HomeMy WebLinkAbout20250745.tiffConkva0 Ilo4g133
February 21, 2025
FACILITIES DEPARTMENT
PHONE: (970) 400-2020
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
To: Board of County Commissioners
From: Patrick O'Neill
Subject: 2025 Metal Detector Replacement — Informal Bid
As requested by the Facilities department three vendors supplied pricing to remove and replace the
metal detectors at the Weld County Alternative Programs and West Annex buildings. The low bid is from
CEIA USA and meets specifications.
Therefore, the Facilities Department is recommending the award to CEIA in the amount of $18,305.36.
If you have any questions, please contact me at extension 2023.
Sincerely,
Patrick O'Neill
Facilities Director
ComerrFR59,en&c,-
3/n2
Cc - 0 nbct`v2C BG)
puywaS1 9
3/F1/2.5
2025-0745
5GO.)-C1
SERVICE AGREEMENT BETWEEN WELD COUNTY AND CEIA USA
THIS AGREEMENT is made and entered into this ���day of i' `CU/C ` ,
2025, by and between the Board of Weld County Commissioners, on behalf of Facilities
Department, hereinafter referred to as "County," and CEIA USA, hereinafter referred to
as "Contractor".
WHEREAS, County requires an independent contractor to perform the services
required by County and set forth in the attached Exhibits; and
WHEREAS, Contractor is willing and has the specific ability to perform the
required services at or below the cost set forth in the attached Exhibits; and
WHEREAS, Contractor is authorized to do business in the State of Colorado and
has the time, skill, expertise, and experience necessary to provide the equipment,
materials and services as set forth below.
NOW, THEREFORE, in consideration of the mutual promises and covenants
contained herein, the parties hereto agree as follows:
1. Introduction. The terms of this Agreement are contained in the terms recited in this
document and in the attached Exhibits, each of which forms an integral part of this
Agreement and are incorporated herein. The parties each acknowledge and agree
that this Agreement, including the attached Exhibits, define the performance
obligations of Contractor and Contractor's willingness and ability to meet those
requirements (the "Work"). If a conflict occurs between this Agreement and any
Exhibit or other attached document, the terms of this Agreement shall control, and
the remaining order of precedence shall be based upon order of attachment.
Exhibit A consists of County's Informal Bid Results
2. Service or Work. Contractor agrees to procure the materials, equipment and/or
products necessary for the Work and agrees to diligently provide all services, labor,
personnel, and materials necessary to perform and complete the Work described in
the attached Exhibits. Contractor shall further be responsible for the timely
completion and acknowledges that a failure to comply with the standards and
requirements of Work within the time limits prescribed by County may result in
County's decision to withhold payment or to terminate this Agreement.
3. Term. The term of this Agreement begins upon the date of the mutual execution of
this Agreement and ends one year later. Both of the parties to this Agreement
understand and agree that the laws of the State of Colorado prohibit County from
entering into Agreements which bind County for periods longer than one year. This
Agreement may be extended upon mutual written agreement of the Parties.
1
4. Termination; Breach; Cure. County may terminate this Agreement for its own
convenience upon thirty (30) days written notice to Contractor. Due to the time
needed for County to procure replacement services, Contractor may terminate this
Agreement for its own convenience upon ninety (90) days written notice to County.
Either Party may immediately terminate this Agreement upon material breach of the
other party, however the breaching party shall have fifteen (15) days after receiving
such notice to cure such breach. Upon termination, County shall take possession of
all materials, equipment, tools and facilities owned by County which Contractor is
using, by whatever method it deems expedient; and Contractor shall deliver to
County all completed or partially completed Work under this Agreement, together
with all other items, materials and documents which have been paid for by County,
and these items, materials and documents shall be the property of County. Upon
termination of this Agreement by County, Contractor shall have no claim of any kind
whatsoever against the County by reason of such termination or by reason of any
act incidental thereto, except for compensation for work satisfactorily performed
and/or materials described herein properly delivered.
5. Extension or Amendment. Any amendments or modifications to this agreement
shall be in writing signed by both parties. No additional services or work performed
by Contractor shall be the basis for additional compensation unless and until
Contractor has obtained written authorization and acknowledgement by County for
such additional services.
6. Compensation. Upon Contractor's successful completion of the Work, and
County's acceptance of the same, County agrees to pay Contractor an amount not
to exceed $18,305.36 as set forth in the Exhibits. No payment in excess of that set
forth in the Exhibits will be made by County unless a Change Order authorizing such
additional payment has been specifically approved by Weld County. If, at any time
during the term or after termination or expiration of this Agreement, County
reasonably determines that any payment made by County to Contractor was
improper because the service for which payment was made did not perform as set
forth in this Agreement, then upon written notice of such determination and request
for reimbursement from County, Contractor shall forthwith retum 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
2
Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment
(Colorado Constitution, Article X, Sec. 20).
7. Independent Contractor. Contractor agrees that it is an independent contractor and
that Contractor's officers, agents or employees will not become employees or agents
of County, nor entitled to any employee benefits (including unemployment insurance
or workers' compensation benefits) from County as a result of the execution of this
Agreement. Contractor shall be solely responsible for its acts and those of its agents
and employees for all acts performed pursuant to this Agreement. Any provisions in
this Contract that may appear to give the County the right to direct Contractor as to
details of doing work or to exercise a measure of control over the work mean that
Contractor shall follow the direction of the County as to end results of the work only.
