Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20174114.tiff
FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 20, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Access Controls — Buildings 1250 & 1402 N 17th Ave In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid B1700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. During the design and remodel process, additional doors in these buildings were identified to be accessed via the proximity access control system. To accomplish this task, Long Technologies has provided a quote in the amount of $38,071.00. Therefore, the Facilities Department is recommending approving this project. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Gc, moo„-y►'y AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & LONG BUILDING TECHNOLOGIES 1250-1402 BUILDINGS ACCESS CONTROL DOORS THIS AGREEMENT is made and entered into this CO day of , Y - t , 2021 by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Long Building Technologies, whose address is 5001 South Zuni Street Littleton, CO 80120, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County; and WHEREAS, Contractor is single source provider and willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibit, which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically the Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibit consists of Contractor's Response to County's Request for services. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibit which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of the Exhibit within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until Contractor's completion of the responsibilities described in the Exhibit. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $38,071.00, which is the bid set forth in Exhibit. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. S. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Long Building Technologies Inc. Attn.: Richard Coleman Address: 5001 South Zuni Street Address: Littleton, CO 80120 E-mail: rcoleman@long corn Telephone: (303) 975-2100 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibit, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this Z—(, day of 202 =2-- CONTitACTOR: Long nilding Technologies, Inc. By: Date Name: Title: L✓k"�� WELD T: ATTEST: . BOARD OF COUNTY COMMISSIONERS Weld C n y Clerk to the Bo rd WELD COUNTY, COLORADO BY: Deputy CI to th Bo ikeFreeman, Pro -Tern 1861 JUL 0 6 2022 c,lb /7- ,//VL Exhibit A: 1250-1402 Buildings To: Will Hopkins Company: Weld County Building and Grounds Regarding: Weld County 15 -Door Add Overview: Long live your building! Date: 06/15/2022 Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Weld County requested a proposal for the following additions to the access control system. Attached are drawings detailing the scope of work. Each access control door will be outfitted with a card reader, door contact, request to exit motion senor and electric lock. LONG Building Technologies will provide, install, test and commission the additions. Scope of Work: Building 1250 —6 Card Reader Doors: • LONG will Provide: o New panel equipment will connect to an existing controller o (2) ICT Power Supplies o (3) ICT 2 -Door Reader Modules o (1) ICT Enclosure o (1) Altronix AL6000LACM o (6) ICT Card Readers o (6) Door Contacts o (6) Request to Exit motion sensors o (4) Backup batteries o Access control cabling + supports o Installation, testing and commissioning • Others will Provide: o Electric locking hardware, crash bars and storeroom levers will be provided and installed by the general contractor. LONG will interface with the access control system, test, and commission. o Electrician to provide 120VAC to new Altronix power supply o New panel equipment will connect to an existing controller ,4G TfO 2 r0 O m X965 - 20NC3 Building 1402 —9 Card Reader Doors: Long live your building! a LONG will Provide: o It is assumed that (1) controller and (2) 2 -Door reader modules are being reused. o (2) ICT 2 -Door Reader Module o (1) ICT Power Supply o (1) ICT 2x4 Enclosure o (1) Altronix Lock Power Supply o (4) Reuse (4) existing ICT Card Readers o (5) ICT Keypad Card Readers o (5) Request to Exit Motion Sensor o (5) Door Contacts o (4) Backup batteries o Access control cabling + supports o Installation, testing and commissioning a Others will Provide: o Electric locking hardware, crash bars and storeroom levers will be provided and installed by the general contractor. LONG will interface with the access control system, test, and commission. o Electrician to provide 120VAC to new Altronix power supply o (4) Existing card readers will be reused Door Schedule: ICT Keypad Card Reader ICT Card Reader PRX-TSEC-STD-DF-KP-BT- Vandal Covers Door Contact Request to Exit Door Release Button Electric Hardware By Building Door Number PRX-TSEC-STD-DF-BT-B B PRX-SVRC GRI180-12WG-B DS160 909MO GC 1250 lOlA 1 1 1 HES9400 1250 1018 1 1 1 HES9400 1250 101C 1 1 1 HES9400 1250 102 1 1 1 HES5200 1250 103B 1 1 1 HES5200 1250 113 1 1 1 HES5200 1402 103 Reuse Existing 1 1 2 HES5200 1402 114 1 1 1 1 HES9400 1402 157 Reuse Existing 1 1 HES5200 1402 125 1 1 1 1 HES9400 1402 176 1 1 1 1 HES9400 1402 144 1 1 1 1 HES9400 1402 147 Reuse Existing 1 1 HE59400 1402 169 1 1 1 1 HES9400 1402 193 Reuse Existing 1 1 Reuse Existing Total 6 5 5 15 15 2 Long live your building! Pricing: Part Number Description Price Qty Ext. Price PRX-TSEC-STD-DF-BT-B ICT Bluetooth Card Readers $220.00 6 $1,320.00 PRX-TSEC-STD-DF-KP-BT-B Bluetooth Keypad Card Reader- Mullion $345.00 5 $1,725.00 PRX-SVRC Vandal Cover for ICT Card Readers $83.00 5 $415.00 PRT-PSU-DIN-4A ICT Power Supply $435.00 2 $870.00 PRT-RDM2-DIN ICT Two Door Reader Modules $413.00 5 $2,065.00 EN -DIN -24 ICT 2X4 Enclosure $262.00 2 $524.00 AL6000LACM Altronix Lock Power Supply $370.00 2 $740.00 GRI180-12WG-W GRI Door Contact $25.00 15 $375.00 05160 Bosch REX Motion Sensor $92.00 15 $1,380.00 909S Door Release Button $45.00 2 $90.00 4461030-50OLONG Combo Cable -500' $590.00 6 $3,540.00 Misc. Miscellaneous Install items (J -hooks, Conduit) $500.00 Freight $413.00 Subtotal $13,957.00 LONG Door Labor $102.00 120 $12,240.00 LONG Panel Labor $102.00 16 $1,632.00 LONG Cable Pull $102.00 32 $3,264.00 LONG Programming $102.00 12 $1,224.00 LONG Project Management $114.00 36 $4,104.00 Admin/Backoffice $1,650.00 Electrician Excluded Tax Excluded Total $38,071.00 Clarifications: • This proposal is valid for 15 days • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 4-6 weeks • Submittals for all equipment will be provided by LONG • It is assumed that any existing hardware being reused on this project is in working condition. If it is not, a change order may be required. • A lift is NOT included in this proposal. If a lift is needed, a change order will be required • LONG project management will coordinate prior to arriving on -site. • Conduit will be provided by the GC/EC • Electronic locking hardware and mechanical door hardware will be provided by the GC • Programming, testing and commissioning will be provided by LONG • It is assumed that none of the doors in the scope of work have ADA operators \NG TE `)X X20 Om� 7955 20N� luMlat ICTOrj U.S.. RW RECSIDDF-BT-B ICS RWptlurd Read.. MX-IMCSTD M -R BT -6 Viral Coen RRRSVRC Dml Canbtt GRIIMI2WGB Ilgwtt to Wt DS1EO Duct !Rte WOel 909MO BRNY WNwMt B3 GC ICY !.