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
20250720.tiff
CunkvaCk-l'Dii-g3ai AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND RUSS BASSETT CORP. FOR 911 CONSOLE FURNITURE. THIS AGREEMENT is made and entered into this 2nd day of September, 2025, by and between the Board of Weld County Commissioners, on behalf of the Public Safety Communications, hereinafter referred to as "County," and Russ Bassett Corp., 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 temis 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 be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B2500024. 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 servioes, 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 Form Revisiong, , Conte HcAev aB/25 cC : OnbaSe (CM) 'PI,YClock. R/a/ 25 2025-01 20 CM 00 Zcl 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 Department of Public Works 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 terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or 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. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust 2 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 shalt 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 $837,073.40, 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 or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the 3 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 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 4 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 conditians 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. 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. 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 "-Mowing form" basis. 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 5 before the contract date or the first date when any goods or services were provided to County, whichever is earlier. 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. 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. 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 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. Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate. 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. Proof of Insurance Contractor shall provide to County a Certificate of Insurance (COI). The County, in its discretion, may accept other forms of proof of insurance. The Certificate of Insurance shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations". 6 In the County's sole discretion, the County may ask to examine a policy, an endorsement, or other proof of insurance if there is a question on coverage. Such examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present. 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. Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance 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. Minimum Limits: Coverage A (Workers' Compensation)- Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 2) 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 subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, 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, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 7 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. 3) Automobile Liability: Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non -owned vehicles used in the performance of this contract. The County is to be endorsed as an additional insured on policy for Automobile Liability with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations. 4) Professional Liability: Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss Aggregate $ 2,000,000 $ 4,000,000 5) 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. 6) Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained, or an extended discovery period will be 8 exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 1,000,000 7) Builders' Risk Insurance or Installation Floater— Completed Value Basis' Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. a. The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the coveredproperty is being transported to the construction installation site, or awaiting installation, whether on or off site. b. Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. c. The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. d. The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false - work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. e. The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any 9 Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. f. Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). g. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any 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. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. 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 on the certificate, "Weld County, its associated and/or affiliated entities, successors, or assigns; its elected officials, employees, agents, and volunteers as Additional Insureds" for Commercial General Liability and Auto Liability 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 10 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 copy of the actua insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA). All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. 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. 14. 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. 15. Indemnity. The Contractor agrees to indemnify, hold harmless and, not excluding the County's right to participate, defend County, its officers, agents, emp'oyees, associated and/or affiliated entities, successors, or assigns its elected officials, trustees, volunteers, and any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of litigation, actions, loss, damage, expense, cost or claims of any character or any nature arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. It is the specific intention of the parties that the 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 claims. 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, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for 11 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. 16. 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. 17. 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. 18. 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. 19. 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: Robin S Lunder Position: Controller Address: 8189 Byron Road Address: Whittier, CA 90606 12 E-mail: rlunder@russbassett.com Phone: 562-447-2224 County: Tina Powell Position: Director of Public Safety Communications Address: 1551 N 17th Avenue Address: Greeley, CO 80631 E-mail: tpowell@weld.gov Phone: 970-646-3557 20. 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. 21. 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. 22. Entire AgreementlModifications. 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 instrumen_ signed by both parties. 23. 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. 24. 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. 25. 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. 26. 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 13 construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 27. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as from time to time amended or otherwise available to the County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 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 as applicable now or hereafter amended. 28. 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. 29. 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. 30. 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. 31. 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 otherwise comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 14 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. 32. 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 the public works 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).] 33. 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. 34. 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. 35. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By:-gC7wi Name: Robin Lunder Title: Controller /.2.0 5 Date of Signature 15 WELD COUNTY: , ATTEST: �,,�I�/ 1 •e1 BOARD OF COUNTY COMMISSIONERS Weld ounty Clerk to the Board WELD COUNTY, COLORADO BY: Dep y lerk to t e (Weld County and Russ B (Rest of page intentionally le 16 er Perry Buck, Chair SEN 0 8 2025 nsole Furniture) ZOZS-0-72 0 Weld County Finance Department Purchasing Division 1301 North 17'h Avenue Greeley, Colorado 80631 Construction S olicitation Number: Title: Issue Date: P re -Proposal Meeting: Pre -Proposal Location: Questions Due: Questions Posted: Questions email: Proposal Due Date: P roposal Delivery: For additional information: RFP Schedules Request for Proposal (RFP) Cover Sheet B2500024 911 Console Furniture February 5t'', 2025 February 19, 2025, at 9:00 AM 1551 North 17th Avenue, Greeley, CO February 26, 2025, by 10:00 AM February 28, 2025, by 5:00 PM bids(a�weld.gov March 5, 2025, by 10:00 AM Purchasing's Clock P referred email to bids@weld.gov or option to hand delivery to 1301 N orth 17th Avenue, Greeley, CO 80631 bids@weld.gov Documents Included in this Proposal Package S chedule A: Proposal Instructions S chedule B: Scope of Work Schedule C: Project Schedule S chedule D: RFP Response - Criteria S chedule E: Proposal Form Schedule F: Insurance & Bonds Schedule G: Weld County Contract RFP Attachments Attachment 1 — WCRCC Center Drawing Attachment 2 — Weld 911 Console Furniture Requirements Form Revision 12-2024 Schedule B - Scope of Work P roject Overview Weld County is seeking proposals for a vendor to provide 911 Console Furniture. Method of Procurement Best Value: Best Value refers to a project procurement method where price and other key factors, such as quality and expertise, are considered in the evaluation and selection process. Best Value is typically achieved through atwo-step process using a Request for Qualifications (RFQ) and Request for Proposal (RFP) to evaluate proposers. r Delivery Method Design -Build (DB): Design -Build (DB) is a project delivery method in which the agency procures both design and construction services in the same contract from a single, legal entity referred to as the design -builder. The design -builder controls the details of design and is responsible for the cost of any errors or omissions encountered in construction. P ricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. S pecific Requirements and Responsibilities WCRCC is interested in receiving a bid price for a new console furniture system to support 21 telecommunicator/shift supervisor consoles and 9 call taker/guard terminal consoles; all 30 being sit/stand positions. All positions must include a modular mounting and clean cable management system providing flexibility and adaptability of monitor positioning and arrangements. The bidder must submit a minimum of two and may submit up to four separate configurations/solutions. One configuration must be close to the positions specified in the attached drawing. The other configurations should be alternate layouts (pods, linear, corner, etc.). The bidder shall provide details on the differences and advantages of each solution offered. 1. The design of the center must include at minimum the following: a. 2 shift supervisor consoles that are in the optimum position to allow for better viewing of all emergency operations. b. 19 telecommunicator consoles c. 9 call taking/guard terminal consoles B2500024 6 2 Each position will support equipment details as follows a Shift Supervisor and Telecommunicator consoles i Desired monitor configuration (see Appendix B) ii Four (4) PCs for call -handling equipment, computer -aided dispatch (CAD), radio and county business operations in One KVM device iv One wired keyboard v One wired mouse vi One USB keyboard vii One USB mouse - viii One wireless headset charger/base station ix One set of radio foot control pedals x One Motorola AXS PC xi One Motorola pacset radio xii Two speakers for select and unselect radio traffic xi!' One status light (such as built in lighting) b Call Taking/Guard Terminal consoles i Desired monitor configuration (see Appendix B) ii Three PCs for call -handling equipment, computer -aided dispatch (CAD) and county business operations ui One KVM Device iv One wired keyboard v One wired mouse vi One USB keyboard vii One USB mouse viii One wireless headset charger/base station i ix One status light (such as built in lighting) 3 The installation process at WCRCC location will be the responsibility of the successful bidder a The successful bidder will provide the required measurements and placement of all low and high voltage cabling to be terminated at each console position Wild County will then be responsible for the installation of all cabling prior to console installation b The successful bidder will install the new console furniture c The successful bidder will complete the installation of the new console furniture by mounting, leveling, testing, and adjusting all finished components 4 Drawings shall be submitted based on the solution and optional features a Complete list of matenals with part numbers and unit pnces b Color and matenal samples will be provided to WCRCC for selection prior to production c System layout drawings showing all components for this installation d This submission shall include multiple renderings and viewpoints to allow WCRCC to perceive the final installation e Drawings should detail cable pathways, power, and termination points, grounding, and installation of computer systems f Product cut sheets indicating matenals, finish, dimensions, and all accessories shall be provided 5 Weld County will be responsible for all electncal and communications cabling to support the new console system B2500024 7 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date Pre -Proposal Meeting Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due Interviews/Demonstration Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) Completion February 5, 2025 February 19, 2025, at 9:00 AM 1551 North 17th Avenue, Greeley, CO February 26, 2025, by 10:00 AM bids@weld.gov February 28, 2025, by 5:00 PM March 5, 2025, by 10:00 AM Purchasing's Clock February 28 through April 15, 2025 April 23, 2025 April 30, 2025 September 30, 2025 B2500024 8 Schedule D — RFP Response Criteria RFP Response Submittal Weld County is seeking the proposer with the best value for the County. To aid in the determination, contractor shall address the following items in the RFP response submittal, The RFP Response should be arranged in order of the evaluation criteria shown in the RFP Review Sco-ing Table below. The response items include: 1. The RFP Response shall include statements showing the proposer clearly understands the scope of the project and its objectives. 2. Describe how the proposed methodology will meet the desired goals of the project. 3. Include a brief description of similar or related projects completed within the last 5 years. 4. Emphasize projects that have included aspects related to this RFP. 5. The RFP Response shall include a description of critical issues that the proposer considers to be of importance for the project and how those issues will be solved. 6. The RFP Response shall include a description of how the project costs will be controlled for both the prime contractor and their sub -contractors. 7. Describe how the proposer will ensure that all Federal, State, and Local procedures will be followed. 8. Describe how the proposer will handle the quality control for the entire project. 9. Describe any judgements, claims, or suits pending or outstanding against proposer's company. 10. Describe any citations by OSHA for violations within the last 5 years. 11. Describe any projects where the proposer has been assessed liquidated darrages within the last 5 years. 12. Explain how the proposer is familiar with Weld County's project specifications and policies. 13. Explain the proposer's knowledge about Weld County in general. 14. The RFP Response shall include a preliminary construction schedule showing major construction items associated with this project, and how the proposer would complete the project within the contract time. 15. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. The County may choose to visit one or more of the listed projects and/or request a copy of the plans and documentation completed. 16. Proposers must submit Attachment 2 — Weld 911 Console Furniture Requirements with their response showing how the proposed items meet desired functionality. Response Format The following defines the response format: 1. Limit the total length of RFP Response to a maximum of 30 pages. a. The County will reject RFP responses received that are longer than 20 pages in length. b. The front and back cover will not count as pages. B2500024 9 c. Section dividers also do not count as pages unless they have photos or text on them, then they will be included in the pages count. d. The Proposal document forms included in this request which are mandatory to submit with your Proposal will not be included in the page count for your proposal. 2. RFP Responses shall be mainly made up of 8 1" x 11" paper. a. 11" x 17" paper can only be used for presenting construction schedules, or example plan sheets. b. Larger size paper can only be used for presenting drawings and plans. c. Text sizes shall be 10 point or larger. 