Loading...
HomeMy WebLinkAbout20230786.tiffCunivac+ tPiU) June 14, 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: Courts Holding — Change Order # 1 -Security Electronic Controls Upgrade CML Security was contracted to upgrade the existing Security Electronics Controls System in Courts Holding. CML Security excluded the premiums for the statutorily required bonds in their approved proposal. CML has procured the required bonds for this project and submitted a change order request for the bond premiums in the amount of $8,556.00 Therefore, Facilities is recommending approval of this change order. If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director conerti-V60.- (c/n/23 4,/atAi3 2oz3-0-175ko 5G1 60Z5 CHANGE ORDER #1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND CML SECURITY Date: June 14, 2023 Original Agreement: Weld County document no. 2023-0786 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 852,600.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 8,556.00 Current Change Order Amount $ 861,156.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: G�'1L ..5e6m-12 rl y Name: via.- aa7, 4 Title: PI ' I / ATTEST: d‘trAdit) Jeid4;tA Weld •u ty Clerk to the oard BY: Deputy ,[ rk to the Date 6lr57,9J BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Buck, Pro -Tern JUN 2 8 2023 Page 1of1 111LCHANGE ESTIMATE s e c u r i t y Exhibit A: Change Order #1 Quoted To #: 01 Submitted Date: 5/18/2023 Submitted By: Kenny Gaytan Project l Countytion Project Name: Weld County Court Project Address: 915 10th Street Greeley, Colorado 80632 Client Project #: 6748 CML Project #: 62142 Company: Weld County Attn: Toby Taylor Address: 1105 H Street P.O. Box 758 Greeley, Colorado 80632 Phone: (970)400-2020 Cell: (970) 400-2020 Documents Referenced: Exhihit A Proposal Document under 2.D General Inclusions line 5. quotation Summary: Based on project requirements, CML is providing the attached change estimate far hooding. Inclusions: Weld County Band limit of $852,6000 is $8,556 Please see the attached invoice far proof of bond. Exclusions: N/A Total (Pricing Valid for 30 Days): $ 8,556.00 Approved By (Print Name) Signature of Authorized Representative Date MATERIAL INFORMATION Made){:Part#: basCtVptlarr ': '' Quanlityr Unh cast: Total: ,r';: Flood & Peterson Invoice #440897 1 $ 8,556.00 $ 8,556.00 Material Subtotal: :$ 8,556.00: 0.00% Sales Tax: 0% Overhead & Profit: Material Total: $ $ $ 8,556.00 SUMMARY INFORMATION Labor Total: Material Total: Equipment Total: Subcontractor Total: 0.00% Insurance: Sub Total 0.00% Bond: Grand Total: $ $ 8,556.00 $ $ $ 8,556.00 $ $ 8,556.00 CORPORATE HEADQUARTERS ) 1785 WEST 160'" AVE., SUITE 700 I BROOMFIELD, CO 80023 ( P. 720 466 3650 F. 720 438 7573 www.cmIsecurity.us SAN ANTONIO REGIONAL OFFICE 116103 UNIVERSITY OAK, SUITE 200 ) SAN ANTONIO, TX 78249 I P. 210 467 9255 INVOICE EFlood & Peterson CML Security, LLC 1785 W. 160th Avenue, Suite 700 Broomfield, CO 80023 Customer: CML Security, LLC Flood and Peterson PO Box 578 Greeley, CO 80632 (970)356-0123 440897 04/28/2023 Renew policy Please deta, and return with payment Thank You Policy #4458352 04/28/2023-04/28/2024 Great American Insurance Group Project - Court Holding Security Upgrade OBLIGEE: COUTNTY OF WELD BOND LIMIT: $852,600.00 04/28/2023 8,556.00 $ 8,556.00 CML SECURITY, LLC Invoice Approval Page Vendor#: 307 - Flood & Peterson Invoice#: 440897 Invoice Total: 8,556.00 Description#: Policy # 4458352 04/28/2023-04/28/2024 Invoice Date: 5/28/2023 Contract Form New Contract Request Entity Information Entity Name" CML SECURITY Entity ID* 20037123 New Entity? Contract Name' COURT HOLDING -SECURITY ELECTRONIC CONTROLS UPGRADE (2023-0786) Contract Status CTE REVIEW Contract Description' CHANGE ORDER FOR BOND PREMIUM Contract Description 2 Contract Type CHANGE ORDER Amount' 58, 556.00 Renewable' NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds,uO weldgov.c Om Department Head Email CM-EuildingGrounds- DeptHeadioveldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY, WELDG OV.COM Contract ID 7110 Contract Lead' SGEESAMAN Contract Lead Email sgeesamancaco.weld.co.us:l redfern 0weldgov.com Requested BOCC Agenda Date' 06 28,2023 Parent Contract ID Requires Board Approval YES Department Project # Due Date 06 24:2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnEase Contract Dates Effective Date Review Date. 12 04/'2023 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Committed Delivery Date Contact Type Contact Email Expiration Date 12:31f2023 Contact Phone I Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head TOBY TAYLOR DH Approved Date 06;' 19x2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06/28/2023 Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 06/20/2023 06;22;2023 Tyler Ref # AG 062823 RESOLUTION RE: APPROVE AGREEMENT FOR PROFESSIONAL SERVICES FOR COURT HOLDING SECURITY UPGRADE AND AUTHORIZE CHAIR TO SIGN - CML SECURITY, LLC WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Professional Services for a Court Holding Security Upgrade between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Facilities Department, and CML Security, LLC, commencing upon full execution of signatures, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Professional Services for a Court Holding Security Upgrade between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Facilities Department, and CML Security, LLC, be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 20th day of March, A.D., 2023. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST:/ Weld County Clerk to the Board ounty Attorney Date of signature: 03/22/23 eman, Chair erry L. B � k, Pro-Tem cc : 6G C-r-r/s6) 03124 123 2023-0786 BG0025 Cd t Vc c)- t R. o4 March 6, 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: Courts Holding - Security Electronic Controls Upgrade CML Security was awarded the bid (81700060) for constructing and maintaining the Jail Security Electronics Controls system. With this award, CML Security became the single source vendor to provide maintenance, support, and updates for Jail Security Electronic Controls in accordance with Weld County Code Section 5-4-160. - Product standardization. The Courts Holding detention area is in need of upgrading its existing Security Electronics Controls System. The desire is that Jail and Courts Holding operate on the same Security Electronic Controls systems to provide standardization. CML Security has identified the design -build scope of work and provided the associated cost of $852,600.00 through the single -source acquisition. Therefore, Facilities is recommending approval for this work with CML Security. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 2023-0786 own Beibcz5 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & CML SECURITY COURT HOLDING SECURITY UPGRADE THIS AGREEMENT is made and entered into this at1Iay of t'4a,vC:h , 2028, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and CML Security, whose address is 1785 W. 160t Ave. Suite 700 Broomfield, CO 80023, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County; and WHEREAS, Contractor is single source provider and willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The across of this Agreement are contained in the terms recited in this document and in the Exhibit, which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically the Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibit consists of Contractor's Response to County's Request for services. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibit which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of the Exhibit within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The teen of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until Contractor's completion of the responsibilities described in the Exhibit. Both of the parties to this Agreement understand and agree that the laws 020023 - D 78t, of the State off' Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $852,600.00, which is the bid set forth in Exhibit. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensatio■ benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, whirls may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public deity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., wills regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with itndustty 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 Corrtractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection attd acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in firce at all times during the term of the Agreement, or any extension thereof, and during any -warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be flatly responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times daring the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional toprovide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure= and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent maybe granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an daily authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractr, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Infonnation: Contractor: CML Security Attn.: Cory Solberg -Division Manager Address: 1785 W. 160' Ave. Suite 700 Address: Broomfield, CO 80023 E -mad: csolberg(tcmisecurity.us Telephone: (720) 466-3650 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80632 E -mad: ttaylor(4co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules aid regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend fiords not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5- I 02(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attacked Exhibit, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: CML Securit By: Name: Title: 7 e , e WELD COUNTY: ATTEST: .W.driwo W, .1E/444 Date 1Y\ Gt,Y Gh 3, 2-02 3 BOARD OF COUNTY COMMISSIONERS Weld Co , Clerk to the B . . rd WELD COUNTY, COLORADO ike Freeman, Chair MAR 2 0 2023 a.vo23 , b716" ScITL, Exhibit A Weld County — Courts Holding Security Upgrade 915 10th Street, Greeley, CO 80632 2/28/2023 Rev 01 Proposal 1.0 INTRODUCTION & CLARIFICATIONS CML Security LLC, is pleased to present this scope letter for your system needs on the above referenced project. This document and/or any subsequent revisions shall become part of any subcontract. CML Security reserves the right to retract this in the event of no mutually agreeable solution. 