*NT PET-F9DDIN-4A ICT l-Dpb Eyttat PRT-R0Ml-0IN ICT2g ES. EN -24 Lack r_ klpRI9 NIIACM -- 1210 MIA I I 1 HE594W 1 l 1 1 Ewa NM IRO 1011 1 I 1 HFS9E00 1250 1O1c I 1 1 HESMW 1190 101 1 1 1 HFS51W 12W 1038 1 I 1 HESSM0 1250 113 1 I 1 HESSM0 IE@ 103 Pause EEHiwB 1 1 2 HESSIW 1 2 1 1 pvMnpb¢ BM 114 1 1 1 1 HES9100 140 252 Pause EZCeN I 1 HES93W 2402 115 1 t I 1 HFSLW 140 176 1 1 I 1 HES100 I4O 141 1 1 1 1 HFSGEW 1402 147 IleuFe Fmllry I 1 HES9E00 1102 SN I 1 I 1 X(59100 140 193 Pave EitS I I Reuse Ewslin TMII 6 5 B IS R I 2 S l 2 Address Building Name / Departments Controller 1250 H Street Clerk & Recorder / Motor Vehicles / Elections / Veteran's 1250 _r N I i I ' I I 0113 (I)CH (I) DC (1) RiEX HES5Np My GC v _ IT NEW PROXI Gmr 101C (1) CR (1)a (1) REX HE89400 by GC 1 •IRri • • • 1 -, ■ m a 5a tlat1a71a)Y®ifly • •• Si, ��(myml • 1iliv�7f®df�'1$1 imtl/1o�1®�tlgl 1 G '• •-• -• •• b-i e •flue •pup• • • u • ♦ • • ' • • . • 1�4l�(1sfl�m.Al •• f I41 gnfl• 1 ah�AaA®d JS. 2 ROOM FINISH SCHEDULE LEGEND (Nd[!X) (EMT) (sENlI (M51) CCIURG IFYYNS rX G A FLGCIx 9.4 TAN CEILING r at, -I ]\YY'V-✓ 011YA 6LK TU-!T rN AY AY. •r N� y(. rppa M KIYuo W. NA E )y). Ml. )NT. rip,. MAT RN. Y.Q. 1N, YAT FN. MAT. FIN. MAT. M. ]W. MIN. FT. N, No. IT It• Mel ep\]p fSV C t_I r\1T-I (Iliacw1-r qL M1r_I CT( CIC> 91 .1* w M-1 NET IY]l\\ 0 0 [LR\O 4 qa] 1e RP I,. UN{I (/Rr r\p\Re wl✓\m ]r pNC• A R sltlN IM pC9 [146 1111-1 0-1 ST -I Cq-) ORION-, -r p.] r.. qa( c_1 F$ r\F]N w NY -t ACT RrN • 0 CI1I mi as9 AN a 10 0 Y y•• �' CA0 I- Y/r 'v I` [\ja.Y R•✓[NY .AAAtK pAtl IU YYUp [MIND WI -I (y1NF w11 -I WY -1 •M -t [A[li M1f-I IRIE CT 01 RA W Fl -1 ACT /I____ • e URIp [IITK UP NCl] r0 0<P IN Y! Y I/� ¢U• ®9-I a>T W b6 A R V ni. m le\ NL]nq py-) NT -1 [MIK wI-I 0q-] wp-1 [61Y M1 -I 0182 CMRI e1 w[A w F>-1 ACT 1111N ♦ e 4TW UTK 4T YYIS ro MAX IN a I 91[[\ f11q Y IA" RL ntL c NF) ]>T 0 -NN W ]Yip 3 1/Y 9YM Y ♦" O.C 10 UrKI q -I F] -1-.I Nu -I 0q-] NRn E ST C MI -1 ( IC CYN[ U mm w FF1 CT /(TN ♦ 0 I% KIMSICIL w IY C To 1y _E\ UTpC___ Pill -I p-] M -I qF] SIT -I �'YR CST B1 RA W FI-1 C1 R]M • 0 L]RC [MM1Y Y31 ML] TO e[P 1y _T -t eNA IIN4 e}110.C1Y Y51A1[0 _T -t -- W 4RL 107 �U PO-] Fl -1 CM-) M -I O -I NR -1 [MIIC M1I-1 O]✓RR CT 0I W FT -1 Cl RIw • 0 10> 0A-Nm 0q CMCIU Cm N� p MCgef W mm N C RCfCO F IN fILC1.1Ly LMICC wI_1 (fl wl-1 [M11C Oil C@IC M-1 CXfI[ YrC[0 01 W FT -I d'1 UTK • 0 URC 4 W4 N 6U Itl •1{rN Oq-I 000-] OF -1 M A-1-®[ fA11 YLY9. •u/LI no tact CA,L. •Yf1 .-on Ca a1nY®1 IN NIQ i•-) wT-1 tle-] wl-1 oy-) wl-I U{1N0 M-1 0QR C![1 e1 w M -t CT rpN 0 0 IN AN CY• 0 9N,Y IpN It. COO-) M-] NY-] M-1 [MIK M-1 [Ygp M -I YIeN[R fM01 eI w •T-1 C1 ItA • 0 URIC [MMC GR Ma9 to Rtl 110 'n-1— 'YIR NIW9R R[ 11pN I ® ♦ e 3 DOOR & HARDWARE SCHEDULE DOOR MrA AWE GAIA GOWE (SEE YLC{I REYYb[5 FRAME ELEVATIONS HARDWARE M oeq NTL T FA A EMT CLONA YRL Aa Y.N a i • ✓Y ii u. Euvra m. o'AINpOY 1 T p_] _ _ _ — — — r_--- A-1 I alp Fe]T 4eA eWC• NYf^ NYYI ✓. ea1 YISI uNI Iy11« tc19 Fool .I.!.L! 1 . T _ _ _ q 0 ym _ _ _ r_1 h1 • 10 I11p].. 0A .....IL.. m{ I a e ) 0 0-] 0 oa _ _ TM r_1 e-1 1 ]R.m 11Ipp pmI Y[ mr • ry - �I. AA9✓p ry - enl. I NN I m I _ _ _ _ _ r_1 1 1-a.-•_- Ad rU - YA1, mllq s OXa I✓. 1N - YII. ll.A✓N� 1 GM''1p a e T o o-• C ]Tn _ _ _ r_1 A-1 I N• pqe eN1]]Iq rr - NAA ✓✓✓M IU 1 I 0 1 p p -C C - Ie ON I�Ip Np]r _ _iii ' P a. ✓T c• -'l 1T e++♦ Y Y rN I..v..0 9A+ STC ur. I IY 'CT L1]Ep In uNNLOA� Im 1 l 0 T a I di �1A, NT YIIO — III Ymm�e 1•.-1.93NEo) I apIpo-] - F -I 1 MA- - Ya:vney 19>1. .1. fpM1, heelI a o ) p p_x _ _ _ r_1 _ _ ro-1 - - x •900MC[IpYIN rM [NLO LP \0o N. emlW Aunxe rolw11 1 ]010p-] - -r- FI - R-1 1 I - •st*t ON 160 vdc, oo''111 )0)0py FI - tt-1 1 _ ) �A rALLI[�T �A OAF1017Sar11 1•' OC C,1 qr El 1pe 99 •gym 1•w1e i [MT. 2YY 00q 1 Ale[ U6r pV1 bYMtq It..lr. w.NAl la =110 NA1 ONCITS I [YeTAIIi pDa eliT. I EMT. S Ie IIpT prYN . YI 4N fiw.Y - Np AKM2' CIp aa011V rb. N. (g1NCiq IOR. NT . - IC IIN( NSIYLLO N ETC N 11 INe ONG EM1AC fl R[ SO TIC; YR. no YNIR m1Ap q/a[I A Om ].,¢Cr6 ry ••..M, F m,T Y ilq r I a m ✓•Ae 1bw ra I' mYI. KIOC e1161N FL Oq NE ✓C •AT4 NY n[ TO •IAIOI [MTL CPA, BI1E C NN9M1 x 1 I Y01 IY pv+• •, 1y OTv KPe Nn TO LMnw NY rM I[A1u1Y ✓O PAST 10 YIp - N - __r•- IWq •CtC I - Nn 4Ta SA ]>C-)4 w A1ry•r. WITI i 1.YYNY. DOOR TYPES FRAME TYPE O ed-...t..<.I1.d I - P•III•y •••r XX O rJ - ✓y l - t -7 VI N 3 wal 1111,le U • M, I' n Ir MW •.•1\ •I NM w u I N11wAN •m• ✓ r. AIA en • - 9.nW a.'.•..-.. I ) cMl. b [M MUY m• q IY( ] L ] i Y0W 6wl In.eYW. 1enM 11w •�e1n M LSY i - •YKe 11r10.111T 1q tfl4 1[069 11•r MOMMA, [4A v4 [ I S- •. • - Ya WI•, q11 Ma]Y ! I a �Mln I•N F. )' I'-0' ) -O- Y/ 4 6,•f. P wM ✓ Mfr. 1 e]p a A, V V 9 - X 9). el%UTK ,t a e'-]�^tIT.Y IIVY✓ -1V 1 IIL • 00 @# rK rf LICe fIh a1nAIC00-1 T -I wV mN � OYNO 1A le - LM]•WaA,M �{ .D-, • 0-J C0-• FE -I FE -2 L£ -J 9L-1 .Y d 1 y\.v tan lle 1 v. r JNN r. AT fffiMC WIIII r- -' laic wLw n IIT .Os WTY CIS S Y[TY 0 NALM YLIN • 5(X10 CORE O.® A ifl' Q& a1AN &.s T ••ll•✓K OAO a. c In. OOII IIV[!fl OC] S -i eV? e a C� nS BY iiiYOC { ttl GYI� aas R a 7 ✓ 04W 2 I z1 O N Uw a O orc F OiLO «EW z U [A2zuJ W ✓ T A O � 7 J Address Building Name / Departments Controller 1402 N. 17th Avenue Planning / Oil & Gas 1402 NOTES: Doors 103 & 147 have door override buttons Door 125 (1)KPCR (1) PRXSVRC (1)DC (1) REX HES9400 by GC D0pr 114 KP CR (1)PRX-SVRC 7t 11 MES949400 by GC New installation ADD install (1)KPCR (1) PRXSVRC (l)DC r HE59400 by GC (Reuse CR 11)CC R1 REX \\` Reuse ExIsUng Stnke 144, 19 _ Dr176 ,y .. (t)KPCR . (1)PRX-SVRC 1)RE 111 REX HE59400 by GC D 103 r; 111 Reuse OR ©, (1) DC (11REx 147! HES5200 by GC CD Door 169 (1) KPCR PRX-SVRC (1) Reuse CReP 111 DC i / 11)REX 111 REX HES94W by GC HES94OOby GC Duor157 (1) Race CR (1)D 2 (1) REX HES5200 by GC DOOR & HARDWARE SCHEDULE LEGEND DOOR DATA FRAME DATA MMOwME Is([ iRcsl REM KS lMY1LL9 LIR. Ip 9pIM Ia1• flOC p.,.SS Iwl N6 E= LINI[L 0[I NO«[ SI41 to s Ywa LEON Calr. CLOSER WSEC aloglom\ M'[Am me INS ♦l54) lynft-Ilen\-Bnl 4e wmlONm\ NO W& FT fl 1 II )q[ fl fl ISl S rr mcI 1[N0 l♦YB SILL [L[V, LATCH all. NMOW*M in - Bnl Wilmy 'plcn rs) - gas'. a4My > mc[. «Y %NL�\\\JV1 tau ) J 0 I 0 0-[ B - cc -N COST - - R-II)[I.0 [ S1 G S!SR °FIT ;AN O ( rM - Gal. Llemwm VY •® Z l R[YM iMl♦L'.. N(V DO^.R V/ dll Y[L[ (M - Bnl. Ynnmr' a1B 2 ] 0 7 0 fl -4 B - ((-S CT 1,5 [TP '-]) S!ME (PIT rq♦yL Ia R[uuH, iM14'. v[V 000 w/ CPIf W4[ OL - Gn, It MY Ch -IM Ion e Mcp wn Cl - (m\ veo c t 10[ ) 0 ) 0 0-} - Sln - r-- - 'C1 B fM V1 ANS b m'eW 4al YK [Ve 10S 3 0 ) 0 0-) c Yd - LI - - - -L-I B (N - I.? 5L[ [(INL 16/D]-[Dp $YiM4'f y1L0dt[ .i :IPo 1 ] 0 ) O 0-} - itYr • R-} ♦ [el I a- Mr'nx9 rx-I[BJy4 ® IFJ}O 10} pl ys[D R- Vawmry Iq)I♦ Ya q"I. a1M 1 30'O 0-} - SIn- - r-1 - [S-} 0 re+ I ] a ) 0 0-2 - - cc-' a q} - - yYJIffJ 1 .10 M1 uY0 LCN 4OdO m, prt"app •' OCC ..q.IN IgIM[a PMT Yp[. pfMY P. "11 J 0? a a -E - 9Cr - r 1 - q.) B q) - - - Ipnlep P W ]4 13 I] 0) 'O.1J - Slav -- r- - R-) 8 (e] t13 I J 0 ) 0 0 ] Pn -([-) B [e} - - LAWS R-1 Van :Imin MIM xylem mpt S. INO[4 ,ad 94.11E 1rm. [4drITE AS le aWoC aaY $1( [a[ 11 J 0 } a 0_} 'Syv - r_I rE-} a FS2WE - - 1 R-} 91O Olyw IpN ..:n cape 114 ) 0 ' 0 0-2-- 9n ( ---------FL-? a rR - - [ l9JK :. rfnEe• Ip oppepl B[51 YI[ pprc 117 ) a ] 0 0-) - S}4V - / 1 - Kam) B ry) - -• m Yl-ae�..N. ' ' or V 110 ] 0 ) 0 D? 51k)eV [ (L-) 8 q) fimn4 - Om !fl CYn 1-.1Id ,! • rypM FO NOT AEG l T •t..e IPK 10 1a19N ]cryl I p• 1'Np 10 pl.a IT amI\ 1 1 13 a 7 0 0-) Slav - f-1 -_ __ rz_) 9 re) - 1 wm Steps. 