Loading...
HomeMy WebLinkAbout20231978.tiffCon ova c+ (D* -1211 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & WALCOM INTEGRATION SECURITY CAMERA INSTALLATION PROJECT THIS AGREEMENT is made and entered into this V -'day of 2023, by and between the Board of Weld County Commissioners_ on behalf of the Fact hies Department, hereinafter referred to as "County.- and Walcom Integration, hereinafter referred to as "Contractor WHEREAS, County desires to retain Contractor to perform constntetton services as required by County and set forth in the attached Exhibits. and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and. time to perform the required construction services to provide the services according to the terms of this Agreement: and WHEREAS_ Contractor is authorized to do business in the State of Colorado and has the time, skill. expertise, and experience necessary to provide the equipment. materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein. the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document assd in the Exhibits. each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits. define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document. the terms of this Agreement shall control. and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid tRFB) as set forth in Bid Package No. B23001.35. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials. equipment and/or products necessary for the Work and agrees to diligently provide all services, labor_ personnel and materials necessary to perform and complete the Work described in the attached Exhibits_ Contractor shall faithfully perform the Work in accordance with the standards of professional care_ skill_ training. diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply woh the standards and requirements of Work within the time limits prescribed by County may result in County .s decision to withhold payment or to terminate thus Agreement. CmSen+ egend& $/►4/23 eo. (b) F/fq-/3 Bel 0 On 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractors completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion. the Countn, by the Director of the Facilities Department or his or her designee. may extend the time for the Contractor to complete the service or work, by not more than thirty (3t)) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Core. County may terminate this Agreement for its own convenience upon thirty (30) days w ritten notice to Contractor. Either Parts may immediately terminate this Agreement upon material breach of the other party. however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using. by whatever method it deems expedient; and. Contractor shall deliver to County all drawings, drafts. or other documents it has completed or partially completed tinder this Agreement, together with all other items. materials and documents which have been paid for bn C'ounty, and these items. materials and documents shall be the property of County. Copies of work product that is incomplete al the tune of termination shall he marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County. Contractor shall be compensated for. and such compensation shall he limited to. t I ) the sum of the amounts contained in invoices tthich it has submitted and which have been approved by the County: (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice. but which had not yet been approved for payment._ and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement fin County. Contractor shall have no claim of any Lind 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 Count for such additional services. Accordingly. no claim that the County has been unjustly enriched by any additional services. whether or not there is in fact any such unjust enrichment. shalt be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement. Contractors rights with respect to such additional services shall be deemed waived and such. failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character. or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must he made in writing prior to performance of any Work covered. in the anticipated Change Order. Any change in stork made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/C'ontract Amount. Upon Contractor's successful completion of the Work, and Counts 's acceptance of the same. County agrees to pay an amount not to exceed $38,285.00. as set forth in Exhibits. No payment in excess of that set forth in the Exhibits trill he made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If at any, time during the term or after termination or expiration of this Agreement.County reasonably determines that any payment made by Count\ to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon tyritten notice of such detenninahon and request for reimbursement front County. Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County- will not withhold any taxes front monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits. Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall hate 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 Gotemment Budget Law (C. R.S. 2 -t- I - l01 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 trill not become employees of County. nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) front County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknotsledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall hate the right in its reasonable discretion to appror e all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection_ in its reasonable discretion. shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terns of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor. by this Agreement. assumes toward County. County shall have the right (but not the obligation) to enforce the pro, isions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable). the property of County. In addition. all reports, data_ plans, drawings, records and computer tiles generated by Contractor in relation to this Agreement and all reports. test results and all other tangible materials obtained and/or produced in connection Svith the performance of this Agreement. whether or not such materials are in completed form. shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information. clearly denoting in red on the relevant document at the top the in ord. 