Loading...
HomeMy WebLinkAbout20222441.tiffJanuary 9, 2023 Univabi4U2loUl FACILITIES DEPARTMENT PHONE: (970) 400-2023 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: Access Controls — Additional Doors Accessors Office & Centennial Center In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid 81700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. The Assessor's Office identified (3) additional doors to be accessed via the proximity access control system. An additional door at the Centennial Center was also identified to be accessed via the proximity access control system. To accomplish this task, Long Technologies has provided a quote in the amount of $13,117.00. Therefore, the Facilities Department is recommending approving this project. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director oiiioi3 �i�ehda aoaa_agg1 3C -,002`i AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & LONG BUILDING TECHNOLOGIES ADDITIONAL ACCESS CONTROL DOORS ASSESSOR'S OFFICE THIS AGREEMENT is made and entered into this . day of J oxima r''1 , 2023, 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 Long Building Technologies, whose address is 5001 South Zuni Street Littleton, CO 80120, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County; and WHEREAS, Contractor is single source provider and willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibit, which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically the Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibit consists of Contractor's Response to County's Request for services. 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 the Exhibit 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 the Exhibit within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until Contractor's completion of the responsibilities described in the Exhibit. 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 successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $13,117.00, which is the bid set forth in Exhibit. 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. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 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; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; 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. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. 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. 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. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Long Building Technologies Inc. Attn.: Richard Coleman Address: 5001 South Zuni Street Address: Littleton, CO 80120 E-mail: rcolernan@long.com Telephone: (303) 975-2100 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us 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 Exhibit, 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this Jr' 4A"' day of oon 1tipre^ , 2023. CONT CTOR: Long B 'ldin Technologies, Inc. By: Date 00 6-l1423 Name: ;(,rr►A.r, Title: (general M ar1Ol[.r WELD Ca,�at ATTEST* 4 Weld you t Clerk to the Deputy Cl I k t• the :`h BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ike Freeman, Chair JAN 16 2023 i202,1-a64i Date: 01/04/2023 Exhibit A To: Will Hopkins Company: Weld County Building and Grounds Regarding: Weld County Assessor Adds Overview: L C; N G" Long live your building! Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Weld County requested a proposal for adding (3) doors of access control to the existing system at the Asssessor. A new ICT panel is required in the IT room to accommodate these additions. Cabling will be pulled to each new door location and the doors will be outfitted with a card reader, door contact, request to exit motion senor and electric lock. Wire mold will be required to get into each frame and is included in the cost of this proposal. LONG Building Technologies will provide, install, test and commission the additions to the system. Assessors Office Adds — Doors 1-13, 1-14, 1-15: • LONG will Provide: o (1) ICT Power Supply — IT Room o (2) ICT 2 -Door Reader Module — IT Room o (1) ICT Enclosure — IT Room — the new panel will connect to the existing controller o (3) ICT Card Readers o (3) Door Contacts o (3) Request to Exit motion sensors o (3) HES5200 Electric Strikes o (2) Backup batteries