment that can perform sensitivity testing. d. Listed control equipment that warns of a detector outside of its listed range iv. Heat detector testing shall utilize an approved method by introducing heat to verify rate of rise condition or by manufacturer's suggested method. The device shall be ven fled 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. v. RTU & AHU equipment may have TEST switches. Use of these TEST switches is not sufficient for this inspection. Devices should be tested in a manner that fully validates the equipment's function. vi. 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. vii. 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 he verified for correct operation and noted for type and location. i. 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. 13. The contractor shall provide and replace all ceiling tiles damaged because of this testing. The contractor shall allow for a minimum of 20 tiles in their bid with material and all labor for installation. If the requirement exceeds 20 tiles, the Facilities Department will provide additional material, but the contractor shall include all labor for replacement in excess of the allowance. BID REQUEST #B2400085 Page 9 14. The contractor will prepare a written list of any repairs needed/recommended for each fire alarm system with associated costs after inspection. 15. Repairs will be quoted at the hourly rate, matching unit prices in the attached. 16. Parts will be paid as a pass -through with a percentage markup. Contractor must provide receipt of parts used with their invoicing. 17. Travel costs must be included in the annual contract cost. 18. This bid will be awarded to a single vendor for a one-year period with the County's option to renew three additional one-year increments which will be evaluated and/or awarded annually as follows: Year Dates 1 January 1, 2024 - December 31, 2024 2 January 1, 2025 - December 31, 2025 3 January 1, 2026 - December 31, 2026 4 January 1, 2027 - December 31, 2027 ATTACHMENT A: 2022 Annual Fire Alarm Inspection (Report is attached for reference of devices only). SCHEDULING 1. The contractor must schedule work so as not to interfere with County Government activities. All work is to be done during normal working hours which are Monday through Friday between 7:15am to 3:15pm unless otherwise approved. 2. All annual testing, inspections, and maintenance work is to be coordinated with Facilities Department. 3. 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. The lead technician on the inspection crew must have at minimum: NICET level 2 certification. No testing will be conducted without a NICET certified technician on site. Information shall be listed on each report (employee name and NICET number). 2. The lead technician on the inspection crew must be a certified ETS technician with proven skill in the use of Fire Works System. Weld County staff will not train the contractor in the operation of the equipment being tested. 3. 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. 4. 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. 5. Work is to be done at a secure facility, therefor everyone that will be on premises either working or not, will need to submit to a background check through the Weld County Sheriff's Department prior to being on site. Weld County Facilities Project Manager will coordinate with contractor for the submittal of all authorization forms. BID REQUEST #B2400085 Page 10 EQUIPMENT 1. Weld County staff will be present to act as guides. These staff will not perform any portion of the testing. These staff will not carry equipment or provide tools for the contractor. 2. The contractor shall provide all test equipment, tools, ladders, personnel lifts, etc., as needed. 3. Contractor shall strictly follow OSHA regulations while using equipment performing work. REPORTS Final reports shall be provided in electronic format to the County within 60 days of testing. Contractor shall provide a report of the annual testing that shall include the following items as a minimum: 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. Sensitivity report 14.Test Results - P (pass) or F (fail) 15. List of Deficiencies (device type, description of problem, index page# fromthe report) EQUIPMENT The Jail was constructed in four phases. • Phase 1 is referred to as 1 -West • Phase 2 is referred to as 1 -East • Phase 3 is referred to as 2 -East Phase 4 is referred to as 2 -West SCHEDULE Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Questions Due Proposals Are Due Bid Award Notice Contract Execution April 12, 2024 April 12, 2024 April 26, 2024 May 3, 2024 May 10, 2024 May 29, 2024 June 12, 2024 BID REQUEST #B2400085 Page 11 FEE Provide your Proposal Lump Sum fee in space below. TOTAL BID: S ANNUAL ESCALATION Provide escalation percentage for each subsequent annual term, as applicable: Annual Escalation 0/0 BID REQUEST #B2400085 Page 12 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 May 10, 2024: 1) Pages 8 thru 14 of the Bid Specifications and/or Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400085 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2400085. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX TAX ID # DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0124 BID REQUEST #B2400085 Page 14 Exhibit B Carolyn Geisert From: Sent: To: Subject: Attachments: Joseph Wassenaar <joseph.wassenaar@meridianfire.com> Thursday, May 9, 2024 8:57 AM bids Request for Bid: B2400O85 Weld County Jail annual fire alarm inspections Meridian RFP May 2024 Fire alarm inspections.pdf Caution: This email originared from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Thank you for the chance to bid for the Annual inspections for the Weld County Jail. I hereby waive my right to a sealed bid. JR Wassenaar Account Manager Meridian Fire and Security, LLC. _.: .. L. ' it a 1 2')0 Lea ( taste-;: ;\ye.' Cfnu-;nnl;il. CO 30112 =.fotr c? 7'O' 7.;C) 2320 : =n.': 30:; 790 2T Cell: 720-262-6666 Email: Joseph.wassenaar@meridianfire.com dismoan Fire and Security, «c To Meridian Fire fire sprinkler anti -freeze customers. As the new adoption of N- F. P. A 25 2020 Testing and Inspecting of Fire Sprinkler Systems ,starts to take affect there are