The Contractor is obligated to pay all federal and state income tax on any moneys
earned or paid pursuant to this contract.
8. Subcontractors. Contractor acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of Contractor.
Contractor shall not enter into any subcontractor agreements for the completion of
the Work without County's prior written consent, which may be withheld in County's
sole discretion. County shall have the right in its reasonable discretion to approve all
personnel assigned to the Work during the performance of this Agreement and no
personnel to whom County has an objection, in its reasonable discretion, shall be
assigned to the Work. Contractor shall require each subcontractor, as approved by
County and to the extent of the Work to be performed by the subcontractor, to be
bound to Contractor by the terms of this Agreement, and to assume toward
Contractor all the obligations and responsibilities which Contractor, by this
Agreement, assumes toward County. County shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any subcontractor
hired by Contractor and Contractor shall cooperate in such process. The Contractor
shall be responsible for the acts and omissions of its agents, employees, and
subcontractors.
9. Warranty. Contractor warrants that the Work performed under this Agreement will
be performed in a manner consistent with the standards governing such services
and the provisions of this Agreement. Contractor further represents and warrants
that all Work shall be performed by qualified personnel in a professional manner,
consistent with industry standards, and that all services will conform to applicable
specifications.
10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor
shall submit to County originals of all test results, reports, etc., generated during
completion of this work. Acceptance by County of reports and incidental material(s)
furnished under this Agreement shall not in any way relieve Contractor of
responsibility for the quality and accuracy of the project. In no event shall any action
by County hereunder constitute or be construed to be a waiver by County of any
breach of this Agreement or default which may then exist on the part of Contractor,
3
and County's action or inaction when any such breach or default exists shall not
impair or,prejudice any right or remedy available to County with respect to such
breach or default. No assent expressed or implied, to any breach of any one or more
covenants, provisions or conditions of the Agreement shall be deemed or taken to
be a waiver of any other breach. Acceptance by the County of, or payment for, the
Work completed under this Agreement shall not be construed as a waiver of any of
the County's rights under this Agreement or under the law generally.
11. Insurance. Contractor must secure, before the commencement of the Work, the
following insurance covering all operations, goods, and services provided pursuant
to this Agreement, and shall keep the required insurance coverage in force at all
times during the term of the Agreement, or any extension thereof, and during any
warranty period. For all coverages, Contractor's insurer shall waive subrogation
rights against County. Contractor shall provide coverage with limits of liability no less
than those stated below. An excess liability policy or umbrella liability policy may be
used to meet the minimum liability requirements provided that the coverage is
written on a "following form" basis.
Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or
authorized to do business in the state of Colorado and with an "A.M. Best" rating of
not less than A -VII. The County in no way warrants that the above -required
minimum insurer rating is sufficient to protect the Contractor from potential insurer
insolvency.
Required Types of Insurance.
Workers' Compensation and Employer's Liability Insurance as required by state
statute, covering all of the Contractor's employees acting within the course and
scope of their employment. The policy shall contain a waiver of subrogation against
the County. This requirement shall not apply when a Contractor or subcontractor is
exempt under Colorado Workers' Compensation Act., AND when such Contractor or
subcontractor executes the appropriate sole proprietor waiver form.
Minimum Limits:
Coverage A (Workers' Compensation) Statutory
Coverage B (Employers Liability) $ 100,000
$ 100,000
$ 500,000
Commercial General Liability Insurance including public liability and property
damage, covering all operations required by the Work. The policy shall be endorsed
to include the following additional insured language: "County, its elected officials,
trustees, employees, agents, and volunteers shall be named as additional insureds
with respect to liability arising out of the activities performed by, or on behalf of the
Contractor."
4
Such policy shall include Minimum Limits as follows:
Each Occurrence $ 1,000,000
General Aggregate $ 2,000,000
Products/Completed Operations Aggregate $ 2,000,000
Personal/Advertising Injury $ 1,000,000
Automobile Liability Insurance for Bodily Injury and Property Damage for any
owned, hired, and non -owned vehicles operating both on County property and
elsewhere in the performance of this Contract.
Contractor's Automobile Insurance Policy shall include Minimum Limits as follows:
Bodily Injury/Property Damage (Each Accident) $ 1,000,000
12. Proof of Insurance. All insurers must be licensed or approved to do business
within the State of Colorado, and unless otherwise specified, all policies must be
written on a per occurrence basis. The Contractor shall provide the County with a
Certificate of Insurance evidencing all required coverages, before commencing work
or entering the County premises. The Contractor shall furnish the County with
certificates of insurance (ACCORD) form or equivalent approved by the County as
required by this Contract. The certificates for each insurance policy are to be signed
by a person authorized by that insurer to bind coverage on its behalf. The
Contractor shall name the County, its elected officials, trustees, employees, agents,
and volunteers as "Additional Insureds" for work that is being performed by the
Contractor.
On insurance policies where the County is named as an additional insured, the
County shall be an additional insured to the full limits of liability purchased by the
Contractor even if those limits of liability are in excess of those required by this
Contract.