o Access control cabling + supports o Wire mold at each door o Installation, testing and commissioning • Others will Provide: o Existing storeroom levers will be used for this project o Existing outlet will be used for our added panel. Our quote does not include an electrician J�`9`14G WA/ a I. 42 O zL cl 0 J Centennial Center Adds — IT Room 209: LC�NG" Long live your building! • LONG will Provide: o (1) ICT Card Reader o (1) Door Contact o (1) Request to Exit motion sensor o (1) HES5200 Electric Strikes o Access control cabling + supports o Installation, testing and commissioning • Others will Provide: o Existing storeroom lever will be used for this project o It is assumed that there is one slot open on the existing ICT panel module for this added door. It is also assumed that there is an open slot for lock power on the AL600. Pricing: Part Number PRX-TSEC-STD-DF-BT-B EC -STD- DF- BT- B PRT-PSU-DIN-4A PRT-RDM2-DIN EN -DIN -24 GRI180-12WG-W DS160 HES5200 UPG1280 4461030- 500LO N G Misc. LONG Door Labor LONG Panel Labor LONG Cable Pull - 4 CR LONG ICT Programming LONG Project Management Admin/Backoffice Electrician Excluded Tax Excluded Description ICT Bluetooth Card Readers ICT Power Supply ICT Two Door Reader Modules ICT 2X4 Enclosure GRI Door Contact Bosch REX Motion Sensor Electric Strike Backup Battery Combo Cable — 500' Miscellaneous Install items (J -hooks, Conduit, Wire Mold) Price $220.00 $435.00 $413.00 $262.00 $25.00 $92.00 $159.00 $35.00 $590.00 $102.00 $102.00 $102.00 $102.00 $114.00 Qty Ext. Price 4 1 2 1 4 4 4 2 3 $880.00 S435.00 $826.00 $262.00 $100.00 $368.00 $636.00 $70.00 $1,770.00 $250.00 Freight $198.00 Subtotal S5.795.00 32 8 8 4 12 Total $3,264.00 $816.00 $816.00 $408.00 $1,368.00 $650.00 S13,117.00 O z L eo 0 Clarifications: LCJENG" Long live your building! • This proposal is valid for 15 days • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 3-6 weeks • Submittals for all equipment will be provided by LONG • It is assumed that any existing hardware being reused on this project is in working condition. If it is not, a change order may be required. • A lift is NOT included in this proposal. If a lift is needed, a change order will be required • LONG project management will coordinate prior to arriving on -site. • Existing storeroom levers will be reused on this project, it is assumed they are in working condition. • Programming, testing and commissioning will be provided by LONG • It is assumed that none of the doors in the scope of work have ADA operators c rar" F O zL O Address Building Name / Departments Controller 1400 N. 17th Avenue Treasurer/Assessor/Elections 1400 NOTES: Doors 1-3 and 1-7 has override buttons 1-6 4 X108 Xio4 x10, X•05 1-5 f 1-10 1-4 138 1-1 137 36 133 x„7 0 0 1-3 irr t! 1-12 1:1 Add Doors 1-13 1-14 1-15 Conference Rooms - Room 1, wall is no longer there Separating the room. - Room 2 - Room 3 1 ACORL® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 8/1/2023 1/6/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies NAMEACT 8110 E. Union Avenue Suite 700 Denver CO 80237 PHONE FAX Ext). (A/C, No): EaMAILo ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # (303) 414-6000 INSURER A : The Charter Oak Fire Insurance Company 25615 INSURED LONG Building Technologies, Inc. INSURER e : The Travelers Indemnity Company 25658 1409468 5001 South Zuni Street INSURER C : Travelers Property Casualty Company of America 25674 Littleton, CO 80120 INSURER D : Farmington Casualty Company 41483 1050.230009 - Weld County Assessor Adds INSURER E : Indian Harbor Insurance Company 36940 INSURER F : COVERAGES CERTIFICATE NUMBER: 19238884 REVISION NUMBER: XXXXXXX 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. TN LTR TYPE OF INSURANCE �ADDLISUBR ' INSD WVD POLICY NUMBER POLICY EFF ANIS/YYYY) POLICY EXP (MMIDDYPAg LIMITS A I X COMMERCIAL GENERAL LIABILITY N N DT-CO-9P665324-COF-22 CLAIMS -MADE j OCCUR X WA,WY-Step Gap Intl 8/1/2022 8/1/2023 EACH OCCURRENCE $ 1,000,000 PREM SESO(i oourrence) $ 300,000 MED EXP (Any one person) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEM_ AGGREGATE LIMIT APPLIES PER: POLICY MT ❑X LOC OTHER: II PRODUCTS - COMP/OP AGG $ 2,000,000 $ $ AUTOMOBILE LIABILITY X ANY AUTO AUTOS ONLY X HIRED _ AUTOS ONLY N N 810 -4S021574 -22-26-G AUTOS x NON -OWNED AUTOS ONLY 8/1/2022 8/1/2023 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ XXXXXXX BODILY BODILY INJURY (Per accident) $ XXXXXXX PROPERTY DAMAGE (Per accident) $ XXXXXXX $ XXXXXXX C X UMBRELLA LIAB EXCESS LIAB X OCCUR I N N CUP -31934357-22-26 CLAIMS -MADE 8/1/2022 8/1/2023 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ XXXXXXX ore I I RETENTIONS 10,000 WORKERS COMPENSATIONID AND EMPLOYERS' LIABILITY Y/ N N UB-9P669324-22-26-G ANY PROPRIETOR/PARTNER/EXECUTIVE N / A OFFICER/MEMBER EXCLUDED? (Mandatory in NH), DESCRIPTION 'OPERATIONS below 8/1/2022 8/1/2023 X STATUTE EORH E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 E Professional/Pollution N N PEC0059558 8/1/2022 8/1/2023 $1,000,000 Per Claim/$2,000,000Agg DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION See Attachments 19238884 Weld County Govemment Accounts Payable PO Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-20x'5 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information New Entity? Entity Name* Entity ID* LONG BUILDING TECHNOLOGIES, INC 'O'00018151 Contract Name* ASSESSOR'S ACCESS CONTROL DOORS Contract Status CTB REVIEW Contract ID 6607 Contract Lead* SGEESAMAN ESAMAN Contract Lead Email sgeesarnanco.weld.co.us Contract Description* ADDITIONAL ACCESS CONTROL DOORS FOR ASSESSORS OFFICE AND CENTENNIAL CENTER Contract Description 2 Contract Type* CONTRACT Amount* 313,117.00 Renewable* NO Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 01 r' 1 2 r 2023 01,16:2023 Department Email CM- BuildingGroundsi2weldgov.c om Department Head Email CM-BuildingGrounds- DeptHead,Dweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEYOWELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Bates Effective Date Review Date* 06;05:2023 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date* 06?05.2023 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head TOBY TAYLOR DH Approved Date 01 09 2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 01;16;`2023 Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel KARIN M1CDOUJGAL Finance Approved Date Legal Counsel Approved Date 01.1012023 01(10:2023 Tyler Ref It AG011623- C,on-IKtcf C9ZOco August 15, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2023 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: Access Controls — Chase Building Phase 1 Attorney Suite In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid B1700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. During the design and remodel process, doors were identified to be accessed via the proximity access control system. To accomplish this task, Long Technologies has provided a quote in the amount of $10,896.00. Therefore, the Facilities Department is recommending approving this project. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Consent- p9enca, OS/22/Z-Z Cit-ek.e-( ,Vaa/aA 2o22-ztk-I1 PC-I002y AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & LONG BUILDING TECHNOLOGIES 822 7th STREET -ATTORNEY SUITE ACCESS CONTROL SYSTEM THIS AGREEMENT is made and entered into this G c d d of gte9K $ , 2021, 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 Long Building Technologies, whose address is 5001 South Zuni Street Littleton, CO 80120, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County; and WHEREAS, Contractor is single source provider and willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibit, which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically the Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibit consists of Contractor's Response to County's Request for services. 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 the Exhibit 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 the Exhibit within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until Contractor's completion of the responsibilities described in the Exhibit. 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 successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $10,896.00, which is the bid set forth in Exhibit. 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 worlcmanlike manner, consistent with industry standards, and thnt all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 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; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; 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. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. 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. 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. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Long Building Technologies Inc. Attn.: Richard Coleman Address: 5001 South Zuni Street Address: Littleton, CO 80120 E-mail: rcoleman@long.com Telephone: (303) 975-2100 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor(cr�,co.weld.co.us 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 Exhibit, 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. r,d IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 'ad.' day of I�vt�N S , 2021. CONTRACTOR: Long Building Technologies, Inc. By:\.i Name: 1 Title: 0, Date WELD CO ATTEST: Weld nt Clerk to the r.oard BY: BOARD OF COUNTY COMMISSIONERS W - D COUNTY, COLORADO Deputy C j rk to the B,' ?' �" ,;rj cott K. James, Chair AUG 2 2 2022 020-��f-`�-( Date: 08/03/2022 \spiG TEc� \ 0 0 Q2 0 p955-2O\S Exhibit A To: Will Hopkins Company: Weld County Building and Grounds Regarding: Weld County Chase Building Adds Overview: LC• NC Long live your building! Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Weld County requested a proposal adding (3) doors of access control to the Chase Building. A new ICT panel and a new Altronix AL600 will be required to accommodate these additiaons. Weld County will provide (1) network drop for the added controller location. Each access control door will be outfitted with a card reader, door contact, request to exit motion senor and electric lock. LONG Building Technologies will provide, install, test and commission the access control system additions. Scope of Work: • LONG will Provide: o (1) ICT 2 -Door DIN Rail System Controller o (1) ICT Power Supply o (1) ICT 2 -Door Reader Module o (1) ICT ZX16 input expander module o (1) ICT Enclosure o (3) ICT Card Readers o (1) Altronix AL6000LACM o (3) Door Contacts o (3) Request to Exit motion sensors o (4) Backup batteries o Access control cabling + supports o Installation, testing and commissioning • Others will Provide: o Electric locking hardware and storeroom levers for (3) doors will be provided and installed by the general contractor. LONG will interface with the access control system, test, and commission. o Electrician to provide 12OVAC to new Altronix power supply o Drawings with door locations prior to LONG arriving on -site o (1) Network drop for the added controller Lc1NG" Long live your building! Pricing: 4 Nt a�'/ O 2 l0 O S Part Number PRX-TSEC-STD-DF-BT-B EC -STD- DF- BT- B PRT-CTRL-DIN PRT-PSU-DIN-4A PRT-RDM2-DIN EN -DIN -24 AL6000LACM GRI180-12WG-W D5160 UPG1280 4461030-500LO N G Misc. LONG Door Labor LONG Panel Labor LONG Cable Pull - 3 CR LONG ICT Programming LONG Project Management Admin/Backoffice Electrician Excluded Tax Excluded Description ICT Bluetooth Card Readers ICT System Controller - 2 Doors ICT Power Supply ICT Two Door Reader Modules ICT 2X4 Enclosure Altronix Lock Power Supply GRI Door Contact Bosch REX Motion Sensor Backup Battery Combo Cable — 500' Miscellaneous Install items (J -hooks, Conduit) Price Qty $220.00 S840.00 $435.00 $413.00 $262.00 $370.00 $25.00 $92.00 S35.00 $590.00 $102.00 $102.00 $102.00 $102.00 $114.00 Ext. Price 3 $660.00 1 $840.00 1 $435.00 1 $413.00 1 $262.00 1 $370.00 3 $75.00 3 $276.00 4 $140.00 2 $1,180.00 $400.00 Freight Subtotal $5.166.00 $115.00 24 6 6 4 8 $2,448.00 $612.00 $612.00 $408.00 $912.00 $738.00 Total $10.896.00 Clarifications: • This proposal is valid for 15 days • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 4-8 weeks • Submittals for all equipment will be provided by LONG • It is assumed that any existing hardware being reused on this project is in working condition. If it is not, a change order may be required. • A lift is NOT included in this proposal. If a lift is needed, a change order will be required • LONG project management will coordinate prior to arriving on -site. • Conduit will be provided by the GC/EC • Electronic locking hardware and mechanical door hardware will be provided by the GC • Programming, testing and commissioning will be provided by LONG • It is assumed that none of the doors in the