some new requirements we would like to inform our customers about. Per NFPA 25 Section 5.3.4..4.1 beginning September 30, 2022, the concentration of antifreeze shall be limited to 30% propylene glycol or 38% glycerin by volume. Antifreeze systems in excess shall be permitted based on approval from the local AHJ. This pre -mix may not protect to the temperatures required in Colorado. The State Fire Marshalls office is working towards addressing the issues within the code The state is working on a formal document to explain and clear tep concerns regarding the new codes. This document should address concerns with only allowing dry systems and possibly mandating all antifreeze systems be converted to dry system, Please be aware of section 5.3.4.2.1. "If the results indicate an incorrect freeze point at any point in the system, the system shall be drained and re -filled with new premixed antifreeze." After September 30Th, this will likely mean only the UL listed fire premix may be used. This pre -mix is double the cost of the standard premix solution. As always please feel free to reach out to Meridian Fire and Security for any and all needs. 1 Fire and Security, «� Meridian Fire & Security Proposal Weld County Jail RFP- B2400085 Jail annual Fire alarm Testing Submittal Due date: 5/10/2024 at 10:00 am. 10200 E. Easter Ave. Centennial CO, 80112 (303) 790-2520 JR Wassenaar: Account manager Jseph.was_s_enaaL@meristia_nfirelcorn (720) 262-6666 JR Wassenaar May 9, 2024 en an Profile of Firm Introduction Meridian Fire, (MERIDIAN) is incorporated in the State of Colorado with their main office located in the Denver Tech Center at the crossroads of Interstate 25, E-470, and C470. Branch office in Colorado Springs. From these locations, MERIDIAN can provide service throughout the Southern Colorado Region, the Denver Metropolitan Region, and the Northern Region and Western Slope. We are an equal opportunity small business_ company and meet many federal requirements for vendors. Since we opened our doors in 2001, we have operated continuously for 23 years, focusing on providing the very best service to every customer we have. We seek a long-lasting relationship with the Colorado School of Mines in the hopes of providing value to both companies for years to come. The management of MERIDIAN is proven turnkey systems integrators with over 70 years of collective experience engineering, installing, servicing, testing, and managing sophisticated systems. They have provided integrated fire, security and sounding systems to commercial and public projects throughout Colorado and across the country. MERIDIAN has well established and recognized product lines supported with a highly trained, technical team in design, engineering, installation, and product service. This team has a reputation for their technical capability in the complex integrated systems arena, their service performance in the fire and security industry, and in the development and formulation of standards for integrated system applications. As an Elite Strategic Partner with Edwards and General Electric, we are the go -to source for all your EST and Edwards product and service needs. MERIDIAN is a "sole source" Test and Inspection company which includes: • Fire Alarm Systems • Central Monitoring of Fire, Rescue Assist and Security Systems • Edwards Elite Strategic Partner. EST distributer • Fire Sprinkler Systems • Fire Pumps • Back -flow Prevention Devices • Security Systems • PA/Sound Systems • Emergency and Exit Lights • Clean Agent Systems O Foam Systems ® Water Mist Systems o Portable Fire Extinguishers and Cabinets © Kitchen Hood Systems © Mass Notification Systems o Smoke Control Systems • Training o Deficiency Correction 24 -hour service with on -call technicians in each respective division With over 100 employees and many years of experience, MERIDIAN can provide 24 -hour, 365 - days a year service, testing, tenant improvement for the above systems Considering MERIDIAN is a member of the Sprinkler Fitters 669 Union, they have an unlimited labor source SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Jail Annual Fire Alarm Testing PROJECT OVERVIEW Weld County is seeking qualified bidders to provide annual fire alarm inspection and testing services of an EST3 system with Fire Works terminals at the Weld County Jail Complex located at 2110 0 Street, Greeley, CO 80631. SPECIFICATIONS/PROJECT SCOPE This bid is for the annual fire alarm testing and inspection services. It is the intent of this bid to obtain a contractor to provide and complete inspection, testing, and system evaluation services in accordance with these specifications & the requirements of the current NFPA 72 standards for each local Authority Having Jurisdiction (AHJ) where the buildings are located. The AHJ for this facility is Greeley Fire Dept. Smoke control testing is NOT part of the scope of this work. 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: a. Annual testing of all devices b. Sensitivity testing & report 2. Annual Testing Requirements but not limited to: a. Horn and strobe testing and inspection b. Inspection and testing of pull stations, detectors, and flow switches. c. Control panel testing and inspection. d. Battery and backup power supply panel testing and inspection. e. Testing of voice evacuation equipment f. Send signals to monitoring center to test communication path. 3. Contractor is responsible for all inspections/testing identified in this specification including inspection/testing frequencies. 4. 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. 5. 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 prior to beginning testing and report any conditions that require correction/repair. 6. 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. 7. Every device and control function associated with the system shall be activated to ensure proper operation and functionality as designed. When an initiating device, notification appliance or control relay is added — functional test required. Testing procedures for the equipment shall also comply with the manufacturer's suggested methods. 8. When an initiating device, notification appliance or control relay is removed — functional test required on another device, appliance or relay on the circuit. 