Loading...
HomeMy WebLinkAbout20213263.tiffPROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND TECH ELECTRONICS OF COLORADO, LLC THIS AGREEMENT is made and entered into thisdday of , 202? by and between the Board of Weld County Commissioners, on behalf of the Facilit s Department, hereinafter referred to as "County," and Tech Electronics of Colorado, LLC, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required 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 services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached 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 (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2100140. Exhibit B consists of Contractor's Response to County's Request. 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 further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. CnnW" ofobi 2,Z 2oU - 32t�3 b./o.��aa R��0023 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party 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 under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum ofthe amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. b. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $33,510.00 for installation of equipment, and $990.00 a month for monitoring fees as set forth in the Exhibits. No payment more than that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration ofthis Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29- l -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 (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 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 the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer Blur generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this 3 ' Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. .13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement,, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive, subrogation rights against County. • . ••V R • • .. •, ; •-, , . yx / • { ! • •• • • s / •, .•i./� / ..'` P Diu -� •]t• �`y • ..rr r • . . f • / A a. Types of Insurance. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their 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 prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Reauiremcnts. 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. 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 law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreeiticnt. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County 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 Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agrecment or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent requircd by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays A 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. IS. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Craig Lubbers Position: CFO Address: 12405 Grant St. Address: Thornton, CO. 80241 E-mail: craig.lubbers techelectronics.com Phone: 303-438-8038 TO COUNTY: Name: Toby_Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: ttaylorc,weldgov.com Phone: 970-400-2020 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. 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. 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 by 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 County 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 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. 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 requirements) shall survive any such expiration or termination. 25. 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. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-I0-101 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 be an incidental beneficiary only. 28. 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. 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 with said laws, rules and/or C 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. 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 with 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 under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not 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 this Agreement 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 subcontract 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 Contactor 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. 