scope of work have ADA operators 965 - 20\ ACS DR CERTIFICATE OF LIABILITY INSURANCE 81) ,2023 DATE (MM/DD/YYYY) 7/26/2022 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 en ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies aAONMTEncn 8110 E. Union Avenue PHONE FAX (AlC.No.Exu: tAl No; Suite 700 AOORESs Denver CO 80237 (303) 414-6000 INSURER(S) AFFORDING COVERAGE — NAIL IY INSURER A : The Charter Oak Fire Insurance Company 25615 INsuRED LONG Building Technologies, Inc. INSURER B : The Travelers Indemnity Company 25658 1409468 5001 South Zuni Street INSURER C: Travelers Property Casualty Co of America 25674 Littleton, CO 80120 ,unarm o :Farmington Casualty Company 41483 1050.210568 - Weld County ACS Adds INSURER E : Indian Harbor Insurance Company 36940 INSURER F :. COVERAGES CERTIFICATE NUMBER: 17968796 REVISION NUMBER: XXXXXXX 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 AWL SUBR MD WVD POUCY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDD/ AI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X WA,WY-Stop Gap Incl N N DT -CO -9P6693_4-000-22 0 02022 5/1/2023 EACH OCCURRENCE $ 1,000,000 DAMAGE Ti) RENTED PREMtSEs tEA 0(xxtryenOg} $ 300,000 MED EXP (Anyone person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: ___._ POLICY El PE � a LOC OTHER: PRODUCTS - oonerP AGG 1 2,000,000 13 AUTOMOBILE LIABILITY X ANY AUTO 'fv` OWNED SCHEDULED AUTOS ONLY A70S X HIRED X NON -OWNED ..,..._ � AUTOS ONLY I___„_ AUTOS ONLY Nr N 810 -4S02 1 5 74 -2 2-2 0-G Sr 1!2022 8/ 112023 GOMBINEO SINGLE OMIT (Ea gccktanr} $ 1.,,000,000 $ XXXXXXX BODILY INJURY (Per person) BODILY INJURY (Per accident) $ XXXXXXX PROPERTYDAMAGE (Per arrtilent} $ XXXXXXX I XXXXXXX C X UMBRELLA L.A. ;^X -} OCCUR EXCESS LIAR ''.'. CLAIMS -MADE N N CUP -30934357-22-26 0! 1/202 2 Sr 1/2023 _ EACH OCCURRENCE $ 10,,000,000 AGGREGATE $ 10,000,000 . Doe 1 RETENTIONS 10,000 $ XXXXXXX D WORKERS COMPENSATION AND EMPLOYERS'11ABILITY Y f N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? j�f (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N N / A UB-9P6693?4-22-26-G S, 1-'2i1Z2 8/1/2023 X 1 STATIJTE I 1 ERH E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 E Professional/Pollution N N PEC0059558 8i 1!2.22 8/1/2023 IS i .000,000 Per Clat,S2,000,000 Agg DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space Is required) CERTIFICATE HOLDER CANCELLATION See Attachments 17968796 Weld County Government PO Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED © 1988-20,3 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name • LONG BUILDING TECHNOLOGIES, INC Contract Name* Entity ID. g'00018151 ❑ New Entity? Contract ID ACCESS CONTROL -822 7TH STREET ATTORNEY SUITE 6206 Contract Status CTB REVIEW Contract Description* ACCESS CONTROL Contract Description 2 Contract Type. CONTRACT Amount* S10,896.00 Renewable* NO Automatic Renewal Grant IGA Contract Lead* SGEESAMAN Contract Lead Email sgeesamanAQco.weld.co.us Parent Contract ID Rec YES d Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 08x1 3,'2022 08 r 1 7;' 2022 Department Email Chi - BuiidingGrounds� eldgov.c ©rn Does Contract require Purchasing Dept. to be included? Department Head Email NO CM-BulldingGrnunds- DeptHead ,Neldgo,com Will a work session with I3OCC be required?* NO County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY,,WELDG OV,COM If this is a renewal enter eous Contract ID if this is part of a NSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are OnBase Contract Dates Effective Date Review Date * Renewal Date 12'30 2022 Termination Notice Period Committed Delivery Date Expiration Date • 12 30 2©22 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head TOBY TAYLOR DH Approved Date ©8,15:2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08,'22,2022 Originator SCEESAMAN EESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 08. 