2.0 GENERAL INCLUSIONS 1. All materials, engineering, coordination, installation, and project management required to complete our scope of work as listed herein. 2. On -Site supervision and coordination as required and deemed necessary by CML. 3. Vehicle parking is available at no cost to CML Personnel and its subcontractors. 4. Applicable sales or use tax at 0%. 5. This price does not include a bond premium. 3.0 SCOPE OF WORK CML Security will provide the system(s) as per the scope of work contained within. We have reviewed the plans, specifications and all addendums for this project and noted any clarifications or exceptions below. Plan Drawings: CML SEC Reduced Scope Plans Dated 12/12/2022 Attachment: Weld County — Combined Backup Documents (Executive Summary) 4.0 INCLUSIONS CML Security includes the following for our Scope of Work: 1. Ninety -One Wired Duress Buttons throughout the Courts Building. To include programming a phone number to call separately onto the HMI touch screen during an alarm event. 2. New Touchscreen Interface Console at the Staff Office 0315 with Maintenance Node. 3. Two new fixed Axis Cameras at Vestibule Entrance and Vestibule Holding Cell space. 4. New Milestone CCTV system sized for Seventy -Five existing cameras and two new cameras at 10 FPS and 90 -days video storage capacity. System to match baseline specification section 282300 -Video Surveillance System criteria. 5. Five new Cisco C9300 -24P -E Network Switches as needed to create an isolated CCTV network, re -use existing cabling backbone infrastructure. New network modules, power supplies, cable management as required. 6. Seventy -Seven new Milestone Camera Licenses for new CCTV network. 7. New Ironlink Enterprise primary recording server with failover recording and all associated rack equipment. 8. New UPS equipment sized for the additional CCTV equipment. 9. New Winstead sit/stand workstation to match existing features. Includes eight 22 -inch monitors and four 42 -inch monitors. 10. New intercom devices at the four existing holding cells, and the new detention exit sallyport door. Includes a new intercom master station. 11. Demolition and disposal of the existing four cell sliding devices. 12. Installation of four new slip frame assemblies at the existing cell locations, doors to have double vision lites and a food pass assembly. 13. All five new detention hardware sets to include a Southern Folger 120 series lockset, with magnetic DPS. 14. Engineering/Coordination with other trades, as deemed necessary by CML Security. CORPORATE HEADQUARTERS 11785 WEST 160T" AVE., SUITE 700 I BROOMFIELD, CO 80023 I P. 720 466 3650 I F. 720 438 7573 I www.cmisecurity.us SAN ANTONIO REGIONAL OFFICE 116103 UNIVERSITY OAK, SUITE 200 I SAN ANTONIO, TX 78249 I P. 210 467 9255 s e c u r i t y 15. Site management as deemed necessary by CML Security. 5.0 EXCLUSIONS CML Security Exdudes the following: 1. Permits of any kind. 1. Conduit/raceway system, including junction boxes, pull boxes, ladder tray, wire ways, etc. New cabling to be plenum rated as needed and installed with j -hooks. 2. Cash allowances or owner contingencies of any kind are not included in this proposal. 3. All standa-d supply voltages above 30 volts AC/DC including 120VAC supply circuits 4. Power circuits to UPS, power circuits out of UPS to distribution panel, distribution panel, or circuits from distribution panel to racks or enclosures (we do not carry any line voltage circuits). 5. Temporary power, lighting, site water, trash removal, or onsite storage fees. 6. Sealants, caulking, security caulking, Invis-A-Joint, glazing cap bead, fire wall penetration patching, fire -proofing or fire - stopping. 7. Finish paint or high-performance coatings of any kind. 8. Concrete work or grouting of any kind. 9. Repairing damage to wire or devices that is caused by others. 10. Moving of exit signs or other obstacles in path of our camera views. 11. Demolition of any kind. 12. Hazardous waste removal and/or lead paint removal/abatement or any special provision costs associated in working in areas containing these materials. 13. Fire alarm, video visitation, tele data, lighting, water management systems or interface thereof. 14. Any color coding, painting or identification of conduit, raceway systems. 