'CONFIDENTIAL- Hotterer. Contractor is adt ised that as a public entity . Weld County must comply with the provisions of the Colorado Open Records Act (C'ORA). C.R.S. 24-72-21)1. 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 ant such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees. agents, and consultants. of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be perforated in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent stub industry standards. and that all services trill conform to applicable specifications. In addition to the foregoing warranties. Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warrants shall commence on the date of County's final inspection and acceptance of the Project. and shall continue for one year. or such greater time as specified inn the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work. Contractor shall submit to County originals of all test results. reports. etc.. generated during completion of this Stork. Acceptance by County of reports_ incidental material(s). and structures furnished under this Agreement shall not in ant way- relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no et eat shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. and Corutn 's action or inaction when any such breach or default shall exist shall not impair or prejudice ant right or remedy available to County. \vial respect to such breach or default. No assent. expressed or implied. to any breach of any one or more cotenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiter of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure. before the commencement of the Work, the following insurance covering all operations. goods. and services provided pursuant to this Agreement. and shall keep the required insurance coverage in force at all times during the term of the Agreement_ or any extension thereof: and during any warranty period For all coverages. Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance. Workers. I (rnt/;'crt.s ottot I:niplrit=cet°'/tosr'artce as required by state statute. covering all the Contractor's empiovees acting within the course and scope of their employment. The policy shall contain a wair er 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 Genera/ Lirrbi/rtty' insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: I.ttOtt,000 each occurrence: $2.000.000 general aggregate: $2,000,U0t) products and completed operations aggregate: $1.000.000 Personal Advertising injury: $50,000 any one fire; and $5.ttttt) Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of t,ttttt,ttOtt for bodily injure per person: $ LUO0.Crtiti 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 r chides used in the performance of this Contract. Umbrella of Lxc ss Lot/tilitu insurance.' Contractor shall maintain limits of 5;1.000.00o and shall become primary in the event the primary liability policy litnits are impaired or exhausted. The police shall be written on an Occurrence form and shall he following form of the primary. Pollution [iariilitt°. Weld Count\ requires this cot erage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the C'ontractor's completed operations. Cox erage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke. vapors. fumes, acids, alkalis, toxic chemicals. liquids. or gases, natural gas, waste materials, or other irritants, contaminants_ or pollutants (including asbestos). If the coverage is written on a claims -made basis. the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage it ill be maintained or an extended discovery period will he exercised for a period of three 13) years beginning from the time that work under this contract is completed Minimum i.,imits Per Loss LUCiu.0ou Aggregate S I.Uiii).UOu For all general liability, e.xcessumbrella liability, and professional liability policies. if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services acre provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance. a policy. or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County . Colorado. its elected officials. and its employees as an additional named insured. Subcontractor insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement hat e or will have the above described insurance poor to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor. its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or pnrdent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance or sufficient amounts, duration. or types. The Contractor shall maintain, at its ow -n expense. any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e< Certification of Compliance with insurance Requirements. The Contractor stipulates that it has met the insurance requirements derailed herein, The Contractor shall be responsible for the professional qualitytechnical accuracy. and quantity of all services provided, the timely deliver of said services. and the coordination of all services rendered by the Contractor and shall, without additional compensation. promptly remedy and correct any errors. omissions, or other deficiencies 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County. its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims. or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act. claim or amount arising or recovered under workers' compensation last or arising out of the failure of the Contractor to conform to any statutes. ordinances, regulation. judicial decision, or other lath 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 perfornance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs tthere this contract of indemnity applies. In consideration of the atnard of this contract, the Contractor agrees to waive all rights of subrogation against the (Totally its associated and'or affiliated entities. successors. or assigns, its elected officials.. trustees, employees_ agents, and volunteers for losses arising from the work performed hr the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terninate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior mitten approval of County. .kns attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that am duly authorized representatita 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 ardor transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 1.7. interruptions. Neither party to this Agreement shall he liable to the other for delays in delivery or failure to deliver or otherwise to perform am- 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_ tsar_ flood_ earthquakes or Goternmentat actions. 