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