3. Failure to follow these instructions may result in the RFP Response being rejected. Grading Criteria The RFP Responses will be evaluated using the following criteria. NOTE: Each RFP Response will be individually evaluated by a team of reviewers. Each reviewer will score each of the RFP Responses following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the individual reviewers have scored each RFP Response, the individual reviewer scores will be totaled. Each reviewer's scores will be ranked by score from highest to lowest. The RFP response with the highest score will be ranked first place, second highest score will be ranked second place, and so on until all proposals have been proposals have been ranked. The 2 to 3 highest ranked RFP Responses will be invited to participate in interviews (if required) to help the reviewers determine which proposer represents the best value to the County. If interviews are determined to be necessary for the selection process, Contractors will be evaluated on the criteria shown below in Table 2. Short-listed vendors will perform an onsite demonstration of fully constructed console furniture as part of the interview. After all scorer rankings have been determined from the RFP Response and the interview/demonstration (if required), each ranking will be totaled for each RFP Response based on their respective rankings (1st, 2nd, 3rd, etc.) from the scorers. For each scorer, rank 1 will get 1 point, rank 2 will get 2 points, and so on. The points will be totaled for each proposal. The RFP Response will then be ranked by the aggregate score. The lowest score will be considered the best value for the County. NOTE: The first ranked proposal may not be the lowest overall cost. B2500024 10 Table 1 - RFP Response Sconng Cntena Evaluation Cntena , Evaluation Standard Sconng Weighting ! Factors Scoring % Range Scope of Proposal The proposal clearly shows an understanding of the project objectives The proposed methodology, meets the desired goals of the County 1 to 5 4 0 4% - 2013/0 Cntical Issues ' ' The proposal demonstrates that the team clearly understands the major issues associated with the project , The proposal offers realistic solutions to the critical issues 1 to 5 4 0 4% - 20 % Project Control The team has its clear strategy for managing resources, meeting all technical and functional requirements outlined in the RFP, and ensunng no disruptions to 911 center operations dunng installation The team has appropnate quality assurance measures in place to ensure all deliverables meets or exceeds standards , The team has demonstrated its ability to ensure that State and Federal procedures are used where appropriate 1 to 5 j 3 0 3% - 15% Work Location/ Familianty The team's location does not affect the coordination of the project with the County' '' The team is familiar with Weld County policies and construction cntena The team demonstrated knowledge of Weld County in general 1 to 5 i 1 0 1% - 5% Cost and Schedule The costs were presented in a way that is reasonable and consistent with the project goals The schedule contains sufficient detail to ensure the project goals are met 1 to 5 8 0 8% - 40% Table 2 Interview/Demonstration Sconna Cntena Evaluation Criteria Evaluation Standard Scoring Weighting Factor I Score % Range Work • Contractor proposed and clearly 1 to 5 2 ' 2 0 — Approach descnbed their approach for completing the project 10 0 • The Contractor offered innovative ideas for the project, B2500024 11 Project Manager Qualifications • • Contractor's adequate Contractor's track of demonstrates this record qualifications scope. skills. project proposed to complete effective manager project and a 1 to 5 2 2.0 10.0 — The has proven projects The manager communication Quality of • Contractor's presentation was 1 to 5 2 2.0 — The Presentation/ clear and easy to understand. 10.0 Demonstration • people effective being interviewed communication The displayed skills. Question • Contractor provided good 1 to 5 4 4.0 — The /Answer Session answers the selection to the committee. questions asked by 20.0 • answers provided by the The Contractor understanding the project demonstrated goals. of the project a clear and Proposal Interview 10.0 to Score 50.0 B2500024 12 Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline on March 5, 2025 by 10:00 AM: 1) Vendor's Proposal - Outlined in Schedule D 2) Schedule E - Proposal Response Form 3) Attachment 2 - Weld 911 Console Furniture Requirements 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non -responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal, it may be disqualified. Fees Provide fees for this project below: Item Price 911 Work Consoles $ Installation Other (Describe) $ Total Lump Sum Cost $ Attestation The undersigned, by his or her signature, hereby acknowledges and represents tha-.: 1. The Proposal proposed herein meets all the conditions, specificatior s and special provisions set forth in the Invitation for Proposal for Request No. #B2500024. 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 Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form Vi9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance and Bonds 6. Acknowledgment of Schedule G — Weld County Contract 7. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. B2500024 13 Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Name: Title: Date of Signature B2500024 14 Schedule F - Insurance and Bonds Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Ccntractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers' Liability) $ $ Statutory 100,000 100,000 500,000 2) 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 subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, emoloyees, 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, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence General Aggregate $ $ Products/Completed Operations Aggregate $ Personal Advertising Injury $ Fire Damage (Any One Fire) Medical Payments (Any One Person) $ Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. 2,000,000 4,000,000 4,000,000 2,000,000 100,000 10,000 Completed Operations coverage must be kept in effect for up to the statute o- repose after project completion. B2500024 15 Automobile Liability: Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non -owned vehicles used in the performance of this contract. 3) Professional Liability: Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss Aggregate $ 2,000,000 $ 4,000,000 4) 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. 5) Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained, or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 1,000,000 B2500024 16 6) Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. a. The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. b. Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. c. The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. d. The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. e. The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. f. Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). g. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. B2500024 17 Additional Insurance Related Requirements No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might anse out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own nsks and if it deems appropnate and/or prudent, maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Certification of Compliance with Insurance Requirements The Contractor stipulates that it has met the insurance requirements identified herein All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be wntten on a per occurrence basis The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entenng 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 authonzed by that insurer to bind'coverage on its behalf The Contractor shall name the County, associated and/or affiliated entities, successors, or assigns, 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 copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA) All certificates and endorsements are to be received and approved by the County before work commences Each insurance policy required by this Agreement must be in effect at or pnor to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer penod of time if required by other provisions in this Agreement Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a matenal breach of contract B2500024 18 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. Bonds 1. For projects over $50,000 the following bonds are required: a. A 5`)/0 Bid Bond is required at the time of Proposal submittal. b. Performance Bond in the amount of 100`)/0 of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. c. Payment Bond (Labor and Materials) in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. 2. Surety companies executing bonds must appear on the U.S. Treasury Departments most current list (Circular 570) as amended and be authorized to transact business in the State of Colorado. 3. A 5% Retainage Fee will be held for Construction contracts over $150,000. 4. Bonds may be submitted on the Standard AIA form or Weld County Form. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Tina Powell Email: tpowell@weld.gov Telephone: (970) 400-2895 Mail: Weld County Regional Communications ATTN: Tina Powell PO Box 758 Greeley, CO 80632 B2500024 19 Schedule G - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule G of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time, but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for Construction. AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND [CONTRACTOR] FOR [INSERT NAME OF PROJECT] THIS AGREEMENT is made and entered into this [Insert] day of [Insert], 2024, by and between the Board of Weld County Commissioners, on behalf of the [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], 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 B2500024 20 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 contai ied 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 be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. Number]. Exhibit B consists of Contractor's Response to County's Request for Bid. [Insert 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 Contra Mors 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 Department of Public Works 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 i terminate this Agreement B2500024 21 upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or 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. 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 S[Insert], 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. lf, 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 B2500024 22 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 penod after December 31 of any year, without an appropnation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C R S 29-1-101 et seq ) and the TABOR Amendment (Colorado Constitution, Article X, Sec 20) 7 Independent Contractor Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the nght to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract 8 Subcontractors Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor Contractor shall not enter into any subcontractor agreements for the completion of 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 nght (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors 9 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 matenals obtained and/or produced in connection with the performance of this Agreement, whether or not such matenals are in completed form, shall at all times be considered the property of the County Contractor shall not make use of such matenal for purposes other than in connection with this Agreement without pnor wntten 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 B2500024 23 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. 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. 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. 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. B2500024 24 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 The insurance carver 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 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 br receipt of insurer's notification to that effect 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 Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authonzed 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 Proof of Insurance Contractor shall provide to County a Certificate of Insurance (COI) The County', in its discretion, may accept other forms of proof of insurance The Certificate of Insurance shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations" In the County's sole discretion, the County may ask to examine a policy, an endorsement, or other proof of insurance if there is a question on coverage Such examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present B2500024 25 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. Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 7) Workers' Compensation and Employer's Liability Insurance 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. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers' Liability) Statutory 100,000 100,000 500,000 8) 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 subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, 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, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence General Aggregate Products/Completed Operations Aggregate $ Personal Advertising Injury $ Fire Damage (Any One Fire) Medical Payments (Any One Person) $ $ Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. 2,000,000 4,000,000 4,000,000 2,000,000 100,000 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project B2500024 26 completion 9) Automobile Liability Contractor's Automobile Insurance Policy shall include Minimum Limits as follows Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non -owned vehicles used in the performance of this contract 10)Professional Liability Contractor shall maintain Professional Liability Insurance covenng wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the Contractor as part of the Contract The policy/coverages shall be amended to include the following a Coverage shall apply for three (3) years after project is complete b Policy is to be on a pnmary basis, if other professional coverage is carned Per Loss Aggregate $ 2,000,000 $ 4,000,000 11)Umbrella or Excess Liabihty Insurance Contractor shall maintain limits of $1,000,000 and shall become pnmary in the event the pnmary liability policy limits are impaired or exhausted The policy shall be wntten on an Occurrence form and shall be following form of the pnmary 12)Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution nsk to the environment or losses caused by pollution conditions that may anse from the operations of the Contractor descnbed in the Exhibits The policy shall cover the Contractor's completed operations Coverage shall apply -to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos) If the coverage is wntten on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract, and that continuous coverage will be maintained, or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed Minimum Limits Per Loss Aggregate " B2500024 $ 1,000,000 $ 1,000,OOD 27 13)Budders' Risk Insurance or Installation Floater— Completed Value Basis Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authonzed to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as descnbed in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of matenal supplied or installed by others, composing total value of the entire Project at the site on a replacement cost basis without optional deductibles a The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption dunng construction, renovation, or installation, including any time dunng which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site b Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficianes of such insurance, until final payment has been made or until no person or entity other than the County's has insurable interest in the property to be covered, whichever is later c The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project d The Builders' Risk Coverage shall be wntten on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debns removal including dernolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading e The Builders' Risk shall include a Beneficial Occupancy Clause The policy shall specifically permit occupancy of the building during construction Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy The Builder's Risk Policy shall remain in force until acceptance of the project by the County f Equipment Breakdown Coverage (a k a Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment dunng installation and testing (including cold and hot testing) B2500024 28 g The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy Additional Insurance Related Requirements No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might anse out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own nsks and if it deems appropnate and/or prudent, maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem ,necessary to cover its obligations and liabilities under this Agreement Certification, of Compliance with Insurance Requirements The Contractor stipulates that it has met the insurance requirements identified herein 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 entenng 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 authonzed by that insurer to bind coverage on its behalf The Contractor shall name the County, associated and/or affiliated entities, successors, or assigns, 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 copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA) All certificates and endorsements are to be received and approved by the County before work commences Each insurance policy, required by this Agreement must be in effect at or pnor to commencement of work under this Agreement and remain in effect for the duration of the B2500024 29 project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. 