31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf h 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, 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. CONT Tech ectro 'cs of C lorado LLC By: Name: / Craig Lubbers Title: CFO WELD COUNTY: ATTEST: Weld CA itv Clerk to the Board BY: L -,4 - Deputy Clerk 10 12/13/2021 Date of Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO James, Chair JAS! 03 2c22 as -3aeo3 INSTALLATION PRICING ADDRESS 1008 9th Street FIRE ALARM PANEL BRAN(MODEL 4 smokes report throuNk Burg TECH ELEC. $999.00 $1,200.00 DICTOGUARD $1,325.00 OTTEM $1,360.00 DEN= $1,147.66 TOTAL FIRE ADT $1,480.00 $5 .00 1 $1,536.00 2 1101 H Street FireLlte 5024 $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 3 1104 H Street FlreLfte MS -9200 $999.00 $1,200.00 $1,325.00 $1 00 $1,147.66 $1,53600 $1,980.00 $5,000.00 4 1105 H Street RreLite MS -9200 $999.00 $1200.00 $1,325.00 $1,360.00 $1,147.66 $4704.00 $1480.00 $5,000.00 5 1111 H Street Silent kni&it SK -5208 $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536.00 $2,480.00 $5 .00 6 1121 M Street FireLlte $999.00 $1,200.00 $1325,00 $1,360.00 $1,147.66 $1,536.00 51,980.00 $5,000.00 7 1150 Q Street FlreLlte $999.00 $i 200.00 $1,325.00 $1,360.00 $ 147.66 $1536.00 $1,980.00 $5,000.00 8 1250 H Street Flrel lte MS-9500ULS $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1536,00 $1,480.00 $s,000.OO 9 1301 N. 17th Avenue RreLite $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536,00 $1,980.00 $5,000.00 10 1311 N. 17th Avenue Simplex 4001 reports throw Bu $999.00 $1,200.00 $1,325.00 ji280.oO $1147.66 $1,536.00 $1,980.00 $5,000.00 12 1390 N. 17th Avenue FireLlte $999.00 $1,200.00R$Ig325,M 00 $1,280.00 $2147.66 $536.00 $2 00 $5,000.00 12 1399 N. 17th Avenue Silent Knight 5808 $999.00 $11200.0000 $1,360.00 $1,147.56 $1,536.00 $2,480.00 $5,000.00 13 1399 N. 17th Avenue E FireLite ES -50X $999.00 $1,200.00$1,325.00 $ 280 00 $1,147.55 $1,535.00 $1,980.00 $5,000.00 14 1401 N. 17th Avenue FlreLite M5-9200 $999.00 $2,200.0000 51,280.00 $2447.56 $1,53b,a0 $1,981100 $5,000.00 15 1402 N. 17th Avenue FireLite $999.00 $1,200.00.00 $1,280.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 16 1551 N.17th Avenue RreLlte MS -9600 $999.00 $1,200.00.00 $3280.00 $1,147.66 $1,536.00 $1,980.00 55,000.00 17 1555N.17th Avenue FlreLite $999.00 $1,200.00.00 $ 280.00 $1147.66 $1,536.00 $2,480.00 $5,000.00 18 1950 0 Street Flretlte MS•9200 $999.00 $1200.00.00 $1,280.00 $1,147.66 $1,536.00 $2,480.00 $5000.00 19 29509th Street, Ft. Lu n RreLite MS•9200 $999,00 $1,200.00.00 $Li280.0O $1147.56 $4,704.00 $1,980.00 $5,000.00 20 3115 35th Avenue RreLlte MS•9200 $999.00 $1,200.00 $1325.0O $1,280.00 $1,147,66 $1,536.00 51,980.00 $5,000.00 21 315 N. 11th Avenue FIreLite MS -9050 $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 22 315 N. 11th Avenue Silent Kni $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.65 $1536.00 $2,480.00 $5,000.00 23 315 N. 11th Avenue FireLite $999.00 $1200.00 $1,325.00 $1,280.00 S1,147.66 $1,536.00 $2,480.00 $5,000.00 24 4209 WCR 24 , Are RreLlte $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $4,704.00 $1,980.00 $5,000.00 25 5500 State I lucy 52, Ed Vista128FBPT w/Simplex 4001 $999.00 $1,200.00 $1,325.00 $3,440.00 $1,147.66 $1,S36.OO $1,980.00 $5,000.00 26 5698 WCR 34, Mead Silent knlxl.t $999.00 $3.2O0.0O $1,325.00 $1,440.00 $1,147.66 $1,536.00 $1980.00 $5000.00 27 822 7th Street RreLlte MS-9600UDLS $999.00 $1,200,00 $1,325.00 $ 600.00 $1,147.66 $1,536.00 $ O.00 $5,000.00 28 901 10th Avenue FlreLite $999.00 $1,200.00 $1,325.00 $1,600.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 29 9019th Avenue MircomXF-350 $1,200.00 $ 200.00 $1,325.00 $1,500.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 30 915 10th Street RreLlte MS -9600 $1,200.00 $1,200.00 $1,325.00 $1,600.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 31 915 10th Street FreLite MS -9600 $1,200.00 $1,200.00 $1,325.00 $1,600.00 $1,147.66 $1536.00 $2,180.00 $5,000.00 32 918 10th Street Rretite MS -9200 $999.00 $1,200.00 $1,325.00 $1520.00 $1,147.66 $2,536,00 $1,980.00 000.00 33 934 9th Avenue Flrellte MS -9200 $999.00 $1,200.00 $ 325.00 $160.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 34 Spare equipment Included $1,200.00 $1,150.00 $1,455.00 Included $1,165.00 Included Included 35 Other Fees $16,500.00 INSTALLATION TOTAL] $33,570.001 $40MO,00I $44,675.00- $54,37278 $365.000.00) ADDITIONAL ITEMS Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 11500 STREET GREELEY, CO 80631 DATE: OCTOBER 21, 2021 BID NUMBER: 82100140 DESCRIPTION: FIRE ALARM WIRELESS MESH RADIO EQUIPMENT DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE: NOVEMBER 9, 2021 BID OPENING DATE: NOVEMBER 19, 2021 FIRE ALARM WIRELESS MESH RADIO EQUIPMENT it ..1,!_'J..!Tl !,l y.fl ! �' j',j] I." _ 1 { ► Il. r.. r -TI .1. rll�l IVT 1 a iupc I Ya 1 I I 711 _41 11 , tk7lk7 �_ t7 ,, . t MEM Phone number: 720439.5261 Phone Conference ID: 71205345 •.• to • L! ,T:1 U.. iLfTi'S'1t12 Ltt i tfijj JiI! 4i,q t 'tT ttta ._j4itj L 3Th+i1 : if Ai iri 1 1 1 s o M G I = 1 a I - • _ : r • 1. 111 t 7, 1. 