15'2©22 08; 1 7'2022 Tyler Ref AG 082222 ConkvabID*lolgl2 August 15, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2023 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: Access Controls & Intrusion Alarms — Weld County Shooting Range In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid 81700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. During the design process, an intrusion alarm was specified, and doors were identified to be accessed via the proximity access control system. To accomplish this task, Long Technologies has provided a quote in the amount of $12,155.00. Therefore, the Facilities Department is recommending approving this project. If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director ComorH- Porda, og122/ZZ Va'fr2A 2022-2441 56 002 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & LONG BUILDING TECHNOLOGIES SHOOTING RANGE ACCESS CONTROL & INTRUSION SYSTEM yd THIS AGREEMENT is made and entered into this 72i'ay of 4i,t9t.g'' , 202$ 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 Long Building Technologies, whose address is 5001 South Zuni Street Littleton, CO 80120, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County; and WHEREAS, Contractor is single source provider and willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibit, which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically the Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibit consists of Contractor's Response to County's Request for services. 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 the Exhibit 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 the Exhibit within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until Contractor's completion of the responsibilities a -x441 described in the Exhibit. 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 successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $12,155.00, which is the bid set forth in Exhibit. 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. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 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; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; 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 forproperty 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. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. 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. 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 livability, 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. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Long Building Technologies Inc. Attn.: Richard Coleman Address: 5001 South Zuni Street Address: Littleton, CO 80120 E-mail: rcoleman(cllong.corn Telephone: (303) 975-2100 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylorico.weld.co.us 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)(e). 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 Exhibit, 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. nd IN WITNESS WHEREOF, the parties hereto have signed this Agreement this ap day of Atn.9tn,s , 2021 CONT CTOR: Long uildirig Technologies, Inc. By: Name: Title: Date WELD COUP: ATTEST: 0;&k. Weld o ntv ere :oard Deputy g erk t. the BOARD OF COUNTY COMMISSIONERS ELD COUNTY, COLORADO tt K. James, Chair 'AUG 2 2 2022 Exhibit A To: Will Hopkins Company: Weld County Building and Grounds Regarding: Weld County Shooting Range Access Control/Intrusion Overview: Lfr NC TM Long live your building! Date: 08-02-2022 Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Weld County requested a proposal for access control and intrusion system at the new shooting range. Attached are drawings detailing the scope of work. Each access control door will be outfitted with a card reader, door contact, request to exit motion senor and electric lock. LONG Building Technologies will provide, install, test and commission the access control and motion detection system and install existing cameras. Scope of Work: • LONG will Provide: o (1) ICT 2 -Door DIN Rail System Controller o (1) ICT Power Supply o (1) ICT 2 -Door Reader Module o (1) ICT Enclosure o (1) ICT Card Readers o (2) ICT Keypad Card Readers o (1) HES Electric Strike o (1) Altronix AL6000LACM o (3) Door Contacts o (3) Request to Exit motion sensors o (4) Backup batteries o (1) ICT Intrusion Keypad o (12) Bosch Motion Sensors o Installation of (8) owner provided cameras — Install only o Access control cabling + supports o Installation, testing, programming, and commissioning LCNGry Long live your building! • Others will Provide: o Electric locking hardware for (2) doors, crash bars and storeroom levers will be provided and installed by the general