18. Notices. County may designate. prior to commencement of work. its project representative I -County Representative") who shall make. within the scope of his or her authority. all necessary and proper decisions with reference to the project. All requests for contract interpretations_ change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one part to the other concerning the terns and conditions of this contract shall be deemed delivered under the following circumstances: a) personal sertrce by a reputable courier service requiring signature for receipt_ or b) fine (>) dart s follow Intl delis em's to the united States Postal Sort ice. postage prepaid addressed to a party at the address set forth in this contract: or c) electronic transmission via email at the address set forth below. where a receipt or acknowledgment is required by the sending party_ or Either party may change its nonce addresses) by written notice to the other. Notice shall be sent to: Contractor: Name: Position: Address; Address: E-mail: is es. green 0 O alcc>msote ratio.t.cont Phone: 720-912-6171x2101 Wes Green Global Head of Sales 2821 S. Parker Road. Suite 535 Aurora, CO 80014 County: Name: Toby Taylor Position: Facilities Director Address: 1.105 H Street Address: Greeley. CO 806 32 E-mail. tat lot a .coos Phone: 970-4i0-202 t 19. Compliance with Law. Contractor shall strictly comph with all applicable federal and State lairs, rules and regulations in effect or hereafter established. including without limitation_ laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services or the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations. representations. and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only br a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted. and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of Comity to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations_ confidentiality. and record keeping) shall survive any such expiration or termination. 25. Severability. If any terns or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction_. this Agreement shall he construed and enforced without such provision, to the extent that this Agreement is then capable of execution - within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express tsr implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-l0-i0I et. seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall he an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall. not be valid until it has beets approved by the Board of County Commissioners of Weld County. Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation. execution, and enforcement of this Agreement_ Any provision included or incorporated herein by reference which conflicts \kith said tarns, 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 exclusite jurisdiction to resolve said dispute. 30. Public Contracts for Services C.R.S. §8-17,5-101. Contractor certifies. warrants, and agrees that it does not knowingly employ or contract a ith an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work wider this Agreement. through participation in the E -Verify program of 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 as illegal alien to perform stork 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 art illegal alien to perform work sunder this Agreement. Contractor shall not use E-Venft Program or State of Colorado program procedures to undertake pre -employment screening or lob applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall motifs 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 drys the subcontractor provides information to establish that the subcontractor has not knots in.t li employed or contracted tt ith an illegal alien. Contractor shall comply with reasonable requests made in the course of an inkestigation_ undertaken pursuant to C.R.S. 48-t7.3-102(6). by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall. ttithin twenty days after hiring a new employee to perform work under the contract. aftinn that Contractor has examined the legal work status of such employee. retained file copies of the documents. and not altered or falsified the identification documents for such employees. Contractor shall deliver to County. a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-I 01 et seq.. County, may terminate this Agreement for breach, and if so terminated. Contractor shall be liable ic.r actual and Except where exempted by federal late and except as provided in C.R.S. § 24-76.5-1x)3(3). it Contractor receives federal or state funds under the contract. Contractor must confirm that any individual natural person eighteen (Ibisears of age or older is lawfully present in the United States pursuant to C.R.S. a 24-76.5-103(4). if such hid, idual applies for public benefits provided tinder the contract. If Contractor operates as a sole proprietor. it hereby swears or afirnns tinder 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 lacy_ (b) shall produce one of the forms of identification required by C.R.S. 5 24-76.5-101. et seq.. and (c) shall produce one of the fortes of identification required by- C.R.S. 6 24-76.5-103 prior to the effectit e date of the contract_ 31. Public Contracts for Services C. R.S. §8-1 7-1x11. For public contracts in excess of S500.000 annually, or for public contracts for road or bridge construction in excess of S50.000. Contractor certifies. warrants. and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. -Colorado labor- means any person who is a resident of the state of Colorado at the time of this project. who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County. in its sole discretion, may waive the eights percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the tt ork, and this requirement tt ould create an undue burden that would substantially prevent the work front proceeding to completion. 