7 74,' 1�-�71 « • I1.. I! 1 • . • a '1 . • ci _1 : t 1• Email. Entailed bids are required. Bids may be emailed to bldsAt.uidp .i.com. If your bid exceeds 25MB please upload your bid to id m. The maxflum file size to upload to Bid Net is 500 MB. PDF format is required. Entailed bids must include the following statement on the email: I hereby waive my right to a sealed bids'. An email confirmation will be sent when we receive your bidlproposal. Please call Purchasing at 970.400.4222 or 4223 with any questlians• 3. GENERAL PROVISIONS: Fr.4!-.. l► 'rc f I i ►•,rc i': r ✓.i i-1_f�i ••I:19r : I rI =.: :•_ 7►': Y. ► ] I : V i I • 1 / = 1 = '.r�r+► /i'. I _ • • 1 ♦�. 1 1 - 1 =i. : f1 1 .• 11 1 _ • • { = 1 = I(c1 - • r ."i i 1 - • { i !' 1 :v i ► - - 1 1 I • 1 I :'R : 1 I• • I. • '!4' 1 ••: I • _..; I " w1 ♦ = 'I • •-! N r .I !'. :v•. I IT • '1: IW' ► F• :1 1 I _ FI f iM. i • / I - r jr • 1 • l( �.. lei { - : r ur I •. • :I r' • •11 ► z F . • u1 ♦ • i 1 1 . 1 ► ti ►f: 1 = 'i 1 ♦ i :: Ij 'r v 1 _ • • / ti ! •I_ I -.V • u. r.a - • 1 1 •- ✓b r1 ► • 1;•: I. I ♦ •y. r i FI / • .:I=-• { I• F► E : t l: ► • 1 • I : ! i f F'' G ! : { .' I C _'j' 1 1;] .filiiI' I s'j '1' (:' • • I .iji j;Nt.;]mJyIi': €'1i ' I.I 1 is r =�r ;i L;t ��Th)*1 1� jj L1d1ffk i i:C' . { 1 'I { - ♦•f rs. I • • i..v. 1' 4: • 1 �..: : i : • s i'i tii , F) tj&,I1 t;ii t 1;fl tt. 'L1 :i • 0. • i i 7 { ! F'J _{ " t S I I _ rC • � 1 r {, : "'l�I =( ! ! ! - r' i :F i • i. i:.• ♦ ►.r !. :i=�4 k!1ft;1 �i :�i i I : i C. � � '.:_ 1 If: 7 : • 7 1 } : F• 1'. .•+ : • = 1 : 1 : • • ♦ I ! H. 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 bidde(s completion of the responsibilities described In the Bid. J. Extension or Modification: Any amendments or modllications to this agreement shall be In writing, signed by both parties. BID REQUEST OB21001#0 Pape 2 • ! ♦ ��.1i !!!� fly••::.:' 1 ! :7'i-i -.p.�• • I FT'.� sl: ' _ . { _ { I t �'] �,i.. 1 ! L' (`::i a YhL • • 1 . n FC t i t . t fa = • J f AI ! I! a 1 - Y ! .' 'A • I - f' t' / •' '• 5 . . (C ''1 T -. u- . . IJ 1 _ . 1 . - • 1_ { t L tit' I -. )+ . . 1 +. r I . . - . _;! } } F3 f' e. a l 'r.,.:;a. . a'to- 7. h • 1 FL- us,- . • ! tII i r `. Y _ • ht . Mr 1=1� -: • 11&kt± k;;a 1ix2,idSP4t ',a.- ,: - 1ktT IL I.i - R. 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. BID REQUEST #82100140 Page 3 Fire Alarm Wireless Mesh Radio Equipment This bid Is for the turn -key addition of AES wireless mesh radio communications to the Weld County fire alarm systems In 34 buildings, SPECIFICATIONS 1. Contractor shall provide and install thirty --three (33) AES 7707P-88-Ut,P-M IntelliNet 2.0 Fire Subscribers. Only AES radios accepted. Substitution of another model requires pre -approval by the County. 1 +: G 5 • +: ' i i i r r i r • - i i i.6- - i �Yai' r r� :.+ - - 7 _ + .'r 'XVJ wi t!ti'e4 +:r + i r • it li + r r + • r+ Ir +i i R G • - • I Vb• + - • is + ri 1 : =Y . K;+'I prim; = r- J Y 1 : :"• • I • I: i"'Y' ''i : _ 7 Y 1 BID REQUEST X100140 Pape 4 PRICING Provide pricing for each building along with a total. If there are additional fees, please describe. Address A►�+e Alarm Ptrnat Are Communicator Cost WandtModel I 1008 9th Street 4 smokes report through Burg 2 1-1-01 H Street FlreLite 5024 3 1104 H Street FireLite MS -9200 4 1105 H Street FireLite MS -9200 5 1111 H Street Silent Knight SK -5208 6 1121 M Street FireLite HoneylNeli HWF2 COM 7 1150 O Street Fireute Honeywell HWF2- 8 1250 H Street FireLite M&-9600ULS COM Honeywell HWF2- 9 1301 N. 17th Avenue FireLite COM Simplex 4001 reports through HoneyWell HWF2- 10 1311 N. 17th Avenue Burg COM 11 1390 N. 17th Avenue FireLite Honey 12 1399 N. 17th Avenue Silent Knight 6808 O COM 13 1399 N. 17th Avenue Bldg 2 FireLite ES -50X Honeywell HWF2- COM 14 1401 N. 17th Avenue FireLite MS -9200 15 1402 N. 17th Avenue FireLite 16 1551 N. 17th Avenue FireLite MS -9600 17 1;555 N. 17th Avenue FireLite 18 1950 O Street FireLite MS -9200 Honeywell HWF2- 19 2950 9th Street, Ft. Lupton FireLite MS -9200 COM 20 3115 35th Avenue FireLite MS -9200 21 315 N. 11th Avenue FireLite MS -9050 BID -REQUEST #82100740 Pages 22 315 N. 11th Avenue Silent Knight 23 315 N. 11th Avenue FireLite 24 4209 WCR 24 112, Firestone FireLite 25 5500 State Hwy 52, Erie VJsta128FBPT w1Simplex 4001 28 5698 WCR 34, Mead Silent Knight StarUnk SLE- LTEVI-CFB 27 822 7th Street FireLite MS-9600UDLS 28 901 10th Avenue FireL 29 901 9th Avenue Miroom XF-350 30 915 10th Street FireUte MS -9600 31 91510th Street FireLiteMS-9600 32 918 10th Street FireLite MS -9200 33 934 9th Avenue FireLite MS -9200 TOTAL $ •, - GRAND TOTAL EQUIPMENT DELIVERY ! START DATE The undersigned, by his or her signature, hereby acknowledges and represents that: bid1 R 1 9.5. -: 1 i:- a I 1 f 1. p P I o a • a :e S f i. ... i. : - 1 1 1 t i authorized to ii I Y S !..: a 1 1• - 1 •. • a T V•i /'' 1 ICY 1 _ i t * f'= r- I t ' { •f • - • • .2. I - { Ff+ M: • { 1 a : { 1 • I--5 • 1 • I ! 