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
20203077.tiff
Confa C+- I Di-li November 6, 2023 FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Fire Alarm Testing Services; Bid (B2000185) Integrity Fire Safety Services was awarded the contract for Fire Alarm Testing. Integrity Fire Safety Services continues to meet standards. Therefore, Facilities is recommending the next one-year increment of their bid be awarded in the amount of $18,050.00. If you have any questions, please contact me at extension 2023. Sincerely, Curtis Naibauer Deputy Director c6,,P COYISH -o14" 1� ll/z2/2 114,2,77,23 2oZp-- 3011 �,�, ObZZ AMENDMENT # 3 TO AGREEMENT BETWEEN WELD COUNTY AND INTEGRITY FIRE SAFETY SERVICES This Amendment is made and entered into this 06 day of November , 2023 , by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and Integrity Fire Safety Services, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-3077, approved on November 23, 2020. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on December 31, 2023. The term is hereby extended for one year commencing on January 1, 2024 and ending on December 31, 2024. 2. Beginning on the first day of the new term, the Fee Schedule shall remali the same as the current Fee Schedule. 3. All other terms and conditions of the Original Agreement & Executed Change Orders remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: By: G.- D. - Name: Ira Coleman Title: Director of Service Sales Date 11/6/2023 ;� BOARD OF COUNTY COMMISSIONERS ATTEST: WELD COUNTY, COLORADO Weld Cy Clerk to the Boa d BY: Mike Freeman, Chair , V "r.e U 2 2 2323 ip2pj , X30?7 Contract Form Entity Information Entity Name" Entity ID* INTEGRITY FIRE SAFETY SERVICES @00042894 Contract Name FIRE ALARM TESTING (2020-3077) Contract Status CTB REVIEW Contract Description ANNUAL FIRE ALARM TESTING FOR COUNTY BUILDINGS Contract Description 2 Contract Type RENEWAL Amount* $18,050.00 Renewable * NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM O New Entity? Contract ID 7591 Contract Lead * SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 1 1 /1 1 /2023 11/15/2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2000185 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date * 11/04/2024 Committed Delivery Date Renewal Date Expiration Date* 12/31/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 11/20/2023 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 11/13/2023 11/14/2023 11/17/2023 Final Approval BOCC Approved Tyler Ref # AG 112223 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 11/22/2023 Cnkvc&\- 14:0419 October 25, 2022 FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Fire Alarm Testing Services; Bid (B2000185) Integrity Fire Safety Services was awarded the contract for Fire Alarm Testing. Integrity Fire Safety Services continues to meet standards. Therefore, Facilities is recommending the next one year increment of their bid be awarded. If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director Cone" k\/k4/22. lr�iy�a�. ZOZO-3o-n g000ZZ AMENDMENT # 2 TO AGREEMENT BETWEEN WELD COUNTY AND INTEGRITY FIRE SAFETY SERVICES This Amendment is made and entered into this � day of 1"QVerV 0_e.,v, 2GZZ by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and Integrity Fire Safety Services, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-3077, approved on November 23, 2020. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on December 31, 2022. The term is hereby extended for one year commencing on January 1, 2023 and ending on December 31, 2023. 2. Beginning on the first day of the new term, the Fee Schedule shall remain the same as the current Fee Schedule. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONT CTO By: Name: Title:r�-►.c��� . OF- Sc;Lolt CC Sf�LE ATTEST: "-^'�rI tAl G J10;ti Weld C. ty Clerk to fh : Board BY: Deputy CI:! k to he Page 1 of 1 Date kcI(2.1I2S BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Scott K. James, Chair f�J .,• P 2022 1 42022 07,0,10-3077 Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Fire Alarm Testing Bid Weld County is seeking qualified bidders to provide Annual Fire Alarm inspection and testing services at multiple County facilities. SPECIFICATIONS Annual Fire alarm testing and inspection services. It is the intent of this bid to obtain a contractor to provide a complete Inspection, Testing, and System Evaluation Services in accordance with these specifications AND the requirements of the current NFPA standards for each local Authority Having Jurisdiction (AHJ) where the buildings are located. TESTING 1. The contractor shall comply with all testing methods and frequencies as outlined in the current NFPA standards and shall coordinate and comply with all local AHJ and shalt include as a minimum: a. Annual testing of all devices b Sensitivity testing & report 2. Contractor is responsible for all inspections/testing identified in this specification including inspection/testing frequencies. 3. Weld County operates buildings in various locations and with different AHJ. The contractor shall use the address listing below to determine current requirements from each AHJ. 4. The contractor shall complete a thorough initial inspection and complete backup (if applicable) of all the fire alarm systems to ensure that they are in proper working order and report any conditions that require correction/repair. 5. The contractor shall test and inspect all detectors, contract devices and any other equipment associated with the fire alarm system to ensure their proper operation. 6. Every device and control function associated with the system shall be activated to ensure proper operation and functionality as designed. Testing procedures for the equipment shall also comply with the manufacturer's suggested methods. 7. The contractor shall perform real time verification during the entire testing procedure for the control panel operations. This shall include but not limited to all responses, indications, and labeling as each device is tested without exception. This shall be performed and verified prior to testing of all subsequent devices. 8. Control panel testing shall include an active test of all device Alarm and Trouble conditions with an itemized report for each event and verification of correct labeling. All input voltages and battery voltages shall be tested for compliance and documented accordingly. Control panels must be tested for correct standby power conditions. Control Panels connected to remote monitoring stations shall be tested for all required reporting activities for each type of device connected to the system and all functionality. The contractor shall coordinate with the county monitoring service during all testing to prevent dispatch of emergency personnel. 9. Device testing shall conform to the following: a. Manual activated Fire Boxes shall be manually activated using the intended method verified for signal activation. The device shall be verified for correct labeling, correct operation, and correct reporting sequence. BID REQUEST #B2000185 Page 9 b. Smoke Detectors testing shall utilize and approved method of introducing simulated smoke into the detecting chamber. The device shall be verified for correct labeling, correct operations, and correct reporting sequence. Testing with a magnet or other means that does not test the smoke chamber of the device is not acceptable. c. Heat Detector testing shall utilize an approved method by introducing heat to verify rate of rise condition or by manufacturers suggested method. The device shall be verified for correct labeling, correct operation, and correct reporting sequences. Testing with a magnet or other means that does not test the heat element of the device is not acceptable. d. Supervisory Device testing shall utilize an approved method of manually activating the supervised function as intended to verify the fire alarm system is notified accordingly. The device shall be verified for correct labeling, correct operation, and correct reporting sequence. e. Notification devices shall be tested independently by activating and initiating device and proper operation. Any site locations lacking audibility shall be specifically noted for suggested corrective action. Each device shall be verified for correct operation and noted for type and location. f. Control devices shall be independently activated by an associated initiating device and verified of its own intended function. The device locations and function shall be documented accordingly. The contractor shall provide and replace at ceiling tiles damaged as a result of this testing. The contractor shall allow for a minimum of 20 tiles in their bid with material and all labor for installation. if the requirement exceeds 20 tiles, Buildings & Grounds will provide additional material, but the contractor shall include all labor for replacement in excess of the allowance. 10. The contractor will prepare a written fist of any repairs needed/recommended for each fire alarm system with associated costs after inspection. 11. Repairs will be quoted at the hourly rate, matching unit prices in the attached. 12. Travel costs must be included in the annual contract cost. g. SCHEDULING 1. The contractor must schedule work so as not to interfere with County Government activities. All work to be done during normal working hours (6:00am — 3:30pm) unless otherwise approved. 2. The contractor will initiate the fire system into a full fire scenario and complete the test prior to 7:30am. 3. All annual testing, inspections, and maintenance work is to be completed during the month of shown in the table below. Contractor shall closely coordinate with the Buildings & Grounds representative to ensure proper support and escort access is achieved. a. Elevators shaft fire components are tested on a separate schedule in the month of June in conjunction with the elevator vendor. The test will also need to be scheduled to include a sprinkler technician due to the pre -action system in applicable shafts. 