1 This sec t or shall not apply to any protect which is Hendee/ rt 1111O/C or 1/1 parr with tcdera tumis. or where otherwise eotz?rcl1:v tct fccleral law !tt accarc/itttc:c with / R. S. S - I -I0 and ? ( R. .')1).3 19(c). this section shall not apply if the it'urk is inni1,1 14 holly ur to par's tit ttit fcc/c, al /1,2,11 .1 32. Attorney's Fees/Legal Costs. In the et ens of a dispute between Count, and Contractor. concerning this ,Agreement_ the parties agree that each party shall be responsible tar the payment of attorney fees andior legal costs incurred by or on its own behalf. 33. Binding Arbitration Prohibited: Weld Counts does not agree to binding arbitration by- way extra judicial body or person. ,Any provision to the contrary in this ,Agreement or incorporated herein b) reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound bt its terms. Both parties further agree that this .Agreement_ with the attached Exhibits A and B. is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prig agreements, oral or written. and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Walcom Integration Br adier Name Wes C Le Title: &I obc� \-k0 a f 54.1 e g WELD COUNTY: :STTEST: Clerk to the B r rd BY: Depute Clerk t e B ft rt I ,r` el3/a3 Date of Signature BOARD OF COUNTY COMMISSIONERS WIELD COUNTY. COLORADO Freeman. Chair AUG 1 4 2323 o20a -1971 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 Exhibit A DATE: JUNE 8, 2023 BID NUMBER: B2300138 DESCRIPTION: SECURITY CAMERA INSTALLATION DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: JUNE 23, 2023 BID OPENING DATE: JULY 7, 2023 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: SECURITY CAMERA INSTALLATION A mandatory pre -bid conference will be held on June 23, 2023 at 9:00 AM at the Weld County Facilities Building located at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: July 7, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on July 7, 2023 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 870 853 287# PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bids(weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by o ne of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing o n behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2300138 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will n ot be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder n or any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or u nderstanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim o r right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2300138 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color. national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services. labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion. shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. BID REQUEST #B2300138 Page 4 Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #B2300138 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as 'A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality. technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances. regulation. law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the BID REQUEST #B2300138 Page 6 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2300138 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Security Camera Installation PROJECT OVERVIEW: Weld County is seeking bids for the installation of security cameras through several of the Weld County buildings. Building locations are included in the project documents of this scope of work. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The scope of this project is for the installation of security cameras at each of the buildings in the project documents. Installation will include routing the provided CAT 6 patch cable from the interior of the building to the final location that is notated on the project documents provided. Contractor will mount each wall mount and camera then work with the Weld County project team for final positioning and aiming of each camera. Attachment A: Project Documents. `y Attachment B: Building Locations and Camera Layout. Attachment C: County Approved Access Hatch. 1. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachments outlined above. This will include but not be limited to all labor, materials, and equipment to complete the total scope of work. It is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been included per the project documents provided. PROJECT SPECIFIC TERMS AND CONDITIONS: 1. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed. BID REQUEST #B2300138 Page 8 5. Contractor will provide and mount a splice box above ceiling for each camera location at each building. This will allow the contactor to use a county provided patch cable to run from the contractor provided splice box to each camera. All splice boxes must be within 7 feet of final camera location. 6. All cameras are to be wall mounted. This includes interior and exterior cameras. Ceiling mounted will be allowed in the case that a wall mount for an interior camera is not feasible but must be approved by the Weld County project manager. All cabling for wall mounted cameras shall be run inside of walls from above ceiling to the back of the Axis wall mount location unless this is not possible. In the case cabling cannot be concealed in the wall, cabling shall be run through exposed conduit or wire mold. 7. Contractor will provide all conduit and or wire mold needed to get either the County provided cable or patch cable to their permanent location. Any exposed conduit or molding must be approved by the Weld County project manager. 