1 • !•:I - •2u1-;-: :.41 I FIRM CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID 0 PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID'* WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO.%NDBACK PAGES 1 A a• ATTEST: Weld County Clerk to the Board BY• Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ki• �. APPROVED AS TO SUBSTANCE: BID REQUEST 682100140 Page? FIRE ALARM MESH RADIO EQUIPMENT Question & Answer 11-9-2021 8-2100140 1. Cana date be setup for a second visit so the signal strength In buildings can be tested? Answer: At the end of the pre -bid meeting, a date of Tuesday November 16, 2021 was established to allow vendors to meet and be escorted to whatever buildings they desire to conduct signal testing using their own equipment. The time to meet is 8:D{} AM at the Facilities Building located at 1105 H Street, Greeley, CO. FIRE ALARM WIRELESS MESH RADIO EQUIPMENT Questions Ile Answers No 2— Posted 11/18/21 B-2100140 1. Question: The bid specifications do not show the Jail. Yet, the building diagrams do. is the Jail part of this mesh radio equipment project? Answer: No. Building list in contract defines the scope of work, some additional building plans were part of the reference package. 2. Would your team be open to lease equipment? Our team offers a lease option where we supply all equipment and upfront labor at no initial cost for a month fee that would indude monthly monitoring, lease of equipment and free service to equipment. Answer; Facilities not interested in leasing at this time. 3. Should any of the buildings have a NETCON 5 reading at the fire command center. Does your team still require the devices antenna to be place on the outside of the building? Answer: Reliable NETCON 3 Is all that Is required. 4. Is there an outlet near fire alarm panel available to be used for the radio dialer at all locations? Answer: Power outlet will be available and/or provided by County. A. If not will our team be contracting an electrical company to provide necessary electrical outlet? Answer: NA B. How many sites do not have an electrical outlet near the fire alarm panel If any? Answer: NA S. What is the proposed length of contract for the fire alarm mondng? Answer: Annual term(s) 6. is it necessary to provide the per building monthly cost for the fire alarm monitoring? Answer: Yes. 7. Willa fire alarm permit be required for each building Installation? Answer. NA 8. Do we need to provide an electrical contractor for the 120 volts required for the AES? Answer: No. Power outlet will be available and/or provided by County. 1 FIRE ALARM WIRELESS MESH RADIO EQUIPMENT Questions & Answers No 2— Posted 11/111/21 8-2100140 9. Is there a tentative finish date? An:wei Fe ruefr 2022 10. Number Sin the bid dots of 82100140 specifiess one of each of the specified devices so is this 66 total pieces or 34 total? Answer: Provide Qty 1- AES 7707P48-ULP-M Provide Qty 1- AES 7263-UAM Provide Qty 1- AES 7210-3 3dB Provide Qty 1- AES 7230 11. At the pre -bid meeting, one vendor asked to perform testing at the Jail. And a second visit for testing was offered to all. Will any results of those findings be provided? Answer: The results from Ottem Electronics is In the attached memo. 12. In the spec, it lists 34 buildings on page 4. Further down it lists 33 Fire Subscribers under item 1 and 33 addresses In the list. Item 5 lists a spare set. Is It 34 total with spares or 35 total with spares? Answer: The total Is 34. Thirty-three (33) for buildings per Item I of bid. And one (1) for spare per Items. 13. Can I assume the pricing should also include monitoring? Answer. Yes. Include any additional fees to make the system operational/sustainahle in the "Other Fees (deerribe) _. line Item. Use additional space/pages as necessary. 14. Please confirm the communication transmission pratecol desired between the FACP(s) and AES Radios to Monitoring Central Station. a. Alarm, Trouble, Supervisory b. Point Reporting (contact 10 etc.) c. Other (elaboration required) Answer. We desire minimal modification to the existing alarm system. There are a mix of panels and programming that were available for viewing during the mandatory pre -bits meeting. There will be Alarm/Trouble/5upv, and Point and Zone panels. 