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. 14. 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. 15. Indemnity. The Contractor agrees to indemnify, hold harmless and, not excluding the County's right to participate, defend County, its officers, agents, employees, associated and/or affiliated entities, successors, or assigns its elected officials, trustees, volunteers, and any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of litigation, actions, loss, damage, expense, cost or claims of any character or any nature arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. It is the specific intention of the parties that the 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 claims. 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, 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. 16. 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. 17. 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. B2500024 30 18. 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. 19. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her author(ty, 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: [Insert] Position: Address: [Insert] [Insert] Address: [Insert] E-mail: Phone: [Insert] [Insert] County: Position: Address: [Insert] [Insert] Address: [Insert] E-mail: Phone: [Insert] [Insert] 20. 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. B2500024 31 21 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 22 Entire Agreement/Modifications This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement This instrument supersedes all pnor negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement This Agreement may be changed or,supplemented only by a wntten instrument signed by both parties 23 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 appropnated in each succeeding year 24 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 25 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 26 Severability If any term or condition of this Agreement shall be held to be invalid,, illegal, or unenforceable by a court of competent junsdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties 27 Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other nghts, immunities, and protections provided by the Colorado Governmental Immunity Act §§ 24-10-101 et seq , as from time to time amended or otherwise available to the County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, or its elected officials, employees, agents, and volunteers No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, nghts, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act as applicable now or hereafter amended 28 No Third -Party Beneficiary It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all nghts of action relating to such enforcement, shall be stnctly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or nght of action whatsoever by any other person not included in this Agreement It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only B2500024 32 29 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 Welds County, Colorado or its designee 30 Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contractor agrees that the Weld County Distnct Court shall have exclusive junsdiction to resolve said dispute ! I 31 No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthonzed alien who will perform work under this Agreement (seei8 U S C A §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthonzed alien to perform work under this Agreement Upon request, contractor shall deliver to the County a wntten notarized affirmation that it has examined the legal work status of an employee and shall otherwise comply with all other requirements of federal or state law, including employment venfication requirements contained within state or federal grants or awards funding public contracts 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 l'erminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages 32 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 the public works 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 §8-17-107 and 2 C F R §200 319(c) ] 33 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 34 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 B2500024 { 33 35. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Title: WELD COUNTY: Date of Signature ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board [INSERT NAME], Chair B2500024 34 Vendor Compliance Response Key C Compliant. The current proposed equipment meets specification without modification. PC Partially Compliant. Proposed equipment meets part of the specification. NC Non -Compliant. The proposed equipment does not meet the specifications and cannot be modified. F The specification will be met by the future release of the equipment. Please provide an expected timeframe. A The specification can be met by an alternative method (provide description of the alternative method in the comment section). M The proposed equipment will be modified to meet the specifications. General Functional Requirements 1 Stability — Function Vendor Compliance Vendor Comments 1.1 The console furniture is designed specifically for 24/7 operations in an Emergency Communications Center environment. 1.2 Console furniture is modular in design for ease of reconfiguration and upgrading. Technology and personal storage units should have the ability to be field removed or replaced without deconstruction on the console unit. 1.3 Sit -to -stand legs are bolted into the console undercarriage with a footprint designed to allow maximum stability based on the overall size of the Input Support Surface. Free standing leg and feet systems will not be acceptable. 1.4 There are no obstructions for side -to -side movement by the user within the console footprint, a critical component to provide on -going training of users and technology. 1.5 Horizontal work surfaces are supported by a formed steel sub -frame for maximum durability. 1.6 Must be strong and rigid and able to meet all required standards for furniture construction. ANSI/BIFMA X5.5-2008, Desk Products. 1.7 All console furniture components shall be electrically continuous and bonded to the telecommunications grounding system. 1.8 Install a subsystem grounding busbar (SSGB) at each console, connected to the single point system ground. 2 Input Support Surface Vendor Compliance Vendor Comments 2.1 Must lower to 22" from the floor to accommodate the 5th percentile seated female per ANSVHFES 1002007 Human Factors Engineering of Computer Workstations 8.3.2.4.3 2.2 Must raise to 48" above the floor to accommodate the 95th percentile standing male per ANSVHFES 1002007 Human Factors Engineering of Computer Workstations 8.3.2.4.3 2.3 Must provide infinite adjustment throughout the entire range, a critical function to meet ergonomic standards and reduce repetitive strain injuries and carpal tunnel syndrome. 2.4 Must be wide enough design to accommodate multiple input devices such as keyboards, mice, and writing surface on a level platform. 2.5 Must adjust to allow user to maintain elbow angles between 70 and 135 degrees to meet ANSVHFES 1002007 Human Factors Engineering of Computer Workstations 5.2.1.1 2.6 Electronic height adjustment of the primary surface must be independent of the monitor height adjustment. 2.7 Adjustment must be controlled through a digital read-out to ensure precise replication. 2.8 Adjustment controls must be mounted in a location that meets ADA standards for accessibility. 2.9 Adjustment controls may incorporate a wellness function. Controls shall be described if available. 2.10 Top mounted adjustment controls could be considered but not preferred. 2.11 Control must allow simultaneously adjustment of primary surface and monitor supports to retain relative positioning between both surfaces when changing from sitting to standing. Must support both seated and standing postures. 2.12 Must allow adjustment of the line -of -sight (viewing) distance between the eyes and front surface of the viewable display area within the range of 19" and 31" to meet ANSVHFES 100-2007 Human Factors Engineering of Computer Workstations 5.2.4.2. Entire surface and all environmental controls shall move with the input surface to maintain the work environment setting. 2.13 Must provide ability to adjust monitors individually for modification to viewing angles based on user preference. 2.14 A static load capacity of 1,200 pounds and an equipment load capacity of 500 pounds to accommodate all types and quantities of input devices. 2.15 Movement -limiting and pinch -point sensors shall protect users from moving parts. 2.16 Lift mechanism control must include electronic sensing recognition of obstacles or movement obstructions to prevent damage to console or ancillary equipment. Must sense obstacles in both upward and downward movements. Mechanical bars, switches, or software driven sensors deemed unacceptable. 2.17 Must utilize welded steel sub -frame system for increased structural integrity. 2.18 All cabling required to operate the console features must be completely concealed. All cabling control to allow tool -free cable routing and non -removable parts. 2.19 Input surface should utilize lifting columns integrated into the storage cavities with no exposed leg sets. 2.20 Unobstructed knee clearance in the seated operating position in accordance with ANSI/HFES 100-2007 Human Factors Engineering of Computer Workstations 8.3.2.1 2.21 Movable surfaces shall be controlled using 24 -volts direct current (VDC motors). All components must be Underwriters Laboratory (UL) listed and Canadian Standards Association (CSA) certified. 2.22 The braking system must lock the surface into place when the brake is released. 2.23 Surface mounted, user -configurable, user -accessible power and video connections must be available and accessible from the front of the console. (VGA, HDMI, Display Port, DVI) 2.24 Surface mounted, user -configurable, user -accessible voice and data connections must be available and accessible from the front of the console. (PS2, RJ12, RJ45 USB audio, 3.5mm Audio, USB charging port). 2.25 Surface -mounted, 120v user -accessible power must be available and accessible from the front of the console. 2.26 Console as a complete unit must have UL certification. Individual UL certification of sub- components does not qualify console for certification. 3 Monitor Viewing Support Vendor Compliance Vendor Comments 3.1 Provide adjustment of monitors so that the gaze angle to the center of the screen ranges between 15° and 20° below horizontal eye level. ANSI-HFES 100-2007 Human Factors Engineering of Computer Workstations 5.2.4.3 3.2 Design shall accommodate multiple configurations of monitors, based on job function. The monitor mounts shall operate with independent angle adjustment. 3.3 The monitor array should allow for concurrent focal depth movement of at least 8 monitors at once. 3.4 Adjustment controls must be mounted in a location that meets ADA standards for accessibility. 3.5 Top mounted adjustment controls will be considered but not preferred. 3.6 The system shall be controlled using 24 VDC motors. All components must be UL listed and CSA certified. 3.7 Must be independently adjustable in relation to the input support surface. 3.8 Movement -limiting and pinch -point sensors shall protect users from moving parts. 4 Support Adjustments Vendor Compliance Vendor Comments 4.1 Adjustment must be controlled through a digital read-out to ensure precise replication. 4.2 Adjustment controls must be mounted in a location that meets ADA standards for accessibility. 4.3 Top mounted adjustment controls will be considered but not preferred. 4.4 Lifting system must operate quietly. 5 Partition Screens Vendor Compliance Vendor Comments 5.1 All steel components must be powder coated for durability. Enamel paint is not sufficiently durable and will not be acceptable. 5.2 External screen components must be available in a perforated steel acoustical material. 5.3 External screen components must be available in abrasion resistant fabric covering. 5.4 Must be integral to the furniture construction. Freestanding panels will be deemed unacceptable. 5.5 Screen/partition system must be within the console footprint to maximize floor space. 5.6 All fasteners should be completely concealed. 5.7 All components must be field replaceable. 5.8 The screening system must be available in 42", 48", 54" and 60" heights. 5.9 The screening system must be available with a 12 -inch transparent (glass or acrylic) upper section to help maintain sight lines, while providing privacy. 5.10 Option for acrylic barrier LED lighting 6 Equipment Enclosures Vendor Compliance Vendor Comments 6.1 All equipment enclosures must be lockable. 6.2 Enclosures must be accessible from both the front and the rear. 6.3 Enclosures must offer a slide out shelf for access. 6.4 Must be available in a lift top (treasure chest style) for access. 6.5 Must be available in multiple heights. j 6.6 Must be available in multiple widths. 6.7 Must be available in multiple depths. 6.8 Rear access doors must offer cooling by a minimum of two cooling fans. 6.9 Front access doors must utilize a vented system to draw cool air into the enclosure. 6.10 All equipment enclosures must utilize an active cooling system to ensure technology performs at optimum temperature. 6.11 An option for enclosure illumination must be available. 6.12 Must include an adjustable shelf to allow for excess loop wire/cable storage below CPU. 6.13 Must have optional pull-out shelf for application where dual sided access is limited. 6.14 Must include wire management for connections to monitors and equipment located on the worksurface. 6.15 All drawers, cabinets, covers, etc., shall be provided with soft -closing hardware and no sharp edges. 7 Personal Base Storage Vendor Compliance Vendor Comments 7.1 Must be available in multiple heights. 7.2 Must be available in multiple widths. 7.3 Must be available in multiple depths. 7.4 Must be available in combination (open, drawer and door), lateral file, open bookcase, and closed -door configurations. 7.5 Enclosures must be stackable up to 60" and allow additional technology storage or personal storage without taking up additional floor space. 7.6 Must integrate with the console system furniture. 8 Vendor Compliance Vendor Comments Personal Stacking Storage - Lockers 8.1 Must be available in multiple heights and widths. 8.2 Must be available in both multiple depths. 8.3 Must be available in single and dual sided configurations. 8.4 Must be available in combination (open, drawer and door), open bookcase and closed -door configurations. Must be lockable. 8.5 Enclosures must be stackable up to 60" and allow additional technology storage or personal storage without taking up additional floor space. 8.6 Must integrate with the console system furniture. 9 Cable Management Rail Vendor Compliance Vendor Comments 9.1 All steel components must be powder coated for durability. Enamel paint is not sufficiently durable and will not be acceptable. 9.2 Internal cable management channels must offer separate, isolated routing for both power and data cabling. Must include instructions for routing power and data cabling that can be given to vendors installing PCs and monitors in the console system furniture. 9.3 Internal cable management must be able to contain a minimum of two cable -chain pathways, capable of routing Cat -6 cables (40 each) and 1 -inch flexible conduits (nine each). 9.4 Management channels must contain fastening points to prevent unintentional movement of cabling. 9.5 Cable management rail must have a standard locking mechanism standard to prevent unauthorized personnel access to internal cabling. 9.6 Must be available in both single and dual sided configurations to allow maximum flexibility. 9.7 Must have availability to create factory cutouts for wall access. 9.8 Each position shall be provided with a 1 -inch x 6 -inch x %-inch (minimum) solid copper subsystem ground busbar (SSGB), connected to the single point ground system with a #6 American wire gauge (AWG) stranded copper cable (up to 13 feet), or a #2 AWG stranded copper cable (up to 33 feet), or a #2/0 AWG stranded copper cable (up to 63 feet). The bonding conductor shall be sized based on conductor length in accordance with Motorola R56. 9.9 The ground bus bar shall be isolated from the metal frame of the workstation with phenolic isolators or similar suitable material to meet the Motorola R56-2017. 9.10 The ground bus bar shall be provided with two -hole lugs 6"X6" or 3"x12" on the workstation and the R56 standards for the ground bus bar. 9.11 All metal components of each workstation shall be electrically bonded through welds, bonding straps or bare metal mating surfaces connected with a minimum of three (3) threads of a machine screw and a star washer under the machine screw head. 10 Materials Vendor Compliance Vendor Comments 10.1 Storage Enclosures Wood parts are constructed of 45 -pound density 1 -1/8 -inch -thick wood core material, pressure bonded with a high-pressure laminate surface on both sides. 