8. In exposed ceiling areas the contractor will provide conduit and or wire molding to match existing finishes no less than ten feet above finish floor to prevent any tampering of the cabling. 9. Contractor is responsible for all penetrations in interior or exterior walls as needed to create a pathway for the cabling to be routed to each camera. 10. Contractor is responsible for sealing all penetrations. This includes but is not limited to any fire rated wall. 11. Penetrations in exterior walls must be sealed to match existing exterior finish if exposed. If penetration is not exposed the penetration must be sealed with existing wall type to maintain the integrity of the wall system. 12. Throughout the duration of this project all buildings will be open for normal operations. All noise producing work (core drilling) must be done outside of normal business hours. Typical business hours are from 7:00 am to 5:00 pm Monday through Friday. 13. Contractor is responsible for access into each ceiling space. If any ceiling grid or acoustical ceiling tile is damaged it will be the contractor's responsibility to replace. 14. Contractor will be responsible for providing and installing an access hatch at any location where the camera data box cannot be accessed by or through a grid ceiling. Access hatch must be per Attachment C, no substitutions allowed. 15. Contractor will work with Weld County project team after the install of all cameras at each building to determine final positioning for each camera. 16. The contractor will provide a full-time qualified representative on site while any work is being performed. 17. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel or contractors must clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 18. Contractor will be responsible to provide any temporary lighting or power that may be needed to complete the scope of work in each phase. OWNER PROVIDED NOT IN CONTRACT (NIC): 1. The following is the camera equipment that is owner provided contractor installed. a. AXIS P3265-LV, Indoor fixed 1080P camera. b. AXIS P3265-LVE Outdoor fixed 1080P camera. c. AXIS T91 E61 wall mounts for both interior and exterior cameras. d. CAT 6 Patch Cable. INFORMATION TECHNOLOGY (IT) - CAMERA CABLING 1. Weld County IT department will be responsible for providing all cabling for each camera and is NIC. Cabling will be located on the interior side for each exterior camera. Interior camera cabling will be approximately located above ceiling at or near each interior camera location. BID REQUEST #B2300138 Page 9 2. Weld County will provide all patch cables as required. Contractor must coordinate with Weld County project manager length and quantity needed for each location. PROJECT CLOSE OUT: 1. Contractor will provide all manufacturer's warranty documentation for all contractor provided equipment. 2. Contractor will provide a detailed report for all craftsmanship and labor warranties. 3. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. 3. All electrical work will be done by a qualified State Licensed electrician. 4. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 5. All lifting and hoisting equipment shall be provided by the contractor as needed. 6. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 7. No bid bond is required for this project. 8. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 9. All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 10. Weld County is a tax-exempt entity. 11. Davis -Bacon and Buy American requirements are NOT required. 12. Contractor to provide a lien release with each A IA payment application. 13. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. SCHEDULE: 1. Contractor is responsible for providing and maintaining a full project schedule as well as a three week look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. 2. The contractor will host a weekly coordination meeting with all associated contractors, and County representatives. At this time the contractor will provide the three (3) weeks look ahead schedule as well as all applicable updates to the overall project schedule. This will need to be submitted in person at the weekly meeting as well as sent electronically to the County project manager and construction team. 3. Contractor can use the Weld County Facilities conference room to host the weekly coordination meeting. Day and time can be coordinated with the Weld County project manager. BID REQUEST #B2300138 Page 10 Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start June 8, 2023 June 8, 2023 June 23, 2023 June 30, 2023 July 7, 2023 July 26, 2023 August 9, 2023 Immediately upon receipt of signed contract PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being August 7, 2023, and all county provided equipment and cabling being available by September 8, 2023. Construction Start: Construction Finish: Fee: Provide a pricing breakout per each buildings total cost. BUILDING BUILDING TOTAL COST TOTAL COST Centennial Garage Center Parking $ Hazardous Waste South $ Centennial (1st Floor) Center Plaza East $ Wash Bay Welding $ Centennial (1st, Center 2nd, 3rd Floor) Plaza South $ Public Works Sign Shop $ Centennial (1st, 2nd, Center 3rd Floor) Plaza West $ Missile Silo $ Clerk and Recorder $ 8th Avenue Storage $ Administration $ 4 H Building $ District Courthouse $ Exhibition Building $ Justice Services $ Hazardous Waste North $ BID REQUEST #B2300138 Page 11 Print Shop $ Mead Grader Sheds $ Shooting Range $ Ault Grader Shed $ Planning &OG $ Briggsdale Grader Shed $ Chase - Annex and Main $ Fort Lupton Grader Shed $ Human Services Building A $ Galeton Grader Sheds $ Human Services Building B $ Gill Grader Shed $ Human Services Building C $ Grover Grader Shed $ Treasurer / Assessor $ Johnstown Grader Shed $ Southeast Service Center $ Keenesburg Grader Shed $ Southwest Service Center $ Keenesburg Grader Shed $ Coroner $ Keota Grader Shed $ Motor Pool $ Kersey Grader Shed $ CHAN Building $ Kiowa Grader Shed $ Public Works $ New Raymer Grader Shed $ Dispatch / Medical Clinic $ Nunn Grader Shed $ Public Health $ Peckham Grader Shed $ Facilities $ Rockport Grade Shed $ IT $ Severance Grader Shed $ Law Admin $ Stoneham Grader Shed $ 35th Ave Tower $ VIM Grade Shed $ Training Center , $ $ Please provide total lump sum cost for ALL buildings: Total Lump Sum Cost $ BID REQUEST #B2300138 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on July 7, 2023: on or before the bid opening 1) Pages 8 thru 14 of the Bid Specifications and/or Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being i ncomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. MINIMIe _ BID REQUEST #B2300138 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300138. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids. to waive any informality in the bids. and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX TAX ID # DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0323 BID REQUEST #B2300138 Page 14 Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Security Camera Installation PROJECT OVERVIEW: Weld County is seeking bids for the installation of security cameras through several of the Weld County buildings. Building locations are included in the project documents of this scope of work. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The scope of this project is for the installation of security cameras at each of the buildings in the project documents. Installation will include routing the provided CAT 6 patch cable from the interior of the building to the final location that is notated on the project documents provided. Contractor will mount each wall mount and camera then work with the Weld County project team for final positioning and aiming of each camera. ➢ Attachment A: Project Documents. > Attachment B: Building Locations and Camera Layout. ➢ Attachment C: County Approved Access Hatch. I. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachments outlined above. This will include but not be limited to all labor, materials, and equipment to complete the total scope of work. It is the contractor's responsibility at the time of bid submission to ensure that al! project specifications and requirements have been included per the project documents provided. PROJECT SPECIFIC TERMS AND CONDITIONS: 1. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed. BID REQUEST #52300138 Page 8 5. Contractor will provide and mount a splice box above ceiling for each camera location at each building. This will allow the contactor to use a county provided patch cable to run from the contractor provided splice box to each camera. All splice boxes must be within 7 feet of final camera location. 6. All cameras are to be wall mounted. This includes interior and exterior cameras. Ceiling mounted will be allowed in the case that a wall mount for an interior camera is not feasible but must be approved by the Weld County project manager. All cabling for wall mounted cameras shall be run inside of walls from above ceiling to the back of the Axis wall mount location unless this is not possible. In the case cabling cannot be concealed in the wall, cabling shall be run through exposed conduit or wire mold. 7. Contractor will provide all conduit and or wire mold needed to get either the County provided cable or patch cable to their permanent location. Any exposed conduit or molding must be approved by the Weld County project manager. 8. In exposed ceiling areas the contractor will provide conduit and or wire molding to match existing finishes no less than ten feet above finish floor to prevent any tampering of the cabling. 9. Contractor is responsible for all penetrations in interior or exterior walls as needed to create a pathway for the cabling to be routed to each camera. 10. Contractor is responsible for sealing all penetrations. This includes but is not limited to any fire rated wall. 11. Penetrations in exterior walls must be sealed to match existing exterior finish if exposed. If penetration is not exposed the penetration must be sealed with existing wall type to maintain the integrity of the wall system. 12. Throughout the duration of this project all buildings will be open for normal operations. All noise producing work (core drilling) must be done outside of normal business hours. Typical business hours are from 7:00 am to 5:00 pm Monday through Friday. 13. Contractor is responsible for access into each ceiling space. If any ceiling grid or acoustical ceiling tile is damaged it will be the contractor's responsibility to replace. 14. Contractor will be responsible for providing and installing an access hatch at any location where the camera data box cannot be accessed by or through a grid ceiling. Access hatch must be per Attachment C, no substitutions allowed. 15. Contractor will work with Weld County project team after the install of all cameras at each building to determine final positioning for each camera. 16. The contractor will provide a full-time qualified representative on site while any work is being performed. 17. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel or contractors must clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 18. Contractor will be responsible to provide any temporary lighting or power that may be needed to complete the scope of work in each phase. OWNER PROVIDED NOT IN CONTRACT (NIC): 1. The following is the camera equipment that is owner provided contractor installed. a. AXIS P3265-LV, Indoor fixed 1080P camera. b. AXIS P3265-LVE Outdoor fixed 1080P camera. c. AXIS T91E61 wall mounts for both interior and exterior cameras. d. CAT 6 Patch Cable. INFORMATION TECHNOLOGY (IT) — CAMERA CABLING 1. Weld County IT department will be responsible for providing all cabling for each camera and is NIC. Cabling will be located on the interior side for each exterior camera. Interior camera cabling will be approximately located above ceiling at or near each interior camera location. BID REQUEST #B2300138 Page 9 2. Weld County will provide all patch cables as required. Contractor must coordinate with Weld County project manager length and quantity needed for each location. PROJECT CLOSE OUT: 1. Contractor will provide all manufacturer's warranty documentation for all contractor provided equipment. 