15. Fiber optics cabling and terminations of any kind and all grounding requirements. 16. Painting or finish work of any kind. 17. Any and a I work related to any other sections not specifically listed herein. 6.0 QUOTATION PROPOSAL COST ANALYSIS QUOTATION PROPOSAL PRICE: $ 852,600.00 PRICING GUARANTEE: Because of conditions beyond our control, this budget is effective for period of (60) days from the date above. Terms of payment are net thirty (30) days from invoice. No cash discounts for prepayment. Any order based oaths quotation shall be subject to approval and acceptance by CML Security. CLOSING We appreciate the opportunity to partner with you to provide a solution to fit your needs. If there are any questions or concerns, please feel free to call or email any time. Sincerely, Jon Carlin Preconstruction Manager CML Security D. 720.466.3650 ext. 843 C. 970.775.4805 E. icarlin@cmisecurity.us CORPORATE HEADQUARTERS 11785 WEST 160TH AVE., SUITE 700 I BROOMFIELD, CO 80023 I P. 720 466 3650 1 F. 720 438 7573 I www.cmisecurity.us SAN ANTONIO REGIONAL OFFICE 1 16103 UNIVERSITY OAK, SUITE 200 I SAN ANTONIO, TX 78249 1 P. 210 467 9255 DEC EXECUTIVE SUMMARY CATEGORY % OF TOTAL JOB COST COST BEFORE MARKUP GC'S TAX INDIRECTS MARGIN INSURANC Oil I141.1/ E TOTAL COST Detention Hardware 41% $27,420 $21,391 699.54-/ $5,446 $9,698 $0 $64,656 Detention Hollow Metal i 32% 1 $21,229 $16,561 541.5945 $4,217 $7,509 $0 $50,057 Security Glazing g 27% _ $18,075 $14,101 461.1296 $3,590 $6,393 $0 $42,620 Security Wall Panel 0% $0 $0 0 $0 $0 $0 $0 Security Ceilings 0% $o $0 0 $o $0 $0 $0 Furniture & Accessories 0% $0 $0 0 $0 $0 $0 $0 Caulking & Paint Systems 0% $0 $0 0 $0 $0 $0 $0 Security Mesh & Barriers 0% $0 $0 0 $0 $0 $0 $0 Cell Padding 0% $0 $0 0 $0 $0 $0 $0 Plumbing, Electrical, HVAC i 0% $0 $0 0 $0 $0 $0 $0 Commercial Hardware 0% $0 $o 0 $0 $0 $0 $o Commercial Hollow Metal 0% $0 $0 0 $0 $0 $o $0 Commercial Glazing 0% $0 $0 0 $0 $0 $0 $0 TOTAL JOB COST $157,332.72 SEC EXECUTIVE SUMMARY CATEGORY % OF TOTAL JOB COST COST MARKUP BEFORE GC'S TAX INDIRECTS MARGIN INSURANC !WNW E TOTAL COST Conduit 0% $0 $0 0 $0 $o $o $o Enclosures & Racks 1% $3,000 $629 70.36723 $407 $725 $0 $4,831 Intercom & Paging 3% $12,158 I $2,551 285.1843 $1,649 4 $2,937 $0 $19,581 IP Video Surveillance 52% $223,770 $46,948 5248.691 $30,356 $54,057 $0 $360,380 Electronic Components 0% $0 $0 0 $0 $0 $0 $0 Integrated Control System 9% $38,100 $7,994 893.6638 $5,169 $9,204 $0 $61,360 Video Visitation 0% $0 $0 0 $0 $0 $0 $0 Duress Alarm 36% $154,700 $32,457 3628.603 i $20,986 $37,371 $0 $249,143 TOTAL JOB COST $695,295.00 SUB TOTAL 3,000 Enclosures & Racks Jump to Gen Sum 42065 3000 3,000 'Pricing included KVM Switch and 3 Patch Panels % OF TOTAL JOB Project Name 3,000 TOTALS LOADED TO GENERAL SUMMARY LABOR MATERIAL WIRE SUB SHIPPING TOTAL DOLLARS 3,000 0 0 0 0 3,000 TOTAL MN 40 Intercom & Paging um0WGet [0 3% % OF TOTAL JOB Project Name — GROUP SUBGROUP TABOR COST CODE. $ COST CODE MATERIAL S/UN TOTAL $ CLAY COOL' S/UN � a ST SHIPPING , SAMTOTAL _ 'r + SCOPE NOTES at ilk INTERCOM HARDING EQUIPMENT QUOTE -SHIPPING PLUG Master Station Intercom Station Equipment 1 1 5 1 Is ea ea ea _ - 31045 8.0U 600 31045 8.00 3,000 0.00 32025 32025 32025 32025 800.00 54 00 5,500.00 - 800 270 5,500 - 32010 200.00 200 32010 200,00 1,000 - - - - • - 31015 788 - 788 - - - /88.40 1600 854 5500 /48 1,600 4,270 5,500 calculates cost per DCC/DCE SUB TOTAL 3,600 6,570 1,200 - 788 12,158 TOTALS LOADED TO GENERAL SUMMARY LABOR 3,600 MATERIAL 6,570 WIRE 1,200 SUB 0 SHIPPING 788 TOTAL DOLLARS 12,158 TOTAL MH 48 C5;C s o o u r. .t.,y mL IP Video Surveillance lbw SUBGROUP OTT CAMERAS New Camera Existing Cameras (75) HEADEND EQUIPMENT ENABLE 1 Camera Licenses Server 24 Port PoE Network Switch 24 Port Network Switch Fiber Patch Panel (24 port) Fiber Patch Panel (48 port) CAT Patch Panel (24 port) WORKSTATION COMPONENTS 22" Monitor 42" Monitor Workstation Winstead Sit Stand Workstation HEADEND COMPONENTS Storage + Buildout Switches, power supplies, power modules "enter description" 2 1 5 2 1 8 4 1 1 1 UM ea ea LS Is ea ea ea ea ea ea ea ea ea LS LS ea COST C•0 LABOR MH/U TOTALS COST •D MATERIAL S/UN TOTAL $ 31045 10,00 1,500 31045 2.00 11,250 0.00 000 31045 400 300 31045 4.00 1,500 31045 4.00 600 0.00 31045 4.00 300 31045 1.00 1,200 31045 2.00 600 3104S 4.00 300 31045 24.00 1,800 000 0.00 0.00 SUB TOTAL 19,350 32030 1,400.00 2,800 32030 32030 20.196.00 20,196 32030 36.334.00 36,334 32060 32060 32.060 32060 32060 32030 150.00 1,200 32030 500.00 2,000 32030 3,200.00 3,200 32030 10.000.00 10,000 -_2030 95,000.00 95,000 32030 32,945.00 32,945 203,675 Amp to Gen Stan COST CODE WIRE S/UN TOTAL S 32010 200.00 400 32010 220 220 32010 125.00 125 745 COST CODE SUR S/UN TOTALS 52% % TOTAL JOB Project Name 2350 t#DIV/0I 20196 36334 300 300 300 #DIV/0 I 520 300 650 3625 11800 95000 32945 #tDIV/0! 