10.2 Surfaces All monitor and input surfaces are 45 -pound density, % inch thick wood core material, pressure bonded with a high-pressure horizontal grade laminate top and sealing horizontal grade backing sheet of laminate on the underside to prevent deflection. All laminated surfaces and control interfaces must allow for cleaning and disinfecting. 10.3 Laminates All monitor and input surfaces should be appropriate thickness horizontal grade laminate on the top surface, and on the backing sheet, all to prevent deflection. 10.4 Fabric 11 Fabric surfaces must be treated to be stain resistant. Electrical Requirements Vendor Compliance Vendor Comments Every console will have (3) Power Distribution Units (PDU). Single phase 20A 120V. Each PDU Unit must provide a minimum of (13) NEMA 5-15R outlets and a NEMA 5-20P input. PDU unit must include a 15 -foot cord. PDU must be UL listed and CSA rated. 11.2 Total power draw for an individual console controls cannot exceed 14 amps. Total draw includes console lifting system and all environmental controls. 11.3 Two plug strips will be located for easy access from the mounted monitor locations. Two PDU's meeting the R56 requirements will be in the system cabinet to power network electronics. 11.4 12 The PDUs should be fed from a UPS1-backed normal/emergency power circuit. Wire and Cable Management Vendor Compliance Vendor Comments 12.1 Must include two cable access drops with energy chains for vertical cable management from input support surface to equipment enclosures. 12.2 Must include energy chains for vertical cable management from monitor support to input support surface 12.3 Must include energy chains for horizontal cable management between moving surface and fixed surface. Uninterruptible power supply. 12.4 A quick connect user -accessible interface with accommodations for up to 10 configurable ports must be available and must include full kits including ports, jacks, and cables for: USB-A, USB-C, Cat -6, PS/2, RJ45, RJ11/12, USB audio connections, HDMI, display ports, and 3.5mm stereo audio connection kits. The quick connect interface base unit must also provide cable management for the equipment it serves, and the console infrastructure must support cable management from the user's position to the CPUs inside the console. 12.5 Must provide a horizontal cable raceway for long cable runs. 12.6 Horizontal cable raceway must be easily accessible and allow drop -in cable runs. 12.7 Do not use plastic wire ties on communications cabling; install per ANSI/TIA-568-D, Copper Cabling Standard, and ANSI/TIA-569-D, Telecommunications Pathways and Spaces. 12.8 Provide all monitor and equipment cords to extend from the system/technology cabinet to the point of use. 13 Environmental Control System Vendor Compliance Vendor Comments 13.1 Control Panel Control panel for all environmental settings -minimum of 2 LED adjustable task lights, ambient LED back light, dual forced air heaters, and 2 speed fresh air circulating fan to be included for the user interface. Must utilize a durable finish that is easy to clean and sanitize. 13.2 ADA Compliance The system must offer an optional electronic adjustment control located within reach of a wheelchair to meet ADA requirements. 13.3 Air Distribution The system shall offer user -adjustable fans for circulating air, with a minimum of 2 speed settings. Fans shall be incorporated into the furniture design, and allow for individualized directional control, located within the user's primary work zone. 13.4 Lighting The system shall provide indirect ambient lighting. The system shall provide task lighting that allows for adjustment of light over the entire work area. A minimum of two light -emitting diode (LED) (white to Red) adjustable task lights. Ambient LED backlight shall provide indirect ambient lighting. Variable colors shall be available for WCRCC to select, e.g., white, blue, red. The lighting shall be mechanically fastened to console to prevent removal. Lights should be removable for maintenance. The system shall use integrated 12VDC LED lighting solutions. The system shall provide approximately 50,000 hours of lamp life. The system shall have a 3 -level dimmer to adjust illumination. 13.5 Personal Heating and Cooling Vendor Compliance Vendor Comments The system shall provide ceramic forced -air heating sources located under the input support surface. Floor mounted heating solutions, indirect heating pads or footrests will not be acceptable. Components with cords deemed unacceptable. Cooling fans (2 -speed minimum) shall be located and controlled in each position. 13.6 Power Requirements for lift motors and heating/cooling Vendor Compliance Vendor Comments 115 VAC, 60Hz 15 ft. power cord with 3 -prong plug - 15 ft. power cord with 3 -prong plug 0.3 amperes minimum draw, 6.0 amperes maximum draw 14 Work Surface Interfaces Vendor Compliance Vendor Comments 14.1 Provide eight (8) USB-A, (2) USB-C extension ports, and extension cables from the work surface to the computer systems cabinet. This should facilitate quick swap/replace connections for individually issued keyboards. 14.2 Provide two (2) USB power ports for personal devices, color coded differently from the extension ports. 14.3 Provide one (1) 110 -VAC receptacle for personal devices. 15 Situational Awareness Lighting System Vendor Compliance Vendor Comments 15.1 Status lights shall be available with multiple light color choices and the ability to be activated by remote relay. 15.2 Optional — API access 16 Optional - Coat/Bag Hook 16.1 Hooks shall be recessed when not in use for the safety of those walking past. 17 Optional - Cup Holder Vendor Compliance Vendor Comments 17.1 Provide integrated component to support a drink cup or bottle. 17.2 This item shall not be placed over any electronics. 18 Optional — Disinfectant Wipes Holder Vendor Vendor Compliance Comments 18.1 Provide integrated component to house a hand -wipes container. 19 Optional —Tissue Box Holder Vendor Compliance Vendor Comments 19.1 Provide integrated component to house a tissue box 20 Optional — Pen/Pencil Holder Vendor Compliance Vendor Comments 20.1 Provide integrated component to hold pens/pencils. 21 Radio Speaker Bracket/Shelving Vendor Compliance Vendor Comments 21.1 Provide integrated component to hold Motorola speakers. 22 Colors 22.1 Provide color samples prior to manufacture of console system furniture for WCRCC selection. 22.2 Provide recommendations for color based on the space and lighting. 25 Experience and References Vendor Compliance Vendor Comments 25.1 The manufacturer and console furniture being proposed must have a proven record of product longevity and customer service in a 24 -hour operating environment of public safety dispatch centers, specifically of similar size to this request. 25.2 Provide a minimum of three centers, installed at least 10 years of similar size or product with this proposal. Include agency name, location, number of positions, and service representative. 25.3 The bidder must be the manufacturer of all major components such as work surfaces, console panels, structural system, and environmental controls. 25.4 Provide references experienced in maintaining a public safety 24/7 working environment. 25.5 Provide similar information for all subcontractors. 26 Space Planning & Console Specifics Vendor Compliance Vendor Comments 26.1 Perspective drawings shall be required in the submittal with dimensions of height, width, and depth to determine compliance with the specifications. 26.2 All accessories being proposed shall be shown in drawings. 26.3 Customer provided electronics such as monitors, telephones, keyboards, mice, etc. shall be shown, to scale, in the 3-dimensional/perspective drawings. 27 Warranty and Service and Maintenance Agreement 27.1 Minimum 10 -year coverage (12 years preferred) for all products, delivery, and installation shall be provided. Absolutely no costs for materials, travel or labor associated with replacement or repair of any portion of the product or installation will be passed on to the customer during the first ten years of the warranty. 27.2 A lifetime warranty on all structural components. After 10 years, labor and installation expenses associated with product replacement under the warranty will be assessed on a case -by -case basis. 27.3 An optional service and maintenance agreement can be quoted upon request to eliminate labor and installation expenses associated with product replacement under the warranty after the initial 10 -year period. The optional service and maintenance agreement would cover: Installation beyond initial 10 -year warranty period Scheduled visits to inspect all product A quote for cleaning service is requested. 28 Lead Time & Installation Vendor Compliance Vendor Comments 28.1 Provide manufacturing lead time, shipping time and anticipated installation time from date of order in bid. 28.2 Shipping shall be direct to the facility, inside delivery, unless otherwise noted. 28.3 Only the manufacturer's factory installers or their trained and authorized designees experienced with the working environment of a public safety dispatch center shall assemble and install the console furniture. Documentation must be provided for installation foreman. 28.4 A post -installation walkthrough shall be required by WCRCC (and/or its agents) with the installation foreman to ascertain full compliance to the floor plan, console design, and materials specified. 28.5 Training is required for the use of ergonomic functions and technical access, provide a detailed plan for training all employees using the console furniture and for technicians installing and maintaining customer provided equipment. Include any user performed maintenance training. The bidder shall video record the training for future employees. 28.6 User manuals must be provided. 28.7 Provide all necessary appurtenances for a complete turnkey installation. 29 References Vendor Compliance Vendor Comments 29.1 ANSI/HFES 100-2007 Human Factors Engineering of Computer Workstations. 29.2 ANSI/BIFMA X5.5-2008, Desk Products. L. PRODUCTS Vendor Compliance Vendor Comments 3 Product Dimensions Vendor Compliance Vendor Comments 3.1 The required number of positions are specified in this document (Minimum of 30) 3.2 Field verifies all dimensions and building conditions prior to manufacturing. No pricing adjustments will be provided based on actual field dimensions. 3.3 The bidder must coordinate the installation with WCRCC (or the general contractor (GC), EC or TC), and the Weld County Project Manager. M. tXtGIJ I ION 1 Installation Vendor Compliance Vendor Comments 1.1 Installation shall be in accordance with the manufacturer's installation guidelines and configured per the approved shop drawings. 1.2 Install cable pathways and patch panels to maintain cabling system performance. 1.3 Power cables shall not be installed in the same pathway as low -voltage signal cables 1.4 Power connections to console system furniture environmental controls, lifting motors and task lighting shall NOT be connected to the UPS -derived circuit. 1.5 Basic system frame shall be set up and then paused, to allow other trades to rough -in cables. 1.6 If required, a full-size template may be created for use in laying out penetrations. 2 Pathways Vendor Compliance Vendor Comments 2.1 The system shall be provided with sleeves at all transifions to protect cabling and/or raceways installed as part of the telecommunications system. Each sleeve shall extend through the respective surface and shall be furnished with a protective bushing. 2.2 The selected bidder shall patch and repair any openings, penetrations and/or damage caused by its work, to the satisfaction of EPSO. The patch(es) and/or repair(s) shall be restored in like -kind of the structure and finish surrounding the penetrated or damaged area to a scratch coat to be finished by others. END OF REQUIREMENTS APPENDIX A — PROJECT DRAWINGS The Project Drawings are diagrammatical in nature and are intended to provide details as to the design intent. They are for reference only. Do not take measurements from the drawings. Do not scale the drawings. The Bidder's response shall be based on the dimensions provided. The successful bidder is responsible for ensuring that their products will fit in the finished ECC. The successful bidder must take their own measurements after renovation/construction work has been completed, but prior to manufacture of the custom furniture. The successful bidder must coordinate with the general contractor for access and to meet the project schedule. The successful bidder is responsible for a complete turnkey system as described in the specifications, shown on project drawings. Final furniture solution shall meet all applicable laws, codes, and standards. APPENDIX B —SUGGESTED MONITOR CONFIGURATION Dispatching/Supervisors 24" 24" 24" 24" 24" 24" 43" Call Taking/Guard 43" 27" 24" 24" O O O O 01 P ,', .T,E,T/"K PLAN ficai e� ,� e^ =,�-o^ F; DOR PI ANS N ® Oz PHASE 28NEW'RKCEILINC PLAN SCALE: t;8" = t'-oo" .CAIRN -ADESIGNE 1805 Sheely Drive Fart Collins, CO 80526 voice: 070,286-7968 PROJECT: SHEET TITLE: ISSUE DATE: BID/ PERMIT 06/14/2024 REVISIONS: PROJECT NO.: 23O9 SHEET NO. A-13 SALES AGREEMENT isrussbassett PROJECT / ORDER DETAILS BUYER: Weld County Communications PROJECT NAME: Weld County Comm Center Modernization PROJECT NUMBER: PN-10759-01 Opt 3 Rev G BUYER PURCHASE ORDER NO: Thank you for your order! To make sure both parties agree on their individual responsibilities, we have prepared the following "Sales Agreement" to cover items relating to your order. 1. GENERAL The terms outlined herein represent the complete agreement between the seller, Russ Bassett Corp. ("RBC") and Weld County Communications ("BUYER"). This Sales Agreement supersedes any other prior conversations, understandings, and agreements, written or verbal. 2. SCOPE OF WORK RBC agrees to provide product,(specifically built -to -order for this project), delivery, and installation as detailed in the attached drawings, renderings, and quotation / proposal, collectively referred to as "Attachment A". 3. INVESTMENT BUYER shall pay RBC $837,073.40 in U.S. currency in return for the products and services outlined in Attachment A, per the milestone payment schedule below. 4. MILESTONE PAYMENT SCHEDULE RBC milestone payment term schedule for this project are as follows: MILESTONE PROGRESS PAYMENT INVOICED 1. SUBMITTAL OF ORDER TO RBC 25% Due: Net 30 Days 2. ORDER SHIPMENT 50% Due: Net 30 Days 3. SUBSTANTIAL COMPLETION OF THE PROJECT 25% Due: Net 30 Days* *10% retainage can be held back if there are minor punch list items de/aying final completion. 5. BONDS No bonds are included as part of this order. 6. TAXES BUYER shall be responsible for all sales and use taxes beyond what is collected on this order. 7. FINAL ORDER APPROVAL Receipt of BUYER's purchase order, signed copy of this Sales Agreement, and receipt of 25% milestone payment #1 constitutes final approval of all attachments and conveys to RBC clear approval and authority to move forward with manufacturing to meet your firm delivery requirements. 8. SCHEDULE Sales Agreement (Weld County Communications PN-10759-01 Opt 3 Rev G) Page 1 of 5 SALES AGREEMENT h:russbassett RBC shall coordinate with BUYER'S Designated Contact to establish a firm shipment and delivery schedule to meet BUYER'S desired installation requirements. This schedule will then be published and made part of this Agreement. 9. CHANGES Any REQUEST for changes to the design, scope of work or schedule shall be made in writing. RBC will notify BUYER if it is possible to accommodate the requested change and, if so, what costs and schedule impacts would apply. No change will be made without sign -off of the updated quote and drawing by BUYER and prepayment of additional costs. Once a confirmed order is within 4 WEEKS of the scheduled ship date, it is NOT AVAILABLE FOR CHANGES. 10. DELAYS If BUYER is unable to take delivery per the agreed upon schedule, RBC will, as a courtesy, warehouse the product at no charge for up to 30 days. After 45 days, 100% of the Product Total will be invoiced, less any prior progress payments already received. At that time STORAGE FEES OF 1% PER MONTH, of the product total will apply and be billed monthly. Freight and Installation fees will be billed at time of shipment and due upon substantial completion of the installation. A 10% retainage may be held back to cover resolution of any outstanding punch list items. 11. SHIPPING Freight and delivery charges include inside delivery and removal of packaging debris. If damage occurred during shipping, RBC would rush a replacement item to the installation site and remove the damaged item at no cost to BUYER. If BUYER modifies the schedule, requests additional shipments, expedited shipments, or off -site storage beyond the original scope of work, any resulting additional costs shall be the sole responsibility of BUYER. 12. SITE CONDITIONS To ensure a successful installation, the delivery and installation site must be 100% ready. This includes clean and free access to allow delivery, movement, staging and installation of the product as agreed at the time of order, including elevator access if not a "ground floor" installation. All flooring, walls, painting, carpeting, ceiling, and electrical work should be complete prior to the arrival of the RBC product. BUYER shall appoint an on -site representative that will be available to RBC's installation team for security, site safety and product placement coordination. Unless otherwise arranged, RBC is not responsible for professional architectural, electrical, mechanical, structural or floor loading analysis. These services may be available on a fee basis upon request. 