2 Ottem Electronics, Inc 32787 CR 61 finely, Co MI 1111612021 RE: Weld County AES mesh network partial site survey results To Whom It May Concern: On 11/16/2021 a partial site survey for mesh network connectivity was done at several of the county's downtown Greeley locations. These locations included the Chase building, 822 7" St, the District Courthouse, 901 9" Ave, Courts Holding, 91510" Ave and the Centennial Center parking garage, 91510" Ave. At the Chase building, a netcon reading of 6 was obtained at the FACP; netcon 5 was obtained externally on the north side of the building. At the District Courthouse, a netcon reading of 6 was obtained at the FACP; netcon 5 was obtained externally at the parking garage ramp to the west of the FACP. At Courts Holding, a netcon reading of 6 was obtained at the FACP; netcon 5 was obtained at the base of parking garage ramp to the north of the FACP. At the Centennial Center parking garage, a netcon reading of 6 was obtained at the FACP; netcon 5 was obtained at the base of parking ramp to the west of the FACP. Sincerely: Reid Ottem Ottem Electronics, Inc. Exhibit B TECH Weld 00140 Bid Request AB21op14o Fire Alarm Wireless Mesh Radio Equipment The Power of Connection and Protection' Weld County Purchasing Department Weld County bids *weJdgov.corn RE: Request for Proposal - Fire Alarm Wireless Mesh Radio Equipment Project: Fire Alarm Wireless Mesh Radio Conversion & Monitoring November 28,2021 Tech Electronics of Colorado Is pleased to provide this proposal for the fire alarm wireless mesh radio equipment for Weld County. Tech Electronics has been serving Colorado, Kansas, Missouri, Illinois, and Indiana customers for over 58 years. Since 1963 Tech Electronics has been designing, installing, and servicing Fire Alarm, Security, Voice Over IP, Data, Sound/Audio Visual, Nurse Call, Emergency Call, Intercom and Mass Notification systems. Tech Electronics has a tremendous amount of experience installing, Inspecting, monitoring, and servicing Fire Protection Systems. Tech Electronics of Colorado A Colorado Corporation 12405 Grant St. Thornton, CO 80241 www.techelectronim.com Phone: (303) 438-8088 Tax ID: 81-4898809 Duns: 03-110-3153 Tech Electronics has fully reviewed, read, understood, and agreed to all sections listed in the Invitation to Bid #B2100140. including supplementary documentation. We Intend to supply services as specified within this response. We thank you for this opportunity and look forward to working with you. Sincerely, Oscar Arredondo Managed Systems Specialist Phone (720)387-0717 gargrredondoiItechelectronics.com TECH ELECTRiNIC! PRICING Weld County Bid Request #82100140 Fire Alarm Wireless Mesh Radio Equipment The Power or Connection and Protection Provide pricing for each building along with a total. If there are additional fees, pkww describe. Addnea . AS. Paid &snd'lodW HIS CCSDNudwomr Coat 1 1008 9th Street 4 smokes report through 9urg 2 tt01 H Street FtceUte 5024 3 1104 H Street FlreLite MS -9200 4 1105 H Street FireLite MS -9200 5 1111 H Street Silent Knight SK -5209 6 1121 M Sweet FireLke Honeywell HWF2. COM 7 1150 0 Street FireLlte 8 1250 H Sheet FEreLits MS-9600UL3 Honeywell HWF2- Honey COM 1199 9 1301 N. 11th Avenue FlreLlte HaneyWell F2- COM 10 1311 N.17th Avenue Simplex 4001 reports through Honeywel HWF2- Burg COM 11 1390N.11thAvenue FireLita 12 1399 N 17th Avenue Silent Knight 6808 Honeywell HWF2- COM nfl 13 1399 N. 17th Avenue Bldg 2 FlreLite ES -50X Honeywell HWF2- COM sue 14 1401 N 17th Avenue FkoLlte MS -920 15 1402 N. 17th Avenue FreLiteS 16 1551 N. 1 th venue FlreLlts S- 00 17 1555 N. 17th Avenue AreUt. 18 1950 O Street FireiJie MS -9200 $999 19 2950 9th Sweet, Ft. Lupton F1raLits MS -9200 HoneyWel HW - COM X899 20 3115 35th Avenue FireLite MS -9200 21 315 N. 11th Avenue FF Ute MS -9050 BID REQUEST #92100140 Paps 5 CERTIFICATE OF LIABILITY INSURANCE DATE w=wf7M 5/17/2021 THIS CERTIFICATE is ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(3), AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER. IMPORTANT: It the cerUftcats holder Is on ADDIT the tense and conditions of the policy, certain poll certificate holder In lieu of such endorasmanfls). Paooucee J.W. Terrill, a Marsh & McLennan Agency LLC Co 825 Maryvhle Centre Drive Suite 200 Chesterfield MO 63017 PISURED Tech Electr.I nlc , Inc. 6431 Manctieater Road Saint Loula, MO 63139 COVERAGES IL INSURFO, the policypes) must be endoreed. If SUBROGATION IS WAIVED, sutlsect to may require an endorsement. A etstsment an this certificate don not confer rights to the CERTIFICATE NUMBER: 423833507 s'SURER D: REVISION NUMBER; THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF F SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IER TYPE OF INSURANCE NUMBER ea Lamms A X COMMERCIAL OEN$RAL CITY CLAIMSMADE [K] I OCCUR GEML AGGREGATE UuIT APINUER PER POLICY I X1EI& [1 LOC OTH CPPae1e01 611712021 SM7170f EACH OCCURRENCE E 1 DD O0D VISES _ OMMI MED EXP ona I S 1 GOO $10 00D PERSONAL &ADV INJURY 3 1.X0 GENERAL AGGREGATE $ ZOOO PRODUCTS - COIIIPIOP AGO 52.2%= S B AUTOMOBILE LIASLITY X ANY AUTO ALL OWNED AUTO SOIEDULED AUTO X HIREDwras X NOTO�D CA2DTs0481BO6 61712021 9171 BODILY INJURY (Per pun ) $ BODILY INJURY (Per eoiids S E S C X UMMELLA UAB X EXCEss LIW OCCUR OLAJMS-MADE