9. The contractor shall perform real time verification during the entire testing procedure for the control panel operations. This verification shall be done at both the Fireworks BID REQUEST #B2400085 Page 8 station and the EST3 panels. 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. 10. Report generation shall occur as the testing is being performed. This electronic report shall be given to, and be reviewed with, Weld County staff at the end of each day. 11. 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. 12. Device testing shall conform to the following: i. 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. ii. Smoke detector testing shall utilize an 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. iii. Sensitivity testing required means: a. Use of Calibrated test method b. Use of Manufacturer's calibrated sensitivity test equipment c. Listed control equipment that can perform sensitivity testing. d. Listed control equipment that warns of a detector outside of its listed range iv. Heat detector testing shall utilize an approved method by introducing heat to verify rate of rise condition or by manufacturer's 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. v. RTU & AHU equipment may have TEST switches. Use of these TEST switches is not sufficient for this inspection. Devices should be tested in a manner that fully validates the equipment's function. vi. 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. vii. 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. i. 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. 13. The contractor shall provide and replace all ceiling tiles damaged because of this testing. The contractor shall allow for a minimum of 20 tiles in their bid with material and all labor for installation. If the requirement exceeds 20 tiles, the Facilities Department will provide additional material, but the contractor shall include all labor for replacement in excess of the allowance. BID REQUEST #B2400085 Page 9 14. The contractor will prepare a written list of any repairs needed/recommended for each fire alarm system with associated costs after inspection. 15. Repairs will be quoted at the hourly rate, matching unit prices in the attached. 16. Parts will be paid as a pass -through with a percentage markup. Contractor must provide receipt of parts used with their invoicing. 17. Travel costs must be included in the annual contract cost. 18. This bid will be awarded to a single vendor for a one-year period with the County's option to renew three additional one-year increments which will be evaluated and/or awarded annually as follows: Year Dates 1 January 1, 2024 - December 31, 2024 2 January 1, 2025 - December 31, 2025 3 January 1, 2026 - December 31, 2026 4 January 1, 2027 - December 31, 2027 > ATTACHMENT A: 2022 Annual Fire Alarm Inspection (Report is attached for reference of devices only). SCHEDULING 1. The contractor must schedule work so as not to interfere with County Government activities. All work is to be done during normal working hours which are Monday through Friday between 7:15am to 3:15pm unless otherwise approved. 2. All annual testing, inspections, and maintenance work is to be coordinated with Facilities Department. 3. 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. The lead technician on the inspection crew must have at minimum: NICET level 2 certification. No testing will be conducted without a NICET certified technician on site. Information shall be listed on each report (employee name and NICET number). 2 The lead technician on the inspection crew must be a certified ETS technician with proven skill in the use of Fire Works System. Weld County staff will not train the contractor in the operation of the equipment being tested. 3 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. 4. 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. 5. Work is to be done at a secure facility, therefor everyone that will be on premises either working or not, will need to submit to a background check through the Weld County Sheriffs Department prior to being on site. Weld County Facilities Project Manager will coordinate with contractor for the submittal of all authorization forms. BID REQUEST #B2400085 Page 10 EQUIPMENT 1. Weld County staff will be present to act as guides. These staff will not perform any portion of the testing. These staff will not carry equipment or provide tools for the contractor. 2. The contractor shall provide all test equipment, tools, ladders, personnel lifts, etc., as needed. 3. Contractor shall strictly follow OSHA regulations while using equipment performing work REPORTS Final reports shall be provided in electronic format to the County within 60 days of testing. Contractor shall provide a report of the annual testing that shall include the following items as a minimum: 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. Sensitivity report 14.Test Results - P (pass) or F (fail) 15. List of Deficiencies (device type, description of problem, index page# from the report) EQUIPMENT The Jail was constructed in four phases. • Phase 1 is referred to as 1- West • Phase 2 is referred to as 1- East • Phase 3 is referred to as 2 -East • Phase 4 is referred to as 2- West SCHEDULE Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Questions Due Proposals Are Due Bid Award Notice Contract Execution April 12, 2024 April 12, 2024 April 26, 2024 May 3, 2024 May 10, 2024 May 29, 2024 June 12, 2024 BID REQUEST #B2400085 Page 11 FEE Provide your Proposal Lump Sum fee in space below. TOTAL BID: $ 9895.83 ANNUAL ESCALATION Provide escalation percentage for each subsequent annual term; as applicable: Annual Escalation 2 0/0 BID REQUEST #82400085 Page 12 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 May 10, 2024: 1) Pages 8 thru 14 of the Bid Specifications and/or Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incompl ete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400035 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #62400085. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Meridian Fire and Security LLC. BUSINESS ADDRESS 10200 E. Easter Ave. CITY, STATE, ZIP CODE Centennial, CO 80112 TELEPHONE NO 303-790-252 P RINTED NAME AND *ICE S IGNATURE E-MAIL todi2meridianfire.com DATE 5/8/2024 FAX N/A Jeff Johnson VP TAX ID # 52-2346667 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION N UMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0124 BID REQUEST #82400085 Page 14 boom Inspections scope of work Meridian Fire agrees with the scope of work requirements listed in RFP: #B2400085 for the annual inspections of the fire alarm system in the following areas of the Weld County Jail based on the. In accordance with the AHJ: Greeley Fire Department • Jail1 West • Jail1 East • Jail 2 East • Jail 2 West Exclusion: Meridian Fire will not be responsible for the hiring and coordination of an elevator contractor for testing devices in elevator shafts. Meridian Fire will work with a contractor alongside the Weld County Staff to accomplish the required testing of the devices, associated with the Elevators, throughout the site. Form w-9 (Rev. October 2018) Department of the Treasury .mat Revenue Service Request for Taxpayer Identification Number and Certification I. Go to wenvirs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. eiC ao c m a � 1 Name (as shown on your Income tax tetra?* Name is required on itde &te: do not *Goe tide. tJkank. Meridian Fire and Security, LLC 2 Business name/disregarded entity name, If afferent from stove 9 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the Ioflowing seven boxes. ❑ individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate single -member LLC 0 Limited liability company. Enter the tax classification (C=C corporation, S=S corporation. P=Partnership) ► S Note: Chad: the appropriate box in the lirhe above for the tax classification of the singte•menteer owner. Dona check LLC if the LLC is classified as a sktgie•member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that C not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that Is disregarded from the owner should check the appropriate box for the tax classification of its owner. O Other (see instrucdons)► 5 Address (number. street, and apt. or suite no.) See instructions 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (it any) Exemption from FATCA reporting code (if any) fapyr•s m a... mai..7. wade v. .4 10200 E Easter Ave 6 City, state, and ZIP code Centennial, CO 80112 7 List account number(s) here (optional) Requester's name and address (optional) UM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on fine 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien. sole proprietor, or disregarded entity, see the Instructions for Part 1, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a 77N, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. inn Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) ) have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA Code(s) entered on this form (If any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have felled to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured • • • . latinn of debt, oontribu '• r- • r itxfivithual retirement arrangement (IRA), and generally, payments other than interest and dividends, not required • sign the - r .. ut you m provide your correct TIN. See the instructions for Part II, later. Social security num H 1 or i Employer identification number 5 2 2 3 4 6 6 6 7 Sign Here Signature of U.S. person General Inst Section references are to the Internal Raven = Code unless noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (ON) which may be your social security number (SSN), Individual taxpayer Identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (PIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) ► ('2'Zo2t} IV (dividends, including those from stocks or mutual • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1096-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only 'rf you area U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a T7N, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) tieriliun Inspections Division Technicians Justin Sanders: Lead Technician/ Inspection Manager Justin Sanders will be the lead technician for the Annual inspections for Weld County jail. Justin has over 17 years of experience testing fire alarm, special hazard, Fire Pump and Fire Sprinkler systems of all kinds. Justin has worked for Meridian for 8 years as a lead technician and now inspections manager. He is Nicet 2 certified in alarms and is an EST certified technician through Edwards. He is well versed in Fire Works and all EST systems and efficiently runs hundreds of inspections yearly producing detailed and accurate reports. Chris Seeger: Inspector/ Technician Chris will be the other inspector assigned to the Weld County Jail Annual Fire alarm inspection. Chris has worked for Meridian fire for 2 years as an alarm inspector. He is capable of testing all of the devices in field to code with great communication with the lead technician and other techs assigned. Daniel Wheelock: Inspector/ Technician Daniel will be another inspector assigned to the Weld County Jail Annual Fire alarm inspection. Daniel has work for Meridian for 1 years as an alarm inspector. He is capable of testing all of the devices in field to code with great communication with the lead technician and other techs assigned. Apon approval we will submit for background checks for all technicians assigned to the project. NATIONAL INSTITUTE FOR CERTIFICATION IN ENGINEERING TECHNOLOGIES' /NICET"? Providing Certification Programs Since 1961 BE IT KNOWN THAT William Sanders IS HEREBY AWARDED FOLLOWING CERTIFICATION Fire Alarm Systems Level II Certification Number 126617 Valid Through 2024_0B..01 VERIFY ONLINE BASED UPON SUCCESSFUL DEMONSTRATION OF REQUISITE KNOWLEDGE, EXPERIENCE AND WORK PERFORMANCE AS SET FORTH BY THIS INSTITUTE. CHAIR OF THE NICET BOARD Of GOVERNORS A DIVISION OF THE NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS MERIFIR-01 TCORNEJO AC-C3P/2 D` CERTIFICATE OF LIABILITY INSURANCE DATE p.immomr, 5/16/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License # 0757776 HUB International Insurance Services (COL) 2000 S. Colorado Blvd Tower 2, Suite 150 CONTACT Lynn Bosman NAME: rat, E:t): (303) 252-3762 I (a, NO;(866) 243-0727 IRE Lynn.bosman@hubinternational.com Denver, CO 