4. The contractor is responsible for all inspections and testing that are noted in the specs and in the charts and in the months identified in this bid. BID REQUEST #82000185 Page 10 QUALIFICATIONS 1. A minimum level 2 NICET Technician (National nstitute Certification in Engineering Technologies) will be on location and supervise each test. Information shall be listed on each report (employee name and NICFT number) 2 The contractor SHALL INCLUDE WITH ITS PROPOSAL the specific names of the technicians that will be assigned to Weld County Government and PROVIDE DOCUMENTATION CLEARLY SHOWING THAT THE ASSIGNED TECHNICIANS ARE BOTH TRAINED AND EXPERIENCED in testing, repairing, maintaining, operating fire alarm systems and making typical repairs and adjustments to the items typically associated with a fire alarm system. 3. If the Buildings & Grounds Department determines in its sole opinion that the assigned technician(s) does not have sufficient technical skills, training experience or support to complete the assigned tasks, Weld County Government reserves the right to request that the technician(s) be replaced and or terminate the contract if a suitable technician(s) is not provided prior to the next scheduled visit. EQUIPMENT 1. The contractor shall provide all test equipment, tools, ladders, personnel lifts, etc., as needed and strictly follow OSHA regulations for all work. REPORTS Test and Inspection reports are to be submitted to Buildings & Grounds upon completion of services in both electronic and printed form. It is recommended to use a standard NFPA inspection form. However, the County accepts each vendor may have different software which contains similar information. Therefore, the contractor will submit a sample report with their bid. The reports will minimally contain the following information: 1. Cover Page 2. Table of Contents (outlining the report by section) 3. Monitoring Agency 4. Jurisdictional Agency 5. Contractor's License Number 6. Contractor's Employee NICET Certification Number 7. Control Panel/Central Processing Unit (Manufacturer, Model #, Serial # and panel location in each building) 8. Device Type 9. Floor 10. Area/Description 11. Address Zone # 12. Service Performed (T for Test) 13. Sensitivity report 14. Test Results — P (pass) or F (fail) 15. List of Deficiencies (device type, description of problem, index page # from the report) BID REQUEST #82000185 Page 11 EMERGENCY RESPONSE As part of this contract, Weld County is seeking fees associated with providing emergency response for unscheduled repairs. The following shall be included: 1. A four (4) hour maximum response time to requests for emergency service must be provided by the contractor. 2. Include pricing for all emergency service calls (after hours) and non -emergency service calls (during normal hours), hourly rate. 3. Travel costs associated with emergency response shall be included in the proposed hourly rate. FIRE ALARM CONTROL PANEL LOCATIONS The following page is a list of buildings that show type of fire panels and devices. Please provide your annual price for these buildings and place the total on the fee sheet. BID REQUEST #B2000185 Page 12 Building Name Human Services - Building A Address 315 N. 11th Avenue Fire Panel Fire-Lite MS -9050 Approx. a of Devices 23 Month to be Tested Annual Price Jan $254.00 Human Services - Building B Human Services - Building C 315 N. 11th Avenue 315 N. 11th Avenue Silent Knight SK -5208 Fire-Lite MS -9600 79 57 Jan Jan $635.00 $508.00 Courthouse - Historic 9019th Avenue Mircom XF-350 Feb $63.50 West Annex -Justice Services 905 10th Avenue Fire-Lite 5024 45 Mar $381.00 Centennial Center - Plaza South & East 915 10th Street Fire-Lite MS -9600 120 Feb $1,016.00 Centennial Center- Plaza West 915 10th Street Fire-Lite MS -9600 90 Feb $889.00 918 Probation 918 10th Street Fire-Lite MS -9200 72 Mar $635.00 CHAN/Marlborough - Probation Veteran Services Community Corrections 934 9th Avenue Fire-Lite MS -9200 56 1008 9th Street 1101 H Street Vista20P Fire-Lite 5024 4 174 Mar Apr Apr $500.00 $63.50 $1,524.00 Training Center 1104 H Street Fire-Lite MS -9200 1 Buildings & Grounds 1105 H Street Fire-Lite MS -9200 19 Jun $127.00 Public Works 1111 H Street Silent Knight SK -5208 100 Jun $889.00 Administration 1150 O Street Fire-Lite MS -9200 77 Jun $698.50 Oil & Gas / PW Sign Shop 1301 N. 17th Avenue Fire-Lite 9050-UD 18 Jul $127.00 Hazardous Waste - North r— - 1311 N. 17th Avenue Simplex 4001 4 Jul $63.50 ternative Programs 1390 N. 17th Avenue Fire-Lite MS -9200 178 Jul $1,524.00 Motor Pool 1399 N. 17th Avenue Silent Knight 6808 24 Aug $190.50 Treasurer/Assessor/Election s 1400 N. 17th Avenue Simplex 4001 20 Aug $190.50 IT - Information Technology 1401 N. 17th Avenue Fire-Lite MS -9200 20 Aug $190.50 $190.50 Clerk & Recorder/Motor Vehicles 1402 N. 17th Avenue Fire-Lite MS -44245 20 Sep Dispatch/Records/Medical Clinic 1551 N. 17th Avenue Fire-Lite MS -9600 50 Sep $508.00 Public Health/Planning— New 1555 N. 17th Avenue Silent Knight 6808 132 Sep $1,143.00 Law Admin Southeast Service Center 1950 O Street Fire-Lite MS -9200 52 Oct $508.00 2950 9th Street, Ft. Lupton Fire-Lite MS -9200 53 Oct $508.00 35th Tower - Alternative Comm. Center 3115 35th Avenue Fire-Lite MS -9200 24 Oct $190.50 Southwest Service Center Hazardous Waste - South 4209 WCR 241/2, Longmont 5500 State Hwy 52, Erie Fire-Lite MS -9200 Simplex 4001 65 4 Nov Nov $635.00 $63.50 Clerk & Recorder 1250 H Street, Greeley To Be Determined 65 Nov $635.00 BID REQUEST #B2000185 Page 13 CONTRACT TERM This bid will be awarded to a single vendor for a one-year period with the County's option to renew three additional one-year increments which will be evaluated and/or awarded annually as follows: Year Dates 1 January 1, 2021 — December 31, 2022 2 —1 January 1, 2022 — December 31. 2023 3 I January 1, 2023—December31, 2024 4 January 1. 2024 — December 31. 2025 FEES 1. Provide the total for ANNUAL INSPECTIONS in space below. 2. Provide the total for HOURLY EMERGENCY repair response. 3. Include with your response to this bid any additional items, fees, etc. that your company routinely charges that are not listed above. Failure to include a description of those charges may result in the invoice being rejected. ANNUAL INSPECTION TOTAL HOURLY EMERGENCY RESPONSE $ 16,250 Standard Hourly Rate: $110 Time and Half Hourly Rate: $165 $ Holidays and Sundays Hourly Rate: 5220 OTHER FEES (USE ADDITIONAL SHEETS IF NEEDED) $ N/A A mandatory pre -bid conference will be held on September 29. 2020 at 11:00 AM at 1105 H Street, Greeley, CO. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than October 13. 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). THE BID OPENING WILL BE HELD VIA A SKYPE CONFERENCE CALL. To join call: 1 (720) 439-5261 and enter Conference ID: 284833705 Due to the Coronavirus (COVID-19) pandemic, the following changes have been made to our current bid process until future notice: 1) No hard copies of bids will be accepted. 2) Only one electronic copy of your bid is needed. PDF format is required. 3) Email bids to bidsOweldaov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. BID REQUEST #B2000185 Page 14 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2000185. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM -4-6-1-ey. I rc -.,� BUSINESS ADDRESS ZG91" lN. 3 CITY, STATE, ZIP CODE .l) Pn'f ( TELEPHONE NO ,.3, SIGNATURE BY , .4 j : �.✓ iu- �,. /V' j (Please print) DATE ryip, .5 /PI. FAX 303 "‘"5-- 3z TAX ID# 75/°5%'3z. E-MAIL 2r, . 1 f,17 •r<.k-4 C. imP...1. ""ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID"; WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director W-9 Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/Form W9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. I,tnkegnty Fire Safety Services Holdings LLC ,�.,r:,,• ,.t,:_;,rt .,tit (grit}, Fire Safe y Services ntler, street, a: W 3rd Ave Denver, CO 80219 ac,. or st ran Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The IN provided must match the 3rne riven on line t to avoid i g tui security number backup withholding. For individuals, this is generally your soc-al securihj number (SSN). However, for a resident alien, sole proprietor cr disregarded entity, see the instructions for Part I, later. For other entities, it :s your enlpioyer idantit!cation ;,umber (EIN). If you do not have a number, see Now to get a TIN, later. Note: If the account is in more than one, name, see the Instructions for line 1. Also see What Nance and Number To Give the Requester for guidelines on whose number to enter. WM Certification Under penalties of perjury, I certify that: The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me); and 2. I on not subject to backup withholding because: (a) I am exempt from backup withholding, or lb) I have not been notified by Ihs Internal Revenue Service (IRS) that I ?m subject to backup wlthooldine as a result of a failure. to report all interest or dividends, or (c) the IRS has notified me Mall am no longer ,,bject to oackup withholding; and 3. I am a II.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if soy) Indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that yo._ are currently s'hed to backup withholding because you have failed to report all interest and dividends on yot;r tax return. For real estate transactions, item 2 does not apply. For mortgage merest paid, acquisitor or ah:andonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRS), and generally, payments other than interest and dividends, you are not required to sign the ce.rtificauon, f ,t you must provide your correct TIN. Sea the instructions for Part II, later. Employer identification number 3 Sign Signature of Here U.S. person► f l General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, gc to www.irs.gov/FormW9 Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number [215) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, Me following. • Form 1099-INT (interest earn,' or paid) Date► O+ "L'ZQbo • Form 1099-DIV (dividends, including those from sacks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-3 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (.canceled debt) • Farm 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a US, person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might subject fo backup withholding- See What is backup withholding, tater 10,12 , W-9 iRev- 1f7 -201A) sionimi nine fired -cut iurnr Mat ,. a 1-I:`1 are cot , iur ysa arc AZit-n C.e.