13. INSTALLATION RBC installations are performed by RBC authorized, factory trained, non-union furniture installers during normal, uninterrupted, business hours. Overtime, evening, weekend, and holiday work is available at an additional charge. The installation charge includes the placement, installation, clean-up and training on the use, service and maintenance of the products supplied. Any existing materials subject to relocation by RBC that were not included in the original scope of work may be subject to additional charges. RBC assumes that the site is prepared to allow RBC installers to receive the product and complete the installation in a single installation activity unless it is already quoted otherwise under the scope of work. If multiple site visits are required at the request of BUYER, RBC will provide a revised quotation for any resulting additional costs. 14. ACCEPTANCE Sales Agreement (Weld County Communications PN-10759-01 Opt 3 Rev G) Page 2 of 5 SALES AGREEMENT isrussbassett To ensure BUYER's complete satisfaction, BUYER shall have a representative join an RBC representative for a walk through after final installation. At this time, RBC will turn over the product to BUYER, provide a product demonstration and training session outlining its proper use and maintenance. BUYER will be requested to sign -off on the installation or create a "punch list" of all incomplete or unsatisfactory items. All "non punch list" items will be considered complete and accepted. Once all agreed punch list items are corrected, BUYER shall sign -off on the project and will be invited to comment on the Installation Survey form. 15. CANCELLATION / RETURNS As stated above, orders are BUILT TO ORDER and therefore, once started, it is not subject to cancellation or return. Any requests for consideration of cancellation must be submitted in writing and approved by an officer of RBC. Requests received and approved within two weeks of receipt of order will be accommodated at no charge. If the request is received after two weeks, it will be subject to a cancellation charge. The cancellation charge will be between 25% and 100% of the contract amount depending on how far the order has progressed through the system. RBC will deliver a Cancellation Quote with supporting documentation. If BUYER decides to proceed with the cancellation, BUYER agrees to pay RBC within 30 days of cancellation invoice. 16. WARRANTY RBC warrants, to the original BUYER, that all products will be free from defects in material and workmanship for 10 full years. In mission critical, 24/7/365 environments, quickly resolving a product issue is of top priority for both the BUYER and RBC. Prompt execution of this warranty requires cooperation. With guidance from RBC, BUYER agrees to perform basic troubleshooting tasks to determine the nature of the defect and to self -correct before on -site assistance can be provided. For simple replacements, the part will be quickly shipped directly to BUYER. If the problem requires on -site assistance, RBC will come out during normal work hours to resolve the issue. If the defect is found to have resulted from circumstances outside of the warranty coverage, and/or BUYER imposes conditions or restrictions that increases the service cost, BUYER agrees to reimburse RBC for any resulting additional expense. BUYER also agrees to properly dispose of the old parts and packing material. The few circumstances where this warranty against defects would not apply include normal wear and tear, damage, misuse, modifications, consumable items, or product shipped outside the U.S. Repairs, substitute products or replacements, of equal or higher value, used to resolve a warranty claim will in no way extend the warranty period applied to the original product. Product repair or replacement is BUYER'S exclusive remedy for all product defects covered under this non- transferable warranty. RBC makes no other express or implied warranties on any product except as stated above and makes no warranty of RBC product fitness except for use as standard console furniture. 17. LIABILITY RBC shall not be liable for damages in any form or any other claim arising out of strikes, floods, fire, accidents, or any other causes beyond RBC's control. RBC shall not be liable for any liquidated, consequential, or incurred damages, nor penalties of any kind for delays in the completion of work. Acceptance of final payment under this agreement shall be conclusive evidence that RBC Sales Agreement (Weld County Communications PN-10759-01 Opt 3 Rev G) Page 3 of 5 SALES AGREEMENT isrussbassett has performed all its obligations under this agreement and shall release RBC from all claims by BUYER. 18. NON -DISCLOSURE All engineering, drawings, specifications, or other written materials provided shall represent an RBC investment and shall remain the property of RBC. Such items are submitted with the understanding and agreement that the information will not be disclosed to any third party without the written consent of RBC. 19. FORCE MAJEURE In the event that either party is prevented from performing or is unable to perform any of its obligations under this Agreement (other than a payment obligation) due to any act of God, acts or decrees of govemmental or military bodies, fire, casualty, flood, earthquake, war, strike, lockout, epidemic, destruction of production facilities, riot, civil unrest, insurrection, materials unavailability, or any other cause beyond the reasonable control of the party invoking this section (collectively, a "Force Majeure"), and if such party shall have used its commercially reasonable efforts to mitigate its effects, such party shall give prompt written notice to the other party, its performance shall be excused, and the time for the performance shall be extended for the period of delay or inability to perform due to such occurrences. Regardless of the excuse of Force Majeure, if such party is not able to perform within ninety (90) days after such event, the other party may terminate the Agreement. 20. NOTICES All notices, requests, demands, and other communications given under this agreement shall be in writing and shall be deemed to have been duly given if delivered personally, via e-mail with receipt confirmed, or sent by Federal Express (or other overnight courier). For BUYER send to: For Seller send to: Tina Powell Weld County Communications 1551 North 17TH Ave Greeley, CO 80631 tpowell@weld.gov Robin S. Lunder Controller Russ Bassett Corp. 8189 Byron Road Whittier, CA 90606 rlunder@russbassett.com SIGNATURE PAGE Sales Agreement (Weld County Communications PN-10759-01 Opt 3 Rev G) Page 4 of 5 SALES AGREEMENT i:russbassett Please sign and return this page to RBC with your order. PROJECT / ORDER DETAILS BUYER: Weld County Communications PROJECT: Weld County Comm Center Modernization PROJECT NUMBER: PN-10759-01 Opt 3 Rev G BUYER ORDER NO: ATTACHMENTS PART OF THIS AGREEMENT • RBC Proposal Package (Attachment A) • Buyer Purchase Order or Letter of Intent (Provided by Buyer) APPROVAL OF AGREEMENT Upon signature below by designated BUYER, this Sales Agreement, and all attachments for the purchase of product and related services is immediately in effect. SIGNATURE BUYER Perry L. Buck Chair Name (printed): Title: Company: Board of Weld County Commissioners Address: 1150 O Street City: Greeley State: _Colorado Zip; 80631 Phone: 970-400-4206 Email: BOCC-Contracts @Weld.gov Signature. Date: 09/08/2025 Sales Agreement (Weld County Communications PN-10759-01 Opt 3 Rev G) Page 5 of 5 ..russbassett QUO TAT ION Russ Bassett Corporation PROJECT OPTION: #: PN-10759-01 3 REVISION-. G 8189 Tel: 800.350.2445 Byron Road, Whittier, Fax: CA 562.698.8972 90606 PROJECT NAME: Weld County Comm Center Modernization www.russbassett.com EXPIRATION QUOTE CUSTOMER.. CONTACT: ADDRESS: DATE: DATE: WELD TINA 1551 GREELEY PHONE: 970-646-3557 EMAIL: tpowell@weld.gov 11/25/2025 8/26/2025 POWELL NORTH COUNTY SALES EXECUTIVE-. BEN GREGER ADDRESS.. 8189 BYRON WHITTIER, COMMUNICATIONS 17TH AVENUE PHONE: 262-443-2552 CO 80631 EMAIL: bgreger@russbassett.com RD. CA 90606 ,� 1t�r:-•- Ill ,' r 1 - - • - ' Al Regional � 1 Communications .4., . -I i '1, `. '. 1' t 1 \ , �. ,.. •., , t 1 ., � 1 t Lt, . ! : , p• • irs e÷ J ; %. i , 1 l•� -. - \. Yr" 4 -; \__\ IIe fir. • • `. _••111 1 . _! _ 1 i _ = r... r. -- - J �� ' r� . 1 I� r -h- ..i.�•. .. . _ _- - • IbM� ! -e • .1�• y . - .. nib •__L'i ... • -w •1 - ♦ il•+•i‘r .♦•yam• • '♦ _" - `- 1w ' - ,• rte: �.y,• ,r - 9- _ .- k gr-a e -_... La. — j • •e 1•. , _ .- r. - _ _ . - 4► tom.! ' __= e `` .. -In .. tl ti 1 • • I 1 I .• J - _ + - I t . •+ ��. a� l 1 .'� J 7 i -. .Jfifi��- !! // _ _ I 1 _ •i 1 ^s—' II 1 S 1 a • r 1 _- Date 8/26/2025 Page 1 1 8 - `�> � :russbassett � J1► � e 8189 Byron Rd, Whittier, CA 90606 (800) 350-2445 _ s' CUSTOMER ,� �� - III' _�, ` a CUSTOMER WELD COUNTY COMMUNICATIONS PROJECT ADDRESS: 1551 NORTH 17TH GREELEY AVENUE CO 80631 / �• ter. �, �� < "'� / •_, �t'r �1 `:•/ ,,-4.-N `�I�'' mit <!.. %� ' f •( �. ...... �, -- e .� , ."Plus , .. _ ,�r�... , '� tI•' = ,. •J�►1 ►' rr♦ ,,,:_ �- � �� • r qa 1ti PROJECT :�� � 4/ r_. :.n r I �I • I .�'� ,. ; ♦ 1 � ' �.. ... ��1 PROJECT NAME: Weld County Comm PROTECT INITIATI N DATE 2/6/2025 CONSOLE TYPE: NUMBER FLEX SCALE Center OF POSITIONS: 32 A , , . _ _. _ \' �.r� ✓))l� a L d �� \� '/ I♦ `1 `'% ' ' "'!� ' .; �� . • - �,N. { • �� .r �. - , 1' - �u �I';, \ - , S-, � `" '- ' ,. • .,'. 1 / � `''� !� A ter' 1 / "` �I j 40s. i. .0 , Y`: I , i - - SALES EXECUTIVE BEN RE ER G G I ' \ \•i • ' :- ' � �; I . -'�,�� DESIGNER JEREMY NIXON �,� .� of j�� �! ,�•� / •• , / ' 'I` I` .t y / ` • SHEET INDEX �� �, ` ��►` <<� � • %%;I'r4, / �'-41 i.. i ';.. ''( �I 3 3D VIEW 2 4 -� PLAN VIEW f�ll ��`_ \� ` t; ~����_ 111' 5 ELEVATION VIEW A �� `•. , ► i 6 ELEVATION VIEW B 1 t / - ` .� ��fl,�� 1 �! 7 ELEVATION VIEW C . y a� s / r• .� .•••ll �:,1 ! 7 .�� 8 EQUIPMENT FIT . : 1 \'� (4�/ D� ■-'� / -' �► 1 �., Ipt 9 RENDERING VIEW 1 .�� `�,`, / 1•�y / ' w 11 r►���� � % �� �►••! /• I 10 RENDERING VIEW 2 11 RENDERING VIEW 3 t 1R� �• • , ��. ,` ! •ll� , ' :� ' `�' • r i. ��� I 'r �' f�e •! , Y � �i 12 CORING PLAN 13 CORING PLAN 14 CORING PLAN ♦ , �" `� j . / / 15 CORING DETAILS 16 ARTWORK LOCATION SIGN -OFF �N'''it \_ �_ REVISIONS S\ \ \, . , �; R� _ la,.,,_ � AB �I� L - — ` ` /\ e! ., - --11 1 / er/ � ,_�j REV DATE DESCRIPTION 8Y A 02/18/25 2D & 3D PRELIMINARY 1N B 05/06/25 UPDT MON TO4-34UW, 2-24 1N \�a C 06/26/25 UPD1 MON LAYOUT, TECH LOC, 1N \; �1 D 06/30/25 UPDT CNSL LAYOUT & 3/4 1N \� it c‘ E 07/09!25 LAYOUT UPDT 1N F 07/18/25 FINAL DESIGN REVIEW W/WELD 1N G 08/13/25 TECH . MONITOR UPDT W/NSP JN G 08/22/25 CONFIRMED FINAL TECH, 1N • SHEET 3D DESCRIPTION VIEW 1 DRAWING X OPT REV. SHEET PN-10%59-01 3 G 2 18 RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. -' `\ ��-�` �___ isrussbassett 8189 Byron Rd, Whittier, CA 90606 (800) 350-2445 -- " CUSTOMER CUSTOMER: WELD COUNTY COMMUNICATIONS PROJECT ADDRESS: 1551 NORTH 17TH GREELEY AVENUE CO 80631 a/= - \ �/ � 1%. `7 •' .�;t1` .J�i _ '�� . .6 �•,.... �. — PROJECT �" ,/ �`���. Z� -� Ir / , • PROJECT NAME: Weld County Comm PROJECT INITIATION DATE: 2/6/2025 CONSOLE TYPE: NUMBER FLEX NTS Center OF POSITIONS: 32 ..,.• � �� ��, 41 4111). ` ,� / �� ' :, �.� _ 1 ` 1• I� i� , ;-� � WAN / �� ' . . ' ► ; Pr A '; ` ``. .��."ral! ,� �!r / —' ('I :' • _►' •,'" �~ .� �` \ , �� ' - �'* . 1� `� / :7 . �', �► -• 4. . 1 �� r► , t t 'l -. . �'r SALES EXECUTIVE BEN GREGER -- \� I iooli III �► •► ' II �► • !' �' • ,. DESIGNER JEREMY NIXON 't �14 ferli • '.,• � 0 , tl Ii `i1�I — ► ` ' / �`, f,;+,► !` :. � 't•: !� I ✓�`��► ��4. oft.' ` ` I �► :, SHEET INDEX t' \.. _i �' ► , f= �. NO. 1-i �t ., . _ i :cam -� I. / , , 2 3D VIEW 1 ` +►, / _ 7 4 lt_A►.r•-I -`1 /' N. +� ' I•, I ... `' ��� ri10- I rI� i %����' /. - 3 3D VIEW 2 4 PLAN VIEW v (' gm li� • T Ilb , et - fit • 11/ .��/ / � 5 ELEVATION VIEW A N 1411/4 ,�' \= S' "t`''.•►"t`''.•I 1 / , In `� • ;� Ri�� /!% ' ,, ice,.. = 6 ELEVATION VIEW B 7 ELEVATION VIEW C 8 EQUIPMENT FIT 9 RENDERING VIEW 1 '�I'� its - � _ 1 , '' � • -��' • � , �� 10 RENDERING VIEW 2 11 RENDERING VIEW 3 91 r✓ r)' �0 .. %" ' 12 CORING PLAN pe - �, I � ► ' - I' i •-• j /�'13 /� / i �` ;% CORING PLAN 14 CORING PLAN 15 CORING DETAILS 16 ARTWORK LOCATION SIGN -OFF REVISIONS ::�.,��� �• _ ,i .� 1�.�� / REV DATE DESCRIPTION 1 BY �' i �' 17 A 02/18/25 2D & 3D PRELIMINARY JN D �/ / ' .� Ili 11 �� ,•',i- a. % , /�` %� B 05/06/25 UPDT MON TO 4-34UW, 2-24 1N C 06/26/25 UPDT MON LAYOUT, TECH LOC, JN D 06/30/25 UPDT CNSL LAYOUT & 3/4 JN �- (aII /� ./ E 07/09/25 LAYOUT UPDT 1N Cr` �/ � ���� % F 07/18/25 FINAL DESIGN REVIEW W/WELD 1N G 08/13/25 TECH + MONITOR UPDT W/NSP JN G 08/22/25 CONFIRMED FINAL TECH, 1N 4� / 41/NN SHEET 3D DESCRIPTION VIEW 2 \ RUSS IN ANY BASSETT FORM OR CORPORATION MANNER HEREBY WHATSOEVER, EXPRESSLY NOR ARE RESERVES THEY TO ITS BE COMMON ASSIGNED TO LAW ANY COPYRIGHT THIRD AND PARTY WITHOUT OTHER PROPERTY FIRST OBTAINING RIGHTS IN THE THESE EXPRESS PLANS. WRITTEN THESE PERMISSION PLANS ARE NOT AND TO BE CONSENT COPIED, OF REPRODUCED RUSS BASSETT OR CHANGED CORPORATION. DRAWING as OPT. REV. SHEET PN-10759-01 3 G 3 18 ?7 11 lc/ ill \II L1i- I I I II I ru ssbassett s■ .. ti SL, I,1 .t .O i, .�....."A.,,_g 3 .......lt^ I� lli r. �'i �/t� „ P/t .e-•ttr.a• yr . .3^ w..• � D s �8189 t -w.a� i Byron Rd, Whittier. CA90606 (800) 350-2445 ���t'¢..�.n -� �- • I !% Vii' .. t -e-sl j,,_ ` /:,_ .ti ✓ \ �I - r \ i. \ i. -.'...r..? rII •W CUSTOMER �� W.J J W.J "" r.� r UPS ROOM BOILER ROOM 1 CT 2 CT 3 4 5 6 122 123 LUNCH ROOM CUSTOMER 127 WELD COUNTY COMMUNICATIONS o PROJECT ADDRESS. 1551 NORTH 17TH AVENU NUE E ' .,. ,,, .. C r GREELEY CO 80631 II� !rs �s a t ..... � PROJECT -; L i r .;`� . r r CT .. s f� �,I■ �`� .9 t 8 11 FAT' i r 1�31� 13 PROJECT NAME ^a to K1— tn'•1�, t►IF Weld County Comm Center ;,\ r/ sstIMIMart l . •` . IIIIIIIIIIIIII� Lr:�._ — .. • • "' PROJECT INITIATION DATE: _ �_^ _ m I _�,—f , C1 7• �a ��� , 2/6/2025 �r a... 27 — '•ale 15 -;~�i •� � ./i _w71 +• L�w•: 8 is �,I �, ,`� ` CT ` I ,r r ..• 4��"' }�1, ' M j/ ' �� IT ROOM ELECTRICAL CONSO1 E TYPE: NUMBER OF POSITIONS �� ti ,e ' FLEX t«\'"" ,c 2 . 32 g .. i�1 . —1 t � " z� :� � il� j: .: ,.�1!�1�, �'is. 114 126 SCALE: ==,.;_. ,...- 1 Zad ee L �� ..::� """ -:. .. :C7 SALES EXECUTIVE , 4 �/ s'r,� I? .1 CT e' �5�� BEN GREGER V t 16 SUPPLY RM '� } "' DESIGNER _ _� 1 a\ f� JEREMY NIXON 113 DISPATCH ��!� ��r ■ SHEET INDEX _ __ _ o illi CT 7•�'• ""' ''ill t 2 3D VIEW 1 S 17 CT ?3 s' I ,( t 25 29 it Ps 3 3D VIEW 2 .'3 ,9 �• Jiff ... .. 1 i.� t Ali r .. 4 PLAN VIEW :��;;,, . hn wlE• ��' �►' - C .�.+a••i+B�► 5 ELEVATION VIEW A .., `,, j ♦ 6 ELEVATION VIEW B a '- =• /:I / ELEVATION VIEW C r---t— -- II- :: ) •.. - .. - � • � a- �. a 8 EQUIPMENT FIT W. r!� ,: 9 RENDERING 1 _�� \'\�_ _ VIEW � 41,i, - �`� � ',■ '�: of 10 RENDERING � -' , VIEW 2 1'' it �+. i ••-, ll�` ^' -- .•. �r 11 RENDERING VIEW 3 CT •*lit t . 22 24�f=� 26 30 : 18 CT j 'y �1 — 12 CORING PLAN ► •� '- t L� ` �t: II 13 CORING PLAN ..>bill. wi f�'�`:'�•.1 HALL 14 CORING PLAN I ,� =—�•_ ,.•' I 105 15 CORING DETAILS _ T__._�.r __ .�• 7 16 ARTWORK LOCATION SIGN -OFF � • ., „ ,., _.._,.^• ��► REVISIONS ENTRY REV ( DATE I DESCRIPTION JBY 101 A 02/18/25 2D & 3D PRELIMINARY 1N B 05/06/25 UPDT MON TO 4-34UW, 2-24 1N C 06/26/2S UPDT MON LAYOUT, TECH LOC. 1N D 06/30/25 UPDT CNSL LAYOUT & 3/4 JN � E 07/09/25 LAYOUT UPDT JN L��•.� MEETING ROOM F 07/18/25 FINAL DESIGN REVIEW W/WELD 1N _.�s.�`�J, • G 08/13/2S TECH . MONITOR UPDT W/NSP JN OFFICE 31 • 'L ;+..2 OFFICE e3.:;.. •. ; • .. eJ 107 G 08/22/2S CONFIRMED FINAL TECH, 1N ' 109. i ' 108 w . ^I.�,_ -�-■- _... .. ,L .. ... � J- .'l- SHEET DESCRIPTION �•-'��• , V' ' PLAN VIEW DRAWING OPT REV SHEET RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED 3 G L� 18 IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. PN-1 O7S9-01 �. 8189 Byron ru ssbassett Rd, Whittier, CA 90606 (800) 350-2445 ,22 24 26 30 - re'*` ARRAY SLATWALL MOUNTED ■ _ _- _ MONITOR MOUNTS SLATWALL MONITOR ARRAY W/ 11" ELECTRIC HEIGHT ADJUSTMENT CUSTOMER ! & 8" MANUAL FOCAL DEPTH ADJUSTMENT CUSTOMER WELD COUNTY COMMUNICATIONS PROJECT ADDRESS. 1551 NORTH 17TH GREELEY AVENUE CO 80631 -_ - '- ABOVE SURFACE AMBIENT LIGHT BLUE 31 r PROJECT ;PAT, - PERSONAL COMFORT SYSTEM (PCS) IF W/ DESKTOP FANS AND PROJECT NAME Weld County Comm PROJECT INITIATION DATE. 2/6/2025 CONSOLE TYPE: NUMBER FLEX SCALE. 1/2` = V -0 - Center OF POSITIONS. 32 - -- ---1j • - - FORCED AIR HEATER UNDER SURFACE - - S U S U C _ , , • 1 _ t , .,.-. Q2 41'2 �-r 7 112-. , HIGH PRESSURE LAMINATE WORK - . - SURFACE W/ COMFORT EDGE ` ��` FOOTWELL LIGHT (BLUE) `----- 18"W BOX/CLOSED PEDASTAL SALES EXECUTIVE BEN GREGER DESIGNER JEREMY NIXON 36" W CLOSED PEDESTAL SHEET INDEX CONSOLE DASHBOARD WITH - CONSOLE CONTROLS • PCS CONTROLS - 2 - USB-A DATA PORTS ' 1 - USB-A DATA PORTS • 1 - USB-A & 1 - USB-C CHARGING PORTS - GOOSENECK TASK LIGHT WI DIMMER (2) • AMBIENT LIGHT DIMMER NO STATUS LIGHTS AT SUPERVISORS NO - 2 3D VIEW 1 3 3D VIEW 2 4 PLAN VIEW 5 ELEVATION VIEW A 6 ELEVATION VIEW B / ELEVATION VIEW C 8 EQUIPMENT FIT 9 RENDERING VIEW 1 10 RENDERING VIEW 2 11 RENDERING VIEW 3 12 CORING PLAN 13 CORING PLAN 14 CORING PLAN 15 CORING DETAILS 16 ARTWORK LOCATION SIGN -OFF REVISIONS REV DATE DESCRIPTION BY a 24" 24" A 02/18/25 2D & 3D PRELIMINARY 1N 8 05/06/25 UPDT MON TO4-34UW, 2-24 1N .rt.r C 06/26/25 UPDT MON LAYOUT, TECH LOC, J N D 06/30/25 UPDT CNSL LAYOUT & 3/4 JN 43 27' - 24" 24" r E 07/09/25 LAYOUT UPDT JN F 07/18/25 FINAL DESIGN REVIEW W/WELD JN G 08/13/25 TECH + MONITOR UPDT W/NSP IN _ G 08/22/25 CONFIRMED FINAL TECH, 1N I , SHEET ELEVATION DESCRIPTION A C DRAWING N OPT REV SHEET PN-1 O7S9-01 3 G �j 18 ROSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. if - h:russbassett "� STATUS INDICATOR LIGHTS r 8189 Byron Rd, Whittier. CA 90606 (800) 350-2445 %-4 ��r ' f' ., I :.' ti'�II� r� ARRAY SLATWALL MOUNTED " " ... ` , I. r--� MONITOR MOUNTS LED ILLUMINATED GLASS TOP CAPS, l CUSTOMER r ii ----------- LOGO AREAS AT CONSOLES 30 & 27 Ilk' e Ii CUSTOMER WELD COUNTY COMMUNICATIONS PROJECT ADDRESS.. 