Upon request by the County, Contractor must provide a certified copy of the actual
insurance policy and/or required endorsements, for examination, effecting
coverage(s) required by the Contract. Such documents are deemed confidential and
deemed not public records for purposes of the Colorado Open Records Act. All
certificates and endorsements are to be received and approved by the County
before work commences.
Each insurance policy required by this Agreement must be in effect at or prior to
commencement of work under this Agreement and remain in effect for the duration
of the project, and for a longer period of time if required by other provisions in this
5
Agreement. Failure to maintain the insurance policies as required by this Agreement
or to provide evidence of renewal is a material breach of contract.
All certificates and any required endorsement(s) shall be sent directly to the County
Department Representative's Name and Address. The project/contract number and
project description shall be noted on the certificate of insurance. The County
reserves the right to require complete, certified copies of all insurance policies for
examination required by this Agreement at any time.
Any modification or variation from the insurance requirements in this Agreement
shall be made by the County Attorney's Office, whose decision shall be final. Such
action will not require a formal contract amendment but may be made by
administrative action.
13. Additional Insurance Related Requirements: The County requires that all
policies of insurance be written on a primary basis, non-contributory with any other
insurance coverages and/or self-insurance carried by the County.
The Contractor shall advise the County in the event any general aggregate or other
aggregate limits are reduced below the required per occurrence limit. At their own
expense, the Contractor will reinstate the aggregate limits to comply with the
minimum requirements and shall furnish the County with a new certificate of
insurance showing such coverage is in force.
Commercial General Liability Completed Operations coverage must be kept in effect
for up to three (3) years after completion of the project. Contractors Professional
Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years
after completion of the project.
Certificates of insurance shall state that on the policies that the County is required to
be named as an Additional Insured, the insurance carrier shall provide a minimum of
30 days advance written notice to the County for cancellation, non -renewal,
suspension, voided, or material changes to policies required under this Agreement,
except when cancellation is for non-payment of premium, then ten (10) days prior
notice may be given.
On all other policies, it is the Contractor's responsibility to give the County 30 days'
notice if policies are reduced in coverage or limits, cancelled or non -renewed.
However, in those situations where the insurance carrier refuses to provide notice to
County, the Contractor shall notify County of any cancellation, or reduction in
coverage or limits of any insurance within seven (7) days or receipt of insurer's
notification to that effect.
The Contractor agrees that the insurance requirements specified in this Agreement
do not reduce the liability Contractor has assumed in the indemnification/hold
harmless section of this Agreement.
6
Failure of the Contractor to fully comply with these requirements during the term of
this Agreement may be considered a material breach of contract and may be cause
for immediate termination of the Agreement at the option of the County. The County
reserves the right to negotiate additional specific insurance requirements at the time
of the contract award.
14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors
providing services under this Agreement have or will have the above -described
insurance prior to their commencement of the Work, or otherwise that they are
covered by the Contractor's policies to the minimum limits as required herein.
Contractor agrees to provide proof of insurance for all such subcontractors upon
request by the County.
15. No limitation of Liability. The insurance coverages specified in this Agreement
are the minimum requirements, and these requirements do not decrease or limit the
liability of Contractor. The County in no way warrants that the minimum limits
contained herein are sufficient to protect the Contractor from liabilities that might
arise out of the performance of the Work under by the Contractor, its agents,
representatives, employees, or subcontractors. The Contractor shall assess its own
risks and if it deems appropriate and/or prudent, maintain higher limits and/or
broader coverages. The Contractor is not relieved of any liability or other obligations
assumed or pursuant to the Contract by reason of its failure to obtain or maintain
insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at
its own expense, any additional kinds or amounts of insurance that it may deem
necessary to cover its obligations and liabilities under this Agreement.
16. Mutual Cooperation. The County and Contractor shall cooperate with each other
in the collection of any insurance proceeds which may be payable in the event of
any loss, including the execution and delivery of any proof of loss or other actions
required to effect recovery.
17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not
excluding the County's right to participate, defend the County, its officers, officials,
agents, and employees, from and against all liabilities, claims, actions, damages,
losses, and expenses including without limitation reasonable attorneys' fees and
costs (hereinafter referred to collectively as "claims") for bodily injury or personal
injury including death, or loss or damage to tangible or intangible property caused, or
alleged to be caused, in whole or in part, by the negligent or willful acts or omissions
of Contractor or any of its owners, officers, directors, agents, employees or
subcontractors. This indemnity includes any claim or amount arising out of or
recovered under the Workers' Compensation law or arising out of the failure of such
contractor to conform to any federal, state, or local law, statute, ordinance, rule,
regulation, or court decree. It is the specific intention of the parties that County shall,
in all instances, except for claims arising solely from the negligent or willful acts or
omissions of the County, be indemnified by Contractor from and against any and all
7
claims. It is agreed that Contractor will be responsible for primary loss investigation,
defense; and judgment costs where this indemnification is applicable. In
consideration for the award of this contract, the Contractor agrees to waive all rights
of subrogation against the County, its officers, officials, agents, and employees for
losses arising from the work performed by the Contractor for the County.
18. 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.