^ i I:nr _u 3, not si r,ie t to bac;xu t LJ u,g o, . an ,i ar front Backup thnoldl .q it you n c �o p acpii_.,bi_, I, u 3 3,0 ng t at as a U.S. feet on. tiro „me from a L S trade or, 1ubjeCt t , ,e rr-th,oldin3 tax do foreign partner ,hare of el; c: one reed income. and .. .nUt FATUA codejS, ent „n thiu film ; ` alt 1 ',ro catirg hat o 313 ,r „t from rile fi A report r } i, o See ,That orfi> 1,t , fur furl, 1, Note `f :ot, are 3 Li S ; _rson 3, 7 _quest q . - oo f^r other ..s tr, , Ou s .., unstant„ally similar to this. Form ;flea Definition of a U.S. person. Fcr federal tax purposes, you are considered a U.S. person it you are • An individual who s 3 U.S. citizen or U S. resident allot~, • A. partnership, corporation, company, or association created d, or,gcr zed n the United States or under the laws of the ltn tcd States; • .An estate iotner titan a foreign estate); or • A domestic trust (as defince in Regulations sec:L.1 3101,'721-7j. Special rules for partnerships. Partnerships that conduct a trade or ou sines in the United States are generally required to pay a withholding tax under section 14451 on any foreign partners' share of effectively connected taxable ncome, from such business. Further, in where, a Form W., has not been received, the rules under section 1 a45 require a partnership to presume that a Gartner is a foreign person, and pay the section 14 46 withholding tax, Therefore, if you area U.S. [Jerson that is a partner in a partnership co -.ducting a trade or business in the United Slates, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. In the cases below, the following person must give norm W-9 tc the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United Slates. • In the case of a disregarded entity with a U.S. owner, the L- owner of the disregarded entity and not the entity; • In the case of a grantor trust with a U.S. grantor or other U S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the trust: and • In. the case of a U.S. trust (other than a grantor trusts the U.S. trust ot, er than a grantor trust) and not the benef'ciaries or the trust. Foreign person. If you area foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person, do not use Form W-9. Instead, use the appropriate Form W-3 or Form 5233 (see Pub. 515, Withholding of Tax on Nonresident Afens and Foreign Entities) Nonresident alien who becomes a resident alien. Generall, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S, resident alien for tax purposes. If you area U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim are exemption from U.S. tax on certain types of income, you must attache statement to Form W-9 that specifies the follo,ing five item=_. 1. The treaty country. Generally, this must be the same treaty urider which you claimed exemption from tax as a nonresident alien, 2. The treaty article addressing the income. 3. The anccle number (or location) in the tax treaty that contains the saving clause and its exceptions. 4. The type and amount of Income that qualifies for the exemption from tax. 5. Sufficient facts +o iustity the exemption from tax under the terms o the treaty article. 'silent a`ien f'vr ta•, our _> if. s or 'car yiay 'coils 5 calendar yeaJs F'. paragraph 2, e'J.a .:h -.q tr, t, 'date: Apr 38 195, allow, cortirue apple , ader the Chinese o n e resin=: t cite+l t o United States. A Shrew qu3lif es for t a.x.e.,'ion junde, raragraph 2 of the brat prtoco=i and .s relying on this exception to claim an -exemption from tax Iclar; tip or f_ llows' income v0- l'ai'n to 'corm doe tna in ormstiori e'11 rJi:: rJ.. file_ 3,7 Cr 2 rar2,3", ',, ester '11' Backup Withholding What is backup withholding? Persians alai., certain payments to you must under certain conditions withhold and pay lathe IRS 24:'%, of such payments. This is called 'backup withholding." Payments that may be subject to backup w ihnolding include interest tax-exempt interest, divi J3 ids, r,iolser and barter exchange transautioes, rents, royalties, non employee pay, payments made in settlement of oat, rent card and thin: parr network transactions, and c=ertain payments from tisning boil operators. Real estate transactions are no' subject to backup withholding. You will not be subject to bawl, withholding on payments you receive if you give the requester your correct TIN, stake the proper certifications, and report iii your kaxat le interest and dividends on your tax return, Payments you receive will be subject to backup withholding if: 1 You do not furnish your TIN to the requester, 2, you do rot certify your TIN when roqufrcd (see the instruction; for Part II for details), 3. The IRS tells the requester that you furnished an incorrect TIN, 4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends an your tax ret.;rn 'rear reportaoie interest and iividends only), or 5. Y,_u do not Get fy to the requester that you are nut sub:e, to backup withholding under 4 acove (for reportable interest and dividend accounts opened after 1983 only, Certain payees and payments are exempt from backup withholding. See Exempt payee code, later, and the separate Instructions for tile, Requester of Form W-9 for more information. Also see Special rules for partnerships, ear'ie . What is FATCA Reporting? The-, Foreign Account fax compliance Act ;=ATGA) requires a participating foreign financial institution to report all United States account Holders that are specified United States persons. Certain payees are exempt from FATCA reporting. See Exemption from F4TCA reporting code later, and the Instructions for the Requester of Form W-9 for more information. Updating Your Information You trust provide updated information to any person to whom you Cairn, to be an exempt payee if you are tic longer an exempt payee and anticipate receiving reportable payments in the future from this person. For example, you may need to provide updated information if you are a C corporation that elects to be an S corporation, or if you no longer are tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account; tut example, if the grantor of a grantor trust dies. Penalties Failure to furnish TIN. If you fail to furnish yciir correct ,N to a requester, gnu are subject to a penalty of $50 for each such failure unless your failure is due to .reasonable cause and not to willful neglect. Civil penalty for false information with respect to withholding. If you make a false statement with no reasonable basis that results in no uack.:p withholding, you are subject to a $500 penalty. Contract Form New Contract Request Entity Information Entity Name* Entity ID* INTEGRITY FIRE SAFETY SERVICES O^00042894 Contract Name* FIRE ALARM TESTING (2020-.3077) Contract Status CTB REVIEW ❑ New Entity? Contract ID 6419 Contract Lead* SGEESAMAN Contract Lead Email sgeesarnanco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description* 2023 CONTRACT ANNUAL RENEWAL- ORIGINAL CONTRACT -516,250.00,/ CHANGE ORDER # 1-$1, 350.00,' CHANGE ORDER # 2-$450.00 Contract Description 2 Contract Type* CONTRACT Amount* 518,050.00 Renewable* YES Automatic Renewal Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds,Peldgov.c ©m Department Head Email CM-BuildingGrounds- DeptHeadmeldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EYTVELDG OV.COM Requested BOCC Agenda Date* 11;21/2022 Due Date 17/2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid {RFP # * B2000185 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 On Ease Contract Dates Effective Date Review Date. 10:30,2023 Renewal Date* 12:29:2023 Termination Notice Period Contact Information Contact Info Contact Name Purchasing Committed Delivery Date Expiration Date Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHRISTIE PETERS 11 07 2022 Approval Process Department Head TOBY TAYLOR DH Approved Date 1 1 07,2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 1 1 f 14;'2022 Originator SGEESAMAIN Finance Approver CHERYL PATTELLI Legal Counsel KARIN MCDOUGAL Finance Approved Date Legal Counsel Approved Date 11,07:2022 11 '07/2022 Tyler Ref # AG 111422 Co vast I'D 510* FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 9, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Fire & Life Safety Testing & Inspections —Change Order # 2 (2020-3077) Integrity Fire Safety Services was awarded the contract for Fire Alarm Testing & Inspection for multiple County facilities. Several additional buildings require these services, the new Wash Bay, the new Mead Grader Shed and the new Coroner Building. Attached is the change order to the contract identifying the annual cost of these services as $450.00. The Facilities Department is recommending the change order be approved for $450.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director )0 conwt norcia N./z_i az_ L5/02-/ Z02.0 --W-17 Bei 0022 Date: CHANGE ORDER # 2 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND INTEGRITY FIRE SAFETY SERVICES March 9, 2022 Original Agreement: Weld County document no. 2020-3077 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibits, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibits. 3. The amount of the contract is adjusted as follows: $ 16,250.00 Original Contract Amount $ 1,350.00 Previously Approved Change order(s) Amount $ 450.00 Current Change Order Amount $ 18,050.