80222 INSURERS) AFFORDING COVERAGE NAIL # INSURER A: United Specialty Insurance Company 12537 INSURED INSURER B : Employers Mutual Casualty Company 21415 Meridian Fire and Security, LLC INSURER c: Pinnacol Assurance Company 41190 10200 E. Easter Ave Centennial, CO 80112 INSURER D : INSURER E : INSURER F : 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 POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I'M TYPE OF INSURANCE LTR mt. SUER INSD WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP IMMIDDfYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCURATN2327667 X x 11/1/2023 11/1/2024 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurtence) $ 50,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEM_ AGGREGATE LIMIT APPLIES PER: POLICY X PE'ef L. OTHER: PRODUCTS - COMP/0P AGG $ 2,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS C+NLY X X 6X1271124 11/1/2023 11/1/2024 Ea accideDISINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE BTN2380851 11/1/2023 11/1/2024 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DEL) I X I RETENTION $ 0 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below X N I A 4080055 11/1/2023 11/1/2024 X STATUTE EORH EL. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1'000'000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES 'Arc. co 101, Additional Remarks Schedule, may be attached if more space is required) Excess Liability (Over Automobile Liability only Carrier: Upland Specialty Insurance Company Policy #: USXTL0480023 Effective Dates: 11/1/2023 - 11/1/2024 Policy Limits: $2,000,000 Each Occurrence/Aggregate SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION Weld County 1105 H Street PO Box 758 Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE � IYL'El ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: MERIFIR-01 TCORNEJO / 1 ACCDR LY LOC #: 1 ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY License # 0757776 NAMED INSURED HUB International Insurance Services (COL) Meridian Fire and Security, LLC 10200 E. Easter Ave POLICY NUMBER Centennial, CO 80112 SEE PAGE 1 CARRIER NAIL CODE SEE PAGE 1 SEEP 1 EFFECTIVE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: Excess Liability (Over Automobile Liability only) Carrier: James River Insurance Company Policy #: 001494570 Effective Dates: 11/1/2023 -11/1/2024 Policy Limits: $3,000,000 Each Occurrence/Aggregate Weld County is included as additional insured under General Liability. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: ATN2327667 COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 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 Person or Organization: As Required By Written Contract, Fully Executed Prior To The Named Insured's Work (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applica- ble 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 liabil- ity arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these addi- tional insureds, the following exclusion is added: 2. Exclusions 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 ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional insured(s) at the site of the covered opera- tions 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 organiza- tion other than another contractor or sub- contractor engaged in performing opera- tions for a principal as a part of the same project. CG 20 10 10 01 © ISO Properties, Inc., 2000 Page 1 of 1 O Policy Number: ATN2327667 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 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 PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Blanket as required by written contract, fully executed prior to the named insured's work. 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" 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 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 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. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 Policy Number: ATN2327667 UNITED SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. VEN 051 00 (02/20) PRIMARY AND NON-CONTRIBUTING INSURANCE ENDORSEMENT This endorsement modifies the Conditions provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS of the COMMERCIAL GENERAL LIABILITY COVERAGE PART, and supersedes any provision to the contrary: Primary and Non -Contributory Insurance Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless: a. (1) The Additional Insured is a Named Insured under such other insurance; and (2) A fully written contract fully executed prior to the Named Insured's commencement of work for such Additional Insured for the specific project that is the subject of the claim, "suit," or "occurrence" expressly requires that this insurance: (I) (ii) or apply on a primary and non-contributory basis; and would not seek contribution from any other insurance available to the additional insured. b. Prior to a loss, you request in writing and we agree in writing that this insurance shall apply on a primary and non-contributory basis. All other terms, conditions and exclusions under this policy are applicable to this Endorsement and remain unchanged. VEN 051 00 (02/20) Page 1 of 1 Policy Number: ATN2327667 United Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. VEN 079 01 (03/18) POLICY LIMITATION - TOTAL AGGREGATE LIMIT FOR ALL CONSTRUCTION PROJECTS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE SECTION III - LIMITS OF INSURANCE - 2, is amended by the addition of the following: d. The General Aggregate Limit, shown in the Polley Declarations, applies separately to each "construction project". e. Notwithstanding the application of the General Aggregate Limit to each "Project" of the Named Insured, under no circumstances shall we pay more than $5,000,000 for all claims under this policy that are subject to the General Aggregate Limit. The following are added to the DEFINITIONS section of this policy - "Construction project" means any construction project, development, property, or group of properties, including all premises, phases, lots, and areas of such project, development, or property, and any building or group of buildings or other structures contained in any business or housing project. development, subdivision, or business park. If a construction project, or construction activity related thereto, has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same location or construction project under this endorsement. Mutiple jobs, work orders. purchase orders. change orders or work done at multiple locations under one contract or master contras: are not considered separate "construction projects" within the meaning of this policy. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED +/EN 079 01 (03/18) Page 1 of 1 Policy Number: ATN2327667 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All Persons or Organizations when such waiver is required by written contract with you and executed prior to the occurrence of the injury or damage for which we make payments on your behalf. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 1 Policy Number: 6X1271124 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO ELITE EXTENSION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The BUSINESS AUTO COVERAGE FORM is amended to include the following clarifications and extensions of coverage. With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE Section I — Covered Autos Paragraph C. Certain Trailers, Mobile Equipment, and Temporary Substitute Autos is amended by adding the following: If Physical Damage Coverage is provided by this coverage form for an "auto" you own, the Physical Damage Coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of breakdown, repair, servicing, "loss" or destruction. The coverage provided is the same as the coverage provided for the vehicle being replaced. B. BLANKET ADDITIONAL INSUREDS The Who Is An Insured provision under Section II — Covered Autos Liability Coverage is amended to include the following as an "insured": 1. Any person or organization whom you have agreed in a written contract or agreement to name as an additional "insured" under your "auto" Policy to provide "bodily injury" or "property damage" coverage, but only with respects to liability arising out of the use of a covered "auto" you own, hire or borrow and resulting from the acts or omissions by you, any of your "employees" or agents. The insurance afforded to such additional "insured" will not be broader than that which you are required to provide for such additional "insured" and applies only to a written contract executed prior to the "bodily injury" or "property damage" and is still in force at the time of the "accident". 2. With respect to the insurance afforded to the additional "insured" described above, the following is added to Section — C. Limit Of Insurance Covered Autos Liability Coverage: The most we will pay on behalf of the additional "insured" is the amount of insurance: (1) Required by the written contract or agreement described above, or (2) Available under the applicable Limit Of Insurance for Covered Autos Liability Coverage shown in the Declarations; whichever is less. C. EMPLOYEES AS INSUREDS The following is added to the Section II — Covered Autos Liability Coverage, Paragraph A.1. Who Is An Insured provision: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. EMPLOYEE HIRED AUTOS 1. Changes In Covered Autos Liability Coverage The following is added to the Who Is An Insured provision: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. 2. Changes In General Conditions Paragraph 5.b. of the Other Insurance in the Business Auto Coverage Form is amended by the addition of the following: For Hired Auto Physical Damage Coverage any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business is deemed to be a covered "auto" you own. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". E. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Section II — Covered Autos Liability Coverage, A.1. Who Is An Insured is amended by adding the following: Any organization which you acquire or form after the effective date of this Policy in which you maintain ownership or majority interest. However: CA7450(2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 5 (1) Coverage under this provision is afforded only up to 180 days after you acquire or form the organization, or to the end of the Policy period, whichever is earlier. F. SUBSIDIARIES AS INSUREDS Section II — Covered Autos Liability Coverage, A.1. Who Is An Insured is amended by adding the following: Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of this Policy. However, "insured" does not include any subsidiary that is an "insured" under any other automobile liability Policy or was an "insured" under such a Policy but for termination of that Policy or the exhaustion of the Policy's limits of liability. G. SUPPLEMENTARY PAYMENTS Section II — Covered Autos Liability Coverage, A.2.a. Coverage Extensions, Supplementary Payments (2) and (4) are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. H. FELLOW EMPLOYEE COVERAGE In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by workers compensation exclusivity rule, or similar protection. The following provision is added: Subparagraph 5. of Paragraph B. Exclusions in Section II — Covered Autos Liability Coverage does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. I. TOWING AND LABOR Section III — Physical Damage Coverage, A.2. Towing And Labor is replaced with the following: We will pay for Towing And Labor costs incurred, subject to the following: a. Up to $100 each time a covered "auto" that is a private passenger type is disabled; or b. Up to $500 each time a covered "auto" other than the private passenger type is disabled. However, the labor must be performed at the place of disablement. J. LOCKSMITH SERVICES Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto". The deductible is waived for these services. K. TRANSPORTATION EXPENSES Section III - Physical Damage Coverage, A.4. Coverage Extensions Subparagraph a. Transportation Expenses is replaced by the following: (1) We will pay up to $75 per day to a maximum of $2,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Cause of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the Policy's expirations, when the covered "auto" is returned to use or we pay for its "loss". (2) If the temporary transportation expenses you incur arise from your rental of an "auto" of the private