19. Examination of Records. To the extent required by law, the Contractor agrees
that a duly authorized representative of County, including the County Auditor, shall
have access to and the right to examine and audit any books, documents, papers,
and records of Contractor, involving all matters and/or transactions related to this
Agreement. Contractor agrees to maintain these documents for three years from
the date of the last payment received.
20. Interruptions. Neither party to this Agreement shall be liable to the other for delays
in delivery or failure to deliver or otherwise to perform any obligation under this
Agreement, where such failure is due to any cause beyond its reasonable control,
including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or
Governmental actions.
21. Notices. All notices or other communications made by one party to the other
concerning the terms and conditions of this contract shall be deemed delivered
under the following circumstances:
a) personal service by a reputable courier service requiring signature for receipt; or
b) five (5) days following delivery to the United States Postal Service, postage
prepaid addressed to a party at the address set forth in this contract; or
c) electronic transmission via email at the address set forth below, where a receipt
or acknowledgment is required and received by the sending party; or
Either party may change its notice address(es) by written notice to the other. Notice
may be sent to:
TO CONTRACTOR:
Name: Airin Tatum
Position: Regional Sales Manager
Address: 6336 Hudson Crossing Parkway, Hudson OH 44236
E-mail: atatum@ceia-USA.com
Phone: (440) 804-4933
8
TO COUNTY:
Name: Patrick O'Neill
Position: Facilities Director
Address: 1105 H Street, Greeley Colorado 80632
E-mail: poneill@weld.gov
Phone: (970) 400-2023
22. Compliance with Law. Contractor shall strictly comply with all applicable federal
and State laws, rules and regulations in effect or hereafter established, including
without limitation, laws applicable to discrimination and unfair employment practices.
23. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may
engage or use other Contractors or persons to perform services of the same or
similar nature.
24. Entire Agreement/Modifications. This Agreement including the Exhibits attached
hereto and incorporated herein, contains the entire agreement between the parties
with respect to the subject matter contained in this Agreement. This instrument
supersedes all 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.
25. 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.
26. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq.
and §24-50-507. The signatories to this Agreement state that to their knowledge, no
employee of Weld County has any personal or beneficial interest whatsoever in the
service or property which is the subject matter of this Agreement.
27. Survival of Termination. The obligations of the parties under this Agreement that
by their nature would continue beyond expiration or termination of this Agreement
(including, without limitation, the warranties, indemnification obligations,
confidentiality and record keeping requirements) shall survive any such expiration or
termination.
28. 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.
9
29. Non -Waiver. No term or condition of this Agreement shall be construed or
interpreted as a waiver, express or implied, of the monetary limitations or any of the
other immunities, rights, benefits, protections, or other provisions, of the Colorado
Governmental Immunity Act §§ 24-10-101 et seq., as applicable now or hereafter
amended.
30. No Third -Party Beneficiary. It is expressly understood and agreed that the
enforcement of the terms and conditions of this Agreement, and all 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.
31. Board of County Commissioners of Weld County Approval. This Agreement
shall not be valid until it has been approved by the Board of County Commissioners
of Weld County, Colorado, or its designee.
32. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established
pursuant thereto, shall be applied in the interpretation, execution, and enforcement
of this Agreement. Any provision included or incorporated herein by reference which
conflicts with said laws, rules and/or regulations shall be null and void. In the event
of a legal dispute between the parties, Contractor agrees that the Weld County
District Court shall have exclusive jurisdiction to resolve said dispute.
33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and
agrees that it does not knowingly employ or contract with an unauthorized alien who
will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter
into a contract with a subcontractor that employs or contracts with an unauthorized
alien to perform work under this Agreement. Upon request, contractor shall deliver
to the County a written notarized affirmation that it has examined the legal work
status of an employee and shall comply with all other requirements of federal or
state law.
Contractor agrees to comply with any reasonable request from the Colorado
Department of Labor and Employment in the course of any investigation.
If Contractor fails to comply with any requirement of this provision, County may
terminate this Agreement for breach, and if so terminated, Contractor shall be liable
for actual and consequential damages.
34. Attorney's Fees/Legal Costs. In the event of a dispute between County and
Contractor concerning this Agreement, the parties agree that each party shall be
10
responsible for the payment of attorney fees and/or legal costs incurred by or on its
own behalf.
35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration
by any extra -judicial body or person. Any provision to the contrary in this Agreement
or incorporated herein by reference shall be null and void.
Acknowledgment. County and Contractor acknowledge that each has read this
Agreement, understands it and agrees to be bound by its terms. Both parties further
agree that this Agreement, with the attached Exhibits, is the complete and exclusive
statement of agreement between the parties and supersedes all proposals or prior
agreements, oral or written, and any other communications between the parties relating
to the subject tter of this Agreement.
CONTRACT
By:
Name:uca Cacioli
Title: Chief Executive Officer
Date of Signature: 3/4/2025
WELD COUNTY:
ATTEST: �,,,‘de4! :Xti;e1 BOARD OF COUNTY COMMISSIONERS OF
WELD COUNTY, COLORADO
Weld County
lerk to the Board
BY: U
Deputy Clerk to the oard
L. Buck, Chair
MAR 1 7 2025
2615-{)145
Request for Quotation
& Informal Bid Tabulation
Department Facilities
Date February 18, 2025
Requestor Name Will Hopkins
Scope of Work
Provide materials and labor for two metal detectors, one for Alternative Programs and the second for Justice Services West Annex.