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: i^��L�u- 71 L Name: Matthew Miller Title: Chief Financial Officer ATTEST: f../d1/ "«'K Weld 'o my Clerk to the Beard ;�kto a : BY: Deputy CI Date 03/10/2022 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO co t K. James, Chair MAR 2 12022 Page 1 of 1 Exhibit A: Change Order # 2 integrity Fire -Safety Services — From Integrity Fire Safety Services 2695 W 3rd Ave Denver CO 80219 303-557-1820 Quote No. 2016346 Quote For Weld County Type Inspection Prepared By Ira Coleman Created On 3 03/07/2022 Valid Until i 04/01/2022 Description of Work Weld County Wash & Weld Bays 1399 N 17th St Greeley CO 80631 Scope: Conduct the following fire and life safety testing and inspections in accordance with the NFPA and local AHJ (Authority Having Jurisdiction) code requirements. • All systems are tagged and documented via computer generated, electronically delivered reports. • Invoice for testing is emailed to customer no later than 48 hours after completion. • Reports are emailed no later than 24 hours from end of completed testing and inspections and are also left on flash drive at the panel. • Deficiency quotes are emailed no later than 72 hours after testing completion. Special Provisions: 1. Quote excludes any charges for properties located in jurisdictions that require us to upload (and pay to upload) their inspection reports to the AHJ/ Fire and Water Department databases / Compliance Engine. For properties in these jurisdictions, the cost will be added to the customer's testing invoice after the reports are uploaded. Services to be completed Alarm Systems 100% functional inspection and testing of the fire alarm system per NFPA and local code requirements Estimated Completion: 04/01/2022 to 04/30/2022 ANNUALLY Parts, labor, and fees Test & Inspect Labor Annual Quantity 1 Unit Price $150.00 GRAND TOTAL Total $150.00 $150.00 Exhibit B: Change Order # 2 Integrity Fire -Safety Services — From Integrity Fire Safety Services 2695 W 3rd Ave Denver CO 80219 303-557-1820 Quote No. 2016345 Quote For Weld County Type Inspection Mead Grader Shed Prepared By Ira Coleman 5698 WCR 34 Created On 3 03/07/2022 Mead CO 80542 Valid Until 04/01/2022 Description of Work Scope: Conduct the following fire and life safety testing and inspections in accordance with the NFPA and local AHJ (Authority Having Jurisdiction) code requirements. • All systems are tagged and documented via computer generated, electronically delivered reports. • Invoice for testing is emailed to customer no later than 48 hours after completion. • Reports are emailed no later than 24 hours from end of completed testing and inspections and are also left on flash drive at the panel. • Deficiency quotes are emailed no later than 72 hours after testing completion. Special Provisions: 1. Quote excludes any charges for properties located in jurisdictions that require us to upload (and pay to upload) their inspection reports to the AHJ/ Fire and Water Department databases / Compliance Engine. For properties in these jurisdictions, the cost will be added to the customer's testing invoice after the reports are uploaded. Services to be completed Alarm Systems 100% functional inspection and testing of the fire alarm system per NFPA and local code requirements Estimated Completion: 04/01/2022 to 04/30/2022 CANNUALLY) Parts, labor, and fees Test & Inspect Labor Annual Quantity 1 Unit Price Total $150.00 $150.00 GRAND TOTAL $150.00 Exhibit C: Change Order # 2 Integrity Fire -Safety Services — From Integrity Fire Safety Services 2695W 3rd Ave Denver CO 80219 303-557-1820 Quote No. # 2016344 Quote For # Weld County Type Inspection Prepared By Ira Coleman Created On I 03/07/2022 Valid Until 04/01/2022 Description of Work Weld County Coroner 1121 M Street Greeley CO 80631 (970) 400-4990 Scope: Conduct the following fire and life safety testing and inspections in accordance with the NFPA and local AHJ (Authority Having Jurisdiction) code requirements. • All systems are tagged and documented via computer generated, electronically delivered reports. • Invoice for testing is emailed to customer no later than 48 hours after completion. • Reports are emailed no later than 24 hours from end of completed testing and inspections and are also left on flash drive at the panel. • Deficiency quotes are emailed no later than 72 hours after testing completion. Special Provisions: 1. Quote excludes any charges for properties located in jurisdictions that require us to upload (and pay to upload) their inspection reports to the AHJ/ Fire and Water Department databases / Compliance Engine. For properties in these jurisdictions, the cost will be added to the customer's testing invoice after the reports are uploaded. Services to be completed Alarm Systems 100% functional inspection and testing of the fire alarm system per NFPA and local code requirements Estimated Completion: 04/01/2022 to 04/30/2022 ANNUALLY) Parts, labor, and fees Test & Inspect Labor Annual Quantity 1 Unit Price $150.00 GRAND TOTAL Total $150.00 $150.00 New Contract Request Entity Information Entity Name* Entity ID* INTEGRITY FIRE SAFETY SERVICES a'0©O42894 Contract Name FIRE SAFETY TESTING SERVICES (2020-3077 Contract Status CTB REVIEW New Entity? Contract ID 5656 Contract Lead SGEESAMAN Contract Lead Email sgeesaman co.weld.ca,us Contract Description * CHANGE ORDER # 2 TO ADD ADDITIONAL BUILDINGS TO THE ANNUAL TESTING CONTRACT Contract Description 2 Contract Type CHANGE ORDER Amount * 3450.0© Renewable* YES omatic Renewal IGA Department BUILDINGS AND GROUNDS Email CM- BuildingGroundseldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadgweldgov.com County Attorney GENERAL COUNTY A I t ORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEY WELDG OV.COM Requested BOCC Agenda Date * 03:"23`2022 Parent Contract ID Requires Board Approval YES Department Project # Due Date 03119/2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2000185 If this is a renewal enter previous Contract ID If this is part of a MSA enter M5A Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* 12/01 ?022 Renewal Date* 01%02.2023 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 03f1012022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03,"21 /2022 Originator SGEESAMAN Contact Type Finance Approver CHRIS D'OV1D1O Contact Phone 1 Purchasing Approved Date 03,,{ 1 5'2©22 Finance Approved Date 03/'1012022 Tyler Ref AG 032122 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 03 10 2022 Ib 45531 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 January 20, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Fire & Life Safety Testing & Inspections — 822 7th Street Building Change Order (2020-3077) Integrity Fire Safety Services was awarded the contract for Fire Alarm Testing & Inspection for multiple County facilities. The Chase Building at 822 7th Street in Greeley, CO. requires these services. Attached is the change order to the contract identifying the annual cost of these services as $1,350.00. The Facilities Department is recommending the change order be approved for $1,350.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Const-n-gcrnotcu OZ/►LI/Z2 erit-AfAe a61) *s/c2c2, 2020-gdfl 10022 CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND INTEGRITY FIRE SAFETY SERVICES Date: January 18, 2022 Original Agreement: Weld County document no. 2020-3077 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 16,250.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 1,350.00 Current Change Order Amount $ 17,600.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: % G/2 Le2143- , Name: Taylor LaVoy Title: Controller ATTEST: W.Al....t id - L Weld • my Clerk to the Bo. rd BY: Deputy CI J k to t e Date 1/26/2022 BOARD OF COUNTY COMMISSIONERS WELD COUN Y, COLORADO tt K. James, Chair FEB 1 LI 2022 Page 1 of 1 0200° - 77 4104740 Integrity Fire —Safety Services — Exhibit: Change Order # 1 From Integrity Fire Safety Services 2695 W 3rd Ave Denver CO 80219 303-557-1820 Quote No. a 2015139 Quote For Weld County 822 7th St Type Inspection Prepared By ! Ira Coleman 822 7th Street Created On i 01/17/2022 Greeley CO 80631 Valid Until 03/01/2022 Description of Work Scope: Conduct the following fire and life safety testing and inspections in accordance with the NFPA and local AHJ (Authority Having Jurisdiction) code requirements. • All systems are tagged and documented via computer generated, electronically delivered reports. • Invoice for testing is emailed to customer no later than 48 hours after completion. • Reports are emailed no later than 24 hours from end of completed testing and inspections and are also left on flash drive at the panel. • Deficiency quotes are emailed no later than 72 hours after testing completion. Special Provisions: 1. Quote excludes any charges for properties located in jurisdictions that require us to upload (and pay to upload) their inspection reports to the AHJ/ Fire and Water Department databases / Compliance Engine. For properties in these jurisdictions, the cost will be added to the customer's testing invoice after the reports are uploaded. Services to be completed Alarm Systems 100% functional inspection and testing of the fire alarm system per NFPA and local code requirements Estimated Completion: 04/01/2022 to 04/30/2022 l ANNUALLY Backflow (ANNUALLY) Inspection, testing and certification of backflow prevention device(s) units per ASSE, NFPA and local code requirements. Estimated Completion: 04/01/2022 to 04/30/2022 Parts, labor, and fees Quantity Test & Inspect Labor Annual 1 Unit Price Total $1,350.00 $1,350.00 GRAND TOTAL $1,350.00 By my signature below, I authorize work to begin and agree to pay the Grand Total according to the terms and conditions of this agreement. Name: Date: Signature: New Contract Request Entity Name* INTEGRITY FIRE SAFETY SERVICES Contract Name Entity ID* @00042894 ❑ New Entity? Contract ID FIRE ALARM TESTING CHANGE ORDER # 1 (2020-3077) 5531 Contract Status CTB REVIEW Contract Description ADD 822 7TH STREET TO FIRE ALARM TESTING CONTRACT. Contract Desorption 2 Contract Type CHANGE ORDER Amount* $1,350.00 Renewable* YES Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov.c nd s@weldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadE veIdgov.com County Attorney GENERAL COUNTY Al I ORNEY EMAIL County Attorney Email CM- COU NTYATTORN EYgWELDG OV.COM If this is a renewal enter previous Contract ID if this is part of a MSA enter MA Contract ID Contract Lead* SGEESAMAN Contract Lead Email sgeesarnan@co.weld.ca.us Requested BOCC Agenda Date* 01;31;2022 Parent Contract ID Requires Board Approval YES Department Project I Due Date 01 27;'2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Rid / RFP # 82000185 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* 12,101 ,2022 Renewal Date* 01;01,2023 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email e I Contact Phone 2 Purchasing Approver Purchasing Approved Date ROB TURF 02108!2022 Approval Process Department Head TOBY TAYLOR OH Approved Date 02'07/2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 02/14;2022 Originator SGEESAMAN Finance Approver CHRIS D'OVIDIO Legal Counsel CAITLIN PERRY Finance Approved Date Legal Counsel Approved Date 02,`07,=:2022 02'08 2022 Tyler Ref AG 021422 Corr\'Vac ID*53 `1 tp FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 November 30, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Fire Alarm Testing Services; Bid (B2000185) Integrity Fire Safety Services was awarded the contract for Fire Alarm Testing. Integrity Fire Safety Services continues to meet standards. Therefore, Facilities is recommending the next one year increment of their bid be awarded. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 12101121 /02#0-/ eef 021 ,60,4c G) ZaZ�-3o"i'1 g6,002Z AMENDMENT # 1 TO AGREEMENT BETWEEN WELD COUNTY AND INTEGRITY FIRE SAFETY SERVICES This Amendment is made and entered into this 2' day of Decem%¢,r , 2021 by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and Integrity Fire Safety Services, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-3077, approved on November 23, 2020. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on December 31, 2021. The term is hereby extended for one year commencing on January 1, 2022 and ending on December 31, 2022. 2. Beginning on the first day of the new term, the Fee Schedule shall remain the same as the current Fee Schedule. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: Integrity Fire Safety Services By: 712 Name: Matthew Miller Title: Chief Financial Officer ATTEST. ddrAgel) G t0•i1 Wel Co ty Clerk to the oard Date 11/11/2021 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ve Moreno, Chair CC 0 8 2021 Page 1 of 1 o2oao 3077 Contract Form New Contract Request Entity Name* INTEGRITY FIRE SAFETY SERVICES Entity ID* p00042894 FIRE ALARM TESTING RENEWAL (2020-3077) Contract Status CT6 REVIEW Contract Description* CONTRACT RENEWAL FOR 2022. FIRE ALARM TESTING Contract Description 2 Contract Type RENEWAL Amount* $16,250.00 Renewable YES Automatic Renewal Department BUILDINGS AND GROUNDS Email CM- BuildingGrounds@weldgov.c om nt Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COt1NTYA I I ORNEY@WELDG OV.COM ❑ New Entity? Contract ID 5376 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman co.weld.co.us Requested BOCC Agenda Date* 1'15/2021 Parent Contract ID Requires d YES Department Due Date 11,11,!2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Sid /RFP #* 62000185 If this is a renewal enter previous Contrary 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 On Base Contract Dates Effective Date Review Date* 10'24:2022 Renewal Date* 01"01,x2023 Termination Notice Period Expiration Date Contact Information Purchasing 12/03/2021 Purchasing Approver ROB TURF Department Head TOBY TAYLOR finance Approver CHRIS D'OVIDIO DH Approved Date 11/30/2021 C BOCC Signed Date BOCC Agenda Date 12[08/2021 Originator SGEESAMAN Finance Approved Date 12'03/2021 Tyler Ref AG 120821 Contact Phone 2 Legal Counsel BOB CHOATE Legal Counsel Approved Date 12/03/2021 Co,lM-raLe,it- _TV 2 3 6 WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & INTEGRITY FIRE SAFETY SERVICES FIRE ALARM TESTING THIS AGREEMENT is made and entered into this 93r dadof November , 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Integrity Fire Safety Services, whose address is 2695 W. 3rd Ave. Denver, CO 80219 hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: 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 Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000185". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. ec:p t 1 12 3 i2Q 11/423/7-0 ,100— 3079 v7 002 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. 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. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an annual amount no greater than $16,250.00 which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 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 Project without County's prior written consent, which may be withheld in County's sole discretion. 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. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of 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 services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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 and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. Examination of Records. To the extent required by law, the Contractor agrees that an 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. 16. 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. 17. 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. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Integrity Fire Safety Services Attn: Eric Williams Address: 2695 W. 3rd Ave. Address: Denver, Colorado 80219 E-mail: eric.williams@integrityfiresafetyservices.com Telephone: (303) 557-1820 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylorc weldgov.com Facsimile: 970.304.6532 18. 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. 19. 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. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. 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. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. 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. 26. 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. 27. 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. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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. ed IN WITNESS WHEREOF, the parties hereto have signed this Agreement this o�3 day of November , 2020. CONTRACTOR: Integrity Fire Safety Services By: / Name: Taylor LVoy Title: Accountant Date 11/4/2020 WELD CO ATTEST: Weld C BY: BOARD OF COUNTY COMMISSIONERS lerk t• the Boar• WELD COUNTY, COLORADO Deputy Cler/o the Board -077 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: SEPTEMBER 16, 2020 BID NUMBER: B2000185 DESCRIPTION: FIRE LARM TESTING DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE: SEPTEMBER 29, 2020 BO MMHG BATE: OCTOBER 13, 2020 a 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: FIRE ALARM TESTING A mandatory pre -bid conference will be held on September 29, 2020 at 11:00 AM at 1105 H Street, Greeley, CO ;0631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. We TutO roe adST rog to currvent state saddS Q—Estancinc Bids will be received until: October 13. 2020 at 10:00 AM (Weld bounty Purchasing Time Clock). Due to cC. DoV11D- r the bnd opesdrg woOO be head v5a a Sk ape Conference cad Phone Number: (720) 43S-5261 Gong —wane V): RG4633706 PAGES 1 — 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. _NOT ALL OF THE. INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY_PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concrtrning this request on the BidNet Direct website at https://www.bidnetdirect.corn/ Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Did D eryto Weld Cuntr: .:ROTEmC GANG , act fi } D a" LmY PROCESS DD F. TO COV0D-190 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids reldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right tt a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400- 4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, foilov;ed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or .:tier title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agre r to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied hereon. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in thus package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed b. the Bidder. Late or unsigned bids shall not - - . e. or considered. • a respo sibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State sf Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or they supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. SUCCESSFUL BIDDER HI `-:1NG PRACTICES — ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verit program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services BID REQUEST #B2000185 Page 2 knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful biddE•-r shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractr has not knowingly employed or contracted with an illegal alien. Successful bidder sh`II comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §3®17.5- 102(5), by the Colorado Department of Laaor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the iden5fication documents for such mployees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §3-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds ui3der the contract, Successful bidder mOtIonfirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24- 76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-1(Y, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 6. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, `CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24i -72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt frm disclosure pursuant to C.R.S. 24-72-2O4(3)(a)(0V) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or BID REQUEST #B2000185 Page 3 employee thereof shall be deemed to oe an acent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any o: its agents or employees. Unemployment insurance benefits will be avail .ble to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when aue all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract The successful bidder shall non have auth:• rizatin, express or implied, to Lind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regt.:rd to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. F. Compliance with l nro The successful bidder shall strictly comply with all applicable federal and state laws, ales and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution,nd enforcement of the contract. Any provisin included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third•Party Beneficiary Enforcement: Ot is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parries and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract 0°t us the xpress intrintion of the undersigned parties that any entry other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficianj only. Attorney's FeesiLegal Costs: In the event of a dispute between Weld County anel the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of wttorney fees andior legal costs incurred by or on behalf of the successful bidder. I . Msadvantaged B use ess enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideraion for an award. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materri Is necessary t perform and c•mplete the project. The successful bidder shall further be responsible for the timely completion, ano acknowledges that a failure to comply with the standards and requirements outlined in the Bio within the time limits prescribed by County may result in C Lnty's decision to withhold payment or tterminate this agreement. * K. ii OVVITIo The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. term taon: County has the right to terminate this Agreement, with or without cause on thirty (30) Gays written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. 7aterri&on or odof cation: Any amendments or modifications to this agreement shall be in writing signed oy both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization anc 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. BID REQUEST #B2000185 Page 4 N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to tie subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes t•;ward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to ;applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may nt assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion .•f County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or G nernmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere rith the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or BID REQUEST #B2000185 Page 5 in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve in a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severrablloty: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. zinding ASSotratlon Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no g7e<.ter than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by Cunty unless a "change order" authorizing such additional payment has been specifically approved by the County's delegat _ .d employee, or by formal resoluyion of the Weld X. 'axes: County Board of County Commissioners, as required pursu nt to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double dime rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A. fill. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or sr if®insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to Cunty, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to prtect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional 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 Contract Professional shall maintain, at its own BID REQUEST #B2000185 Page 6 expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional 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 Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omi s•si(ins Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims 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. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either BID REQUEST #B2000185 Page 7 continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1, 000, 000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excesslumbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2000185 Page 8 Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Fire Alarm Testing Bid Weld County is seeking qualified bidders to provide Annual Fire Alarm inspection and testing services at multiple County facilities. SPECIFICATIONS Annual Fire alarm testing and inspection services. It is the intent of this bid to obtain a contractor to provide a complete Inspection, Testing, and System Evaluation Services in accordance with these specifications AND the requirements of the current NFPA standards for each local Authority Having Jurisdiction (AHJ) where the buildings are located. TESTING 1. The contractor shall comply with all testing methods and frequencies as outlined in the current NFPA standards and shall coordinate and comply with all local AHJ and shall include as a minimum: a. Annual testing of all devices b. Sensitivity testing & report 2. Contractor is responsible for all inspections/testing identified in this specification including inspection/testing frequencies. 3. Weld County operates buildings in various locations and with different AHJ. The contractor shall use the address listing below to determine current requirements from each AHJ. 4. The contractor shall complete a thorough initial inspection and complete backup (if applicable) of all the fire alarm systems to ensure that they are in proper working order and report any conditions that require correction/repair. 5. The contractor shall test and inspect all detectors, contract devices and any other equipment associated with the fire alarm system to ensure their proper operation. 6. Every device and control function associated with the system shall be activated to ensure proper operation and functionality as designed. Testing procedures for the equipment shall also comply with the manufacturer's suggested methods. 7. The contractor shall perform real time verification during the entire testing procedure for the control panel operations. This shall include but not limited to all responses, indications, and labeling as each device is tested without exception. This shall be performed and verified prior to testing of all subsequent devices. 8. Control panel testing shall include an active test of all device Alarm and Trouble conditions with an itemized report for each event and verification of correct labeling. All input voltages and battery voltages shall be tested for compliance and documented accordingly. Control panels must be tested for correct standby power conditions. Control Panels connected to remote monitoring stations shall be tested for all required reporting activities for each type of device connected to the system and all functionality. The contractor shall coordinate with the county monitoring service during all testing to prevent dispatch of emergency personnel. 9. Device testing shall conform to the following: a. Manual activated Fire Boxes shall be manually activated using the intended method verified for signal activation. The device shall be verified for correct labeling, correct operation, and correct reporting sequence. BID REQUEST #82000185 Page 9 b. Smoke Detectors testing shall utilize and approved method of introducing simulated smoke into the detecting chamber. The device shall be verified for correct labeling, correct operations, and correct reporting sequence. Testing with a magnet or other means that does not test the smoke chamber of the device is not acceptable. c. Heat Detector testing shall utilize an approved method by introducing heat to verify rate of rise condition or by manufacturers suggested method. The device shall be verified for correct labeling, correct operation, and correct reporting sequences. Testing with a magnet or other means that does not test the heat element of the device is not acceptable. d. Supervisory Device testing shall utilize an approved method of manually activating the supervised function as intended to verify the fire alarm system is notified accordingly. The device shall be verified for correct labeling, correct operation, and correct reporting sequence. e. Notification devices shall be tested independently by activating and initiating device and proper operation. Any site locations lacking audibility shall be specifically noted for suggested corrective action. Each device shall be verified for correct operation and noted for type and location. f. Control devices shall be independently activated by an associated initiating device and verified of its own intended function. The device locations and function shall be documented accordingly. The contractor shall provide and replace all ceiling tiles damaged as a result of this testing. The contractor shall allow for a minimum of 20 tiles in their bid with material and all labor for installation. If the requirement exceeds 20 tiles, Buildings & Grounds will provide additional material, but the contractor shall include all labor for replacement in excess of the allowance. 10. The contractor will prepare a written list of any repairs needed/recommended for each fire alarm system with associated costs after inspection. 11. Repairs will be quoted at the hourly rate, matching unit prices in the attached. 12. Travel costs must be included in the annual contract cost. 9. SCHEDULING 1. The contractor must schedule work so as not to interfere with County Government activities. All work to be done during normal working hours (6:00am — 3:30pm) unless otherwise approved. 2. The contractor will initiate the fire system into a full fire scenario and complete the test prior to 7:30am. 3. All annual testing, inspections, and maintenance work is to be completed during the month of shown in the table below. Contractor shall closely coordinate with the Buildings & Grounds representative to ensure proper support and escort access is achieved. a. Elevators shaft fire components are tested on a separate schedule in the month of June in conjunction with the elevator vendor. The test will also need to be scheduled to include a sprinkler technician due to the pre -action system in applicable shafts. 4. The contractor is responsible for all inspections and testing that are noted in the specs and in the charts and in the months identified in this bid. BID REQUEST #B2000185 Page 10 QUALIFICATIONS 1. A minimum level 2 NICET Technician (National Institute Certification in Engineering Technologies) will be on location and supervise each test. Information shall be listed on each report (employee name and NICET number). 2. The contractor SHALL INCLUDE WITH ITS PROPOSAL the specific names of the technicians that will be assigned to Weld County Government and PROVIDE DOCUMENTATION CLEARLY SHOWING THAT THE ASSIGNED TECHNICIANS ARE BOTH TRAINED AND EXPERIENCED in testing, repairing, maintaining, operating fire alarm systems and making typical repairs and adjustments to the items typically associated with a fire alarm system. 