2. Contractor will provide a detailed report for all craftsmanship and labor warranties. 3. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. 3. All electrical work will be done by a qualified State Licensed electrician. 4. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 5. All lifting and hoisting equipment shall be provided by the contractor as needed. 6. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 7. No bid bond is required for this project. 8. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 9. All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 10. Weld County is a tax-exempt entity. 11. Davis -Bacon and Buy American requirements are NOT required. 12. Contractor to provide a lien release with each AIA payment application. 13. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. SCHEDULE: I. Contractor is responsible for providing and maintaining a full project schedule as well as a three week look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. 2. The contractor will host a weekly coordination meeting with all associated contractors, and County representatives. At this time the contractor will provide the three (3) weeks look ahead schedule as well as all applicable updates to the overall project schedule. This will need to be submitted in person at the weekly meeting as well as sent electronically to the County project manager and construction team. 3. Contractor can use the Weld County Facilities conference room to host the weekly coordination meeting. Day and time can be coordinated with the Weld County project manager. BID REQUEST #62300138 Page 10 Below is the anticipated schedule for this project: Date Of This Bid June 8, 2023 Advertisement Date June 8, 2023 Pre -Bid Conference June 23, 2023 Bid Questions are Due June 30, 2023 Bids Are Due July 7, 2023 Bid Award Notice July 26, 2023 Contract Execution August 9, 2023 Construction Start Immediately upon receipt of signed contract PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being August 7, 2023, and all county provided equipment and cabling being available by September 8, 2023. Construction Start: 9/1 (423 Construction Finish: I Apia -3 Fee: Provide a pricing breakout per each buildings total cost. BUILDING TOTAL COST BUILDING TOTAL COST Centennial Center Parking Garage $ 50(0 Hazardous Waste South $ y 0 JC Centennial Center Plaza East (1st Floor) $ 61 OS Wash Bay Welding $ 1/05 Centennial Center Plaza South (1st, 2nd, 3rd Floor) : • 5 $ '- , ' Public Works Sign Shop $ b90 Centennial Center Plaza West (1st, 2nd, 3rd Floor) $ 1 ,I90 Missile Silo $ '/i3/0 Clerk and Recorder $ 1 .5 8th Avenue Storage $ y05 Administration $ ggo 4 H Building $ C/05 District Courthouse $ 1,0D5 Exhibition Building $ yo5 Justice Services $ `1 O5 Hazardous Waste North $ ti05 BID REQUEST #82300138 Page 11 Print Shop $ 5q 5 Mead Grader Sheds $ yo5 Shooting Range $ 0 Ault Grader Shed $ a/5 Planning &OG $ 0.o Briggsdale Grader Shed $ g/C Chase - Annex and Main $113i0 13iO Fort Lupton Grader Shed $ tv6- Human Services Building A $ 515 Galeton Grader Sheds $ q05 Human Services Building B $ 8o Gill Grader Shed $ a /5 Human Services Building C $ 3g5 Grover Grader Shed $ a /5 Treasurer / Assessor $ /�,"5 `a��i Johnstown Grader Shed $ R/5 Southeast Service Center $ a 35 Keenesburg Grader Shed $ a 45 Southwest Service Center $ q50 I, Keenesburg Grader Shed $ a /S Coroner $ 595 Keota Grader Shed $ a 45 Motor Pool $ 5615Kersey Grader Shed $ ads CHAN Building $ / 5 Kiowa Grader Shed $ a/5 Public Works $ , goo New Raymer Grader Shed $ a/5 Dispatch / Medical Clinic $ q �5 Nunn Grader Shed $ a 4.6 Public Health $1,12,0 Peckham Grader Shed $ aw5 Facilities $ 5oo Rockport Grade Shed $ P/6 IT $ 690Severance Grader Shed $ ./5 Law Admin $ 3/5 r5 Stoneham Grader Shed $ a /s 35th Ave Tower $ tics VIM Grade Shed $ ,w5 Training Center $ 7P5 $ Please provide total lump sum cost for ALL buildines: Total Lump Sum Cost $ 3?, , BID REQUEST #B2300138 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on July 7.2023: 1) Pages 8 thru 14 of the Bid Specifications and/or Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if them has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #82300138 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #62300138. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Y11t .I Cntnt ee"iferd On BUSINESS U ADDRESS dFa I 5 PltA(ter J2oac(, 535 CITY, STATE, ZIP CODE iqu,110e6t. , CO S001'I TELEPHONE NO 'RZO "°I 1 Z -(D 1 ? I xzlo FAX TAX ID # 3g- N1 u(g55q PRINTED NAME AND TITLE (A)en CA ece& - 61062.1 Head of 5k�G5 SIGNATURE /61/14,,z4/ E-MAIL We5.3reznWelVenm inf ee4ian.Com DATE ?/(,o /23 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0323 BID REQUEST #B2300138 Page 14 ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 08/02/2023 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 H:ssox Inc. 5 Concourse Parkway Suite 2150 GA, 30328 CONTACT NAME: PHONE 888 202-3007 FAX (AIC. No. Ext): ( ) (A/C, No): EMAIL contact hlscox.com ADDRESS: contact@hiscox.