These units are to replace the existing units at each location.
1 Quote# 1 Il Quote# 2
II Quote# 3
Vendor Name
CEIA USA
School Specialty
ACS Detection
Contact Name
Airin Tatum
Susan Secor
Ueff McGrath
Phone
440-804-4933
970-243-5365
603-249-9820
Email or Website
ATatum(@ceia-USA.com
Susan.secor(@schoolspecialty
Jeff(@acsdetection.com
Total$18,305.36
$19,40742
$20,718.98
Basis of Award (check one)
X_ Lowest bid as to price.
Lowest bid meeting specifications.
Only bid received.
CEIA, USA is the low bid and meets all project requirements.
Facilities recommendation is to award to CEIA, USA.
Department Head Approval
Name: Patrick O'Neill
Date: 2/18/25
Signature:
Ale• M
r SeQ
63361IUDSON CROSSING PKWY
HUDSON, Ott 44236
P: (330)-405-3190
F: (330)-405-3196
BILL TO:
WELD COUNTY SHERIFFS OFFICE
ATTN: ACCOUNTS PAYABLE
1150 "O" STREET
GREELEY, CO 80631
P. +1 970-356-4000 ext. 4223
QUOTE#: 065002
DATE: 2/5/2025
Page 1/4
SHIP TO:
WELD COUNTY GOVERNMENT -ALTERNATIVE
PROGRAMS
ATTN. MIKE IANNUZZI
1390 N. 17th AVENUE
GREELEY, CO 80631
P: +1 970-381-7246
Customer ID
PO Number Ship Via
Sales Rep Payment Terms
Req. Ship
VVELCOU PMD2 ALTERNATIVE COMMON CARRIER ATATUM
NET 30
2/26/25
Item Not@:
U/M lnem # Descriotion
EACH PMD2PLUS/EZ-0O33 PMD2PLUS/EZ Metal Detector 720mm
Unit Price I Ext
lice.
$6,630.00 $6,630.00
PMD2 PLUS Walk -Through Metal Detector, elliptic version. complete with four
multi zones display bars programmable as pacing lights and/or 60 localization
zones with left and right indication, Met -Identity technology, low voltage DC
power, Chip -Card programming, One -Touch automatic self -installation, Bluetooth
and RS -232 communication, anti -tamper on/off switch
EACH 64355 Stabilizing Base Plates (1 Pair - Qty 2) vv/large mounting $134.00 $134.00
holes
j1,m Nnta:
I EACH 46982 High Precision Transit Counter/E $644.00 $644.00
Item Note.
EACH S/L/I SERVICE/ LABOR/ INSTALLATION $1,054.18 $1,054.18
Jtem Note:
PRORATED SiL/I BASED ON 2 UNITS BEING
INSTALLED AT 2 LOCATIONS WITHIN
GREELEY 1MTHHIN CLOSE PROXIMITY SEE
QUOTE 065001
S/Ul= SET-UP, INSTALLATION, CALIBRATION, OPERATOR TRAINING, VERIFICATION OF
SETTINGS 8 COMPLETION OF A SITE ACCEPTANCE TEST BY A CEIA CERTIFIED
t l 4-014AsEENNNItOT614affd�N`ti ZATNTilffaNCELON4 ttrtr))
gmNut 3XIIkIIItgRiACH OTHER -CROSS REFERENCED WITH QUOTE 065001
Subtotal
$8,462.18
Misc
$0.00
Tax
$0.00
Freight
$550.00
POC MIKE IANNUZZI miannuzzi@weld.gov 970-381-7246 MOBILE Total $9,012.18
970.400.2031 OFFICE
ALL AMOUNTS ARE IN U.S. DOLLARS
TEL: 330-405-3190 FAX: 330-405-3196
"We add a 3% surcharge on all credit card payments. This surcharge is not greater than our total cost of accepting
credit cards. There is no surcharge for debit card payments"
6336 HUDSON CROSSING PKWY
HUDSON, OH 44236
P: (330)-405-3190
(330)-405-3196
BILL TO:
WELD COUNTY SHERIFFS OFFICE
ATTN: ACCOUNTS PAYABLE
1150 "0" STREET
GREELEY, CO 80631
P: +1 970-356-4000 ext. 4223
QUOTE#: 065001
DATE: 2/5/2025
Page 1/4
SHIP TO:
JUSTICE SERVICES
ATTN: MIKE IANNUZZI
90110TH AVE
GREELEY, CO 80631
P. +1 970-381-7246
Customer ID
PO Number Ship Via
Sales Rep Payment Terms
Req. Ship
WELCOU PMD2PLUS+ACCESS COMMON CARRIER ATATUM
NET 30
2/26/25
Unit Pricei
Jtem Note
Item Note;
1
Item Note.