passenger type, the most we will pay is the amount it costs to rent an "auto" of the private passenger type which is of the same like, kind and quality as the stolen covered "auto". L. ELECTRONIC EQUIPMENT COVERAGE ADDED LIMITS All electronic equipment that reproduces, receives or transmits audio, visual, or data signals in any one "loss" is $5,000, in addition to the sublimit in Paragraph C.1.b. of the Limits Of Insurance provision under Section III — Physical Damage Coverage. M. HIRED AUTO PHYSICAL DAMAGE Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss, or Collision Coverage is provided for any "auto" you own, then the Physical Damage coverages provided are extended to "autos" you lease, hire, rent or borrow is deemed to be a covered "auto" you own, subject to the following limit and deductible: (1) The most we will pay for loss to any leased, hired, rented or borrowed "auto" is the lesser of up to a limit of $100,000, Actual Cash Value or Cost of Repair, minus the deductible. (2) The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. (3) Subject to the above limit and deductible provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will pay up to $1,000, in addition to the limit above, for Loss Of Use of a hired auto to a leasing or rental concern for a monetary loss CA7450(2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 2 of 5 sustained, provided it results from an "accident" for which you are legally liable. However, coverage does not apply to any "auto" leased, hired, rented or borrowed in your Motor Carrier Operations and any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". N. AUTO LOAN/LEASE GAP COVERAGE Section III — Physical Damage Coverage Paragraph A.4. Coverage Extensions is amended by the addition of the following: Autos of the private passenger, light or medium trucks that are loaned or leased for a period of six months or longer and which have been provided Physical Damage Coverage is a covered "auto" under this Policy for which a premium charge has been made for Comprehensive, Specified Cause of Loss, or Collision Coverage. We will pay any unpaid amount due up to a limit of $10,000 on the lease or loan for a covered "auto", including up to a maximum of $500 for early termination fees or penalties, on the lease or loan for a covered "auto", less: 1. The amount paid under the Policy's Physical Damage Coverage; and 2. Any: a. Overdue or any deferred lease/loan payments at the time of the "loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and e. Carry-over balances from previous loans or leases. The insurance provided by this Auto Loan/Lease Gap Coverage is excess over any other collectible insurance including but not limited to any coverage provided by or purchased from the lessor or any financial institution. O. PERSONAL PROPERTY OF OTHERS Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $500 for loss to Personal Property Of Others in or on your covered "auto" in the event of a covered "auto" loss. • No deductibles apply to this coverage. P. PERSONAL EFFECTS COVERAGE Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $500 for "loss" to your Personal Effects not otherwise covered in the Policy or, if you are an individual, the Personal Effects of a family member, that is in the covered auto at the time of the "loss". For the purposes of this extension Personal Effects means tangible property that is worn or carried by an insured including portable audio, visual, or electronic devices. Personal Effects does not include tools, jewelry, guns, money and securities, or musical instruments. Q. EXTRA EXPENSE FOR STOLEN AUTO Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $1,000 for the expense incurred returning a stolen covered "auto" to you because of the total theft of such covered "auto". Coverage applies only to those covered "autos" for which you carry Comprehensive or Specified Causes Of Loss Coverage. R. RENTAL REIMBURSEMENT EXPENSES Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: 1. This coverage applies only to a covered "auto" for which Physical Damage Coverage is provided on this Policy. 2. We will pay for Rental Reimbursement Expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. 3. We will pay only for those expenses incurred during the Policy period beginning 24 hours after the "loss" and ending, regardless of the Policy's expiration, with the lesser of the following number of days a. The number of days reasonably required to repair or replace the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or b. 30 days. 4. Our payment is limited to the lesser of the following amounts: a. Necessary and actual expenses incurred; or b. $75 per day, subject to a $2,250 limit. 5. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. 6. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your Rental Reimbursement Expenses which is not already provided for under the Physical Damage — Transportation Expense CA7450(2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 3 of 5 Coverage Extension included in this endorsement. 7. Coverage provided by this extension is excess over any other collectible insurance and/or endorsement to this Policy. S. VEHICLE WRAPS COVERAGE Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: 1. This coverage applies only to a covered "auto" for which Physical Damage Coverage is provided on this Policy. 2. Vehicle wraps that are damaged are covered at the lessor of replacement cost or the original purchase cost of the vehicle wrap, whichever is less, up to $2,000. This coverage does not apply to wear and tear. T. AIRBAG COVERAGE Section III — Physical Damage Coverage, B.3.a. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this Policy, the exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. U. NEW VEHICLE REPLACEMENT COST The following is added to Paragraph C. Limit Of Insurance of Section III — Physical Damage Coverage In the event of a total "loss" to a covered "auto" you own of the private passenger type or vehicle having a gross vehicle weight of 20,000 pounds or less, to which this coverage applies, we will pay to replace such covered "auto", minus any applicable deductible shown in the Declarations, at your option: The verifiable new vehicle purchase price you paid for your damaged vehicle, not including any insurance or warranties. b. The purchase price, as negotiated by us, of a new vehicle of the same make, model, and equipment, or most similar model available, not including any furnishings, parts, or equipment not installed by the manufacturer or their dealership. The market value of your damaged vehicle, not including any furnishings, parts, or equipment not installed by the manufacturer or their dealership. We will not pay for initiation or set up costs associated with a loans or leases. For the purposes of this coverage extension a new covered auto is defined as an "auto" of which you are the original owner that has not been previously titled which you purchased less than 180 days prior to the date of loss. V. LOSS TO TWO OR MORE COVERED AUTOS FROM ONE ACCIDENT Section III — Physical Damage Coverage, D. Deductible Subparagraph 2. is replaced by the following: 2. Regardless of the number of covered "autos" damaged or stolen the maximum deductible applicable for all "loss" in any one event caused by: a. Theft or Mischief or Vandalism; or b. All Perils c. Collision Will be equal to two times the highest deductible applicable to any one covered "auto" on the Policy for Comprehensive, Specified Causes of Loss or Collision Coverage. The application of the highest deductible used to calculate the maximum deductible will be made regardless of which covered "autos" were damaged or stolen in the "loss". W. FULL GLASS COVERAGE Section III — Physical Damage Coverage, D. Deductible is amended by the addition of the following: If the Comprehensive Coverage applies to the covered "autos", no Comprehensive Coverage Deductible applies to the cost of repairing or replacing damaged glass on the covered "auto(s)". X. PHYSICAL DAMAGE DEDUCTIBLE - VEHICLE TRACKING SYSTEM Section III — Physical Damage D. Deductible is amended by adding the following: Comprehensive Coverage Deductible shown in the Declaration will be reduced by 50% for any "loss" caused by theft of the vehicle when equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. Y. DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS Section IV — Business Auto Conditions, A.2. Duties In The Event Of Accident, Claim, Suit Or Loss is amended by adding the following: Your obligation to notify us promptly of an "accident", claim, "suit" or "loss" is satisfied if you send us the required notice as soon as practicable after your Insurance Administrator or anyone else designated by you to be responsible for insurance matters is notified, or in any manner made aware, of an "accident", claim, "suit" or "loss". Z. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY Subparagraph 5. of Paragraph A. Loss Conditions of Section IV — Business Auto Conditions is deleted in its entirety and replaced with the following. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, we waive any right of recovery we may have against any person, or organization with whom you have a CA7450(2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 4 of 5 written contract, agreement or permit executed prior to the "loss" that requires a waiver of recovery for payments made for damages arising out of your operations done under contract with such person or organization. AA. PRIMARY AND NONCONTRIBUTORY — OTHER INSURANCE CONDITION Section IV — Business Auto Conditions, B. General Conditions, 5. Other Insurance c. is replaced by the following: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your Policy provided that 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". However, coverage does not apply to any "auto" leased, hired, rented or borrowed in your Motor Carrier Operations and any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". AB. AC. AD. UNINTENTIONAL FAILURE TO DISCLOSE EXPOSURES Section IV — Business Auto Conditions, B.2. Concealment, Misrepresentation, Or Fraud is amended by adding the following: If you unintentionally fail to disclose any exposures existing at the inception date of this Policy, we will not deny coverage under this Coverage Form solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non - renewal. MENTAL ANGUISH Section V — Definitions, C. is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from bodily injury, sickness or disease. LIBERALIZATION If we revise this endorsement to provide greater coverage without additional premium charge, we will automatically provide the additional coverage to all endorsement holders as of the day the revision is effective in your state. CA7450(2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 5 of 5 PINN/ACOL ASSURANCE 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com Meridian Fire & Security LLC 10200 E Easter Ave Centennial, CO 80112 ENDORSEMENT: Blanket Waiver of Subrogation NCCI #: WC000313B Policy #: 4080055 Hub International Insurance Service 2000 S. Colorado Blvd. Tower 2, Suite 150 Denver, CO 80222 (888) 795-0300 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured, which is in effect and executed prior to any loss. Effective Date:November 1, 2023 Expires on: November 1, 2024 Pinnacol Assurance has issued this endorsement October 27, 2023 7501 E. Lowry Blvd Denver, CO 80230-7006 Page 1 of 1 P HURDT - Underwriter 10/27/2023 15:35:33 4080055 82349020 359-0 Contract Form Entity Information Entity Name" Entity ID* MERIDIAN FIRE AND SECURITY LLC @00044665 Q New Entity? Contract Name* Contract ID WELD COUNTY JAIL ANNUAL FIRE ALARM TESTING 8228 Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE ANNUAL FIRE ALARM TESTING FOR THE WELD COUNTY JAIL PER BID #B2400085. Contract Description 2 Contract Type" CONTRACT Amount" $9,898.83 Renewable* YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 06/01 /2024 GROUNDS 06/05/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM 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? YES Bid/RFP #* B2400085 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date 04/21/2025 Renewal Date" 05/12/2025 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 05/29/2024 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 05/29/2024 05/29/2024 05/29/2024 Final Approval BOCC Approved Tyler Ref # AG 060524 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 06/05/2024
Hello