4,700 11,250 20,196 36,334 300 1,500 600 520 2,400 2,600 3,625 11,800 95,000 32,945 223.770 Reference Milestone Quote # 2191903 Reference Velasea Quote #446982 Cisco 9300-24P Cisco C2960-24 TOTALS LOADED TO GENERAL SUMMARY LABOR MATERIAL WIRE SUB SHIPPING TOTAL DOLLARS 19,350 203,675 745 0 0 223,770 Reference Northland Systems Sales Proposal #274404 Integrated Control System °% OF TOTAL JOB Project Nome LABOR T Mai TOTAL $ 411 r • VENDOR QUOTE Is 0.00 - 32020 - #DIV/0! 13300 10800 14000 TOUCHSCREEN INTERFACE CONSOLES 13,300 10,800 S 1 1 ea ea 31045 31045 8-00 600 8.00 600 32020 32020 12,500.00 12,500 10,000.00 10,000 32010 200.00 200 32010 200.00 200 - - - - - UPS 0.00 - - - - - IP Video UPS 1 ea 32020 14,000.00 14,000 14,000 SUB TOTAL 1,200 36,500 400 - - 38,100 TOTALS LOADED TO GENERAL SUMMARY LABOR 1,200 MATERIAL 36,500 WIRE 400 SUB 0 SHIPPING 0 TOTAL DOLLARS 38,100 TOTAL MH 16 8 u r h. a Duress Alarm % OF TOTAL JOB Project Name • SCOPE NOTES VENDOR QUOTE Is 0.0U - - i - 32040 - - #0IV/0! DURESS PANIC EQUIPMENT W Wireless Duress Button 91 ea ea ea 31045 3- 31045 31045 1.00 - 1.00 - 8.00 54,600 32040 32040 32040 - - - - 900.00 81,900 -• - - i- 18,200 - - - - - - - #DIV/0! #DIV/0! 1700 - - 154,700 SUB TOTAL 54,600 81,900 18,200 - - 154,700 TOTALS LOADED TO GENERAL SUMMARY LABOR 54,600 MATERIAL 81,900 WIRE 18,200 SUB 0 SHIPPING 0 TOTAL DOLLARS 154,700 TOTAL MH 728 11 r Ii Detention Hardware Jump to Gen Sum 41% % TOTAL JOB oject Nam GROUP SUBGROUP QTY UM COST CODE LABOR '175 00 MH/U TTL H TOTAL $ MATERIAL COST S/UN TOTAL $ CODE SUB COST $/UN TOTAL $ CODE COST CODE SHIPPING S/UN TOTAL $ OTHER COST S/UN TOTAL $ CODE $/UNIT TOTAL SCOPE NOTES SOUTHERN QUOTE -SHIPPING PLUG 1 I5 21025 0.00 - _ 22015 - - - 22015 2,925 2,925 - - 2,925.30 2,925 HARDWA'F.:. T .Pg5 DH1 DH9 10120AE-2 (120 Total VAC) 1017 Total Hardware Sets DHM Door Openings 5 0 5 9 ea ea ea ea 21025 8.00 40 3,000 22015 i,300 00 11,500 - - - - - 2900 14,500 HARDWARE SPARES .,, S Spare Hardware Spare Trim 1 1 Is Is HARDWARE ACCESSORIES - - _ - - - v i..(.ivivuSui.v -i1n-Inl SF SF SF LCN SF SF Hinges - 204FMSS Raised Pulls DPS - 200MRS Closers - Concealed Door Stops Food Pass - 212C 2210 - 420 Locks - 1080 20 7 S 1 5 4 ea ea ea ea ea ea 21025 0.00 - _ 21025 0.00 - _ 21025 0.00 - _ 21025 0.00 - _ 21025 0.00 - _ 21025 2.00 8 600 22015 160.00 3,200 22015 120.00 840 22015 425.00 2,125 22015 760.00 760 22015 14.00 70 D2015 600.00 2,400 - - - - - - - - - - - - - - - - - - - - - - 160 120 425 760 14 750 ......n,1V 3,200 840 2,125 760 70 3,000 rrrm'n nYr7rYYnWffll u.. SUB TOTAL 0 48 3,600 20,895 - 2,925 - UDIV/0! 27,420 TOTALS LOADED TO GENERAL SUMMARY LABOR 3,600 MATERIAL 20,895 SUB 0 SHIPPING 2,925 OTHER 0 TOTAL DOLLARS 27,420 TOTAL MH 48 SUBGROUP Detention Hollow Metal Jump to Gen Sum % OF TOTAL JOB Project Name GROUP TITAN QUOTE CMU DETENTION HOLLOW METAL DO DA DB DA Demo Existing Sliders Demo Existing Swing Door description, size, glazing type QTY UM 4 CMU DETENTION HOLLOW METAL FRAMES FC EO Anchor GROUTING, CAULKING & MISC. Grout per Frame 4 ea ea LABOR COST CODE MH/U TOTAL S 0.00 21015 16.00 4,800 21015 16.00 1,200 21015 16.00 ea 4,800 ea ea 21UIS 16.00 1,200 3,000 COST CODE MATERIAL 5/UN TOTAL $ 22005 20,479 00 20,479 22005 22005 22005 22005 22070 150.00 750 COST CODE SUB 5/UN TOTAL $ COST CODE SHIPPING S/UN TOTAL $ 22005 COST CODE OTHER $/UN TOTALS S/UNIT TOTAL SCOPE NOTES 24005 20479 1200 1200 1200 1200 750 20,479 4,800 1,200 4,800 1,200 3,750 •AIL... •�....�• • . .�• SUB TOTAL 21,229 21,229 TOTALS LOADED TO GENERAL SUMMARY LABOR MATERIAL SUB SHIPPING OTHER TOTAL DOLLARS 0 21,229 0 0 0 21,229 TOTAL MH 240 r G e C u r Security Glazing Jul to Gen Sum % OF TOTAL JOB Project Name GROUP SUBGROUP QTY UM LABOR MATERIAL COST CODE MH/U TOTAL ti COST CODE SUB SHIPPING 5/UN TOTAL $ COST CODE $/UN TOTAL $ COST 5/UN TOTAL $ COST CODE OTHER 5/UNIT S/UN TOTAL $ TOTAL SCOPE NOTES GLOBAL QUOTE LTI QUOTE McGrory QUOTE Typical Glazing Labor / 1 MH per Opening Control Room &/or FR Glazing Labor / Additional 2 Mil per O • enin SECURITY C�L G.T SG -9 MPC 500 (3 ply) Glazing SF Total SECURITY GLAZING ACCESSORVE Tape & Setting Blocks 5 ea 21080 2.00 21080 2.00 0.00 22060 22060 22060 22060 260.00 15,600 22060 15.00 75 22060 22060 750 750.00 #DIV/0! #DIV/0! #DIV/0! 