9Wan._ 0) l -J :m( GJ I - pmaa4a mm•'['[q Ta nmp.me• [N vw..ee.. 22 P sm 2 - o.n+em door nm1 [yn-ld.11w wal Nss - Top 3 0 7 0 0-) Slav ( (L-} 0 q) - - I - r -4n. L..pr IR IPor-LR ww tlme l'lT.'S, w nbd q' CII sE rn "YN.Yw ♦ J D ) . a_} 51eV l ((_} a re) S." B W Y Y�rccme N W4g0.MA n e[n S., . Yet Imdaa, eemae 1JMN Yo, e1 nt 1 J 0 } 0 0 ) Sin F-.-- f(-) a r4) - - 11 5 - Slvm\Y 1, SE up la[ m' I . 41 aam pavmn 1 r 1 J 0 r 0 0-} sl,V f-1 -------- rP) 0 r4} I 6 - bpY o41[, Bce YWSO 4 lm . NTl ,c ixa l Sh 1 apx, pn pwl' LG It Oan. IB$♦. T.I Sr,V - ( 1 - (P) a f0) - J•Otl+r ip. R[[ 5[nlP IO(W 10ExN[MIIO p[V1C[5 4 Snx1 Oll 1 r l 0 1 00-2---- 5gV r R-] 9 fat - _ a - YnIMnIrgV^q [ I ,IIp _ BUR w 191) al lVm mp p.roa, PoWe anteee, 01 ne M1mLp VW M mrtlnold etyma .4p be ][4C. n e ' l' NOT ZED Ieldce . r 30700-2--- Slfv - - _ r_.. _ _ _ _ _ _ _ rz4 B [e) - - . 30' 0 D-: - - Sill - [--FE-2 9 r4) % 1 S l 0 10 D} S4 _ q-) B (B1 - - US J 0 J 0 D-) S14V r_l - - -. rz-) B re) - - .♦55'♦ 1r. NaMx.m .Ix l o ) o o-) _ _ _ $tn _ _ rz-) a (e) _ 4.554 ? 4sSAI-0", f♦6 aax'c I,.- p!m Ixe4Mo wss LJ 4 1]4 WI DYD 1 J O 'CD -:-4.v - ff-0 B (B] - - 1 •a' YYSLOSS fM01 to MOT '.O NOT NS[. ^x[I-wi (s AW H ootxfi Nwori1pflT 5sa Iryp maal[. $(Y-440SS ryL.9 11191Y(J.q ] ".a l ] 5-: irhV f (Ll a ie) - - 1 NFI-41LRd YNR $Hlr�l q) YIl[C 44 1y19 ac. F4; IJ '-0 O 0-} --- Sr&v ( R -I 4 [q - - } $IF \cq fYiN5 CVY M VO W VY ♦I 0 I 0 0-1 STAY r_ - - I _ re -r a IJ '3 Mr y pyq M [YYVO[RO M\ M.t.c bT4} 9T nS Rµ.R Rt( pyl a.. Sc INe[ rP0 ID n.c '95 Ml AEG I 1 ] o 7 o o_) - - - sea - - - r_I _ _j(_I a rte - ]4) Y(O(tKl./0l_rplya♦Y FRAME TYPES 1 1 0 1 -0 04 -stay r_ 1 - (MI 4 - - I ]) exn !KI (RalY.l[4 Rrr 1./01 -rd _ go.a 199 • 3 0 7 :0 G-2 - SJYv r 1 (N51 ♦ _ - 1.3) Poor rr i NAME. Y( TY VD] -rd ,,A S;hK HI 1l0 4 151 NOf AGO mw.) -SIr OM c♦LLr ML C4SIM .a IS i44c.LY A p.C{'i'uw 4Cn (nl FRAME ELEVATIONS DOOR TYPES 00-1 • 0-) • o-) oo-♦ 4•rc INM 1WF iMN4 fE-I FE-? !f-0 r(-9 [E5 BARROW UfE BL -1] 'KKLd 1[W 14Ld CAL NYLd YEIaL fa41 Y1M/.x PRY[ EKI MI— Y xV[ VUVNaII ltl[ O4CLLLN METAL ASIXJD CORE OKUYMUY DOOR & HARDWARE SCHEDULE LEGEND DOOR DATA :RAME DATA HARDWARE IEEE SEC.) REMARKS De9gnariIII lFMI1tIa me ANSI AI$1 Nl ICT.1 e.e-8111 Np rup91l1vuwx OR NO. Te H I DOOOR CLASS FRANC UXIEL OCENOSEE SET ,R . _ ,SR Cdr. CLOSER u51 RED FT NT TYPE apt 1rV151 I1[. W n CANE READ JAMB S L ATCH OEV FmBe51, prlwry I&t& FBl Be 1. ItErvKe Y p1T[e I.11 6. BUT, dn,Ypm N F84 B.!. Lever C , I ], FRONT FRNt TO REMK: NCN DOOR X COHE HENCE AIx, ,N,r 1 ) =T 166 [rmvday - 1 IC R :T'ITF FA N1 FRAHr TO R(MAM METµ NEW 'JOO N xT w Dea .MP II u v e A( 2 I 3 0I 1 4L _ uE REAL IS TER 9fMittY /EJ cp I J I ]E'4 --TI I✓]r6. MI p[Y[ Iv p[[9pr B[rl $pf cv[ MI acceptFSvINPI t A ..! .Jul 'r m iIWKK BAttlyY A ry 8B ne'I. R.6J 10 _- _. - -- -- -xmm AlpA-MBJ16L 9 Vc:lis n1, 51 rm m9eo hNW,vry i6 I Ir 15B J ] C ar LL_ - - L -5 H .z9!GC -..-._ NOr_ t_CD I]9 6 ____._I. __ - _ __. - - ____ CN '043 AP, p.ep ICM 161 1 ] O ` p D STYV - - '- _ moD sI, ds. •!eI - punIMY W9F 9M. pTpRl mm rf I JO? G pt' - - - yxy - - - . •. : - mwmeJ o. ow ua< O _. -_... _ 16] 4-1 van Oumn 98(99e mwmM M,col IM 6' ___. I (-d.' Iaa ecaol Wa1 ERIC :me 165 NOT O$O _ p-1 Ojp'INP !rye 99 I,m J9rce _ _ _ 9911 990x1L Irlm [p.64• a a[.& Bert SFIC :pre 66 J O ] '0 •j_: Y5Pr Haeep e IJYI*ki+16-1 !.. . If, IAE _I — - '— ETMYE ':A e,oJ - IJIa Jw•OI NO,"64. — Oml sa,e _ - I A lm' uIMCOa Ib P'� ndlp. metal doe 10 qt VEER _ _ _ __ ... _ ) pM 51M1Yv NT[ a1 rmgM don. 2 M vepv Ivl palls d pvv15 I - BP6Y•. a[]6 ]6. �onv+ cw[ean6 moununq anE allo[nment p opy¢ppa 1R MOT USED --- - --" o e , d lIss - $ - pern[ve Ova• Xvp::)Mn Ja6.Iyan :J.1 r_ - alpp _ _ _ — - J - WN-0uIN! T. rvp IR 1I_1 -SS W aisle J I/T. ry'. vn u9Y1 ...E •.I[ $5 PAN:. r' eVMp ImW yuvle We m OlCe 1461 n a1 p/I [ - Smy[ m xmM1. Iemyp .Sn01Cp-e447dfi at 001 8vrI !e. - " r - pm seal maya I]6Ar •,w - o - 9 __- SWEA dm 5 $tent']vu 9e me ate w flt iF• DEB 1 ] ] > d — Ml T / 9 FBi - _ Rx eDBED B' efyI Wal11111 . neea, pn puN ripe d N61, 16(pr6.i0 6 µ4 der6 91 r eMr vqn leis T ¢ v)9 1 3Q)—] xV 'C -I 8 F63 - - 400 ] Ww xqX. IEtt $[[AP .5Am gENiuvw61E'm.ES R E"I OJ) J e 160 so' oy0 ----— 9 Nmeprd iepe9: Pemaa •SOId - 6U6 pr 6N3 m Hem ael oTm. I., Pc,u. I]6A IRreAdv and •4myp Ipn M:p ]A6(. HES 1 C IWI .tc E al • 9 - FES eEOCL Netlrml: able �aI ry'nOr [ol lgpvl r0 - FE$ 94W IIIIII On Ye Ipr rIm RI amuc Java, _ __ IBC 1 ) p 7 li-/ $T3V - 1E -j 3 F8$ _.— '161 X0i GSQO ] PLI 8 FIE - - I 1 ] D D D-2 Slav _ _ - _ _ _ _ _ :E -p 3 ref - —__-_ ----_-_— _ CLEAN 9 1/. CLEAR 21y$$ ................e _ r _ :C-: a X03 - I i HOi SE 9' I/ mssI 0.ASSS$ C' y' pE+P R4[4E ASS rmr PMNT- /[ ac FELO 1JO PKWX yTE WWE9 4<PNN LAS Wr .1 50.E 1LL6 4JMlt. $BY - STIN.mT_€,TEON DOOR AREJAk DVAW wr/1[r BIRO IqK Km'.K. Yu-Gp5$ CMM J1+6 RC0O STNX O A ]:A[Ar Opp BE YE JNNIA. SIICUIp .5- E4 mxK BE € NIt'O w€N vMXTHc •5RBW 3&J FPMIE$ aO OIZ 911. 4PVR wars w0 PN1w oMd TE FPu5n Cwl a, 30 7 9 O -I Slav-_ - - rr-1 3 cS] I 1 ] e p D - sT&v r6 -d 8 112- x 1 ] 0 .3 ]-` SIyV _-- - FC-] 3 ! J _ I M01 1JYD - l y - l 166 PAINT EXIST .JOcJRFAME 191 IJ 5 J. FIST OPEA "93 1 l I J- PTy ` •dET 3 1% ] V PMXr %ST 0.TR IR]Mf _ pl 4F I ] I i 1: I IM. ! - -.-.1 I iOPq`I c Ipyp ! - H 1: fpiN(. iNyT: Xitl'/iUN FRAME TYPES tiy. 1 w-] --l. - _- _ IIN} HftLc r METAL Ixpl XaLpi Ypt _,.,,,,,_.-.......__ .__ FRAME ELEVATIONS DOOR TYPES -- muse ICI n5MFr NR(v l -A' o0 -I • O-] • O -J a0 -Y --i l - an 1v •U• Iv l3JIC 9V Xis EE -I FE -2 FU -3 FE -4 EE_5 DMROW U !B. L. -I ) FA(// YK p [iLpP x(y IJ(rµ FOLLOW METAL (1151 KWMIu RAIN ERV K1Y6Y NMA NFelLL dt WNVN 'Re[ v 0 FDO119 METAL • SOLID CORE ALUMINUM ssRR •Y•N e j�S 11 m i YN� (Jl x39 th N'= LAG ACcPRD® v CERTIFICATE OF LIABILITY INSURANCE 8/1/2022 DATE (MM/DD/YYYY) 6/22/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 8110 E. Union Avenue Suite 700 Denver CO 80237 CONTACT PHONE FAX N Ext : A/C No : E-MAIL ADDRESS: (303) 414-6000 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: The Charter Oak Fire Insurance Company 25615 INSURED LONG Building Technologies, Inc. 1409467 5001 South Zuni Street INSURER B : The Travelers Indemnity Company 25658 INSURER C : Travelers Property Casualty Co of America 25674 INSURER D : Travelers Casualty Ins Co of America 19046 Littleton, CO 80120 INSURER E: 1050.220325 - Weld County Intrusion B&G INSURER F: COVERAGES CERTIFICATE NUMBER: 1 R63RRl 3 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRI TYPE OF INSURANCE ADDL SUBR�. D WVD' POLICY NUMBER POLICY EFF MMIDD POLICY EXP MMIDD LIMITS A X COMMERCIAL GENERAL LIABILITY N N DT-CO-9P669324-COF-21 CLAIMS -MADE OCCUR WA,WY-Stop Gap Incl AGGREGATE LIMIT APPLIES PER: POLICY ''X JECT [k LOC OTHER: 8/1/2021 8/1/2022 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 X GEN'L MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE LIABILITY N N 8 1 0-4802 1 5 74-2 1-26-G X ANY AUTO OWNED II SCHEDULED AUTOS ONLY AUTOS X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY 8/1/2021 $/]/2022 COMBINED SINGLE LIMIT Ea accident $ 1 000 000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX PROPERTY DAMAGE Per accident $ XXXXXXX $ C X UMBRELLA LIAB X OCCUR N N CUP -3J934357-21-26 EXCESS LIAB CLAIMS -MADE DED RETENTION $ 10,000 8/1/2021 8/1/2022 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ XXXXXXX D WORKERS COMPENSATION N UB-9P669324-21-26-G AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE N / A .' OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below 8/1/2021 8/1/2022 IPER 0TH - X STATUTE ER E.L. EACH ACCIDENT $ 500.000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) MULUtK 18638813 Weld County Government Accounts Payable, PO Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE NEB.,_„ C1 TION. All riahts reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 18638813 COMMERCIAL AUTO Policy #810 -4S021574 -21-26-G THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE - This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS F. HIRED AUTO - LIMITED WORLDWIDE COVERAGE - INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE - GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - LIABILITY COVERAGE: Any organization you newly acquire or form during the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of Section II - Liability Coverage: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and PAGE 1OF4 4 H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE - INCREASED LIMIT I. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES - INCREASED LIMIT 3. PERSONAL EFFECTS K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTIONS II - LI- ABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 18638813 CAT3530215 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV - BUSINESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - COVERED AUTOS LIABILITY COVERAGE Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II - COVERED AUTOS LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. The following replaces Paragraph A.2.a.(4), of SECTION II - COVERED AUTOS LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. F. HIRED AUTO - LIMITED WORLDWIDE COVERAGE - INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV - BUSINESS AUTO CONDITIONS: similar regulation imposed by the United States of America applies to and prohibits the transaction of business with or within such country or jurisdiction, for Covered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "insured" against, and investigate or settle any such claim or "suit" and keep us advised of all pro- ceedings and actions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "insured" pays with our consent, but only up to the limit described in Paragraph C., Limit Of Insurance, of SECTION II - COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investigation of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Paragraph C., Limits Of Insurance, of SECTION II - COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 18638813 5. Anywhere in the world, except any country or jurisdiction while any trade sanction, embargo, or PAGE 2 OF 4 (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such country up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory insurance requirements. (d) It is understood that we are not an admitted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Canada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE - GLASS The following is added to Paragraph D., Deductible, of SECTION III - PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE - INCREASED LIMIT The following replaces the last sentence of Paragraph A.4.b., Loss Of Use Expenses, of SECTION III - PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". PHYSICAL DAMAGE - TRANSPORTATION EXPENSES - INCREASED LIMIT The following replaces the first sentence in Paragraph A.4.a., Transportation Expenses, of SECTION III - PHYSICAL DAMAGE COVERAGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Coverage Extensions, of SECTION III - PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing apparel and other personal property which are: (1) Owned by an "insured"; and (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclusions, of SECTION III - PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that inflate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1.000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV - BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representative prompt notice of the "accident" or "loss" applies only when the "accident" or "loss" is known to: Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 18638813 (a) You (if you are an individual) PAGE 3 OF 4 (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV - BUSINESS AUTO CONDITIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex - PAGE 4 OF 4 CA T3 53 02 15 tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV - BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. However this provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. Miscellaneous Attachment: M519929 Master ID: 1409467, Certificate ID: 18638813 TRAVELERS WORKERS COMPENSATION ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD, CT 06183 Policy #UB-9P669324-21-26-G ENDORSEMENT WC 00 03 13 (00)-01 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE DESIGNATED ORGANIZATION: Any Person or Organization for which the insured has agreed by written contract executed prior to loss to furnish this waiver. Attachment Code: D574358 Master ID: 1409467, Certificate ID: 18638813 COMMERCIAL GENERAL LIABILITY Policy #DT-CO-9P669324-COF-21 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products -Completed Operations If Required By Contract) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that you agree in a written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only: a. With respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury' caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. If, and only to the extent that, such injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work' to which the written contract or agreement applies. Such person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. The insurance provided to such additional insured is subject to the fdlowing provisions: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits required by the written contract or agreement, the insurance provided to the additional insured will be limited to such minimum required limits. For the purposes of determining whether this limitation applies, the minimum limits required by the written contract or agreement will be considered to include the minimum limits of any Umbrella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section III — Limits Of Insurance. (1) Any "bodily injury", "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury' or "property damage" caused by "your work" and included in the "products -completed operations hazard" unless the written contract or agreement specifically requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the following duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. The insurance provided to such additional (2) If a claim is made or "suit" is brought against insured does not apply to: the additional insured: CG D2 46 04 19 © 2018 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 Attachment Code: D574358 Master ID: 1409467, Certificate ID: 18638813 COMMERCIAL GENERAL LIABILITY (a) Immediately record the specifics of the claim or "suit' and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit' as soon as practicable. (3) Immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit' to any provider of other insurance which would cover such additional insured for a loss we cover. However, this condition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organization as a named insured as described in Paragraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. Page 2 of 2 © 2018 The Travelers Indemnity Company. All rights reserved. CG D2 46 04 19 Attachment Code: D606773 Master ID: 1409467, Certificate ID: 18638813 COMMERCIAL GENERAL LIABILITY D T -C O-9 P 66 9324-C O F-21 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured — Unnamed Subsidiaries B. Blanket Additional Insured — Governmental Entities — Permits Or Authorizations Relating To Operations PROVISIONS A. WHO IS AN INSURED - UNNAMED SUBSIDIARIES The following is added to SECTION II - WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declarations is a Named Insured if: a. You are the sole owner of, or maintain an ownership interest of more than 50% in, such subsidiary on the first day of the policy period; and b. Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal and advertising injury" caused by an offense committed: a. Before you maintained an ownership interest of more than 50% i n such subsidiary; or C. Incidental Medical Malpractice D. Blanket Waiver Of Subrogation E. Contractual Liability — Railroads F. Damage To Premises Rented To You a. An organization other than a partnership, joint venture or limited liability company; or b. A trust; as indicated in its name or the documents that govern its structure. B. BLANKET ADDITIONAL INSURED - GOVERNMENTAL ENTITIES - PERMITS OR AUTHORIZATIONS RELATING TO OPERATIONS The following is added to SECTION II - WHO IS AN INSURED: Any governmental entity that has issued a permit or authorization with respect to operations performed by you or on your behalf and that you are required by any ordinance, law, building code or written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of such operations. The insurance provided to such governmental entity does not apply to: b. After the date, if any, during the policy period a. Any "bodily injury", "property damage" or that you no longer maintain an ownership "personal and advertising injury" arising out of interest of more than 50% in such subsidiary. operations performed for the governmental For purposes of Paragraph 1. of Section II — Who entity; or Is An Insured, each such subsidiary will be deemed b. Any "bodily injury" or "property damage" to be designated in the Declarations as: included in the "products -completed operations hazard". CG D3 16 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D606773 Master ID: 1409467, Certificate ID: 18638813 COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE 1. The following replaces Paragraph b. of the definition of "occurrence" in the DEFINITIONS Section: b. An act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person, unless you are in the business or occupation of providing professional health care services. 2. The following replaces the last paragraph of Paragraph 2.a.(1) of SECTION II - WHO IS AN INSURED: Unless you are in the business or occupation of providing professional health care services, Paragraphs (1)(a), (b), (c) and (d) above do not apply to "bodily injury" arising out of providing or failing to provide: (a) "Incidental medical services" by any of your "employees" who is a nurse, nurse assistant, emergency medical technician or paramedic; or (b) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan services" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3. The following replaces the last sentence of Paragraph 5. of SECTION III - LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one person will be deemed to be one "occurrence". 4. The following exclusion is added to Paragraph 2., Exclusions, of SECTION I COVERAGES - COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals pharmaceuticals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 6. The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: This insurance is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" for "bodily injury" that arises out of providing or failing to provide "incidental medical services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. D. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs; or b. "Personal and advertising injury" caused by an offense that is committed; subsequent to the execution of the contract or agreement. E. CONTRACTUAL LIABILITY - RAILROADS "Bodily injury' or "property damage" arising 1. The following replaces Paragraph c. of the out of the violation of a penal statute or definition of "insured contract" in the ordinance relating to the sale of DEFINITIONS Section: c. Any easement or license agreement; Page 2 of 3 © 2017 The Travelers Indemnity Company. All rights reserved. CG D3 16 02 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Attachment Code: D606773 Master ID: 1409467, Certificate ID: 18638813 COMMERCIAL GENERAL LIABILITY 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is deleted. F. DAMAGE TO PREMISES RENTED TO YOU The following replaces the definition of "premises damage" in the DEFINITIONS Section: "Premises damage" means "property damage" to: a. Any premises while rented to you or temporarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. CG D3 16 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. New Contract Request Entity Information Entity Name * Entity ID x LONG BUILDING TECHNOLOGIES, INC 000181S1 51 Contract Name * 1250-1402 BUILDINGS ACCESS CONTROL UPGRADES Contract Status CTB REVIEW ❑ New Entity? Contract ID 6028 Contract Lead * SCEESAMAN Contract Lead Email sgeesaman 3cr.wefd.cc us Contract Description x UPGRADE & ADD ACCESS CONTROL TO ADDITIONAL DOORS IN EACH OF THESE BUILDINGS Contract Description 2 Contract Type* Department CONTRACT BUILDINGS AND GROUNDS Amount* Department Email S3807100 CM - B1.r i Idi nc�Crorrnds'weldcau�v�.c Renewable x NO Department Head Email Automatic Renewal C. 1-BuildingCrorirlds- Dep Head-= .eldgov.corn Grant County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COUNTY"ATTORNEr` `WELDG CV. COM if this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 06 25 2022 05 292022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO Note: the Previous Contract Number and Master Services Acgree«iernt Number should be left blank if those c=ontracts are rot in On Base Contract Dates Effective Date Review Date * Renewal Date Termination Notice Period Committed Delivery Date Expiration Date 12 20 2022 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TORY TAYLOR DH Approved Date 05 272022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07 06 2022 Originator SGEESA.1AN Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approved Date Finance Approver C-HERYL PATTELL Finance Approved Date CS _8 2022 Tyler Ref # AG ;3-0622 Legal Counsel BRLCE BARKER Legal Counsel Approved Date Con4i/a 0- IV X03 FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 14, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Access Controls — Various Buildings In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid B1700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. Several departments have requested additional doors in their respective buildings be accessed via the proximity access control system. To accomplish this task, Long Technologies has provided a quote in the amount of $24,922.00. Therefore, the Facilities Department is recommending approving this project. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director C'on5u�i" �e n(�a- O'/ZZ/ Z2 bb V" AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & LONG BUILDING TECHNOLOGIES ADDITIONAL ACCESS CONTROL DOORS IN COUNTY BUILDINGS THIS AGREEMENT is made and entered into this day of , 202_, by and between the County of Weld, a body corporate and politic of the Stat f Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Str t, Greeley, Colorado 80631 hereinafter referred to as "County," and Long Building Technologies, whose address is 5001 South Zuni Street Littleton, CO 80120, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County; and WHEREAS, Contractor is single source provider and willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibit, which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically the Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibit consists of Contractor's Response to County's Request for services. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibit which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of the Exhibit within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until Contractor's completion of the responsibilities described in the Exhibit. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $24,922.00, which is the bid set forth in Exhibit. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perfonn its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Long Building Technologies Inc. Attn.: Richard Coleman Address: 5001 South Zuni Street Address: Littleton, CO 80120 E-mail: rcoleman(ll long com Telephone: (303) 975-2100 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibit, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this � day of _e,h e_ , 202 CO! NT CT R: Long B ldi Technologies, Inc. By: I1l,,Date Name: is Title:L� rn�re.l Mi..r J ✓ WELD CO Y: ATTEST: W �� Weld Chi tv Clerk to the BoArd Deputy Clok to th 1861 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO K. James, Chair JUN 2 2 2022 0201%`11 Exhibit A- Additional Access Control To: Will Hopkins Company: Weld County Building and Grounds Regarding: Weld County 8 -Door Add Date: 06/03/2022 Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Overview: Weld County requested a proposal for the following additions to the access control System. Attached are drawings detailing the scope of work. Each access control door will be outfitted with a card reader, door contact, request to exit motion senor and electric lock. LONG Building Technologies will provide, install, test and commission the additions. Scope of Work: Alternative Programs: • IT Room o Existing panel equipment will support this addition. • Door 1: o (1) ICT Card Reader o (1) Request to Exit Motion Sensor o (1) Surface Mount Door Contact o (1) Electric Strike o Existing storeroom lever will be reused o Conduit is required at the door location; the frame is concrete filled. Additional time will be required at this door location • Panic Button Add — 1 HUB -T will be added to the system, location shown on drawings Clerk and Recorder: • IT Room: o (1) ICT 2 -Door Reader Module o (1) ICT Power Supply o (1) ICT 2x4 Enclosure o (1) Altronix Lock Power Supply o Electrician to add power supply by Weld County 1955 - 20'x' • Door 2: Long live your building! o (1) ICT Card Reader o (1) Request to Exit Motion Sensor o (1) Door Contact o (1) Electric Strike o Existing storeroom lever will be reused • Door 3: o (1) ICT Card Reader o (1) Request to Exit Motion Sensor o (1) Door Contact o (1) Electric Strike o Existing storeroom lever will be reused Plaza West • IT Room o Existing panel equipment will support this addition. • Door 4: o (1) ICT Card Reader o (1) Request to Exit Motion Sensor o (1) Door Contact o (1) Electric Strike o Existing storeroom lever will be reused Southeast Service Center: • IT Room: o (1) ICT 2 -Door Reader Module o (1) Altronix Lock Power Supply o It is assumed that there is an open slot in the existing ICT enclosure o Electrician to add power supply by Weld County • Door 5: o (1) ICT Card Reader o (1) Request to Exit Motion Sensor o (1) Door Contact o (1) Electric Strike o Existing storeroom lever will be reused • Door 6: Long live your building! o (1) ICT Card Reader o (1) Request to Exit Motion Sensor o (1) Door Contact o (1) Latch Retraction Kit — for existing integrated crash bar —specialty door installation will take added time o (1) Door Cord Southwest Service Center o IT Room: o (1) ICT 2 -Door Reader Module o Existing ICT enclosure and Altronix power supply support these additions o Door 7: o (1) Request to Exit Motion Sensor o (1) Surface Mount Door Contact o (1) Electric Strike o Existing storeroom lever will be reused o Conduit is required at the door location; the frame is concrete filled. Additional time will be required at this door location o Cable pulls for this door will be difficult. We will need to drill a wire pathway into the bathroom and fish wiring over the hard ceiling back to the panel o Door 8: o (1) ICT Card Reader o (1) Request to Exit Motion Sensor o (1) Door Contact o (1) Electric Strike o Existing storeroom lever will be reused Pricing: Part Number PRX-TSEC-STD-DF-BT-B PRT-PSU-DIN-4A PRT-RDM2-DIN EN -DIN -24 AL6000LACM HESS200 MLRK1-KAWP KEEK-DLA HUT -T GRI 180- 12WG-W DS160 G Misc. LONG Door Labor LONG Panel Labor LONG Cable Pull LONG Programming LONG Project Management Admin/Backoffice Excluded Long live your building! Description Price Qty Ext. Price ICT Bluetooth Card Readers $220.00 8 $1,760.00 ICT Power Supply $389.00 1 $389.00, ICT Two Door Reader Modules $413.00 3 $1,239.00 ICT 2X4 Enclosure $262.00 1 $262.0O! Altronix Lock Power Supply $370.00 2 $740.00' HESElectricStrike $159.00 7 $1,113.001' Electric Latch Retraction Kit $445.00 1 $445.00 Door Cord $35.00 1 $35.00 Panic Button $32.00 1 $32.00 GRI Door Contact $25.00 6 $150.00 Surface Mount Door Contact (Concerte Filled Frames) $45.00 2 $90.00 Bosch REX Motion Sensor $92.00 8 $736.00 Combo Cable —500' $590.00 4 $2,360.00 Miscellaneous Install items (J -hooks, Conduit) $385.00 Freight 271.00 Subtotal $10,007.00 $102.00 78 $7,956.00 $102.00 16 $1,632.00 $102.00 16 $1,632.00 $102.00 6 $612.00 $114.00 22 $2,508.00 Total Clarifications: Long live your building! • This proposal is valid for 15 days • Wcrk will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 4-6 weeks • Submittals for all equipment will be provided by LONG • It is assumed that any existing hardware being reused on this project is in working condition. If it is not, a change order may be required. • A lift is NOT included in this proposal. If a lift is needed, a change order will be required • LONG project management will coordinate prior to arriving on -site. • Conduit is required at (2) door locations • Programming, testing and commissioning will be provided by LONG • Weld County will provide a network drop for (1) added controller Ylllping Oaer Number ICI Card Reader PRR•TSEC-S1O-DEBT-B Door CantM GRI1a613WG-5 Soda¢ Mount Door Contxt GRI/a WA Request to Ey]t 05160 Pank Button HUS-T tat, Retraction Module MERK1-KAWP Door Cads REEK -DU ENavk SMRt HESSZDO ICT Power Supply PRT-PSU-DIN-M ICI 2 -Door Egantler PRT-RDMI-DIN ICr 1w Entlwun EN -DIN -24 la's Pawr Supply A16GDU0[CM Conduit MtemaiSePrograms 1 1 1 1 1 I 1 CIer5 and Recorder 2 1 1 1 1 Clark and Recorder 3 I 1 1 1 1 1 1 1 Masa West 4 1 1 1 1 Southeast Service Center 5 1 I 1 1 SoutheastscgMce Comer 6 1 1 1 1 1 1 1 Southwest Service Center 7 1 1 1 1 1 Southwest Service Center B I 1 1 1 Tota B 6 2 B 1 1 1 7 1 3 1 2 2 Address Building Name / Departments Controller 1390 N. 17th Avenue Alternative Programs 1390 1St Floor Existing