1551 NORTH 17TH GREELEY AVENUE co 80631 , TOP CAPS LED ILLUMINATED GLASS l.� ��" ;� 1 1 r-� . � ,? �+ ; li �. SLATWALL MONITOR ARRAY W/ 1 i _1 o 4a ,, 11" ELECTRIC HEIGHT ADJUSTMENT & 8" MANUAL FOCAL DEPTH ADJUSTMENT PROJECT I :' _ t pi ' PERSONAL COMFORT SYSTEM PCS ---`~- PROJECT NAME Weld County PROJECT INITIATION CONSOLE TYPE. FLEX SCALE Comm DATE. 2/6/2025 NUMBER 1/2" = 1'_0 Center OF POSITIONS. 32 Altri - W/ DESKTOP FANS AND _ . , - FORCED AIR HEATERS UNDER SURFACE 0 `- ABOVE - SURFACE AMBIENT LIGHT (BLUE) a i r _Ulf HIGH PRESSURE LAMINATE WORK `'- SURFACE W/ COMFORT EDGE TP r - FOOTWELL LIGHT - _ - (BLUE) - ' - - - _ _ _ 18"W BOX/CLOSED PEDASTAL SALES EXECUTIVE BEN GREGER DESIGNER JEREMY NIXON CONSOLE DASHBOARD WITH CONSOLE CONTROLS • PCS CONTROLS " 2 - USB-A DATA PORTS • 1 - USB-A DATA PORTS 1 - USB-A & 1 - USB-C CHARGING PORTS • GOOSENECK TASK LIGHT W/ DIMMER (2) AMBIENT LIGHT DIMMER SHEET INDEX NO. 2 3D VIEW 1 3 3D VIEW 2 4 PLAN VIEW 5 ELEVATION VIEW A 6 ELEVATION VIEW B 7 ELEVATION VIEW C EQUIPMENT 9 RENDERING VIEW 1 10 RENDERING VIEW 2 11 RENDERING VIEW 3 12 CORING PLAN 13 CORING PLAN 14 CORING PLAN 15 CORING DETAILS 16 ARTWORK LOCATION SIGN OFF STATUS LIGHT SWITCH (PAIR) REVISIONS 24" 24" REV I DATE I DESCRIPTION I BY A 02/18/25 2D & 3D PRELIMINARY JN 8 05/06/25 UPDT MON TO4-34UW, 2-24 JN .._. 43" I 27" C 06/26/25 UPDT MON LAYOUT, TECH LOC. 1N = 24' 24" D 06/30/25 UPDT CNSL LAYOUT & 3/4 1N E 07/09/25 LAYOUT UPDT 1N I 07/18/25 SINAI DESIGN REVIEW W/WELD JN _v G 08/13/25 TECH + MONITOR UPDT W/NSP 1N n Th 4 --a, ';;:Ari- G 08/22/25 CONFIRMED FINAL TECH, 1N I1 r - C � SHEET ELEVATION DESCRIPTION B ► Fl - ^-- ► I RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED DRAWING # OPT REV SHEET PN-1 0759-01 3 G 6 18 IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. INDICATOR LIGHTS _- -�, _. 1,STATUS ARRAY SLATWALL MOUNTED r 8184 Byron ru Rd, ssbassett Whittier. CA 90606 (SUC) 350-2445 CI A i 7 C19 MONITOR MOUNTS SLATWALL MONITOR ARRAY WI 11" ELECTRIC HEIGHT ADJUSTMENT CUSTOMER •.. --_ . c,wwaa. & 8" MANUAL FOCAL DEPTH ADJUSTMENT CUSTOMER WELD COUNTY COMMUNICATIONS PROJECT ADDRESS. 1551 NORTH 17TH GREELEY AVENUE CO 80631 !•.": t'il ,•. , ~„ i CT ,' 18 o DT E.,« _- _ -.. AlLa _is � PROJECT -.' PERSONAL COMFORT SYSTEM (PCS) PROJECT NAME Weld County Comm INITIATION DATE. 2/6/2025 CONSOLE TYPE: NUMBER FLEX SCALE 1/2'. = 1•-0 Center OF POSITIONS 32 WI DESKTOP FANS AND .r FORCED AIR HEATERS UNDER SURFACE •M. IliPROJECT 1 \ ABOVE SURFACE AMBIENT LIGHT (BLUE) `` - HIGH PRESSURE LAMINATE WORK - - SURFACE W/ COMFORT EDGE ' FOOTWELL LIGHT (BLUE) - ~t_ , '~----. 18"W BOX/CLOSED PEDASTAL SALES EXECUTIVE BEN GREGER DESIGNER JEREMY NIXON CONSOLE DASHBOARD WITH• • CONSOLE CONTROLS • PCS CONTROLS • 2 - USB-A DATA PORTS • 1 - USB-A DATA PORTS • 1 - USB-A & 1 - USB-C CHARGING PORTS • GOOSENECK TASK LIGHT W/ DIMMER (2) • AMBIENT LIGHT DIMMER • STATUS LIGHT SWITCH (PAIR) SHEET INDEX NO. 2 3D VIEW 1 3 3D VIEW 2 4 PLAN VIEW 5 ELEVATION VIEW A 6 ELEVATION VIEW B 7 ELEVATION VIEW C 8 EQUIPMENT FIT 9 RENDERING VIEW 1 10 RENDERING VIEW 2 11 RENDERING VIEW 3 12 CORING PLAN 13 CORING PLAN 14 CORING PLAN 15 CORING DETAILS 16 ARTWORK LOCATION SIGN -OFF REVISIONS REV DATE DESCRIPTION BY 24" 24" A 02/18/25 2D & 3D PRELIMINARY JN B 05/06/25 UPDT MON TO 4-34UW, 2.-24 JN -am � C 06/26/25 UPDT MON LAYOUT, TECH LOC, JN 43" D 06/30/25 UPDT CNSL LAYOUT & 3/4 1N 24° E 07/09/2.5 LAYOUT UPDT JN 24" ><l ut MIL J F 07/18/25 FINAL DESIGN REVIEW W/WELD JN G 08/13/2 CH + MONITOR U W 1 G 08/22/25 CONFIRMED FINAL TECH, 1N �� 1 -- t �� , Li - C � SHEET ELEVATION DESCRIPTION C RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED DRAWING x OPT REV. SHEET PN-1 O7S9-01 3 G 7 18 IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. o 8189 Byron ru ssbassett Rd, Whittier, CA 90606 (800) 350-2445 ��Ey. � -- - �� r---i �--� � - .� - ; < EQUIP. DESCRIPTION % \.� ./ UPS ROOFA MILER ROOS" YYY Q \ vs. i i. t.Lisch From of - MOTO CENTRAL HUB in 0 t`'� r CUSTOMER 7.2H 3.5H X 17D x ' ,�.: � CUSTOMER COUNTY COMMUNICATIONS PROJECT ADDRESS. 1551 NORTH 17TH GREELEY AVENUE CO 80631 �- I S - --t PHONE - SONIC j ,•.LL_ ` "Ai 4.5H x 9.2W x 6.75D . Hw. --M-17WELD . I^ <� t5� S n DELL DEVICE - MINI SA fl ROOM r�FcT� / Q 8H x 2.5W x 8.5D t!" us // PROJECT '�,.,, - ' •-;7:;41 ,CAD I � �� L 5860 PRECISION S"''P" R'' �� PROJECT NAME Weld County Comm PROJECT INITIATION DATE- 2/6/2025 CONSOLE TYPE: NUMBER FLEX SCALE 1/2" = 1,-0.. Center OF POSITIONS. 32 . 16.25H x 7W x 17.5D ,- - f , III orviLL -Brow / ! , \ .:a. O o I 8 I,� / 4 J ! 4R / , L II 1 /, HMI v I Itlos ` - Jti enacts? II O ti+ f " Nt4.. e . �, ,�I °'r — -� a tn. ,y ............., ZI SALES EXECU LIVE BEN GREGER � .•.....a........,... l i 11'Kr � - rt�:..IM ....N.... •.....v.__ "'" "'�"� �' vPr14F w7 10 Y �/ DESIGNER JEREMY NIXON "" ' " ....' " , - - _ _ _ _ _ 1 Imim �t Scale1/16" "0 IIIMI = 1' SHEET INDEX NO 2 3D VIEW 1 3 3D VIEW 2 4 PLAN VIEW s 40.5 J�I �� 5 ELEVATION VIEW A 6 ELEVATION VIEW B ,I/ r , / / ELEVATION VIEW C 8 EQUIPMENT FIT '/ * J� '�'` I'' * �. r �' -4 It �'� �1 ,, ■ �I S �'►w gI J'/ �, 1 . !�' illy. "Pr�.; I . t 1,�• = •. /,/ I ` r,,/' �' I�4' a I r / - "• r, " �. II It' �� �! '- ■ , I�f1or �+ �..• + r, �� . I,.r" ra , .'�rI 'r" � , •�' . -jiliw�• ?.../: �� • 9 RENDERING VIEW 1 10 RENDERING VIEW 2 11 RENDERING VIEW 3 12 CORING PLAN 14 CORING PI N 15 CORING ETAILS 16 ARTWOR, K LOCATION SIGN OFF REVISIONS REV DATE DESCRIPTION BY A 02/18/25 2D & 3D PRELIMINARY 1N B 05/06/25 UPDT MON TO 4-34UW, 2-24 JN • `. `��1.* pIIA x I , `.• `� `,� t I ■ i �' 4 ; 11114'St r� I i / 4. / V* i/0 •X' ,' • �� Y• P• C 06/26/25 UPDT MON LAYOUT, TECH LOC, 1N D 06/30/25 UPDT CNSL LAYOUT & 3/4 1N E 07/09/25 LAYOUT UPDT 1N F 07/18/25 FINAL DESIGN REVIEW W/WELD JN G 08/13/25 TECH + MONITOR UPDT W/NSP 1N G 08/22/25 CONFIRMED FINAL TECH, 1N SHEET EQUIPMENT DESCRIPTION FIT DRAWING a OPT REV SHEET PN-1 0759-01 3 G $ 18 RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. yy f -- r 4 44.1 . • _R: _ .Ti� � , n. �d ^� ;:russbassett 8189 Byron Rd, Whittier. CA 90606 (800) 350-2445 r• {:-.,� I 4,-- .F CUSTOMER • • " j - "*•c =, �. _ _ a •'� i n '`r '7, . ���, �-"`, CUSTOMER WELD COUNTY COMMUNICATIONS PROJECT ADDRESS. 1551 NORTH 17TH AVENUE GREELEY CO 80631 �.... - ''. ; �. •" , ;.. - . _- S . ` + ,-, _ 4 �t ' 1 !. T " ' 11 : • _• . _ `• i r_ PROJECT PROJECT NAME. Weld County Comm Center PROJECT INITIATION DATE. ?6/2025 CONSOLE TYPE. NUMBER OF POSITIONS FLEX 32 SCALE ,� rr-' .•! r. _ 6 ,r -r :. �' �' - ?.,• ,. - • ' Jr �'- : "' - CJ _ _ s 1• •` `` _,�'" -', s� . \ t y` s / 3 , , ti , _ .. • N _ -► � ,v ,, J' i . 4 �; _ _ 1 '; • 1 �`` - f -NTS .- t i- _ •�' ' t - '� .. - - 4 I� .'� �~' SALES EXECUTIVE BEN GRFGFR 'o ��.:• • it - ,Illik A a-� < r �'� " — ee � � ,- • ' •.\nl :TS ' 3 . c s, ; `* Y� '''' DESIGNER JEREMY NIXON SHEET INDEX , ---1 ' • •O. f, • ,_n 1 t r ` V- � I. \ ! r ' 4• •` r • _ r I y • r ' z j; ' it !�,j' f�.r' " - ✓ z 3D VIEW 1 3 3D VIEW 2 4 PLAN VIEW 5 ELEVATION VIEW A 6 ELEVATION VIEW B / ELEVATION VIEW C �' 4.-`i• ,-- •• Y f r �, r �` or-�� . _ t -'..•....4- r �'r .+f. .�fi - ' ', r:� ire }_. _ k •. S - = '. -', •- '. r f y. ✓_` • .. • - �• "" '• _ ` \; ,` ,� j ^ '' .\ �" 1\ ' 8 EQUIPMENT FIT 9 RENDERING VIEW 1 10 RENDERING VIEW 2 11 RENDERING VIEW 3 12 CORING PLAN 13 CORING PLAN 14 CORING PLAN 15 CORING DETAILS 16 ARTWORK LOCATION SIGN -OFF REVISIONS REV DATE DESCRIPTION BY A 02/18/25 2D 8t 3D PRELIMINARY 1N B 05/06/25 UPDT MON TO 4-34UW, 2-24 1N ` `. ` ` '. •" -.` = r '� • , . ` ` C 06/26/25 UPDT MON LAYOUT, TECH LOC, 1N D 06/30/25 UPDT CNSL LAYOUT 8t 3/4 1N E 07/09/25 I.AYOUT UPDT 1N F 07/18/25 FINAL DESIGN REVIEW W/WE.LD 1N G 08/13/25 TECH + MONITOR UPDT W/NSP 1N G 08/22/25 CONFIRMED FINAL TECH, 1N COLOR SCHEME: FABRIC: N/A LAMINATE: PORTICO TEAK SHEET RENDERING DESCRIPTION 1 POWDER COAT: CHARCOAL DRAWING u OPT REV SHEET PN-1 07S9-01 3 9 G. / RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. I C1E? • •. I. N ,•� ~y t s, �. _ - +•+ - , "-- _ y _� ,'�t . •_ I ri • ." . —. - �= T. i 's. , _ ... . . �. ,mot- - ?' -t '�_ •-- • Y. �r •rte'' - �� '.� rr.. ;l t ,i.' ' t ya • r, t -,. - ti' �, ;a 8189 Byron russbassett Rd. Whittier. CA 90606 (800) 350-2445 CUSTOMER CUSTOMER WELD COUNTY PROJECT ADDRESS. 1551 GREELEY COMMUNICATIONS NORTH 17TH AVENUE CO 80631 PROJECT PROJECT NAME Weld County T PROJECT INITIATION CONSOLE TYPE. FLEX SCALE Comm DATE. 2/6/2025 NUMBER NTS Center OF POSITIONS 32 �.."• =_-� ...'s. .�. , r ' . - _.-' _ .�--- • �.•` ♦ • f; • 4 �. .•' -. - .` .- J e _ • ,�• _ '' .. -. '+ n ,►� • t �• "t _ v ' �� _f`�' ♦. Y 'gip �.. , f - .t.+.. ,1 "f#0340;40151$��-_-, dr 4 �J •.. a ` : "- • _ at : �° -, - �• •`'; r ;�' 4. t � -r I t!f"; .rr �4 �� _ N ^ 1, 7 �► -.. 3 �r '� P.P1 .. 1., . / ' ; �+ SALES X EXECUTIVE BEN GREGER DESIGNER JEREMY NIXON �. • �•T �_ _ '` -• :• ' -' 1 ,s.jd i� , i SHEET INDEX �'. -"-r -.� i �" fy ` y ..' ���,'. r.� / `' j% i ., ,� ... % `•, -• -, `` .' -� ! �, ,= •L• \ r ` ^ , . ... ` /A / •� • v .' .. t * f' . _ .+_ �' ....' J , >• r, J - 2 3O VIEW 1 3 3O VIEW 2 4 PLAN VIEW 5 ELEVATION VIEW A 6 ELEVATION VIEW B I ELEVATION VIEW C 8 EQUIPMENT FIT 9 RENDERING VIEW 1 10 RENDERING VIEW 2 11 RENDERING VIEW 3 12 CORING PLAN 13 CORING PLAN 14 CORING PLAN 15 CORING DETAILS 16 ARTWORK LOCATION SIGN OFF REVISIONS ., 1 / / t `\ \ \ .�- \ �\ REV DATE DESCRIP1ION BY A 02/18/25 2D & 3D PRELIMINARY 1N B 05/06/25 UPDT MON TO4-34UW, 2-24 JN C 06/26/25 UPDT MON LAYOUT, TECH LOC--, 1N D 06/30/25 UPDT CNSL LAYOUT & 3/4 1N E 07/09/25 LAYOUT UPDT JN F 0O18/25 FINAL DESIGN REVIEW W/WELD JN G 08/13/25 TECH + MONITOR UPDT W/NSP IN G 08/22/25 CONFIRMED FINAL TECH, 1N COLOR SCHEME FABRIC: N/A LAMINATE PORTICO TEAK SHEET RENDERING DESCRIPTION 2 POWDER COAT: CHARCOAL DRAWING x OPT REV SHEE i PN-1 O7S9-01 3 G 1 Q 18 RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. _ s. __ m ru ssbassett -.. - ._. e M - s. •- _ is . _ i 8189 Byron Rd, Whither, CA 90606 (800) 350-2445 _ etc CUSTOMER _ c, -Ill r el " CUSTOMER WELD COUNTY COMMUNICATIONS c.4 --mom: It �+, -V t- • _ ' mazy. • r PROJECT ADDRESS. 1551 NORTH GREELEY 177M AVENUE CO 80631 ., - PROJECT --- - - �- .� i Jam. - "- 1 - , _ 1 _. 4 .. `_ __ -`� .-= - _ ..• PROJECT NAME Weld County Comm Center , �� '_•` I v' ` ,...r4e, - ` v,�r - PROJECT INITIATION GATE 2!6/2025 CONSOLE TYPE FLEX NUMBER OF POSITIONS `.L" :' ._ 'r te .. - tit - .. o• �; .. .-11F ._• �. v r-•_ j 40 _ �' �• l •- : L _ _ - -LAM _. C _ ---- - f�' . �.r-> t r+ ti �` ^w ti - _ •l _ -�-.NTS SCALE 32 y, •�L _ri '77� ,. P- '`��-• _ l• • �• SALES BEN EXECUTIVE GREGER 4• ' -, 'r•ib r _�',. �_. DESIGNER JEREMY NIXON , � :1 .- • - r- SHEET INDEX t. _ �i` ---..- NO �t 2 3D VIEW 1 '.. lc`'�,et 3 3D VIEW 2 •` 1 • _ r: t 4 PLAN VIEW r •/ - -_ . I 5 ELEVATION VIEW A f - tt{{11 `1� r ; -� '`1�`� - _�'� 6 ELEVATION VIEW B I + P " i. f� ;�'�}"}`•' • • r -�. 7 ELEVATION VIEW C '�' • - •` .ICI; .` _ _ ,E ••• IT-i • w�` - ;', - ,- . . "� �' . 8 EQUIPMENT FIT • _ _ 1 I , - - _ 9 RENDERING VIEW 1 _' 10 RENDERING VIEW 2 _ -r. • 11 RENDERING V 3 .' 12 CORING PLANIEW 13 CORING PLAN ;. ��" r ;; 14 CORING PLAN „ +::'_ ,l` 15 CORING DETAILS cr ' -,J Z_� - 4 ,� 16 ARTWORK LOCATION SIGN -OFF - \ i Al{> .,'•` ✓ a - . - REVISIONS REV DATE DESCRIPTION BY , 1` A 02/18/25 2D & 3O PRELIMINARY 1N \ B 05/06/25 UPDT MON TO 4-34UW, 2-24 JN C 06/26/25 UPDT MON LAYOUT, TECH IOC, JN •:rl O 06/30/25 UPDT CNSL LAYOUT & 3/4 1N E 07/09/25 LAYOUT UPDT 1N F 0!/18/25 FINAL DESIGN REVIEW W/WELD 1N G 08/13/25 TECH . MONITOR UPDT W/NSP IN G 08/22/25 CONFIRMED FINAL TECH, 1N COLOR SCHEME' PLEASE REFER TO ARTWORK LOCATION SIGN OFF PAGE. FABRIC: N/A GLASS WILL BE UPLIT IN BLUE PER OUR STANDARD LED OPTIONS. LAMINATE: PORTICO TEAK COLOR COORDINATION SHOWN ABOVE FOR LOGO AND TEXT PLACEMENT ONLY. POWDER COAT: CHARCOAL JN SHEET DESCRIPTION RENDERING 3 DRAWING $ OPT REV SHEET 3 G 11 18 RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. PN-1 0759-01 1 I 3®russbassett 8189 Byron y Rd. Whittier CA 90606 (SOCK 350-2445 INDICATES RECOMMENDED POWER CORE DRILL • LOCATION • INDICATES RECOMMENDED DATA CORE DRILL LOCATION m.REPRESENTS POWER TERMINATION I I I ' CUSTOMER LOCATION. SEE JBOX DETAIL ON CORING DETAILS PAGE f 4!I' -N•3/4` 44' •9' CUSTOMER WELD COUNTY COMMUNICATIONS PROJECT ADDRESS: 1551 NORTH 17TH GREELEY AVENUE CO 80631 40' -1-1/7 o REPRESENTS DATA TERMINATION LOCATION 36' -1-3/411 SEE DTB DETAIL ON CORING DETAILS PAGE. 31' 61/c, 2r •6-1/2" meREPRESENTS GROUNDING BAR LOCATION. 21 11^ SEE R56 GROUNDING DETAIL ON CORING DETAILS PAGE 18'-1t•t74' 4• -3-3/4' 1 R' i 1 !411 -a-V-8-3/4' -8-314 PROJECT fi I ! { II �- PROJECT NAME Weld County Comm PROJECT INITIATION DATE 2/6/2025 CONSOLE TYPE: NUMBER FLEX SCALE 1/2" = 1'-0" Center OF POSITIONS 32 11_ _ _ _ I'— — — 1 I 1 1 I I I 1 I I I I I I I I I I I I I I I I I I I I 1 I I I 1 I UPS ROC I I I SALES EXECUTIVE BEN GREGER DESIGNER JEREMY NIXON - - SHEET INDEX NO. 1 I 2 3D VIEW 1 / I I 3 3O VIEW 2 4 PLAN VIEW / 5 ELEVATION VIEW A -rte, " 6 ELEVATION VIEW B II II 7 ELEVATION VIEW C 8 EQUIPMENT FIT - � - - - III 9 RENDERING VIEW 1 I 10 RENDERING VIEW 2 • ;; 11 RENDERING VIEW 3 II ••• - LI 12 CORING PLAN ;; II 13 CORING PLAN T. ll II II 14 CORING PI AN 0 15 CORING DETAILS I ii II- .: 16 ARTWORK LOCATION SIGN -OFF REVISIONS ' II I. . II REV I DATE I DESCRIPTION BY — II II A 02/18/25 2D & 3D PRELIMINARY JN B 05/06/25 UPDT MON TO 4-34UW, 2-24 1N no 0( II y C 06/26/25 UPDT MON LAYOUT, TECH LOC, JN D 06/30/25 UPDT CNSL LAYOUT & 3/4 1N II .. E 07/09/25 LAYOUT UPDT JN =I =II I= IMO- - - - - UM EMI MS - Mil- - - - - MI0 II .. (I F 0//18/25 FINAL DESIGN REVIEW W/WELD JN G 08/13/25 TECH + MONITOR UPDT W/NSP JN to II ' P G 08/22/25 CONFIRMED FINAL TECH. 1N u II II [ ❑ Ii RISPATCH ,, u SHEET CORING DESCRIPTION PLAN - - -- -- - -- -- in .' II ;: I n u ,) 2 o •. a DRAWING N OPT REV SHEET PN-1 0759-01 3 G 12 18 RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. IL[ r: ru 8189 Byron Rd. ssbassett Whittier, CA 90606 (800) 350-2445 CUSTOMER -p i CUSTOMER WELD COUNTY PROJECT ADDRESS: 1551 GREELEY COMMUNICATIONS NORTH 17TH AVENUE CO 80631 1 • I_ •• II II me im ma ism �u PROJECT I' II 1 PROJECT NAME Weld County Comm PROJECT INITIATION DATE. 216/2025 CONSOLE TYPE: NUMBER FLEX SCALE 112. _ 1.-0.. - Center OF POSITIONS 32 • ow owe s imi ===== m r. m ' I II II I; II • +i I • •' II II ell II • ilr. I • ,• I SALES EXECUTIVE BEN GREGER um a a i ===== on imi ow mi mi ===== I I DESIGNER JEREMY NIXON 4 I SHEET INDEX N DISPATCH I NO Y in . 2 3D VIEW 1 3 3D VIEW 2 4 PLAN VIEW ,2 k Y b `9 • II ` II rill i 5 ELEVATION VIEW A II II I 6 ELEVATION VIEW B 1 ELEVATION VIEW C 8 EQUIPMENT FIT o N 9 RENDERING VIEW 1 RENDERING VIEW 2 t�_ r it .' • it;n ry ..10 II it I 11 RENDERING VIEW 3 12 CORING PLAN II iI I 13 CORING PLAN 14 CORING PLAN 15 CORING DETAILS 16 ARTYVORK LOCATION SIGN -OFF II • , REVISIONS II I i I REV DATE DESCRIPTION BY A 02/18/25 2D & 3D PRELIMINARY 1N B 05/06/25 UPDT MON TO4-34UW, 2-24 1N I C 06/26/25 UPDT MON LAYOUT, TECH LOC, 1N = ? r ; y, II I I I D 06/30/25 UPDT CNSL LAYOUT & 3/4 1N E 07/09/25 LAYOUT UPDT 1N F 07/18/25 FINAL DESIGN REVIEW W/WELD 1N I II I I G 08/13/25 TECH . MONITOR UPDT W/NSP 1N G 08/22/25 CONFIRMED FINAL TECH, 1N r, < o:4; , 1 1 ; ri 1'4 1 I41 SHEET CORING DESCRIPTION PLAN •S .V4' ,8 -2-„q- , �'-1'-11"• q� I T a 411 1 DRAWING # OPT REV SHEET PN-1 07S9-01 3 G 13 18 RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. Li., ;v I IN I t.russbassett I ili ;I I 8189 Byron Rd, Whittier, CA 90606 (800) 350-2445 ;� 1 I �� I� CUSTOMER _ _ I , ! CUSTOMER . � -' -- MMMMM - a a um um ma a a la al a 11 WELD COUNTY COMMUNICATIONS I I PROJECT ADDRESS. - II 1551 NORTH 17TH AVENUE I GREELEY CO 80631 II PROJECT II . DISPATCH PROJECT NAME I 4 I . . Weld County Comm Center y Y II 112 i I Ire I PROJECT INITIATION DATE. o N II I I I 2/6/2025 CONSOLE TYPE: NUMBER OF POSITIONS ` d , � d . 1D� c .. I FLEX 32 " d,• II �• I I SCALE II I SALES EXECUTIVE ;; a _ _ _ a a BEN GREGER - II I I DESIGNER JEREMY NIXON . II SHEET INDEX 4 Ps .. NO. ao -,� ^ — • I I 2 3D VIEW 1 Nt 11 3 3D VIEW 2 . . 4 PLAN W VIEW II I 5 ELEVATION VIEW A 6 ELEVATION VIEW B m mi me mi im A. ..... _ imi m _ ..... 7 ELEVATION VIEW C a q 8 EQUIPMENT FIT 9 RENDERING VIEW 1 10 RENDERING VIEW 2 11 RENDERING VIEW 3 0'4.1/4_ 1 12 CORING PLAN IV 5-3/4' .. s 13 CORING PLAN 3B' 2 1/4' 1 14 CORING PLAN 66' -11-1/4' - " — " — - ^- - -a_ 15 CORING DETAILS 16 ARTWORK LOCATION SIGN -OFF INDICATES RECOMMENDED POWER CORE DRILL _ _ a NE_ a� � I • LOCATION - REVISIONS • INDICATES RECOMMENDED DATA CORE DRILL LOCATION REV DATE DESCRIPIION BY II A 02/18/25 2D & 3D PRELIMINARY 1N ® REPRESENTS POWER TERMINATION LOCATION II 8 05/06/25 UPDT MON TO 4-34UW, 2-24 1N SEE JBOX DETAIL ON CORING DETAILS PAGE. OFF C 06/26/25 UPDT MON LAYOUT, TECH LOC, JN ,. D 06/30/25 UPDT CNSL LAYOUT & 3/4 JN REPRESENTS DATA TERMINATION LOCATION. E 07/09/25 L-AYOUT UPDT 1N SEE DTB DETAIL ON CORING DETAILS PAGE C la F 07/18/25 FINAL DESIGN REVIEW W/WELD 1N REPRESENTS leiG II G 08/13/25 TECH i MONITOR UPDT W/NSP 1N a GROUNDING BAR LOCATION SEE R56 GROUNDING DETAIL ON CORING DETAILS PAGE � N ll 08/22_/25 CONFIRMED FINAL TECH, JN et;— r• — • SHEET CORING DESCRIPTION PLAN DRAWING n OPT REV SHEET 3 G 14 18 RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. PN-1 0759-01 .. i so r:russbassett 8189 Byron Rd, Whittier. CA 90606 (800) 350-2445 •, p. 1 - + ► , .