750 15 75 guess SUB TOTAL 750 16,575 18,075 TOTALS LOADED TO GENERAL SUMMARY LABOR MATERIAL SUB SHIPPING OTHER TOTAL DOLLARS 750 16,575 0 750 0 18,075 TOTAL MN 10 JIM DIII January 18, 2023 Proposal # 916 CML Security 1785 West 160th Ave., Suite 700 Broomfield, CO 80023 Re: Weld County Retro Greeley, CO Dear Mr. Jon Carlin, Thank you for the opportunity to earn your business! In response to your request for quote for the Weld County project, please see below Titan Steel Doors proposal to furnish the security hollow metal door and frame. If you have any questions, please contact me via my information below. In accordance with email provided on January 17, 2023 we offer the following pricing Detention Security Hollow Metal Doors: • Qty 5 - 12 -gauge swing doors Detention Security Hollow Metal Door Frames: • Qty 5 - 12 -gauge frames FOB: Job site Sum: $20,479.00 2052 Knox Bridge Crossing Rd • Lavonia, GA 30553 Titan Steel Door notes: seac'time: Current submittal Ieadtime for this project — 4 -weeks Current manufacturing leadtime for this project — 8-10 weeks Doors and frames shipping together (actual leadtime to be confirmed by Titan once materials are released for fabrication.) Transportation/Shipping: Pricing is based on shipping full truck loads only. If partial shipments are required, all additional costs will be quoted and must be agreed to in writing by the customer prior to shipping the needed product. Due to shipping limitations, the maximum single frame section can be is 8'-6" x 14'-0". Any frame exceeding these dimensions will be shipped by Titan in multiple pieces for field assembly and/or splicing. Titan will not be held responsible for any field fabrication. This action is to be handled by others (DEC...etc.) and is not include in this quotation. Pricing is based on shipping the glass/glazing stops secured with security screws. The permanent screws will be shipped in bulk to the DEC. Guiaelines/items Included in our quotation: All frames are quoted as single rabbit design. Titan Standard Food pass plate w/ pull when called for in the bid documents Titan Standard Integral flush pull when called for in the bid documents Factory installed conduit: (input needed by customer) Electric lock pocket to the door position switch or Closer. o Lock pocket to either the top or bottom of special frames whereas sidelights restrict field access to the lock pocket and/or at the door frames only where contract documents indicate the frame is to be post set. Factory caulked plaster guard at locks, strikes, door position switches, closers, silencers and etc. to protect from grout seepage (for a grout slump of 4" maximum). Prep for frame -mounted intercoms, card readers, push buttons or other electrical devices :- Factory installation of sliding door top plate and bottom angle (if supplied prior to door production). After fabrication, all vertical edges and weld joints shall be sanded per Titan samples. After appropriate metal preparation, all exposed surfaces of quoted security hollow metal items shall receive a rust inhibitive primer which meets or exceeds ASTM B 117. Salt Spray for 150 hours with a rust grade of not less than 6 as defined in ASTM D 610, and ASTM D 1735 Water Fog Test for organic coatings for 200 hours with any quantity of #8 blisters but no more than "few" #6 blisters as illustrated in ASTM D 714. 2052 Knox Bridge Crossing Rd • Lavonia, GA 30553 Additional items: Where required, customer must provide accurate field dimensions in a timely manner as to allow sufficient fabrication time. This will allow Titan to fabricate products properly as well as in conjunction with other project items so that additional shipping costs are avoided. Titan terms for this quote: ➢ Payment terms - Net 30 days from shipment of product ➢ No retainage allowed. ➢ If available all tax-exempt certificate must be furnished at time of order. ➢ Due to the unforeseen changes in the steel market, this quotation is firm for 30 days from the date of this letter. Titan requires that if any/all changes occur to the quote criteria, that a full review and possible price change can take place. Titan's warranty is one year from date of last shipment. **See exclusions page for all items not included in our proposal. Sincerely. Brad Schotzko VP of Engineering — Titan Steel Door, LLC 612.619.9761 bschotzko@titansteeldoor.com Customer Approval: Print Date Signature ***A signed copy of this proposal must accompany all LOI's and/or Purchase Orders. Failure to sign and return may result in delay of your submittal. 2052 Knox Bridge Crossing Rd • Lavonia, GA 30553 Titan Steel Door standard exclusion: • Tools • Receiving, unloading or installation • Non -security hollow metal • All window frames • Louvers or louver framing • Window Screens • Access panels • Wire mesh and grille framing • Stainless steel doors and frames • Bar grills in openings • 7 Gauge closure plate • DH M frame posts • Armor Plate on doors or frames • %" Bent angle • Hardware or the shop installation of the hardware • Factory drilling and tapping for surface mounted hardware • Food pass hinges, locks/latches or barrel bolts • Additional reinforcement at hinges • Expansion bolts • Concrete anchors • Bolts or fasteners for anchoring the equipment to the structure • Door skirts at sliding doors • Field dimensions • Security grilles @ HVAC penetrations • Embedded plates or bars unless noted above as being furnished • Removable faces at jambs for anchoring • Bituminastic coating • Glass or glazing • Material or labor for the touchup of shop primer or paint • Finish paint • Grout or grouting • Furnishing or installation of electrical