contractor. LONG will interface with the access control systerr, test, and commission. o Electrician to provide 12OVAC to new Altronix power supply Pricing: Access Control Only Part Number PRX-TSEC-STD-DF-BT-B PRX-TSEC-STD-DF-KP-BT-B PRT-CTRL-DIN PRT-PSU-DIN-4A PRT-RDM2-DIN EN -DIN -24 HES5200 A L6000 LAC M GRI180-12WG-W DS160 UPG1280 4461030- 500 L0 N G Misc. LONG Door Labor LONG Panel Labor LONG Cable Pull - 3 CR LONG ICT Programming LONG Project Management Admin/Backoffice Electrician Excluded Tax Excluded Description ICT Bluetooth Card Readers Bluetooth Keypad Card Reader- Mullion ICT System Controller - 2 Doors ICT Power Supply ICT Two Door Reader Modules ICT 2X4 Enclosure HES Electric Strike Altronix Lock Power Supply GRI Door Contact Bosch REX Motion Sensor Backup Battery Combo Cable — 5001 Miscellaneous Install items (J -hooks, Conduit) Price Qty Ext. Price $220.00 1 $345.00 2 $840.00 1 $435.00 1 $413.00 1 $262.00 1 $159.00 1 $370.00 1 $25.00 3 $92.00 3 $35.00 4 $590.00 1 $102.00 $102.00 $102.00 $102.00 $114.00 $220.00 $690.00 $840.00 $435.00 $413.00 $262.00 $159.00 $370.00 $75.00 $276.00 $140.00 $590.00 $500.00 Freight S135.00 Subtotal $5,105.00 24 6 6 8 16 Total $2,448.00 $612.00 $612.00 $816.00 $1,824.00 $738.00 $12,155.00 \sp4G TEci, fibno a L � 0 Clarifications: Lc.NGu Long live your building! • This proposal is valid for 15 days • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 4-6 weeks • Intrusion monitoring will be part of a separate contract • Axis cameras will be provided by Weld County • Submittals for all equipment will be provided by LONG • It is assumed that any existing hardware being reused on this project is in working condition. If it is not, a change order may be required. • A lift is NOT included in this proposal. If a lift is needed, a change order will be required • LONG project management will coordinate prior to arriving on -site. • Conduit will be provided by the GC/EC • Electronic locking hardware and mechanical door hardware will be provided by the GC • Programming, testing and commissioning will be provided by LONG • It is assumed that none of the doors in the scope of work have ADA operators 0 z 0 0 Address Building Name / Departments 58336 WCR 23, Carr Shooting Range 01 4 _ Zones 1 —Main / Common 4 �-r I I WATER ENTi 1P• 1 L 14 � Y Cameras (8) s/ Motion Sensors (12) V Alarm Keypads (1) K Card Readers (3) n n ACC. CERTIFICATE OF LIABILITY INSURANCE 8/ 1,2023 DATE IMM/DDNYYYI 7126/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies UTAMUE CT 8110 E, Union Avenue PHONE FAX .. tR/C... _ Salle 700 Denver 80237 �,„___,.-.-._._.-�.._____, E-MAIL Wig.__ CO (303) 414-6000 - INSURER(S) AFFORDING COVERAGE , NAIL II INSURER A : The Charter Oak Fire Insurance Company 25615 INSURED LONG Building Technologies, Inc. INSURER B: The Travelers Indemnity Company 25658 1409468 5001 South Zuni Street INSURER c : Travelers Property Casualty Co of America 25674 Littleton, CO 80120 INSURER D : Farmington Casualty Company 41483 1050.210568 - Weld County ACS Adds INSURER E ; Indian Harbor Insurance Company 36940 INSURER F COVERAGES CERTIFICATE NUMBER: 17968796 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 NS NND POLICY NUMBER POLICY EFF tMMtDD/YYYYI POLICY EXP Ialli /YYYY1 LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR X WA,WY Slop Gap Intl N N 0T-CO-9P069324-COF-22 81E/2022 8.112023 EACH OCCURRENCE $ 1,000,000 DAMAGE TO KENT. PREMPSinS (Ea cxxv.tran. $ 300,000 MED EXP (Anyone person) 0 15.000 PERSONAL & ADV INJURY $ 1,000,000 GEM. AGGRErG-A��T�E LIMIT APPLIES PER: t -J - POLICY PE 0 a LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 B AUTOMOBILE LIABILITY X ANY AUTO „1 OWNED !. SCHEDULED �,- AUTOS ONLY i AUTOS X AUTOS ONLY !_-.X VOS ONLDY N N 810-4.21574-22-26-G 8/1/2022 8/1/2023 �� INC'LE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX R OP ntDAon $ XXXXXXX $ XXXXXXX C X UMBRELLA LIAB . X l OCCUR EXCESS LIAB CLAIMS -MADE N N CUP -30934387-22-26 8,1:2022 Si 1,2023 EACH OCCURRENCE AGGREGATE $ 10,000,000 $ 10,000,000 DED ' RETENTIONS 10,000 $ XXXXXXX D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YEN ANY PROPRIETOR/PAR7NER/EXECUTIVE OFFICER/MEMBER EXCLUDED? � (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N N f A OB-90680124-22-20-G 8/1/2022 8/1,202.3 PER I OTH X J STATUTE _ ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT 1 500,000 E Professional/Pollution N N PEC0059558 8/ 1.202? 