3. If the Buildings & Grounds Department determines in its sole opinion that the assigned technician(s) does not have sufficient technical skills, training experience or support to complete the assigned tasks, Weld County Government reserves the right to request that the technician(s) be replaced and or terminate the contract if a suitable technician(s) is not provided prior to the next scheduled visit. EQUIPMENT 1. The contractor shall provide all test equipment, tools, ladders, personnel lifts, etc., as needed and strictly follow OSHA regulations for all work. REPORTS Test and Inspection reports are to be submitted to Buildings & Grounds upon completion of services in both electronic and printed form. It is recommended to use a standard NFPA inspection form. However, the County accepts each vendor may have different software which contains similar information. Therefore, the contractor will submit a sample report with their bid. The reports will minimally contain the following information: 1. Cover Page 2. Table of Contents (outlining the report by section) 3. Monitoring Agency 4. Jurisdictional Agency 5. Contractor's License Number 6. Contractor's Employee NICET Certification Number 7. Control Panel/Central Processing Unit (Manufacturer, Model #, Serial # and panel location in each building) 8. Device Type 9. Floor 10. Area/Description 11. Address Zone # 12. Service Performed (T for Test) 13. Sensitivity report 14. Test Results — P (pass) or F (fail) 15. List of Deficiencies (device type, description of problem, index page # from the report) BID REQUEST #B2000185 Page 11 EMERGENCY RESPONSE As part of this contract, Weld County is seeking fees associated with providing emergency response for unscheduled repairs. The following shall be included: 1. A four (4) hour maximum response time to requests for emergency service must be provided by the contractor. 2. Include pricing for all emergency service calls (after hours) and non -emergency service calls (during normal hours), hourly rate. 3. Travel costs associated with emergency response shall be included in the proposed hourly rate. FIRE ALARM CONTROL PANEL LOCATIONS The following page is a list of buildings that show type of fire panels and devices. Please provide your annual price for these buildings and place the total on the fee sheet. BID REQUEST #B2000185 Page 12 Building Name Address Fire Panel Approx. # of Devices Month to be Tested Annual Price Human Services - Building A 315 N. 11th Avenue Fire-Lite MS -9050 23 Jan $254.00 Human Services - Building B 315 N. 11th Avenue Silent Knight SK -5208 79 Jan $635.00 Human Services - Building C 315 N. 11th Avenue Fire-Lite MS -9600 57 Jan $508.00 Courthouse - Historic 901 9th Avenue Mircom XF-350 1 Feb $63.50 West Annex -Justice Services 905 10th Avenue Fire-Lite 5024 45 Mar $381.00 Centennial Center- Plaza South & East 915 10th Street Fire-Lite MS -9600 120 Feb $1,016.00 Centennial Center - Plaza West 915 10th Street Fire-Lite MS -9600 90 Feb $889.00 918 Probation 918 10th Street Fire-Lite MS -9200 72 Mar $635.00 CHAN/Marlborough - Probation 934 9th Avenue Fire-Lite MS -9200 56 Mar $508.00 Veteran Services 1008 9th Street Vista20P 4 Apr $63.50 Community Corrections 1101 H Street Fire-Lite 5024 174 Apr $1,524.00 Training Center 1104 H Street Fire-Lite MS -9200 15 Apr $127.00 Buildings & Grounds 1105 H Street Fire-Lite MS -9200 19 Jun $127.00 Public Works 1111 H Street Silent Knight SK -5208 100 Jun $889.00 Administration 1150 0 Street Fire-Lite MS -9200 77 Jun $698.50 Oil & Gas / PW Sign Shop 1301 N. 17th Avenue Fire-Lite 9050-UD 18 Jul $127.00 Hazardous Waste - North 1311 N. 17th Avenue Simplex 4001 4 Jul $63.50 Alternative Programs 1390 N. 17th Avenue Fire-Lite MS -9200 178 Jul $1,524.00 Motor Pool 1399 N. 17th Avenue Silent Knight 6808 24 Aug $190.50 Treasurer/Assessor/Elections 1400 N. 17th Avenue Simplex 4001 20 Aug $190.50 IT - Information Technology 1401 N. 17th Avenue Fire-Lite MS -9200 20 Aug $190.50 Clerk & Recorder/Motor Vehicles 1402 N. 17th Avenue Fire-Lite MS -4424B 20 Sep $190.50 Dispatch/Records/Medical Clinic 1551 N. 17th Avenue Fire-Lite MS -9600 50 Sep $508.00 Public Health/Planning — New 1555 N. 17th Avenue Silent Knight 6808 132 Sep $1,143.00 Law Admin 1950 O Street Fire-Lite MS -9200 52 Oct $508.00 Southeast Service Center 2950 9th Street, Ft. Lupton Fire-Lite MS -9200 53 Oct $508.00 35th Tower - Alternative Comm. Center 3115 35th Avenue Fire-Lite MS -9200 24 Oct $190.50 Southwest Service Center 4209 WCR 241/2, Longmont Fire-Lite MS -9200 65 Nov $635.00 Hazardous Waste - South 5500 State Hwy 52, Erie Simplex 4001 4 Nov $63.50 Clerk & Recorder 1250 H Street, Greeley To Be Determined 65 Nov $6.35.00 BID REQUEST #B2000185 Page 13 CONTRACT TERM This bid will be awarded to a single vendor for a one-year period with the County's option to renew three additional one-year increments which will be evaluated and/or awarded annually as follows: Year Dates 1 January 1, 2021 — December 31, 2022 2 January 1, 2022 — December 31, 2023 3 January 1, 2023 — December 31, 2024 4 January 1, 2024 — December 31, 2025 FEES 1. Provide the total for ANNUAL INSPECTIONS in space below. 2. Provide the total for HOURLY EMERGENCY repair response. 3. Include with your response to this bid any additional items, fees, etc. that your company routinely charges that are not listed above. Failure to include a description of those charges may result in the invoice being rejected. ANNUAL INSPECTION TOTAL HOURLY EMERGENCY RESPONSE $ 16,250 Standard Hourly Rate: $110 Time and Half Hourly Rate: $165 $ Holidays and Sundays Hourly Rate: $220 OTHER FEES (USE ADDITIONAL SHEETS IF NEEDED) $ N/A A mandatory pre -bid conference will be held on September 29. 2020 at 11:00 AM at 1105 H Street, Greeley, CO. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than October 13. 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). THE BID OPENING WILL BE HELD VIA A SKYPE CONFERENCE CALL. To join call: 1 (720) 439-5261 and enter Conference ID: 284833705 Due to the Coronavirus (COVID-19) pandemic, the following changes have been made to our current bid process until future notice: 1) No hard copies of bids will be accepted. 2) Only one electronic copy of your bid is needed. PDF format is required. 3) Email bids to bids a(weldnov.com. If your bid exceeds 25MB please upload your bid to https://www.bldnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. BID REQUEST #B2000185 Page 14 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2000185. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM -j-n'-1+t R tom, rc �� BUSINESS ADDRESS Z' r 3 /1410 CITY, STATE, ZIP CODE .14171 ra TELEPHONE NO SIGNATURE (Please print) DATE ra/!/2-0 /P7-0 FAX 3I)3 '34s — 7" 3Z TAX ID# 751O5 o3a. E-MAIL 4K-4.,�:II,H,�J ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID" WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director Fire Alarm Testing B2000185 Questions & Answers Posted 10/12/2020 1. Question: Do the device counts on the RFP include horn/strobes and speakers? Answer: Device counts include all equipment. Smoke detectors, duct detectors, heat detectors, pull stations, horns and horns/strobes. 2. I was wondering if you could provide me with the number of smoke detectors at: a) Human Services Building B and b) Clerk and Recorder/Motor Vehicle Answer: Human Services Building B is 22 and Clerk and Recorder/Motor Vehicle is H. 3. Does the county have a more specific device breakdown of the fire alarm devices by building, i.e. # of smoke detectors, duct detectors, pull stations, A/V devices, etc.? The type of device dictates the amount of time it takes to perform a functional inspection which impacts total time we would estimate for each building and ultimately our best and lowest cost proposal. Answer: Unfortunately, the County does not have these details due to this work not being performed in the past. However, during the course work as a result of this bid, better information will be available during the next bid. 4. Does the county have copies of current inspection and testing reports it can provide to all bidders? Answer: No, this bid is for a new program and will establish these types of reports and inspections going forward. 5. Will the county provide a list of all bidders whom attended the mandatory pre -bid conference? Answer: Attendance sign in sheet was posted to BidNet. Form W-9 Irtev. October 20 8) Department of the Treasury Internal Revenge Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/Form W9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. t Narita (as rhtwn1 on your income tax return). Name is required on this line: do not leave this lire blank. ntegrity Fire Safety Services Holdings, LLC 2 Business namn/drsregardrid entity name, (I rriftetent from above ntegrity Fire Safety Services 3 Check appropriate box for federal tax classification of the person whose name is entered on line I. Check only one of the following seven boxes. ❑ Individual/sale proprietor or ❑ C Corporation ❑ S Corporation U Partnership ❑ Trust/estate single -member LLC QQ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnerstnp) ► P Note: Check the appropriate box in the line above for the tax classification of the single -member owner. no not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC. that is not disregarded from the owner for U.S. federal tax purposes, Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see I11str'cliorw) ► 5 Address (number, street, and apt. or suite no., See etslructions. 