conduit except the internal requirements of our doors or frames • Electrical wire or wiring • Bonding • Removal or cleanup of the security hollow metal frame spreader bars • Demolition • Door controls/security electronics • Security windows unless noted above as being furnished • Visitation booth shelves/dividers unless noted above as being furnished • Package passes • Transaction drawers • Security furnishings or accessories unless noted above as being furnished 2052 Knox Bridge Crossing Rd • Lavonia, GA 30553 Order Quote VVELASEA Velasea 2 Astor Irvine, CA 92618 P: (833) 599-4614 Ship To Weld County Court House Item Description Quote # Request Dt Sales Rep Order Information 446982 12/14/2022 Team E Customer Cust Rep Cust Ref End User # Ship Method Qty Unit Price CML Security, LLC Jeff Cordova E Ext Price Management Appliance IL-DBMG-DG1-STD-C Primary Recording Server IL-R212-DEG1-D210-36T-12-S R 212 -DEG 1- D 210 -36T -12-S For Live Database IL-960G-LFF-DEG1 Additional 64GB per server AA783422-IL Failover Recording Server IL-R212-DEG1-D210-36T-12-S IL-960G-LFF-DEG1 AA783422-IL IRONLINK STANDARD DATABASE SERVER (301-1200 CAMERAS) - CUSTOMIZED FOR CML IronLink R212 D4210R 36TB Enterprise + STD IRONLINK ENTERPRISE 960GB MIX USE SATA L IRONLINK 32GB DDR4 RDIMM 3200MT/S MEMORY IronLink R212 D4210R 36TB Enterprise + STD IRONLINK ENTERPRISE 960GB MIX USE SATA L IRONLINK 32GB DDR4 RDIMM 3200MT/S MEMORY 1 2 4 4 1 2 2 $6,775.00 $8,335.00 $571.00 $188.00 $8,335.00 $571.00 $188.00 $6,775.00 $16,670.00 $2,284.00 $752.00 $8,335.00 $1,142.00 $376.00 Shipping TOTAL $36,334.00 Prices will be honored for 30 days unless otherwise noted. Quote is subject to change based on availability/market conditions. THIS PRICE UST IS A QUOTATION ONLY AND IS NOT AN ORDER OR OFFER TO SELL. No contract for sale will exist unless and until a purchase order has been issued by you and accepted by Velasea. Acceptance by Velasea of any offer is expressly conditioned upon your assent to the Terms and Conditions of Sale set forth in Velasea's invoices. This quote is confidential within the broadest meaning of the word and shall not be disseminated to any third party without the expressed written permission of Velasea. Products quoted were selected by Velasea and are based on specifications available from you or at the time of the quotation, and are not guaranteed to meet bid specifications. Product specifications may be changed by the manufacturer without notice. It is your responsibility to verify product conformance to specifications. Any freight costs listed are estimates. All orders grant Velasea the license to deliver product as requested with updated firmware and any software requested. Technical Specs IronLink Standard DB/MGMT (Customized for CML) 1U Rackmount 4LFF Chassis Processor lx Intel E-2236 3.4GHz 6 -core Processors Operating System Windows Server 2019 Standard + SQL Server 2019 16GB (2x8GB) RDIMM 3200MT/s Memory Controller PERC H730p 2GB Cache Adapter OS (2) 240GB M.2 SSD (RAID 1) SQL / Transaction DE (2) 480GB Mixed Use SSD (RAID 1) Embedded Networking (2) 1GB Base -T Networking (2) 10GB SFP+ (2) 350W Power Supply Power Supply Warranty 5 Year ProSupport NBD Onsite with KYHD Management iDRAC9 Enterprise Technical Specs IronLink R212 Dual 4210R Server Standard - - - .- - • - Chassis 2U Rackmount 12LFF 2x Intel 4210R 2.4GHz 10 -core Processors Processor Operating System Windows Server 2019 Standard + 4 -cores Memory 96GB (4x8GB + 2x32GB) RDIMM 3200MT/s Controller PERC H750 8GB Cache Adapter OS Drives 2x 240GB M.2 SSDs (RAID 1) Hard Drives (3) 12TB Enterprise 7.2k SAS (RAID 5) SSDs 2x 960GB SSDs (RAID 5) Embedded Networkir g (2) 1GB Base -T (2) 1GB Base -T LON/ Mezz Slot Networking (2) 10GB SFP+ PCIe Slots available (1) PCIe x16 FH `I Power Supply (2) 750W Power Supply Warranty 5 Year ProSupport NBD Onsite with KYHD Management iDRAC9 Enterprise WELD COUNTY COURT HOUSE 77 CAMERAS/ 75 EXISTING / 2 NEW CAMERAS MILSTONE CORPORATE EDITION, 1YR SMA X1 MANAGEMENT SERVER X2 RECORDER SERVERS X1 FAILOVER DDN STORAGE LIVE DRIVE SPACE (SHORT TERM STORAGE PER MILESTONE DESIGN 1 OR 2 DAYS MILESTONE MANAGEMENT MILESTONE RECORDER #1 38 CAMERAS/LIVE DRIVE MILESTONE RECORDER #2 39 CAMERAS/LIVE DRIVE Dell Servers Core Switch MANAGEMENT SERVER MS SQL SERVER STAND. MILESTONE FAILOVER RECORDER IN THE EVENT RECORDER #1 OR #2 FAILS DDN SFA7990 LONG TERM STORAGE 90 DAYS RETENTION CATALYST 9300 24 PORT POE+ 715W POWER SUPPLY 10GB SFP MODULE IDF #1 IDF #2 * V * IP e "V IDF #3 IDF #4 DELL 3650 WORKSTATION 256 SSD 16GB MEMORY NVIDIA 4000RTX VIDEO CARD ,Q NORTHLAND SYSTEMS Date 12/14/2O2 Sales Proposal 27404 Terms NET DUE 30 DAYS Valid for 30 days Northland Systems, Inc SO 0 Customer Ship To Proposal By CML 1785 Suite Broomfield, UNITED SECURITY W. 700 160th CO STATES Avenue 80023 CML 1785 Suite Broomfield, UNITED SECURITY W. 700 160th Avenue CO 80023 STATES Northland 9560 Maple UNITED Systems. 