8%112023 31.000, 00 Per Clain,2,000,000 Agg DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) CERTIFICATE HOLDER ANCELLATION See Attachments 17968796 Weld County Government PO Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED R © 1988-20,6 ACORD CORPURATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACO CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYY, 5:12023 7/26/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies NCH CT 8110 E. Union Avenue PHONE FAX iAlc. No. Ext): � jAtG, Naa: Suite 700 Denver CO 80237 E-MAIL N2.11(31O_,_ NAIC!! ---_-- INSURER4S) AFFORDING COVERAGE (303) 414-6000 INSURER A : The Charter Oak Fire Insurance Company 25615 INSURED LONG Building Technologies, Inc. tmoRER B : The Travelers Indemnity Company 25658 1409468 5001 South Zuni Street INSURER c ; Travelers Property Casualty Co of America 25674 Littleton, CO 80120 INSURER o :Farmington Casualty Company 41483 1050.210568 - Weld County ACS Adds INSURER E ; Indian Harbor Insurance Company 36940 INSURER F : COVERAGES CERTIFICATE NUMBER: 17968796 REVISION NUMBER: XXXXXXX 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. 16 TYPE OF INSURANCE !NW NAM POLICY NUMBER POLICY EFF ( POLICY YY, POLICY EXP ( POLICY YYW! LIMITS A COMMERCIAL OENERAL LIABILITY CLAIMS -MADE a OCCUR X WA,WY-Stop Gap Inct N N ? DT-CO-916693_4-COF-22 &!1:"202 - '2r 811/_7'3 EACH OCCURRENCE $ 1,000,000 PRF.MlSES {Faocw+ranco $ 300,000 MED EXP (Anyone person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICYEll ,, a LOC OTHER; GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMPIOP AGG $ 2,000,000 B AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED ,_._-_ AUTOS ONLY AUTOS x HIRED X NON -OWNED .,..._„. AUTOS ONLYwAUTOS ONLY N N W0 -4502 1 574-22-2 6-G 8:1/2022 8;(,'2023 ( acBcdEenOt) NGLELIMIT $ 1,000,000 BODILY INJURY (Per person) I XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX PROPERTYIiAMAGE eccr<tent. $ XXXXXXX ,tPer $ XXXXXXX C X UMBRELLALWB X noon EXCESS LIAR CLAIMS -MADE N N - CUP -37934357-22-26 8/1;2022 0'1/2023 EACH OCCURRENCE AGGREGATE $ 10,000,000 ____ , $ 10,000,000 DED RETENTIONS 10,000 $ XXXXXXX D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N N / A UB-9P6693?�t-22-26-Ci $: t.'?(}22 0/1/2023 I PER I ( ER' X $TATiJTE J F_R E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E,L. DISEASE - POLICY LIMIT $ 500,000 E Pro fessional/P°Hut., N N PEC0059558 8/1/2022 .L2023 81.000.000 Per Claim/62,000,000 Agg DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) CERTIFICATE HOLDER CANCELLATION See Attachtuents 17968796 Weld County Government PO Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED ACORD 25 (2016/03) © 1988-20,3 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name" Entity ID" LONG BUILDING TECHNOLOGIES, INC t°000181 51 ❑ New Entity, Contract Name" Contract ID SHOOTING RANGE ACCESS CONTROL & INTRUSION SYSTEM 5186 Contract Status CTB REVIEW Contract Description* PROVIDE & INSTALL ACCESS CONTROL & INTRUSION SYSTEM Contract Description 2 Contract Type CONTRACT Amount" 112,155.00 Renewable NO Automatic Renewal Grant ICA Contract Lead" SGEESAMAN Contract Lead Email sgeesamanOico.weid.co.us Parent Contract ID Requires Board Approval YES Department Project Department Requested C nda Due Date EUILDINGS AND GROUNDS Dater 08111 2022 08;'15 2022 Department Email CM- BuildingGrounds`zweldgov.c om Department Head Email CM-BuiidingGraunds- DeptHead weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY UWELDG OV.COM Will a work session with B0CC be required?* NO Does Contract require Purchasing Dept. to be included? NO If this is a renewal enter previous Contract ID If this is part of a NSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in Onease Contract Dates Effective Date Review Date. Renewal Date 12 30; 2022 Termination Notice Period Committed Delivery Date Expiration Date a 12 30 2022 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head TORY TAYLOR DH Approved Date 08;15:2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08 22 2022 Originator SCEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 0B. 16 2022 08:1 2022 Tyler Ref # AC 082222 Hello