panel equipment can support --.:. ^n.1 these additions Y E (1) Panic Button . (1) ICT Card Reader (1) Surtace Mount Door Contact (1) Request to Exit N { (1) Electric Strike Conduit required, concrete filled frame 10 Address Building Name / Departments Controller 1250 N. 17th Avenue Clerk & Recorder/Motor Vehicles 1250 124A4 N 111 .1078 108A (1) ICT Card Reader (1) Door Contact (1) Request to Exit (1) Electric Strike Reuse existing storeroom lever 2 *154 Y p51 �'108B 149 150' L �I IT 1115 28 _ Added Panel Equipment (1) ICT Power Supply (1) CT Enclosure (1) Altronix AL600 Electrician to add power included 1 Plaza West (1St Floor) I n 1 12' i r_ 1-14 1-16 1-18 (Ad ed) j 1.15 ' 1-9 • 1-11 1-10 I:a (1) ICT Card Reader (1) Door Contact (1) Request to Exit (1) Electric Strike Reuse existing storeroom lever Plaza West (2n(1 Floor) N 4♦ IIrIE4I III III L J^ L ' _y 1 7 v ' \+� ���4����2-13 (Added CR Elevator) •J q c ' 2.3 •� t '_ _-«-, n. .I, v ! tWrF_.n _fi _ __ si — � pp 2-9 °� 2-10\fl5PTh JJa8 Ao,. a _ -a ,, (—• 1; 2-5 O1oO Existing panel equipment can support these additions Southeast Service Center (Main Floor — Phase 1) Y3.•♦ J `r e, 1-10• ": (1) ICT Card Reader (1) Door Contact = . '" O (1) Request to Exit t. _ _ < (1) Electric Strike II I.'tV .t—--44— Reuse existing storeroom lever • ' i i I 4 - �. •• �� { l - `may '\ti{. I �:' ♦ iS•.ut t ` t1 : .. �. . '� Sl ' J M ♦ K^ 1 .`4U . O 0 0 O O Address Building Name / Departments Controller 2950 9th Street, Ft. Lupton Southeast Service Center SE r 1.21 _z '•C v Y Added Panel Equipment O - t S `• ' N (1) ICT 2 -Door Reader Module I (1) Altronix AL600 ! - _ --;— II is assumed there is an open slot in the existing ICT enclosure Electrician to add power included • .I 1-184 L_1 1-19 1 _ I . (1)ICT Card Reader (1) Door Contact (1) Request to Exit 6 (1) Electric latch retraction kit (1) Door Cord This door will take additional time since it is a specialtydoor O P. ryI N { ,Fvn C) (Q) 151 Floor - East 22 Address Building Name / Departments Controller 4209 WCR 24 1/2, Longmont Southwest Service Center SWS, SWN Controller "S" for South N 1-z31® (1) ICT Card Reader (1) Door Contact (1) Request to Exit (1) Electric Strike Reuse existing storeroom lever r -IL 1-21 1-22 1-13 1-20 oea.w rewne rry i-5.4'�mo .re mu .ws¢ p1-19 � 1-19 7 Add (1) ICT 2 -Door Reader Module X - _ "/ Existing CI enclosure will be reused gAL600 can supportthis addition (1)ICT Card Reader M„" (1) Surface Mount Door Contact (1) Request to Exit (1) Electric Strike Reuse existing storeroom lever Wire mold required at this location 30 Concrete filled frame ACORD® CERTIFICATE OF LIABILITY INSURANCE 8/1/2022 DATE (MM/DDNYYY) 6ilsi2o22 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 8110 E. Union Avenue Suite 700 Denver CO 80237 NAME CT PHONE FAX Eat): (A/C, No E-MAIL ADDRESS: (303) 414-6000 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: The Charter Oak Fire Insurance Company 25615 INSURED LONG Building Technologies, Inc. 1409467 5001 South Zuni Street INSURER B: The Travelers Indemnity Company 25658 INSURER C : Travelers Property Casualty Co of America 25674 INSURER 0: Travelers Casualty Ins Co of America 19046 Littleton, CO 80120 INSURER E : 1050.220299 - Weld County 8 Door Add INSURER F: COVERAGES CERTIFICATE NUMBER: 1 R624562 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WV POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM/DD LIMITS A X COMMERCIAL GENERAL LIABILITY N N DT-CO-9P669324-COF-21 CLAIMS -MADE OCCUR X WA,WY-Stop Gap Intl GEN'L AGGREGATE LIMIT APPLIES PER: POLICY j J'EIt LOC I�I OTHER: 8/1/2021 8/1/2022 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES lEa occurrence $ 300,000 MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGO $ 2,000,000 $ B AUTOMOBILE LIABILITY N N 810 -4S021574 -21-26-G X ANY AUTO OWNED 11 SCHEDULED AUTOS ONLY I I AUTOS X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY i 8/1/2021 8/1/2022 COMBINED SINGLE LIMIT Ea accident $ 1 000 000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX PROPERTY DAMAGE (Per accident $ XXXXXXX $ XXXXXXX C X UMBRELLA LIAB X OCCUR N N CUP -3J934357-21-26 EXCESS LIAB CLAIMS -MADE ', DED RETENTION $ 10,000 8/1/2021 8/1/2022 EACH OCCURRENCE $ 10,000.000 AGGREGATE $ 10,000,000 $ XXXXXXX D N UB-9P669324-21-26-G WORKERS COMPENSATION YIN AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ N I A OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below 8/1/2021 8/1/2022 H VIPER STATUTE EER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500.000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) GANGtLLA I IUN 18624562 Weld County Government Accounts Payable, PO Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE, TION_ All riahts reserved ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD New Contract Request Entity Information Entity Name * Entity ID * LONG BUILDING TECHNOLOGIES, INC ,0001 Lit 51 Contract Name ADDITIONAL ACCESS CONTROL DOORS IN VARIOUS BUILDINGS Contract Status CTB REVIEW ❑ New Entity? Contract ID 6003 Contract Lead SGEESAMAN Contract Lead Email sgeesarnanco.weld.co. us Contract Description * ACCESS CONTROL DOORS IN VARIOUS BUILDINGS (SINGLE SOURCE CONTRACT) Contract Description 2 Parent Contract ID Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND GROUNDS Date* 06182022 06/22:2022 Amount* Department Email $24,922.0} CM- Will a work session with l OCC be required?* Bulid ingGrounds`-weidgov.c NO Renewable * x m NO Does Contract require Purchasing Dept. to be included? Department Head Email NO Automatic Renewal CM-BuildingGrounds- DeptHead �weldgov.com Grant County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORNEYWELDG OV.C:OM If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date * Renewal Date 12 27:2022 Termination Notice Period Committed Delivery Date Expiration Date 12 27.2022 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 06 1512022 Final Approval ROCC Approved ROCC Signed Date BOCC Agenda Date 06222022 Originator SGEESAMAN Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approved Date Finance Approver CHRIS D'CV!DIO Finance Approved Date 06, 172022 Tyler Ref AG 062222 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 06172022 CZa t Vo i D. SIo7 FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 15, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Wash Bay Access Control Contract/ Change Order #1 (2017-4114) In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid B1700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. The Wash Bay access control system originally contracted has required additional equipment to ensure safe access. Long Technologies has provided a quote in the amount of $4,511.00. Therefore, the Facilities Department is recommending approving this change to the project. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Con M J1GL- 0�I2�12Z CHANGE ORDER #1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND LONG TECHNOLOGIES, INC. WASH BAY ACCESS CONTROL Date: March 15, 2022 Original Agreement: Weld County document no. 2017-4114 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 9,327.