Una tloto
I
Item Note:
Ext. Price
EACH PMD2PLUS/EZ-0O33 PMD2PLUS/EZ Metal Detector 720mm $6,630.00 $6,630.00
EACH 64355
EACH 46982
EACH EMD-SK-GDML
EACH S/L/l
PM02 PLUS Walk -Through Metal Detector, elliptic version, complete with four
multi zones display bars programmable as pacing lights and/or 60 localization
zones with left and right indication. Met -Identity technology, low voltage DC
power. Chip -Card programming, One -Touch automatic self -installation. Bluetooth
and RS -232 communication, anti -tamper on/off switch
Stabilizing Base Plates (1 Pair - Qty 2) w/large mounting $134.00 $134.00
holes
High Precision Transit Counter/E
$644.00 $644.00
Disassembled Guns Daily Test Kit $281.00
Test sample kit with disassembled firearm simulants caliber 22 and 32
$281.00
SERVICE/ LABOR/ INSTALLATION $1,054.18 $1,054.18
S/UI=SET-UP, INSTALLATION, CALIBRATION, OPERATOR TRAINING, VERIFICATION OF
SETTINGS & COMPLETION OF A SITE ACCEPTANCE TEST BY A CEIA CERTIFIED
TECHNICIAN 1 UNIT 1 LOCATION
BRORP1ffi3 tiUIOiliNSBD ON THE INSTALL OF 2 UNITS AT THE SAME TIME WITHIN
CLOSE PROXIMITY OF EACH OTHER -CROSS REFERENCED WITH QUOTE 065002
POC MIKE IANNUZZI miannuzzi@weld.gov 970-381-7246 MOBILE
970.400.2031 OFFICE
Subtotal
$8,743.18
Misc
$0.00
Tax
$0.00
Freight
$550.00
Total
$9,293.18
ALL AMOUNTS ARE IN U.S. DOLLARS
TEL: 330-405-3190 / FAX: 330-405-3196
"We add a 3% surcharge on all credit card payments. This surcharge is not greater than our total cost of accepting
credit cards. There is no surcharge for debit card payments"
SSL Quote Number: Q-547644
Status; Draft
Quote Name: Metal Detector
Currency: USD
Created Date: 02-14-2025
Expiration Date: 04-14-2025
Customer Number: 3048446
Requestor Name: Mike lannuzzi
miannuzzi@weld.gov
9703817246
Lift Gate Truck Required:
Inside Delivery:
Customer Program:
To place an order using this quote,
contact:
Phone 888-388-3224
Email orders@schoolspecialty.com
School
1 I Specialty,
Sales Rep Name: Susan Secor
Sales Rep Email: susan.secor@schoolspecialty.com
Sales Rep Phone: (920) 243-5365
Bill To: WELD COUNTY CASE MANAGEMENT AGENCY
315 N 11th Ave BLDG C
Greeley, CO 80631-2014
Ship To: WELD COUNTY CASE MANAGEMENT AGENCY
315 N 11th Ave BLDG C
Greeley, CO 80631-2014
Notes:
Quantity
SSL Item
Customer
Item#
Pack
Size
Item Description
List Price
Your Price
Extended
Price
1
2128795
Each
CEIA WALK-THROUGH METAL DETECTOR ELLIPTIC
VERSION WITH BLUETOOTH
S10,906 95
$6.630.00
$6.630.00
1
2130265
Each
METAL DETECTORS- CEIA DUAL BEAM PHOTOCELLS
AND TRANSIT COUNTER FOR PMD2PLUS/EZ
$1,041.95
$644.00
$644.00
1
2130239
Each
METAL DETECTORS - CEIA STABILIZING BASE PLATES
FOR PMD2PLUS/EZ
$1,131.95
$700.00
$700.00
1
INSTALL
Each
INSTALLATION CHARGES
$0.00
$1,729.71
$1,729.71
Subtotal $9,703.71
Estimated Taxes So 00
Shipping & Handling so 00
Total 59.703 71
Accept this quote by sending back your purchase order number or signing it electronically. For orders over $15,000.00, please submit a hard
copy of your Purchase Order.
Prices subject to change until all finish selections have been completed. Order will not be placed until all finish options are selected.
Page I of?
Signature:
Name:
Date
Purchase Order Number.
Shipping Instructions:
Pack Skip Notes:
Page 2 of 2
SSL Quote Number: Q-547644
Status: Draft
Quote Name: Metal Detector
Currency: USD
Created Date: 02-14-2025
Expiration Date: 04-14-2025
Customer Number: 3048446
Requestor Name: Mike lannuzzi
monnuzzi@weld.gov
9703817246
Lift Gate Truck Required:
Inside Delivery:
Customer Program:
To place an order using this quote.
contact:
Phone 888-388-3224
Email orders@schoolspecialty.com
„Ischool
• I Specialty.