• - _ CUSTOMER I CUSTOMER WELD COUNTY COMMUNICATIONS PROJECT ADDRESS: 1551 NORTH 17TH GREELEY AVENUE CO 80631 II (I II •' ! b; } e; PROJECT II ;Is ; �• II el PROJECT NAME Weld County Comm PROJECT INITIATION DATE 2/8/2025 CONSOLER PE. NUMBER SCALE 1/2• = 1,_0.. Center O32OSITIONS 1 Ii 11 :, •, II !I PP II .• .. II NE_ i _ ME ME OM ME EM Mil_ • _ _ _ i _ _ MI ME I=_ No Nei in a 'I II b. ,• 16• -0-1/7 II .. mi i=i mi mi im ••• i SALES EXECUTIVE BEN GREGER .. II DESIGNER JEREMY NIXON SHEET INDEX B. ; I T__ • iJl J • 1 pp� I' J Ata NO 2 3D VIEW 1 ' .. r 1ELEVATION • 3 3D VIEW 2 4 PLAN VIEW ® �`�/ - ELEVATION VIEW A * . 6 VIEW 8 Si „I' • .5 T ` ♦•vg ELEVATION VIEW C II,• • 8 EQUIPMENT FIT •• l J •` w' +' ,� • 1s � .' `' R'� �. ,a 1 ;' _'- ;• • ., - iT•• -' I , r: I '• 1 ••_ l r• , 1 1f o • ;,1' 1. -, I ♦� 9 RENDERING VIEW 1 10 RENDERING VIEW 2 11 RENDERING VIEW 3 + -' . 1' ! 12 CORING PLAN S S A • C. • • _ { - ' •••:.._ . i ji -' at 44 l �= _ 1� CORING PLAN CORING PLAN 15 CORING DETAILS 16 ARTWORK LOCATION SIGN -OFF � K LAS i ; .1.11:.:1,Z-.?:'..; ,,• .”4,51;:4 ft �.r rl f' ' �� REVISIONS ' '' '' A •`' t,. '! i r r; r , . ,� e9 .� • µ�` ,.. rx' ! * fit.17 .•5••:.`-, M Air ,at , ; Lr'e,,1::.:. r\,4�?y-i ,•., �' t • ` • - .1 •t`• \.414.4.42 v •"+?! . t ' �1i'`t` `•c^^> •¢ .1.'�� r 0 .•,• ...„ •`��. _- . • t1�k /' e1 , `1 j �� / - - r $ r. • f.. • � REV DATE DESCRIPTION BY A 02/18/25 2D & 3D PRELIMINARY 1N B 05/06/25 UPDT MON TO4-34UW, 2-24 1N C 06/26/25 UPDT MON LAYOUT, TECH LOC, 1N • t (<.51,:‘r •,' r• l'+ I •" ' `� \ .-., /� ! �� . \ .. - rvlffy7T, • • 0s• 0s. • S \ ' r\ t '' •10 - ' _ 0 06/30/25 UPDT CNSL LAYOUT 4 /09/25 LAYOUT UPDT JN F 07/18/25 FINAL DESIGN REVIEW W/WELD JN t�}444%3Y�' Pe•V i` • �t'r t .+-`' 4}I , ,� w `� , 4,r,.. , '?v-� �..;t. ?., L,'w .-itt,',,V...-. fr. > r y' +�r Itf�. w.4;t�41 �1v• ,j• i� 01 Y OF G 08/13/25 TECH . MONITOR UPDT W/NSP 1N G 08/22/25 CONFIRMED FINAL TECH, JN t :?-PI, f • 1 ";; :.fT y„ t .sue .. ... •;" e,:T�••)41&*(t � •'#�,; f,�•r'r l}1 ,,.�..}a� i�.�('�'�1.Y'-�.RS r �1ti � i?.' .{F{l �l<� 1(• '\A �♦ .i V.‘"" �••• 6\� •Miell"1.1+\ L V. � �.� � , � / -. -_ •• • _ - 1 JUNCTION MOUNTS TO THE END BOX BKT OF THE FLEX WALL FRAME 2 DATA MOON IS HAS SPACE TERMINATION VERTICALLY FOR UP TO TO 14 THE KEYSTONES END OF ANY FLEX BKT WALL 3 BUS 3/4" R56 GROUNDING BAR, 4" X O/C and a10 AWG Double 12' X 3/8• Holes, -Lug 1/4" Bonding copper, 1" O/C, '/4 Wore BUS holt-, to Frame BAR 4 STATUS CONNECTION FLEX TOOL WALL, LESS 24V WIRE KIT, POWER CONNECTION LIGHT MOUN SUPPLY, IS VERTICALLY CONN. TERMINAL TO THE BLOCKS END KIT FOR OF ANY SHEET CORING DESCRIPTION DETAILS VERTICAL SPACE FOR UP TO 3 JUNCTION BOXES AS SHOWN DRAWING a OPT REV SHEET PN-1 0759-01 3 G 1 �j 18 RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. CUSTOM ARTWORK APPROVAL FORM Please sign and date where indicated. Russ Bassett must have a completed and signed Custom Artwork Approval form in order to process your Purchase Order. AIrussbassett 8189 Byron Rd, Whittier, CA 90606 (800) 350-2445 CUSTOMER ~ a 1 -• CUSTOMER: WELD COUNTY COMMUNICATIONS PROJECT ADDRESS. 1551 NORTH 17TH GREELEY AVENUE CO 80631 GO ONLY >~o -44cgSS `.:. PROJECT t + ' • PROJECT NAME �� r TFk�-Qri a-�" Weld County Comm Center LOGO ONLY • to _ - Y cra tar TEXT ONLY ;,� ' , - > :�. �"'' ^ .o+c-,� �.- �s ': N4 .,1 .' �p � PROJECT INITIATION DATE 2/6/2025 .-•--1, '�` -�+ K=: --" Q CONSOLE TYPE NUMBER OF POSITIONS - --- _ . -�.i"- a •+• FLEX 32 UPDT GLASS ,.. _• : f �_ --- " = -" ` I " • t .�' �', SCALE s—'siM vh- spat �� �� �_ `` NT I - Yl.� N.� ti �/ t _ �,�s r ' y� - �� � �.�� -• �— 1 _ y -."- ,t'" SALES EXECUTIVE BEN GREGER r` e _ �- �__ DESIGNER �•, '`'" �''— ''� �v �- ' -�.�- /.r `��--. JEREMY NIXON - - { - �. _.� 1 -- - - �� _ --:y._ i `. SHEET INDEX . �'`� NO. ° `a te 3 3D VIEW 2 ._ - - - ,: 4 PLAN VIEW + •"� _ .� �' 5 ELEVATION VIEW A s % "r; 6 ELEVATION VIEW 8 S t' / ELEVATION VIEW C - , ` ; 8 EQUIPMENT FIT F L �''� 9 RENDERING VIEW 1 V (`ix` ;$y _ 10 RENDERING VIEW 2 ' ' `'�" :. /:,,,,t�. 11 RENDERING VIEW 3 r ` �;� ' . . ='%'"- 1r` `l }' `M�'/ . �' 12 CORING PLAN '4' r°^� �'�'- _ - 0 13 CORING PLAN 14 CORING PLAN 15 CORING DETAILS �' _ � ' lb ARTWORK LOCATION SIGN -OFF r '0- . :L� . lei REVISIONS . . REV DATE DESCRIPTION BY tA 02/18/25 2D & 3D PRELIMINARY JN t , %it �_ _. . s - B 05/06/25 UPDT MON TO 4 34UW, 2-24 1N . - _ \ - - t •••,,.�' ' C 06/26/25 UPDT MON LAYOUT, TECH LOC, JN ,-� _ _:: `' _ .' .. - - _ -4 ., `� D 0b/30/25 UPDT CNSL LAYOUT 8c 3/4 JN a ;. :. t ' - . ±" E 07/09/25 LAYOUT UPDT JN F 0//18/25 FINAL DESIGN REVIEW W/WELD 1N - G 08/13/25 TECH + MONITOR UPDT W/NSP 1N ARTWORK SIGN -OFF G 08/22/25 CONFIRMED FINAL TECH, JN NOTE: CUSTOMER SIGNATURE: PRINT NAME: DATE: Text and logo sizes are approximate and may vary slightly in final production to ensure best fit, layout, and appearance of the final product. All logos will need to be converted to a 1 -bit vector format prior to production. ADDITIONAL NOTES: By signing this document, I acknowledge everything to be correct and understand the document statements. I authorize RUSS Bassett to proceed. ARTWORK SHEET DESCRIPTION LOCATIONS DRAWING if OPT REV SHEET 3 G 16 18 RUSS BASSETT CORPORATION HEREBY EXPRESSLY RESERVES ITS COMMON LAW COPYRIGHT AND OTHER PROPERTY RIGHTS IN THESE PLANS. THESE PLANS ARE NOT TO BE COPIED, REPRODUCED OR CHANGED IN ANY FORM OR MANNER WHATSOEVER, NOR ARE THEY TO BE ASSIGNED TO ANY THIRD PARTY WITHOUT FIRST OBTAINING THE EXPRESS WRITTEN PERMISSION AND CONSENT OF RUSS BASSETT CORPORATION. PN-1 0759-01 QUOTATION Project: Weld County Comm Center Modernization rrussbassett # Qty Part Number Description Sell Ext. Sell Item la. (32) Consoles 1 32 DAC-AMB-PWR 2 32 DAC-AMB-SW-12 3 32 DAC-AMB-SW-72 4 256 DAC-CO-USB 5 2 DAC-DASH-BLANK 6 32 DAC-DASH-CHRG-AC 7 32 DAC-DASH-DIMMER 8 64 DAC-DASH-LIGHT 9 30 DAC-DASH-SWITCH-GY 10 32 DAC-DASH-USB-X1 11 32 DAC-DASH-USB-X2 12 32 DAC-DTC-ADA 13 1 DAC-M M -01 -SW -PM 14 21 DAC-MM-01-SW-PM 15 64 DAC-MM-11-SW-PM 16 32 DAC-MM-LG-200 17 32 DAC-PCS-FLX-A 18 30 FAP-105 19 66 FAP-180 20 2 FAP-285 21 66 FAP-300 22 30 FBP-3042-SPS 23 32 FBP-4842-SPS 24 6 FCC-07L-9042-EPS 25 21 FCC-07T-9042-EPS 26 4 FCC-07X-9042-MTS 27 45 FEC-FH-0742-L 28 2 FPC-2436-PD-L-N 29 31 FPP-2418-BCL-L-N 30 1 FPP-2418-BCR-L-N 31 32 FSA-LS-96 32 32 FSG-24-U 33 17 FSW-07-3042-EMT-SWN 34 13 FSW-07-3042-SWN-EMT 35 2 FSW-07-3642-SWN-EMT 36 53 FSW-07-4842-SSP-EMT 37 1 FSW-07-4842-SSP-EMT 38 37 FSW-07-4842-SSP-SSP 39 2 FSW-07-4842-SWN-EMT 40 30 FTC -0706 -SL -S 41 1 FTC -0748 -GL -BL -S 42 14 FTC -0748 -S -S 43 1 FTC -0778 -GL -BL -S 44 29 FTC -0778 -S -S 45 10 FTC -0784 -S -S 46 2 FTC -0790 -GC -BL -S 47 2 FTC -0790 -GL -BL -S 48 10 FTC -0790 -S -S 49 1 FTC -0796 -S -S 50 32 FTP-15-N-R56 51 30 FWS-FRE-2430-W 52 2 FWS-FRE-2484-W 53 32 FWS-SLA-4896-N-W 54 1 WAC-ARTWORK 55 32 WAC-DTB-14 56 3 WAC-ETCH-LOGO Ambient Light Power Supply W/ Splitter Ambient Light, Slatwall, 12", Blue Ambient Light, Slatwall, 72", Blue USB-A 3.0 Keystone - Coupler (Includes 15' Extension) Dash Plate, Blank Dash Plate, Device Charging, USB A -C Dash Plate, Ambient Dimmer Dash Plate, Gooseneck Light Dash Plate, Switch, Status Indicator Light, Green/Yellow Dash Plate, 1 USB Keystone W/ Cable Dash Plate, 2 USB Keystones W/ Cables Desktop Contoller, ADA Monitor Mount, Slatwall, Pole Mount, Ext Monitor Mount, Slatwall, Pole Mount, Ext Monitor Mount, 1 -Over -1, Slatwall, Pole Mount, Ext Monitor Mount, Large Screen, 200MM VESA Flex Personal Comfort System, Heat & Air, Array Console Flex Inside Access Panel, One Support, 10.5"W Flex Inside Access Panel, Full Width, 18"W Flex Inside Access Panel, One Support, 28.5"W Flex Inside Access Panel, Full Width, 30"W Flex Back Panel, 30W x 42H, Solid, Powder, Square Flex Back Panel, 48W x 42H, Solid, Powder, Square Flex Corner Connector, 7D, 90° L -Type, 42H, Exterior, Powder, Square Flex Corner Connector, 7D, 90° T -Type, 42H, Exterior, Powder, Square Flex Corner Connector, 7D, 90° X -Type, 42H, Empty, Square Flex End Cap, Fixed Height, 7" Wall, 42"H, Lam Flex Closed Storage Pedestal, 24D x 36W, Pair of Doors, Laminate Faces, No Lk Flex Drawer Pedestal, 24D x 18W, Box/Closed, Left Swing, Lam Faces, No Lk Flex Drawer Pedestal, 24D x 18W, Box/Closed, Right Swing, Lam Faces, No Lk Flex Sit -Stand, Linear, 96W, Single Lift, Adj. Array Flex Support Gusset, Unhanded, 24D Flex Wall, 07D, 30L x 42H, Empty Side A, Slatwall Side B Flex Wall, 07D, 30L x 42H, Slatwall Side A, Empty Side B Flex Wall, 07D, 36L x 42H, Slatwall Side A, Empty Side B Flex Wall, 07D, 48L x 42H, Sit -Stand Powder Side A, Empty Side B Flex Wall, 07D, 48L x 42H, Sit -Stand Powder Side A, Empty Side B Flex Wall, 07D, 48L x 42H, Sit -Stand Powder Side A, Sit -Stand Powder Side B Flex Wall, 07D, 48L x 42H, Slatwall Side Al Empty Side B Flex Top Cap, 7D x 6W, Status Indicator Light Pole Receiver, Square Flex Top Cap, 7D x 48W, Blue Lit Glass W/ Logo, Square Flex Top Cap. 7D x 48W, Solid, Square Flex Top Cap, 7D x 78W, Blue Lit Glass W/ Logo, Square Flex Top Cap, 7D x 78W, Solid, Square Flex Top Cap, 7D x 84W, Solid, Square Flex Top Cap, 7D x 90W, Clear Glass W/ Blue Light, Square Flex Top Cap, 7D x 90W, Blue Lit Glass W/ Logo, Square Flex Top Cap, 7D x 90W, Solid, Square Flex Top Cap, 7D x 96W, Solid, Square Under Surface Tech Pod, 15"W, R56 Work Surface, Rectangle, 24D x 30L, Comfort Work Surface, Rectangle, 24D x 84L, Comfort Work Surface, Linear Sit -Stand, Single Lift Array, 42D x 96L Logo Artwork Prep - Per Logo Design 14 Port Data Termination Bracket, Universal Glass Etching, Logo - Per Logo Instance $58.20 $108.60 $288.00 $43.80 $33.00 $171.00 $99.00 $213.60 $180.60 $79.20 $121.80 $65.40 $378.00 $378.00 $612.00 $360.60 $1,565.40 $101.40 $115.80 $144.60 $144.60 $241.20 $262.80 $331.80 $331.20 $216.60 $288.00 $469.80 $412.20 $412.20 $5,354.40 $198.00 $472.20 $472.20 $486.60 $465.60 $465.60 $595.80 $515.40 $216.60 $1,622.40 $174.00 $1,947.00 $210.00 $217.20 $1,515.00 $2,085.60 $224.40 $231.60 $506.40 $411.00 $814.80 $1,321.20 $717.60 $87.00 $753.60 $1,862.40 $3,475.20 $9,216.00 $11,212.80 $66.00 $5,472.00 $3,168.00 $13,670.40 $5,418.00 $2,534.40 $3,897.60 $2,092.80 $378.00 $7,938.00 $39,168.00 $11,539.20 $50,092.80 $3,042.00 $7,642.80 $289.20 $9,543.60 $7,236.00 $8,409.60 $1,990.80 $6,955.20 $866.40 $12,960.00 $939.60 $12,778.20 $412.20 $171,340.80 $6,336.00 $8,027.40 $6,138.60 $973.20 $24,676.80 $465.60 $22,044.60 $1,030.80 $6,498.00 $1,622.40 $2,436.00 $1,947.00 $6,090.00 $2,172.00 $3,030.00 $4,171.20 $2,244.00 $231.60 $16,204.80 $12,330.00 $1,629.60 $42,278.40 $717.60 $2,784.00 $2,260.80 Date 8/26/2025 Page 17 /18 QUOTATION Project: Weld County Comm Center Modernization isrussbassett #" Qtp Part Number Description 57 1 WAC-ETCH-TEXT Glass Etching, Text - Per Text Line 58 32 WAC-IV RMK-2 2U Internal Vertical Rack Kit 59 30 WAC-SL-CNCT KT Status Indicator Light Connection Kit with Power Supply 60 30 WAC-SLT-5-36 Pole Mount Situation Awareness Light, 5 -Lens, 36"H Pole Item 2. Accessories 61 64 DAC-SW-MINIPC Slatwall Mini PC Mount 62 22 NSP-92830 Slatwall Equipment Mount, XL 63 22 DAC-SPKR-PM-DB Speaker Bracket, Pole Mount, Double 64 22 WAC-BOND-KIT-R56 Flex Console Bonding Kit, R56 Item 5. Non -Standard Products 65 5 NSP-92824 Sell ' I $1,039.80 $108.60 $180.60 $611.40 Total Item 1a. (32) Consoles $144.00 $175.00 $131.40 $540.60 Total Item 2. Accessories Tower Cabinet, 24D x 30W, 2 Lat, Keyboard Storage $2,950.00 Ext seal $1,039.80 $3,475.20 $5,418.00 $18,342.00 $622,223.40 $9,216.00 $3,850.00 $2,890.80 $11,893.20 $27,850.00 $14,750.00 Total Item 5. Non -Standard Products $14,750.00 Russ Bassett Product (Sell) $664,823.40 Freight Services: $30,500.00 Russ Bassett Installation Services: $137,500.00 Mockup Freight Services: $2,500.00 Mockup Installation Services: $1,750.00 Total (Sell) $837,073.40 Date 8/26/2025 Page 18 / 18 ACO C IR � CERTIFICATE OF LIABILITY INSURANCE DATE (MMlDD/YYYY) 04/12/2025 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 WANED, 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 Marsh Affinity a division of Marsh USA LLC. PO BOX 14404 Des Moines, IA 503068686 NAME CT Marsh Affinity (A/C, No, Ext): 800-743-8130 I (AfC, No): �DRIESS: ADPTotalSource@marsh.com INSURERS) AFFORDING COVERAGE NAIC X INSURER A: AIU Insurance Company 19399 INSURED ADP TotalSource DE IV, Inc. 5800 Windward Parkway Alpharetta, GA 30005 L/C/F: Russ Bassett Corp. 8189 Byron Rd Whittier, CA 90606 INSURER B : INSURER C: INSURER D: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE LTR ADDLSUBR INSD WVD POLICY NUMBER POLICYEFF (MMlDDlYYW) POUCYEXP Alfa,' LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑ OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurcence} $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: _ POLICY 11 78-, L. OTHER: PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE - _ _ LIABILITY ANY AUTO QWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED _ AUTOS NON -OWNED _ AUTOS ONLY COMBINEDSINGLELIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTYDAMAGE (Per accident) $ $ UMBRELLA LIAB OCCUR EXCESSLIAB CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION S WORKERS COMPENSATION ANYPROPRfETOR/PARTNERtEJ(ECUTIVE A ANDEMPLOYERS'LIABILITY Y/N OFFICERAIVEA R EXCLUDED? N A (Mandatory in NH) f yes, describe under DESCRIPTION OF OPERATIONS below NIA WC 063534645 CA $7!01/2025 07!01/2026 X (STATUTE I 12,1"- E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ffAT rl Additional Remarks Schedule, may be attached if more space Is required) All worksite employees working for Russ Bassett Corp, paid under ADP TOTALSOURCE, (NC's payroll, are covered under the above stated policcyy PropnetorlPartnerlExecutive Officer/Member are not exduded as long as they are i ethe ADP'IS payroll or have completed the SET Participation Addendum. CERTIFICATE HOLDER CANCELLATION Weld County Regional Communications 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 !j ACORD 25 (2016/03) © 1988-2015 ACORD CORPOFiitON. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/Y`rYY os/2s/zozs THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE OOLDER. 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 po icy, 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 SullivanCurtisMonroe, LLC - #0E83670 Claims Reporting (800)427-3253 2010 Main St., Ste. 700 Irvine CA 92614 CONTACTE: HUI, Young NAM (zrz,, ExU: (949) 250-7172 I WC, No): (949) 852-9762 Nth.: hyoung@sullicurt.com INSURERS) AFFORDING COVERAGE NAIC # INSURER A: Federal Insurance Co. 20281 INSURED Russ Bassett Corp. 8189 Byron Road Whittier CA 90606 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F: CERTIFICATE NUMBER: .1-2562405621 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POL ICY 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. IN LTR - TYPE OF INSURANCE ADDLSUBR INSD WVD POLICY NUMBER EFF {MMIDDIYYV, AMY POLICY EXP (MM/DDIYYYY) LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ® OCCUR Y 3602-79-53 06/30/2025 06/30/2026 EACH OCCURRENCE'. $ 1'000'000 PREM SES (Ea occ;nce) $ 1,000'000 MED EXP (Any one petson) $ 10,000 PERSONAL a AG, INauRY $ 1'000'000 A GENERAL AGGREGATE $ 2,000,000 GEN, _ AGGREGATE LIMIT APPLIES PER: POLICY 0 PROT 0 LOC JEC OTHER. PRODUCTS-COMP/OP AGG $ 2,000,000 $ AUTOMOBILE X A _ _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY 7358-46-77 06/30/2025 06/30/2026 COMBINED SINGLE LIMIT (Ea accident) I $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE' (Per ATenU $ $ X A UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 7989-51-50 06/30/2025 06/30/2026 EACH OCCURRENCE; $ 15,000,000 AGGREGATE $ 15,000,000 $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY TI7RIVBC R/PARTNEDTISrCUTIVE ❑ in NH) EXCLUDED? (Mandatory in NH) (Mandatory If ves, describe under DESCRIPTION OF OPERATIONS below NIA I PER I II OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ ' E.L. DISEASE - POLIC'r LIMIT $ I DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County Regional Communications, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers are named as Additional Insured per attached form. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Regional Communications ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 AUTHORIZED REPRESENTATIVE Greeley CO 80632 / (r I ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD General Liability Supplementary Payments (continued) Coverage `T b. release attachments; but only for bond amounts within the available Limit Of Insurance. We do not have to furnish these bonds. C. reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of such claim or suit, including actual loss of earnings up to S1000 a day because of time off from work. D. costs taxed against the insured in the suit, except any: 1. attorney fees or litigation expenses; or 2. other loss, cost or expense; in connection with any injunction or other equitable relief. E. prejudgment interest awarded against the insured on that part of a judgment we pay. If we make an offer to pay the applicable Limit Of Insurance, we will not pay any prejudgment interest based on that period of time after the offer. F. interest on the full amount of a judgment that accrues after entry of the judgment and before we have paid, offered to pay or deposited in court the part of the judgment that is within the applicable Limit Of Insurance. Supplementary Payments does not include any fine or other penalty. These payments will not reduce the Limits Of Insurance. Our obligation to make these payments ends when we have used up the applicable Limit Of Insurance. ry This insurance applies anywhere, provided the insured's responsibility to pay damages, to which this insurance applies, is determined in a suit on the merits brought in the United States of America (including its possessions and territories), Canada or Puerto Rico, or in a settlement to which we agree. Who Is An Insured Sole Proprietorships Liability Insurance If you are an individual, you and your spouse are insureds; but you and your spouse are insureds only with respect to the conduct of a business of which you are the sole owner. If you die: persons or organizations having proper temporary custody of your property are insureds; but they are insureds only with respect to the maintenance or use of such property and only for acts until your legal representative has been appointed; and your legal representatives are insureds; but they are insureds only with respect to their duties as your legal representatives. Such legal representatives will assume your rights and duties under this insurance. Form 80-02-2000 (Rev. 4-01) Contract Page 5 of 32 Who Is An Insured (continued) Partnerships Or Joint Ventures Limited Liability Companies Other Organizations Employees Liability Insurance If you are a partnership (including a limited liability partnership) or a joint venture, you are an insured. Your members, your partners and their spouses are insureds; but they are insureds only with respect to the conduct of your business. If you are a limited liability company, you are an insured. Your members and their spouses are insureds; but they are insureds only with respect to the conduct of your business. Your managers are insureds; but they are insureds only with respect to their duties as your managers. If you are an organization (including a professional corporation) other than a partnership, joint venture or limited liability company, you arc an insured. Your directors and officers are insureds; but they are insureds only with respect to their duties as your directors or officers. Your stockholders and their spouses arc insureds; but they are insureds only with respect to their liability as your stockholders. Your employees are insureds; but they are insureds only for acts within the scope &their employment by you or while performing duties related to the conduct of your business. However, no employee is an insured for: A. bodily injury, advertising injury or personal injury: 1. to you, to any of your directors, managers, members, officers or partners (whether or not an employee) or to any co -employee while such injured person is either in the course of his or her employment or while performing duties related to the conduct of your business; 2. to the brother, child, parent, sister or spouse of such injured person as a consequence of any injury described in subparagraph A.1. above; or 3. for which there is any obligation to share damages with or repay someone else who must pay damages because of any injury described in subparagraphs Ail. or A.2. above. With respect to bodily injury only, this limitation does not apply to: you or to your directors, managers, members, officers, partners or supe sors as insureds; or your employees, as insureds, with respect to such damages caused by ardio- pulmonary resuscitation or first aid services administered by such an e ployee; or B. property damage to any property owned, occupied or used by you or by any of your directors, managers, members, officers or partners (whether or not an employee) or by any of your employees. This limitation does not apply to property damage to premises while rented to you or temporarily occupied by you with permission of the owner. Form 80-02-2000 (Rev. 4-01) Contract Page 6 of 32 General Liability Who Is An Insured (continued) Volunteers Persons who are volunteer workers for you are insureds; but they are insureds only for acts within the scope of their activities for you and at your direction. Real Estate Managers Persons (other than your employees) or organizations acting as your real estate managers are insureds; but they are insureds only with respect to their duties as your real estate managers. Permissive Users Of With respect to mobile equipment registered in your name under a motor vehicle registration law: Mobile Equipment A. persons driving such equipment on a public road with your permission are insureds; and B. persons or organizations responsible for the conduct of such persons described in subparagraph A. above are insureds; but they are insureds only with respect to the operation of the equipment and only if no other insurance of any kind is available to them. However, no person or organization is an insured with respect to: bodily injury to any co -employee of the person driving the equipment; or property damage to any property owned or occupied by or loaned or rented to you, or in your charge or the charge of the employer of any person who is an insured under this provision. Vendors Persons or organizations who are vendors of your products are insureds; but they arc insureds only with respect to their liability for damages for bodily injury or property damage resulting from the distribution or sale of your products in the regular course of their business and only if this insurance applies to the products -completed operations hazard. However, no such person or organization is an insured with respect to any: assumption of liability by them in a contract or agreement. This limitation does not apply to the liability for damages for bodily injury or property damage that such vendor would have in the absence of such contract or agreement; representation or warranty unauthorized by you; physical or chemical change in your products made intentionally by the vendor; repackaging, unless unpacked solely for the purpose of inspection, demonstrationor testing, or the substitution of parts under instruction from the manufacturer and then repacked in the original container; failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business in connection with the distribution or sale of your products; demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of your products; or of your products which, after distribution or sale by you, have been labeled or relabeled or used as a container, ingredient or part of any other thing or substance by or for the vendor. Liability Insurance Form 80-02-2000 (Rev. 4-01) Contract Page 7 of 32 Who Is An Insured Vendors (continued) Further, no person or organization from whom you have acquired your products, or any container, ingredient or part entering into, accompanying or containing your products, is an insured under this provision. Lessors Of Equipment Persons or organizations from whom you lease equipment are insureds; but they are insureds only with respect to the maintenance or use by you of such equipment and only if you are contractually obligated to provide them with such insurance as is afforded by this contract. However, no such person or organization is an insured with respect to any: damages arising out of their sole negligence; or occurrence that occurs, or offense that is committed, after the equipment leas:, ends. Lessors Of Premises Persons or organizations from whom you lease premises are insureds; but they are insureds only with respect to the ownership, maintenance or use of that particular part of such premises leased to you and only if you are contractually obligated to provide them with such insurance as is afforded by this contract. However, no such person or organization is an insured with respect to any: damages arising out of their sole negligence; occurrence that occurs, or offense that is committed, after you cease to be a tenant in the premises; or structural alteration, new construction or demolition operations performed by or on behalf of them. Subsidiary Or Newly If there is no other insurance available, the following organizations will qualify as named insureds: Acquired Or Formed • a subsidiary organization of the first named insured shown in the Declarations of which, at Organizations the beginning of the policy period and at the time of loss, such first named insured controls, either directly or indirectly, more than fifty (50) percent of the interests entitled to vote generally in the election of the goveming body of such organization; or a subsidiary organization of the first named insured shown in the Declarations that such first named insured acquires or forms during the policy period, if at the time of loss such first named insured controls, either directly or indirectly, more than fifty (50) per.nt of the interests entitled to vote generally in the election of the goveming body of such organization. Limitations On Who Is An A. Except to the extent provided under the Subsidiary Or Newly Acquired Or Formed Insured Organizations provision above, no person or organization is an insured with rspect to the conduct of any person or organization that is not shown as a named insured in the Declarations. B. No person or organization is an insured with respect to the: I. ownership, maintenance or use of any assets; or 2. conduct of any person or organization whose assets, business or organization; Liability Insurance Form 80-02-2000 (Rev. 4-01) Contract Page 8 of 32 General Liability Who Is An Insured Limitations On Who Is An Insured (continued) Limits Of Insurance General Aggregate Limit Products -Completed Operations Aggregate Limit you acquire, either directly or indirectly, for any: bodily injury or property damage that occurred; or • advertising injury or personal injury arising out of an offense first committed; in whole or in part, before you, directly or indirectly, aquired such assets, business or organization. The Limits Of Insurance shown in the Declarations and the rules below fix the most we will pay, regardless of the number of: insureds; claims made or suits brought; or • persons or organizations making claims or bringing suits. The Limits Of Insurance apply separately to each consecutive annual period and to any remaining period of less than twelve (12) months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than twelve (12) months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits Of Insurance. Subject to the Each Occurrence Limit, the General Aggregate Limit is the most we will pay for the sum of: damages for bodily injury and property damage, except damages included in the products -completed operations hazard; and medical expenses. Subject to the Each Occurrence Limit, the Products -Completed Operations Aggregate Limit is the most we will pay for the sum of damages for bodily injury and property damage included in the products -completed operations hazard. Advertising Injury And The Advertising Injury And Personal Injury Aggregate Limit is the most we will pay for the sum of Personal Injury Aggregate damages for advertising injury and personal injury. Limit Each OCCutTenCe Limit The Each Occurrence Limit is the most we wil • damages for bodily injury and property damage; and medical expenses; arising out of any one occurrence. Any amount paid for damages or medical expenses will reduce the amount of the applicable aggregate limit available for any other payment. Liability Insurance Form 80-02-2000 (Rev. 4-01) Contract Page 9 of 32 Limits Of Insurance Each Occurrence Limit (continued) If the applicable aggregate limit has been reduced to an amount that is less than the Each Occurrence Limit, the remaining amount of such aggregate limit is the most that will be available for any other payment. Damage To Premises Subject to the Each Occurrence Limit, the Damage To Premises Rented To You Limit is the most Rented To You Limit we will pay for the sum of damages for property damage to any one premises while rented to you or temporarily occupied by you with permission of the owner. Medical Expense mit Subject to the Each Occurrence Limit, the Medical Expenses Limit is the most we will pay for the sum of medical expenses, under Medical Expenses coverage, for bodily injury sustained by any one person. Bodily Injut y/Property None of the following exclusions, except "Contracts", "Expected Or Intended Injury" and "Loss In Damage Exclusions Progress", apply to property damage to premises while rented to you or temporarily occupied by you with permission of the owner. Aircraft, Autos Or This insurance does not apply to bodily injury or property damage arising out of the ownership, Watercraft maintenance, use (use includes operation and loading or unloading) or entrustment to others of any: aircraft; auto; or • watercraft; owned or operated by or loaned or rented to any insured. This exclusion does not apply to: A. a watercraft while ashore on premises owned by or rented to you; B. a watercraft you do not own, provided that it: I. is less than fifty-five (55) feet long; and 2. does not transport persons or cargo for a charge; C. the parking of an auto on premises owned by or rented to you, provided the auto is not owned by or loaned or rented to you or the insured; D. the liability for damages assumed in an insured contract resulting from the ownership, maintenance or use, by others, of an aircraft or watercraft; E. the operation of the equipment described in subparagraphs F.2. or F.3. of the defmition of mobile equipment or F. an aircraft you do not own, provided that: 1. the pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; Liability Insurance Form 80-02-2000 (Rev. 4-01) Contract Page 10 of 32 Contract o Entity Information Entity Name* RUSS BASSETT CORP Contract Name* 911 CONSOLE FURNITURE Contract Status CTB REVIEW Entity ID* @00050232 Contract Description* INSTALLATION OF 911 CONSOLE FURNITURE AT 1 551 Contract Description 2 Contract Type* AGREEMENT Amount* $837,073.40 Renewable* NO Automatic Renewal NO Grant NO IGA NO Q New Entity? Contract ID 9897 Contract Lead* TPOWELL Contract Lead Email tpowell@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date COMMUNICATIONS Date* 09/04/2025 09/08/2025 Department Email CM- Communications@weld.g ov Department Head Email CM-Communications- DeptHead@weld.gov Bid/RFP #* County Attorney B2500024 GENERAL COUNTY ATTORNEY EMAIL Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept. to be included? YES County Attorney Email CM- COU NTYATTORN EY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date 09/02/2025 Review Date* 09/02/2026 Termination Notice Period Committed Delivery Date Contact Information Contact Info Renewal Date Expiration Date* 09/02/2026 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 09/04/2025 Approval Process Department Head TINA POWELL DH Approved Date 09/04/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09/08/2025 Finance Approver CONSENT Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 09/04/2025 09/04/2025 Tyler Ref # AG 090825 Originator TPOWELL COUNTY, CO Public Safety Communications (970) 400-2895 1551 N 17'h Avenue Greeley, CO 80631 June 2nd, 2025 To: Board County Commissioners Subject: Award Recommendation for 9-1-1 Console Furniture. As advertised, this solicitation is for 9-1-1 Console Furniture. A committee reviewed and scored all proposals with final scores shown in Attachment 1 (below). Russ Bassett proposed the best solution to meet the County's needs. Therefore, the recommendation is to award the bid to Russ Bassett in the amount of $906,059.00. If you have any questions, please contact me. Sincerely, Tina Powell Director W15-0-77,0 CM 60Zq Attachment 1 RFP Summary Reveiwer 1 RFP Reveiwer 1 Reveiwer 2 RFP Reveiwer 2 Reveiwer 3 Reveiwer 3 Score Demo Score Desk Incorporated 52.00 N/A Eva n s 71.00 80.00 Russ Bassett 71.00 100.00 Wi nsted 45.00 N/A Xyb i x 62.00 88.00 Desk Incorporated Evans #1 Evans #2 Russ Bassett #1 Russ Bassett#2 Russ Bassett#3 Wi nsted Xyb i x Quotes / Layouts $887,161.56 $755,506.29 $760,708.09 $774,478.00 $767,442.00 $906,059.00 $740,561.40 $667,018.20 Score Demo Score RFP Score Demo Score 64.00 56.00 68.00 37.00 49.00 N/A 72.00 80.00 N/A 60.00 54.00 79.00 84.00 47.00 78.00 N/A 56.00 100.00 N/A 80.00 Reveiwer 4 Reveiwer 4 RFP Score Demo Score 52.00 56.00 75.00 49.00 62.00 N/A 56.00 88.00 N/A 68.00 Total Scoring 222.00 526.00 666.00 178.00 547.00 High score is best COUNTY, CO May 22, 2025 PUBLIC SAFETY COMMUNICATIONS (970) 350-9600 1551 N. 17TH Ave., Ste. 2 Greeley, CO 80631 To: Board County Commissioners Re: Recommendation for 911 Console Furniture B2500024 Public Safety Communications is continuing to evaluate bids. Therefore, the recommendation is to extend the approval date to June 2, 2025 Sincerely, Tina Powell Director 5/24 2,075- 0-120 CM 00 2°I COUNTY, CO May 19, 2025 PUBLIC SAFETY COMMUNICATIONS (970) 350-9600 1551 N. 17TH Ave., Ste. 2 Greeley, CO 80631 To: Board County Commissioners Re: Recommendation for 911 Console Furniture B2500024 Public Safety Communications is continuing to evaluate bids. Therefore, the recommendation is to extend the approval date to May 28, 2025 Sincerely, Tina Powell Director 5/71 2025-0"►ZU C1Y100ZPI COUNTY, CO April 22, 2025 PUBLIC SAFETY COMMUNICATIONS (970) 350-9600 1551 N. 17TH Ave., Ste. 2 Greeley, CO 80631 To: Board County Commissioners Re: Recommendation for 911 Console Furniture B2500024 Public Safety Communications is continuing to evaluate bids. Therefore, the recommendation is to extend the approval date to May 21, 2025 Sincerely, Tina Powell Director 4/Z3 2025-p120 CMOOZq WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett@weld.00v weisert(a).weld.gov ttaylor anweld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: MARCH 12, 2025 REQUEST FOR: 911 CONSOLE FURNITURE DEPARTMENT: PUBLIC SAFETY COMMUNICATIONS BID NO: B2500024 PRESENT DATE: MARCH 17, 2025 APPROVAL DATE: APRIL 23, 2025 VENDORS RUSS BASSETT CORP 8189 BRYON RD WHITTIER CA 90606 XYBIX SYSTEMS INC 8207 SOUTHPARK CIRCLE LITTLETON CO 80120 EVANS CONSOLES INCORPORATED 305 EAST WALL STREET GRAPEVINE TX 76051 DESKS INCORPORATED 445 BRYANT ST, SUITE #8 DENVER CO 80204 WINSTED 9880 GAYLORD ST EAGAN MN 55121 THE PUBLIC SAFETY COMMUNICATIONS DEPARTMENT IS REVIEWING THE PROPOSALS. 2025-0720 341 cM aO Z°I
Hello