CU2D461521A02 511712021 S117120E2 EACH OCCURRENCE $1 ODQODo AGGREGATE $10 OOO.OOD DEC) X RETENi N $ B wD M 4mlSATION ereN AND EN .OYERS' LJABOJTY Y! N ANY PROPRIETORIPARTNERECUTNE A7C000 OFRCERMEMBER EXCLUDED? (Maddare17 N NH) If yam, dea0lB�e 4aMar DESCRIPTION RATIONS NIA WYC2W8 501605 6M712021 0117@022 X T E.L EACH ACCIOENT $ 1 E.L DISEASE - EA EMPLOY $1 000 E.L. DISEASE - POUCY UMR S 1/N).000 A Leand'Raaod CPP2D➢Es4B1901 N1712Q21 5M7FAW Unit I3 000 DeduaYda 6 DEBr1rIPTION OF QSA71ONt I LOCA1OI$1 VEHICLE$ (ACORD 101. AddlJoul IYn�dn SWIndulo, my ha atdclwd if mere epees w.gidndt 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. FOR INFORMATION ONLY AUITIORMTIEPrTATaIE F C 1983-2014 ACORD CORPORATION. All rights reserved. ACORD 26 (2A14101) The ACORD name and logo are rSlgistnd marks of ACORD TECH Weld County Bid Request #82100140 Fire Alarm Wireless Mesh Radio Equipment The Power of Connection and Protection' 22 315 N. 11th Avenue Silent Knight 110! 23 315 N. 11th Avenue F1reLite 24 4209 WCR 24112, Firestone Firatite YlstelPT wlSimplex 25 5500 State Hwy 52. Erie 4001 26 5698 WCR 34. Mead Silent Knight SterUnk SLE- LTEVI-CF13 nag 2 R2 7th Street FireLita MS-96000OL9 28 901 10th Avenue FireLite 29 901 9th Avenue Mircom XF-350 $10zoo 30 915 1th FreLite MS- $12o0 31 915 10th Street FiraLito MS -9600 $1100 32 918 10th Strept F1reWa MS -9200 33 934 9th Avenue F1retle MS -9200 =009 33,070 `Monily Fire Alarm Monitoring Pee per account wilt be billed at $30.00 a month. 'When awarded detailed schedule of site convanlon date will be provided to Weld County Contact prior to project start date. [sjl 1 1 a —; I.... ^1.111 GRAND TOTAL $ NA $x.070 EQUIPMENT DELIVERY! START DATE January 3, BID REQUEST JB2100140 Pape 6 TECH ELECTRONICS Weld County Bid Request #82100140 Fire Alarm Wireless Mesh Radio Equipment The Power of Connection and Protection The underalgrled, by his or her signature, hereby acknowledges and represents that I The bid proposed herein meats all of the conditions. specibcations and spaciai provisions set borlh In the request for proposal for Request No. 1182100140. 2 The quotations set torn herein are exduslve of any federal excise taxes and all other dais and local tarn.. 3. He or she fs authorized to bind the beiow•named bidder far the amount dawn on the accompanying proposal sheets. 4. The signed bid submitted, MI of the documents of the Request for Proposal contained herein (Induding. but not Nmited 10 the pmdud speciflcallons and scope of eerAcael. the formal acceptanta of Uo bid by Weld County, and signature of the Chair of the Board of County Conmin sirenera, together constitutes a cortuct. with the contract date being Its date of signature by the Chair of me Board of County Commissioners 5. Weld County reserves the right to reject any and aN Si. to waS any IS!: ty in the bids, and to accept tee bid that, in the opinion cane Board of County Commissioners, is to the best ink mats of Weld County. The brd(sl may be awarded to more than one vendor. FIRM T • D .rff PRINTED SIGNATUI E-MAIL uela.irb DATE 11116/2021 "ALL BIDDERS SHALL PROVIDE A WAY WITH THE SUBMISSION OF THEIR BID" WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS 8$.0355140000. ATTEST: Weld County Cie* to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO MOrorro, l'x APPROVED AS TO SUBSTANCE. Controtar Farm W 9 BV. October 2010) Inc. Request for Taxpayer Identification Number and Certification ► Go to wweecfa ov/FwmltS for irletrltCtlans end the latent TriforinaUon, z nuerrrees nemararsregamw enmy name, IT orrromm mom aawro Tech Electronics of Colorado, LLC; Tech Electronics a Check appropriate box for hrderel tax dreetliratbn of the pan whose nave to errtwd on Ins 1. Chock orgy one of the (Mowing esven boxes. ❑ irdMchmVeole p ostor or ❑ C oorporatbn ❑ S Carporetlon ❑ Pannenhlp O Trrreyeslata o dnWs-member LLC ❑ Llmhad bkbMy compwr/. Enter the tax class Win (CC corporation. 9=S Carporetlon, P.Pertnershipi ► Note: Check the sppraprlaM box In the Ins above for the tax dnatllcatlon of the stngle•manilm owner. Do net chair LLC K the LLC Is estdfled as a afngInncnta LLC that is dingerded from the owner unlen the owner of the LLC Is d another LLC that Is not d1orelpardmd from the owner for US federal tax purposes. Otherwise, a .male-mmdler LLC the Is dimegerded from the owner ahaM arxk me appropriate box for the tax clasethcatim of @e owner. L37 s(number,street, end apt. orsulteno.)See inetructlone. Requester's name nchester Ave. MO 63139 Give Form to the requester. Do not sound to the IRS. 4 Exemptions (codes apply arry IC certain antltas, not IndMdesb; use Inalnrctlarrs an page 9}: FaenpiIon from FATCA reporting code Qf any) Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid I so reeanldf member backup withholding, For Individuals, this