2695 W 3rd Ave 6 City, slate, and ZIP code Denver, CO 80219 7 List account number(s) here (optional) 4 Exemptions (codes apply only to certain entities, not individuals: see instructions on page 3): Exempt payee code of any) Exemption from FATCA reporting code (it any) Requester's name and address (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entitles, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number I J or 6 3 2 Employer identlftcetion S 5 1 0 5 9 Part II Certification Under penalties of perjury, I certify that: I, The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT {interest earned or paid) Date ► 05 ZZiZoZo • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 {stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S {proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat, No. 10231 X Form W-9 (Rev. 10-20101 Form W-9 (Rev. i 0-2018) Page 2 By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting, later, for further information. Note: If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien; • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States; • An estate (other than a foreign estate); or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. In the cases below, the following person must give Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United States. • In the case of a disregarded entity with a U.S. owner, the U.S. owner of the disregarded entity and not the entity; • In the case of a grantor trust with a U.S. grantor or other U.S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the trust; and • In the case of a U.S. trust (other than a grantor trust), the U.S. trust (other than a grantor trust) and not the beneficiaries of the trust. Foreign person. If you are a foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person, do not use Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign Entities). Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes. If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items. 1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. 4. The type and amount of income that qualifies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if his or her stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first protocol) and is relying on this exception to claim an exemption from tax on his or her scholarship or fellowship income would attach to Form W-9 a statement that includes the information described above to support that exemption. If you are a nonresident alien or a foreign entity, give the requester the appropriate completed Form W-8 or Form 8233. Backup Withholding What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 24% of such payments. This is called "backup withholding." Payments that may be subject to backup withholding include interest, tax-exempt interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, payments made in settlement of payment card and third party network transactions, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding. You will not be subject to backup withholding on payments you receive it you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your tax return. Payments you receive will be subject to backup withholding if: 1. You do not furnish your TIN to the requester, 2. You do not certify your TIN when required (sec the instructions for Part II for details), 3. The IRS tells the requester that you furnished an incorrect TIN, 4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only), or 5. You do not certify to the requester that you are not subject to backup withholding under 4 above (for reportable interest and dividend accounts opened after 1983 only). Certain payees and payments are exempt from backup withholding. See Exempt payee code, later, and the separate Instructions for the Requester of Form W-9 for more information. Also see Special rules for partnerships, earlier. What is FATCA Reporting? The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign financial institution to report all United States account holders that are specified United States persons. Certain payees are exempt from FATCA reporting. See Exemption from FATCA reporting code, later, and the Instructions for the Requester of Form W-9 for more information. Updating Your Information You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments in the future from this person. For example, you may need to provide updated information if you are a G corporation that elects to be an S corporation, or if you no longer are tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account; for example, if the grantor of a grantor trust dies. Penalties Failure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect. Civil penalty for false information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty. ACc 0® CERTIFICATE OF LIABILITY INSURANCE TE DAT1�5�2020) 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Allied Insurance Managers Inc. 1055 South Blvd. East Suite #110 Rochester Hills MI 48307 CON IAC f Kim Anderson NAME: PHONE Ex!): (248)853-0930 I rac, No): (249)959-1512 E-MAIL kanderson@alliedinsmgr.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Lloyds of London INSURED Integrity Fire Safety Services Holdings, LLC DBA: Integrity Fire Safety Services 2695 W. 3rd Avenue Denver CO 80219 INSURER B: Cincinnati Insurance Co. 10677 INSURER C : Accident Fund National Ins. Co 12305 INSURER D:Starstone National Insurance Co. INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER:20-21 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR MD POLICY NUMBER POLICY EFF IMMIDD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY SP220072 5/29/2020 5/29/2021 EACH OCCURRENCE $ 1,000,000 I CLAIMS -MADE X OCCUR DAMAGE TO RENTE PREMISES (Ea occurrence) $ 100,000 X Incl Blkt AI, PNC, WOS MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES EDT _ PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 Professional Liability $ 1,000,000 B AUTOMOBILE X X - X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS Blkt AI X X SCHEDULED AUTOS NON -OWNED AUTOS Blkt WOS EBA0579275 5/29/2020 5/29/2021 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE SP2X20072 5/29/2020 5/29/2021 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED I I RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N NIA WCV6209335 5/29/2020 5/29/2021 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A D Professional Liabilty Excess Liability SP220072 X70765200ALI 5/29/2020 5/29/2020 5/29/2021 5/29/2021 Each Occurence/Gen Aggregate 1,000,000 Limit 5,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Weld County 1105 H Street Greeley, CO 80631 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 Jayson Bass/TSV ACORD 25 (2014/01) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information New Contract Request Entity Name* INTEGRITY FIRE SAFE' _ Y SERVICES Contract Name* FIRE ALARM TESTING Contract Status CTB REVIEW Contract Description* ANNUAL FIRE ALARM TESTING Contract Description 2 Contract Type* CONTRACT Amount* S16,250.00 Renewable* YES Automatic Renewal NO Grant IGA Entity ID* 00042894 Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsCaweldgov.c OM Department Head Email CM-BuildingGrounds- DeptHeadveldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I OR.NEYWELDG OV. C.OM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID ❑ New Entity? Contract ID 4236 Contract Lead* SGEESAMAN Contract Lead Email sgeesarnan@co.weld.co.us Requested BOCC Agenda Date* 11116:2020 Parent Contract ID Requires Board Approval YES Department Project # Due Date 11 12:2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* 10 18,2021 Renewal Date* 12,01 2021 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Info Purchasing Approval Process Department Head TOBY TAYLOR DH Approved Date 1 1 {16/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 11/23/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Legal Counsel BOB CHOATE Finance Approved Date Legal Counsel Approved Date 11/17,2020 1 1 x 1 7,/2020 Tyler Ref If AG 112320 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 19, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Fire Alarm Testing Bid - #B2000185 As advertised this bid is for annual fire alarm testing at County buildings. The low bid is from Arapahoe Fire Protection. However, this bid is incomplete as it is missing: 1) cost breakdowns for each building and 2) documentation to show company technicians are certified to a minimum level 2 NICET (National Institute Certification in Engineering Technologies needed to perform the work per specifications. The second low bid is from Integrity Fire Safety Services and does meet specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Integrity Fire Safety Service for the annual amount of $16,250.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor iolAg Z Z 7 - 3077 DATE OF BID: OCTOBER 13, 2020 REQUEST FOR: FIRE ALARM TESTING DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000185 PRESENT DATE: OCTOBER 14, 2020 APPROVAL DATE: OCTOBER 28, 2020 VENDOR ANNUAL INSPECTION TOTAL ARAPAHOE FIRE PROTECTION $13,183.64 11903 E 14TH AVE AURORA, CO 80010 INTEGRITY FIRE SAFETY SERVICES 2695 W 3RD AVE DENVER, CO 80219 TECH ELECTRONICS OF CO 1351 W 121ST AVE DENVER, CO 80234 $16,250.00 $23,557.00 COMMERCIAL ELECTRONICS $24,586.00 SYSTEMS 14 INVERNESS DR E, STE G-112 ENGLEWOOD, CO 80112 FIRE TEAM SECURITY, INC 2331 E ROAD GRAND JUNCTION, CO 81507 $26,982.00 CINTAS CORPORATION NO. 2 $77,070.00 6800 CINTAS BLVD CINCINNATI, OH 45262 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters(a�weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(c�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 HOURLY EMERGENCY RESPONSE $156/HR 2 HR MINIMUM OTHER FEES $195 TRIP CHARGE $5.41 ADDL' DEVICE CHARGE $189/HR HOLIDAYS & SUNDAYS $110/HR N/A $165/HR TIME & HALF $220/HR HOLIDAYS & SUNDAYS $500 PER CALL OUT* $120/HR, M -F, 7AM-5PM $180/HR, OT** $240/HR, DBLE TIME*** $157.50 $50.00 TRUCK FEE 2 HR MINIMUM $142.50/HR DOOR TO DOOR $232.50/HR $979.50 MINIMUM $383.00 MINIMUM STANDARD CALL $95.00/HR DOOR TO DOOR NON -EMERGENCY SERVICE RATE IF REQUESTED $33.00 STANDARD SERVICE CALL $9.00 PER ADD'L ALARM DEVICE NOT COUNTED W/ BID 2020-3077 PAGE 2 REQUEST FOR: FIRE ALARM TESTING DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000185 PRESENT DATE: OCTOBER 14, 2020 APPROVAL DATE: OCTOBER 28, 2020 INCOMPLETE BID MERIDIAN FIRE AND SECURITY 10200 E EASTER AVE CENTENNIAL, CO 80112 REJECTED BID - VENDOR DID NOT ATTEND MANDATORY PRE -BID MEETING JOHNSON CONTROLS FIRE PROTECTION LP 14200 E EXPOSITION AVE AURORA, CO 80112 *EMERGENCY RUNNER SERVICE INCLUDES 3 HOURS OF TRAVEL AND/OR TROUBLESHOOTING BEFORE BILLING AT THE AFOREMENTIONED RATES. **OVERTIME RATE (M -F, 5PM-10PM, S -S, 7AM-5PM) ***DOUBLE TIME RATE (M -F, 10PM-7AM, S -S, 5PM-7AM) ****TECH DOES NOT BILL A TRIP CHARGE, BUT WILL BILL PORTAL TO PORTAL FOR TRAVEL THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS.
Hello