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: HISCOX Insurance Company Inc 10200 INSURED Walcom Integration LLC 10200 E Girard Ave, Denver, CO 80231 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TT TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MM/DD/Y; POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE IllI OCCUR N UDC-5264882-CGL-22 10/26/2022 10/26/2023 EACH OCCURRENCE $ 1,000,000 PREM SESO(Ea occur ante) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY El JECT LOC OTHER: PRODUCTS - COMP/OP AGG $ S/T Gen. Agg AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED ___ AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTIONS WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A STATUTE I I OERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Weld County 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 I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DOOYYY) 8/9/2023 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: H the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. H 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 Pinnacol Assurance 7501 E. Lowry Blvd Denver, CO 80230 CONTACT NAME: PHONE FAX (AM. Ertl: IA/C. Nol: Lo. ADDSS: support@pinnacol.com RE INSURER(S) AFFORDING COVERAGE NAIL 0 INSURER A : Pinnacol Assurance 41190 INSURED WALCOM INTEGRATION LLC 2821 S Parker Rd #535 Aurora, Colorado 80014 INSURER a INSURER C: INSURER D : INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. "LW LTR TYPE OF INSURANCE ADDL UT lCO y yyp POLICY NUMBER POLICY EFF gi.SLAryyyyj POLICY EXP OI M/pDYR,IIP LIMITS COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE ❑ OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL B ADV INJURY $ GEM_ AGGREGATE LIMIT APPLIES PER: _.._ POLICY ❑ dECT O LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP1oP AGG $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY - SCHEDULED AUTOS lli' OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea aoc�ent) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PRenMYDAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ A AINTEZSCOMPENSATION AND EMPLOYERS" LIABILITY Y / N ANYPROPRIETORIPARTNERlEXECUTIVE OFFICER/MEMBEREXCLUDED? M (Mandatary In NH) ifyes, describe under DESCRIPTIOW OF OPERATIONS Wow N/A N APP -6057383 08/10/2023 08!10/2024 X I STATUTE I I ERH E.L. EACH ACCIDENT $ 100,000 E.L. DISEASE - EA EMPLOYEE $ 100,000 E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Unless otherwise stated in the policy provisions, coverage in Colorado only. Excluded from coverage: Yury Desiderio; IP Cameras Installation CERTIFICATE HOLDER CANCELLATION Weld County 1105 H Street SHOULD ANV OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Greeley, CO 80631 THE EXPIRATION DATE THEREOF, ACCORDANCE WITH THE POLICY NOTICE WILL BE DELIVERED IN CY PROVISIONS. AUTHORIZED REPRESENTATIVE Pinnacol Assurance I ACORD 25 (2016/03) ® 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER COPY Weld County 1105 H Street Greeley, CO 80631 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend, or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) APP -6057383 Contract Form New Contract Request Entity Information Entity Name. WALCOM INTEGRATION LLC Contract Name. SECURITY CAMERA INSTALLATION Contract Status CTB RESEW Entity ID. 0047554 Contract Description * INSTALL SECURITY CAMERAS THROUGHOUT WELD COUNTY Contract Description 2 Contract Type. CONTRACT Amount • $38,285.53 Renewable NO Automatic Renewal Grant IGA Department BUILDINGS AND GROU=NDS Department Email Ckl- BuildrngCrounds`zweldgov.c oni Department Head Email CM- Br_rildingGrounds- DeptHead•'t seldgov.corn County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY WELDG OV.COM ❑ New Entity? Contract ID l2?1 Contract Lead SGEESAMAN Contract Lead Email sgeesarnan- cc �.weid.co.os; I redfer n weldgov.com Requested BOCC Agenda Date US 09 2023 Parent Contract ID Requires Board Approval YES Department Project # Due Date 08'0S ,'2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP # * 62300338 If this is a renewal enter previous Contract ID tf this is part of a MSA enter MSA Contract ID Note: the Previous Contract NAnfiber and Master Services Agreement Number should be left blank if those contracts are not ire OnBase Contract Dates Effective Date Review Date* 1 2 18 2023 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing + + CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR Committed Delivery Date Contact Type Contact Email Finance Approver CHERYL PATTELLI Expiration Date* 12.18 2023 Contact Phone 1 Contact Phone 2 Purchasing Approved Date 08 10 2023 DH Approved Date Finance Approved Date 08?09i2023 08 10 2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08`14, 2023 Originator AC EESAM AN Tyler Ref AC 081423 Legal Counsel ADRIA. SCHIEL Legal Counsel Approved Date 08 10 2023 July 13, 2023, FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Security Camera Installation - B2300128 As advertised this bid is for the installation of security cameras throughout Weld County. The low bid is from Walcom Integration and meets specifications. Therefore, the Facilities Department is recommending the award to Walcom Integration in the amount of $38,285.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director -Vacs zoz3-I'M Bei 00Z5 DATE OF BID: JULY 7, 2023 REQUEST FOR: SECURITY CAMERA INSTALLATION DEPARTMENT: FACILITIES BID NO: B2300138 PRESENT DATE: JULY 12, 2023 APPROVAL DATE: JULY 26, 2023 VENDOR WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverett(S weldgov.com cgeisert(6 weldgov.com Phone: (970) 400-4222 or 4223 Fax: (970) 400-4024 START FINISH DATE DATE TOTAL WALCOM INTEGRATION 9/11/2023 11/6/2023 $38,285.00 2821 S. PARKER ROAD, SUITE 535 AURORA, CO 80014 ALLIANCE COMMUNICATION & TECHNOLOGIES, INC 9/8/2023 12/31/2023 $78,895.00 610 N. WAREHOUSE ROAD CASPER, WY 82601 GIGASPAN SOLUTIONS, INC. 9/11/2023 12/11/2023 $121,489.00 8200 S. AKRON STREET, SUITE 115 CENTENNIAL, CO 80112 LONG BUILDING TECHNOLOGIES, INC. 8/16/2023 12/2023 $171,895.00 5001 SOUTH ZUNI STREET LITTLETON, CO 80120 PINNACLE BRANDS INCORPORATED 9/8/2023 1/05/2024 $533,760.00 8400 E. PRENTICE AVENUE, PH1500 GREENWOOD VILLAGE, CO 80111 2023-1978 7/1 2' C -,b025 PAGE 2 DATE OF BID: JULY 7, 2023 REQUEST FOR: SECURITY CAMERA INSTALLATION DEPARTMENT: FACILITIES BID NO: B2300138 VENDOR STONE SECURITY 610 GTARRISON STREET, SUITE R LAKEWOOD, CO 80215 START FINISH DATE DATE TOTAL 6 MO APO 3-5 DAY PER SITE $646,700.00 W/CONDUIT $265,700.00 W/O CONDUIT THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. Hello