Is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregrdad entity, see the instructions for Part I, later. For other I - - endtlss, It is your employer identification number (EIN), If you do not have a number, see Now to gat a TW later. or Note: If the account Is In more than one name, see the Instructions for line 1. Also see What Nuns and fie__ idendillosson nwber Number To Give dwuesew for guidelines an whose number to enter. For Tex Reporing 4 3— 1 3 0 8 4 0 3 Certlfieraatjan Physical LocaulAn 9 1 - 4 a 9 I 9 0 9 Under penalties of perjury. I certify that: 1. The number shown on this form Is rry correct taxpayer Identification number (or I am welting fora number to be issued to me); and 2.1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (a) I have not been notified by the Internal Revenue Service (IRS) that I am subieci to backup withholding as a result of a failure to report al Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3.1 am a U.S. citlsen or other U.S. person (defined belovilk and 4. The FATCA code(@) entered on this farm (f any) Indicating that I am exempt from FATCA reporting In correct L. .'.I. I "lYw fa. P 1 • I I•. Y'. A_- . • .:I F\`. 1 II • •• • { .L \ •Iitr a. 1"I 03126/2020 General instructions a Form 1099 -HIV (dIvkferrda, Including those from stocks or mutual funds) :. I• ♦ ' '_i • . 1.. .. .• . :Ill -. tllip An Individual or entity (Form W-8 requester) who Is regaled to file an 'information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social seaurtty number (3SN), Individual taxpayer td@rrtifkatlan number QTIN), adoptlan tmtpayar Identificdtlon number (ATIN), or employer Identification number IN), to report on an information return the amount paid to you, or other amount ndpertE ble an an Information return. Examples of Information returns Inckrds, but are not limited to, the following. ■ Form I t19B-INT Qnterast awned or paid) 19 C i n. i I ♦- _ I r- 1 - H I . • 1 - Y ♦ . . . •• • I . I Y ♦ .. . . •• I. :1 I i I. Got NA 1 i?4 Frxml Yif {Fte. t4-aellt� New Contract Request Entity Information Entity Namet Entity ID* TECH ELECTRONICS OF COLORADO pp00042893 Contract Namet FIRE ALARM MESH RADIO Contract Status CTS RE1EW ❑ New Entity? contract ID 5460 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman-comeld.co. us Contract Description* FIRE ALARM MESH RADIO INSTALLATION S3357000 & MONITORING $990M0 MONTHLY. Contract Description 2 Contract Type* Department CONTRACT BUILDINGS AND GROUNDS Amount* Department Email S33,570.00 CM- 13uildingGrounds eldgov.c Renewable* om NO Department Head Email Automatic RenewaJ CM-BuildingGrounds- DeptHead rreldgov.com Grant County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEYg` ... LDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter Contract ID Parent Contract ID Requires Board Approval YES Department Project I Requested ROCC Agenda Due Date Date* 12/18/2021 12;222021 ► iill a work session with 13DCC be required?* NO Does Contract require Purchasing Dept. to be included? YES B1d/RFP #* E2100140 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnRase Contract Dates Effective Date Review Date* Renewal Date 12/05:/2022 Termination Notice Period Committed Delivery Date Expiration Date* 01;02;2023 Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 12114'2021 Final Approval BOCC Approved YES i?OCC Signed Date 01,03/2022 BOCC Agenda Date 01/03i2022 Originator SGEESAMAN Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approved Date 1 2:28?2021 Finance Approver CHRIS D'OVID1O Finance Approved Date 12,15/2021 Tyler Ref I 2021-3263 Legal Counsel BOB CHOATE Legal Counsel Approved Date 12`16,2021 PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 December 1, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Fire Alarm Mesh Radio; B2100140 As advertised, this bid is for installation of mesh radio system for the fire alarm panels at various buildings. The low bid is from Tech Electronics and meets specifications. Therefore, the Facilities Department is recommending the award to Tech Electronics for this project in the amount of $33,570.00. In addition, Tech Electronics proposed an annual monitoring fee of $30.00 per month for each location. This monitoring fee is also the low response to the bid. Therefore, the monthly monitoring fee is recommended and will be evaluated annually as a maintenance item. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 12.1 O%' ZOZI -32 (93 &&0023 INSTALLATION PRICING ADDRESS FIRE ALARM PANEL BRAND/MODEL TECH ELEC. ` � DICTOGUARD OTTEM { TWA UPL a ✓.