85th Ave Grove, STATES MN Inc N 55369 Attn: Email: Tyler purchasing@cmIsecurity.us Roberts - 131-5 Attn: Email: Tyler purchasing@cmIsecurity.us Roberts - 1345 Attn: Phone: Email: Greg Contreras 763-398-6879 greg@northlandusa.com Direct Line Item Mfgr Description Qty Unit Price Extended 0001 C9300 -24P -E 0002 PWR-C 1-715WAC 0003 SFP-10G-LR 0004 C3850 -NM -2-10G 0005 C9300 -NM -8X CISCO CISCO CISCO CISCO CISCO Catalyst 9300 24 -port PoE+, Network Essentials Cisco Power Supply 715W for 3850/9300 series 10GBASE LR SFP MODULE Cat3850 4 x Gigabit Ethernet/2 x 10 Gigabit Ethernet Module 5 5 8 4 Catalyst 9300 8 x l0GE Network Module 1 Comments to Customer +++++WELD County Court House+++++ Full Name Thank You Greg Signature 4,400.00 525.00 390.00 750.00 2,200.00 22.000.00 2,625.00 3.120.00 3.000.00 2,200.00 Your Price $ 32,945.00 You may use this form as a purchase order. Initial the items you want to purchase, enter Purchase Order (if any), sign, then mail, email or fax back to us PO Generated with IQ reseller 12/19/2022 www.lQreseller.com 1 of 1 ACORE) D® CERTIFICATE OF LIABILITY INSURANCE DATE) 2/27/2023 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 Innovise Business Consultants 9780 S Meridian Blvd CONTACT NAmE Mary Cole PHONE FAX an. E:U: 720-401-8022 (AIC, No): 303-757-7719 Suite 400 nocolEss: certificate@trustinnovise.com Englewood CO 80112 INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Liberty Mutual Insurance Company 23043 INSURED CMLSECU01 CML Security, LLC INSURER B : Berkley Assurance Co. 39462 INSURER C: Hartford Fire Insurance Co. 19682 1785 W 160th Avenue, Suite 700 Broomfield CO 80023 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 896967932 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. INTR TYPE OF INSURANCE D L Syy Bp 2 POLICY NUMBER POLICY EFF (MM/DD/44) POLICY EXP (MM/DDrIYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y Y TB2Z91470206033 3/1/2023 3/1/2024 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 15,000 PERSONAL BADV INJURY $ 1,000,000 GEN, AGGREGATE LIMIT APPLIES PER: POLICY LI JECT LOC OTHER: GENERAL AGGREGATE $4,000,000 PRODUCTS - COMP/OP AGG $4,000,000 Deductible $ 25,000 A AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOS ONLY X HIRED AUTOS ONLY SCHEDULED AUTOS X NON -OWNED AUTOS ONLY Y Y AS2Z91470206023 3/1/2023 - 3/1/2024 =WING. LIMIT (Ea acc $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESS LIAR X OCCUR CLAIMS -MADE Y TH7Z91470206013 3/1/2023 3/1/2024 EACHoccuRRENCE $5,000,000 AGGREGATE $ 5,000,000 DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N A (Mandatory y in NH/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? rl (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y NIA WC6Z91470206043 3/1/2023 3/1/2024 X I STATUTE I I ERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B C Professional (Claims Made)/ Pollution (Occurrence) Builders tusk PCAB50176390323 34MSAA8533 3/1/2023 3/1/2023 3/1/2024 3/1/2024 Per Claim/Occurrence Policy Aggregate Retention $3,000,000 $3,000,000 $50,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Umbrella coverage extends over the underlying General Liability, Auto Liability and Employers Liability coverage. RE: Jail Control I.T. Storage and support Weld County; the State of Colorado; and any others as required by contract, are listed as Additional Insureds as respects General Liability, Auto Liability, and Umbrella Liability. Insurance is primary and non-contributory. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County 1150 O Street Greeley CO 80631 AUTHORIZED EPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* CML SECURITY ❑ New Entity? Contract Name* COURT HOLDING SECURITY UPGRADE Contract Status CTB REVIEW Entity ID. A00037123 Contract Description* UPGRADE SECURITY SYSTEM IN COURTS HOLDING Contract Description 2 Contract Type* CONTRACT Amount* $852,600.00 Renewable* NO Automatic Renewal Grant IGA Contract ID 6748 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman Qco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 03 1 1;'2023 03;1542023 Department Email CM- BuildingGrounds@'weldgov.c OM Does Contract require Purchasing Dept. to be included? Department Head Email NO CM-BuildingGrounds- DeptHeadAweldgov.com Will a work session with BOCC be required?* NO County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEYUEWELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* Renewal Date 1 2,''31 12O23 Termination Notice Period Committed Delivery Date Expiration ©ate* 12:31 `2023 Con! Purc Info Contact Name log Approval Process Department Head TOBY TAYLOR DH Approved Date 0311312023 Final Approval 1OCC Approved BOCC Signed Date 11OCC Agenda. Date 03(20;2023 Originator SGEESAMAN ion Contact Type Finance Approver CHERYL PATTELLI Contact Phone 1 Contact Phone 2 Purchasing Approved Date Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 03114; 2023 03,''14; 2023 Tyler Ref I AG 032023 Hello