Sales Rep Name: Susan Secor
Sales Rep Email: susan.secor@schoolspecialty.com
Sales Rep Phone: (920) 243-5365
Bill To; WELD COUNTY CASE MANAGEMENT AGENCY
315 N 11th Ave BLDG C
Greeley, CO 80631-2014
Ship To: WELD COUNTY CASE MANAGEMENT AGENCY
315N 11th Ave BLDG C
Greeley, CO 80631-2014
Notes:
Quantity
SSL Item
Customer
Item#
Pack
Size
Item Description
List Price
Your Price
Extended
Price
1
2128795
Each
CEIA WALK-THROUGH METAL DETECTOR ELLIPTIC
VERSION WITH BLUETOOTH
$10.906.95
$6.630.00
$6,630,00
1
2130265
Each
METAL DETECTORS - CEIA DUAL BEAM PHOTOCELLS
AND TRANSIT COUNTER FOR PMD2PLUS/EZ
$1,041.95
$644.00
$644.00
1
2130239
Each
METAL DETECTORS- CEIA STABILIZING BASE PLATES
FOR PMD2PLUS/EZ
$1,131.95
$700.00
$700.00
1
INSTALL
Each
INSTALLATION CHARGES
$0.00
$1,729.71
$1,729.71
Subtotal
Estimated Taxes
Shipping & Handling
Total
$9.703.71
$0 00
$0.00
$9,703.71
Accept this quote by sending back your purchase order number or signing it electronically. For orders over $15,000.00, please submit a hard
copy of your Purchase Order.
Prices subject to change until all finish selections have been completed. Order will not be placed until all finish options are selected.
Page 1 of 2
Signature:
Name:
Date:
Purchase Order Number:
Shipping Instructions:
Pack Slip Notes:
Page 2 of 2
tfiAccess Control Systems, Inc.
PO Box 7521
(j- Milford, NH 03055
<(
Name / Address
Weld County Dept of Purchasing
Mike lannuzzi
1 150 0 Street
Greeley, CO 80631
Estimate
Date
Quote#
2/14/2025
Q25-4473
Phone#
Fax#
Terms
Project
Rep
603-249-9820
603-249-9818
Net 30
JRM
Description
Qty
Cost
Total
Ceia PIVID2 Plus EZ Walk Through Metal Detector
PMD2PLUS/ Z-01133 -- PMD2 Plus EZ Walk -Through Metal Detector,
Elliptic version
46982 -- Dual F3eam Photocells and Transit Counter, FZ
64355 -- Standard Stabilizing Metal Plates
EMD-SK-GDMI. -- Test sample kit with disassembled firearm simulants
caliber 22 and 32
WTNID-FIZETGITI. -- Standard Freight Costs, W NID
WTMD-INST AI.I.-P -- WTMD Installation - Prison/I.P Configuration
Walk -Through Metal Detectors require acceptable operating environments free
from interference that affects their ability to operate properly. As the customer
controls the facility and placement of the wrmu which is beyond the control
of ACS, ACS makes no guaranty of suitability of operation as a result of this
sale.
Delivery Address:
Alternative Programs
1390 N. 17th Avenue
Greeley CO 80631
1.00
1.00
1.00
1.00
1.00
1.00
6,033.30
586.04
121.94
255.71
412.50
2,950.00
0.00
6,033.30
586.04
121.94
255.71
412.50
2,950.00
0.00
Accet:tcd Quotes dust Be Sii:ned and Returned With A Purchase Order or Check
Accepted By:
Signature:
Acceptance Date:
This estimate is a "Good I' aith" quote of ttic items proposed. .ACS will not be responsible
for typos, errors or omissions. Unless otherwise specified, this estimate is valid for 30 days
1 T ota l SI0,359.49
from the date issued. Federal laws require that `lanufaeairer's Terms and Conditions shall
prevail https acsdetection.com tenns.
rJ)
OMilford, NH 03055
Access Control Systems, Inc.
PO Box 7521
<(
Name / Address
Weld County Dept of Purchasing
Mike lannuzzi
1 150 0 Street
Greeley, CO 80631
Estimate
Date
Quote#
2:112025
Q25-4471
Nem
'—a.#
Phone#
Fax#
Terms
Project
Rep
603-249-9820
603-249-9818
Net30
JNNt
Description
Qty
Cost
Total
Ceia PNID2 Plus E -;Z Walk Through `fetal Detector
PNID2PLl'S'LZ-0033 -- PNID2 Plus E;Z Walk -Through Metal Detector,
Elliptic version
46982 -- Dual Beam Photocells and Transit Counter, E7.
64355 -- Standard Stabilizing Metal Plates
E::NID-SK-GDML -- Test sample kit with disassembled firearm simulants
caliber 22 and 32
WTNID-FREIGHT -- Standard Freight Costs, WTNID
NVTNID-INS CALL -P- WTNID Installation - Prison/LP Configuration
Valk -Through Metal Detectors require acceptable operating environments free
from interference that affects their ability to operate properly. As the customer
controls the facility and placement of the WTtiID which is beyond the control
of ACS, ACS makes no guaranty of suitability of operation as a result of this
sale.
Delivery Address:
Justice Services
901 10th Avenue
Greeley CO 80631
1.00
1.00
1.00
1.00
1.00
I.00
6,033.30
586.04
121.94
255.71
412.50
2,950.00
0.00
6,033.30
586.04
121.94
255.71
412.50
2,950.00
0.00
Acceuted Quotes Must Be Sii:ned and Returned With A Purchase Order or Check
Accepted By:
Signature:
Acceptance Date:
This estimate is a "Good Faith" quote of the items proposed. ICS ,ill not be responsible
for typos, errors or omissions ['nless otherwise specified, this estimate is valid for 30 days
Total 510,359.49
from the date issued Federal laws require that Manufacturer's Terms and ('onditions shall
prevail haps acsdetection corn terms
ACORD.