& ✓] P MERIDIEM" =; TOTAL` FIRE ADT 1 1008 9th Street 4 smokes report through Burg $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536.00 $1,480.00 $5,000.00 2 1101 H Street FireLite 5024 $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 3 1104 H Street FireLite MS -9200 $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 4 1105 H Street FireLite MS -9200 $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $4,704.00 $1,480.00 $5,000.00 S 1111 H Street Silent Knight SK -5208 $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 6 1121 M Street FireLite $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 7 1150 0 Street FireLite $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 8 1250 H Street FireLite MS-96000LS $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536.00 $1,480.00 $5,000.00 9 1301 N. 17th Avenue FireLite $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 10 1311 N. 17th Avenue Simplex 4001 reports through Burg $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 11 1390 N. 17th Avenue FireLite $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 12 1399 N. 17th Avenue Silent Knight 6808 $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 13 1399 N. 17th Avenue FireLite ES -50X $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 14 1401 N. 17th Avenue FireLite MS -9200 $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 15 1402 N. 17th Avenue FireLite $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 16 1551 N. 17th Avenue FireLite MS -9600 $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 17 1555 N. 17th Avenue FireLite $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 18 1950 0 Street FireLite MS -9200 $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 19 2950 9th Street, Ft. Lupton FireLite MS -9200 $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $4,704.00 $1,980.00 $5,000.00 20 3115 35th Avenue FireLite MS -9200 $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 21 315 N. 11th Avenue FireLite MS -9050 $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 22 315 N. 11th Avenue Silent Knight $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 23 315 N. 11th Avenue FireLite $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 24 4209 WCR 24 1/2, Fire FireLite $999.00 $1,200.00 $1,325.00 $1,280.00 $1,147.66 $4,704.00 $1,980.00 $5,000.00 25 5500 State Hwy 52, En i Vista128FBPT w/Simplex 4001 $999.00 $1,200.00 $1,325.00 $1,440.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 26 5698 WCR 34, Mead Silent Knight $999.00 $1,200.00 $1,325.00 $1,440.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 27 822 7th Street FireLite MS-96000DLS $999.00 $1,200.00 $1,325.00 $1,600.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 28 901 10th Avenue FireLite $999.00 $1,200.00 $1,325.00 $1,600.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 29 901 9th Avenue Mircom XF-350 $1,200.00 $1,200.00 $1,325.00 $1,600.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 30 915 10th Street FireLite MS -9600 $1,200.00 $1,200.00 $1,325.00 $1,600.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 31 915 10th Street FireLite MS -9600 $1,200.00 $1,200.00 $1,325.00 $1,600.00 $1,147.66 $1,536.00 $2,480.00 $5,000.00 32 918 10th Street FireLite MS -9200 $999.00 $1,200.00 $1,325.00 $1,520.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 33 934 9th Avenue FireLite MS -9200 $999.00 $1,200.00 $1,325.00 $1,360.00 $1,147.66 $1,536.00 $1,980.00 $5,000.00 34 Spare equipment Included $1,200.00 $1,150.00 $1,455.00 Included $1,165.00 Included Included 35 Other Fees $16,500.00 INSTALLATION TOTAL $33,570.00 $40,800.00 $44,875.00 I I I $54,372.78 $165,000.00 v'!: ¢ Y Y,I ii/ � �� I I � ♦ ��ryryA-- } ¢' .: A,� b,�}} P i 4I 3..d k i T 'pq ¢ 44. F •�"'FW� a..'"��t` n .!— . »Y . �E� 5N EC 4 . f R'a=E. rtr��_ ADDITIONAL ITEMS TECH ELEC VULGN,FIRE: DICTOGUARD OTTEM MERIIEtd,-e TOTAL FIRE ADT START DATE 01/03/22 5 DAYS ARO 30 DAYS ARO 01/01/22 2 Weeks 12/6/2021 12/27/21* 01/01/22 Monthly Monitoring Fee $990.00 $1,485.00 $1,320.00 $1,320.00 $1,485.00 $990.00 $1,155.0OI $11,880.00 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpetersCa�weldaov.com E-mail: reverett .weldaov.com E-mail: rturfa-weldgov.com Phone: (970) 400-4223, 4222 or 4216 DATE OF BID: NOVEMBER 19, 2021 REQUEST FOR: FIRE ALARM MESH RADIO EQUIPMENT DEPARTMENT: FACILITIES BID NO: B2100140 PRESENT DATE: NOVEMBER 24, 2021 APPROVAL DATE: DECEMBER 8, 2021 VENDORS ADT COMMERCIAL, LLC 6510 FRANKLIN ST DENVER, CO 80229 DICTOGUARD SECURITY & ALARM SYSTEMS, INC 914 14TH ST GREELEY, CO 80631 ETC FIRE 7700 E ILIFF AVE STE G DENVER, CO 80231 MERIDIAN FIRE & SECURITY 10200 E EASTER AVE CENTENNIAL, CO 80112 OTTEM ELECTRONICS, INC 32757 CR 51 GREELEY, CO 80631 TECH ELECTRONICS 12405 GRANT ST THORNTON, CO 80241 TOTAL FIRE & SECURITY COLORADO, LLC 80 GATEWAY CIR BERTHOUD, CO 80513 VULCAN FIRE & SECURITY 11919W1-70 FRONTAGE RD N UNIT #111 WHEAT RIDGE, CO 80033 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2021-3263 (l/z4 Bpi oOZ,� Hello