Client#: 21455 CEIA
CERTIFICATE OF LIABILITY INSURANCE
DATE277Y"
2/21!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()es) 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 any rights to the certificate holder in lieu of such endorsement(s).
PRICER
Althans Insurance Agency, Inc.
543 East Washington St.
P.O.Box 570
Chagrin Falls, OH 44022
rin;;i7. C.eruricaie Kequesi UepT.
[Xi:, Ext): "U..'..1.2 I grc, No): 440.247.2394
Ac REss:—CLcertsgaithans.com
INSURER{S) AFFORDING COVERAGE
NAIC k
INSURER A: Hartford Fire Insurance Company
19682
INSURED
CEIA•USA, LTD
6336 Hudson Crossing Parkway
Hudson, OH 44236
INSURER B : Twin City Fire Insurance Company
29459
INSURER C:
INSURER 0
INSURER E :
INSURER F :
COVERAGES
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.
VAR TYPE OF INSURANCE
ADDL SUER
faViYD
POLICY NUMBER
POLICY EFF
(MMNDIYYYn
POLICY EXP
talc1YYYY)
LIMITS
A X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE 1.( OCCUR
X X
45 UUN AV1KDG
05/27/2024
05/2712025
EACH OCCURRENCE
51,000,000
PREMISES (EaENacaxrOence)
$300,000
MED EXP (Any one person)
S10,000
PERSONAL & ADV INJURY
S1,000,000
GENERAL AGGREGATE
52,000,000
GENT. AGGREGATE LIMIT APPLIES PER:
POLICY _X JECT � LOC
OTHER:
PRODUCTS - COMPfOP AGG
SSEE BELOW FO
SPROD/CO LIMIT
A AUTOMOBILE LIABILITY
X ANY AUTO
?Al
AUTOS ONLY
X HIRED
_ AUTOS ONLY
- SCHEDULED
AUTOS
X NON -OWNED
_ AUTOS ONLY
X X
45 UEN GC2059
05/27/2024
05/27/2025
(EMacBddeD)SINGLE LIMIT
$1,000,000
BODILY INJURY (Per person)
S
BODILY INJURY (Per accident)
S
Pe�acEdRden10AMAGE
( )
5
S
B UMBRELLA LIAB
X EXCESS LIAR
X OCCUR
CLAIMS -MADE
45 XS ON00HZ
Excess over GL
Auto & Products
05/27/2024
05/2712025
EACH OCCURRENCE
55,000,000
AGGREGATE
S5,000,000
s
DED I XI RETENTION SNOne
B AND EMPLOYEre Lg811LTY
B ANYPROpm,-BoWPARTNERrcuTIVE Y/NN
OFFICERIMEMBER EXCLUDED? N
{Mandatory In NH) --
If yes, describe under
DESCRIPTION OF OPERATIONS below
X
NIA
45 WE ID7005
45 WE ID70O5
05/27/2024
05/27/2024
05/27/2025
05/27/2025
TH-
X I STATUTE I lER
E.L. EACH ACCIDENT
s1,000,000
E.L. DISEASE - EA EMPLOYEE
51,000,000
E.L. DISEASE .POLICY LIMIT
51,000,000
B PRODUCTS
LIABILITY
X X
45 CES OF00SO
05127/2024
05/2712025
$1,000,000 Occurrence
$2,000,000 Aggregate
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
Weld County, Colorado, its elected officials, 'ts subsidiary, associated and/or affiliated entities,
successors, or assigns, employees, agents, and volunteers is named as an additional insured for General
Liability when required by written contract with the named insured. General Liability includes Waiver of
Subrogation in favor of the additional insured when required by written contract.
CERTIFICATE NUMBER:
REVISION NUMBER:
CERTIFICATE HOLDER
CANCELLATION
Weld County Facilities
Department
1105 H Street P.O. 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
01988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2018/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
Contract Form
Entity Information
Entity Name*
CEIA USA
Entity ID*
@00036125
Contract Name*
METAL DETECTORS FOR ALTERNATIVE PROGRAMS
AND JUSTICE SERVICES
Contract Status
CTB REVIEW
CJ New Entity?
Contract ID
9133
Contract Lead*
CNAIBAUER
Contract Lead Email
cnaibauer@weld.gov
Parent Contract ID
Requires Board Approval
YES
Department Project #
Contract Description*
PROVIDE AND INSTALL REPLACEMENT METAL DETECTORS FOR ALTERNATIVE PROGRAMS AND JUSTICE SERVICES
Contract Description 2
Contract Type*
CONTRACT
Amount*
$18,305.36
Renewable*
NO
Automatic Renewal
Grant
IGA
Department Requested BOCC Agenda Due Date
BUILDINGS AND Date* 02/27/2025
GROUNDS 03/03/2025
Department Email
CM-
BuildingGrounds@weld.go
v
Department Head Email
CM-BuildingGrounds-
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*
06/30/2025
Committed Delivery Date
Renewal Date
Expiration Date*
06/30/2025
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
03/11/2025 03/11/2025 03/11/2025
Final Approval
BOCC Approved Tyler Ref #
AG 031725
BOCC Signed Date Originator
CNAIBAUER
BOCC Agenda Date
03/17/2025
Hello