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 4,511.00 Current Change Order Amount $ 13,838.00 New Contract Total All other;terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: ' Name: Title: e - ATTEST: We BY: Date 2 — BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Sco K. James, Chair MAR 2 8 2022 Page 1 of 1 �1-7- 4«'f' Long live your building! Exhibit A: CO # 1 Access Control Wash Bay To: Toby Taylor & Mike lannuzzi Company: Weld County Building and Grounds Regarding: Weld County Wash Bay CO#01 Change Order 1: Date: 03/14/2022 Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. The scope of work for the access control system on the Wash Bay project has expanded. (1) ICT input board and (1) output board will be added to the scope of work to accommodate the added points. Our engineering department will provide a full set of point-to-point drawings with a sequence of operations for each wash bay. Below is the revised sequence of operations. Revised Wash Bay Scope of Work: • CAR Wash (PDQ car wash equipment) o Valid badge read o Pulse "Start Wash" output o When "Entry Door Open" is HIGH Pulse "Gate Open" output o Watch "Car in gate area" go HIGH o Watch "Car in gate area" go LOW o Pulse "Gate Close" output ■ Roll up doors will be controlled by the car wash PLC, LONG will send signal to car wash controller to start the sequence. The gate, photo eyes for the gate, and door contracts for the roll up entry door will connect to ICT. • SEMI Wash (NS car wash equipment) o Valid badge read o Pulse "Gate Open" output o Watch "Truck in gate area" go HIGH o Watch "Truck in gate area" go LOW o Pulse "Gate Close" output ■ Roll up doors will be controlled by ICT. Trigger wire required at each roll up door operator. We still need to finalize the scope of work for the roll up doors on the semi wash. LNG TE z lc�i o N X965 - 20,x' Added parts for revised scope of work: • (1) ICT HZX16 input board • (2) ICT HPX8 Output boards • Engineering time for point-to-point drawings Pricing: Part Number Description PRT-HZX16-DIN Protege Half DIN Rail 16 Zone Input Expander PRT-HPX8-DIN Protege Hal DIN Rail 80utput Expander LONG Engineering (full set of as builts with point to points with redlines) LONG Project Management LONG Programming Admin/Backoffice Excluded Acceptance: Agreed To: Customer Name: Date: Long live your building! Price Qty Ext. Price $398.00 1 $398 $385.00 1 $385 Freight 10 Subtotal $793 $114.00 20 $2,280.00 $114.00 8 $912.00 $102.00 4 $408.00 $118.00 Total $4,511.00! New Contract Request Entity Information Entity Name* Entity 1O* LONG BUILDING TECHNOLOGIES, INC ,00018151 Contract Name* WASH BAY ACCESS CONTROL (201 7-41 14) Contract Status CTB REVIEW ❑ New Entity? Contract ID 5676 Contract Lead * SGEESAMAN Contract Lead Email sgeesamanOco.weld.co.us Contract Description * CHANGE ORDER # 1 FOR ACCESS CONTROL WASH BAY CONTRACT Contract Description 2 Contract Type* Department CHANGE ORDER BUILDINGS AND GROUNDS Amount* Department Email $4,51L00 CM- RuildingGroundsc)weidgov.c Renewable om NO Department Head Email Automatic Renewal CM-BuildingGrounds- DeptHeadweldgov.com Grant County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY %VELDG OV.COM if this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 03:24/2022 03/28,2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* 81700146 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date * Renewal Date 09:05,'2022 Termination Notice Period C€ m itted Delivery Date Expiration Date 0905/2022 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Purchasing Purchasing Approver Purchasing Approved Date ROB TURF 03/24! 2022 Contact Phone 2 Approval Process Department Head Finance Approver Legal Counsel TORY TAYLOR CHRIS €D'OV!DIO BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/21/2022 03/22/2022 03123!2022 Final Approval ROCC Approved Tyler Ref # AG 032822 BOCC Signed Date 13OCC Agenda Date 03;2812022 Originator SGEESAMAN CorrJtiaLf I 4FJ-iQ FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 November 18, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Access Controls — Addition to Access Control System/ Change Order #1 (2017-4114) In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid B1700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. The Assessor & Treasurer's Office has requested to outfit the new shared training room with the proximity control access system. To accomplish this task, Long Technologies has provided a quote in the amount of $3,648.00. Therefore, the Facilities Department is recommending approving this project. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director YL1' flz3L14d& Cc L) zofl- ///17L / �y gCHANGE ORDER #1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND LONG TECHNOLOGIES, INC. Date: November 18, 2021 Original Agreement: Weld County document no. 2017-4114 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 18,599.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 3,648.00 Current Change Order Amount $ 22,247.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. is ���_�i���•" a �` �rl . 1861 Date l ( ( BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair DEC 0 6 2021 Page 1 of 1 Long live your building! Exhibit: Change Order # 1 To: Mike lannuzzi Company: Weld County Building and Grounds Regarding: Weld County ACS Adds — CO1 Date: 11/17/2021 Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Scope of Work: Mike with Weld County requested a change order proposal for adding door 1-12 at the Treasurer building to the access control scope of work. Below is a breakdown of the scope. LONG Building Technologies will provide, install, test and commission the additions. LONG will Provide: • Add Door 1-12 to scope of work: • (1) ICT card reader • (1) Electric lever less core • (1) 4.5 x 4.5 electric hinge • (2) door contacts • (1) request to exit motion sensor • Cabling from the IT room to the door location • Cross bore door for access control cabling pathway — glass removed by Weld County • NOTE: The existing access control panel has an open slot on the access control panel and lock power supply. No additional panel equipment is required. Weld County will Provide • (1) BEST SFIC core for the electric lever provided by LONG • Weld County will remove and reinstall the glass window in the door so LONG can cross bore the door for wire transfer to the electric lever Long live your building! Change Order 1 Pricing: Part Number Description Price Qty Ext. Price PRX-TSEC-STD-DF-BT-B ICT Bluetooth Card Readers $220.00 1 $220.00 1078 GE Door Contact $25.00 2 $50.00 05160 Bosch REX Motion Sensor $92.00 1 $92.00 BES9KW37DEU15D-53-626 Best Electric Lever $728.00 1 $728.00 W4545-626 CH-BB79 4.5 x 4.5 electric hinge $90.00 1 $90.00 4461030-500LONG Combo Cable -500' $572.00 0.5 $286.00 Misc. Miscellaneous Install items (J -hooks, Conduit) $75.00 Freight 5.00 Subtotal $1,586.00 LONG Door Labor $102.00 8 $816.00 LONG Labor - Cross Bore Door $102.00 4 $408.00 LONG Cable Pull $102.00 2 $204.00 LONG Programming $102.00 1 $102.00 LONG Project Management $114.00 3 $342.00 Admin/Backoffice $190.00 Tax Excluded Total $3,648.00 Clarifications: • This proposal is valid for 30 days • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 2-6 weeks • Submittals for all equipment will be provided by LONG • It is assumed that any existing hardware being reused on this project is in working condition. If it is not, a change order may be required. • It is assumed that none of the doors in the scope of work include an ADA operator. If interfacing with an ADA operator is needed, a change order for a BEA3X relay logic board will be required • A lift is NOT included in this proposal. If a lift is needed, a change order will be required • LONG project management will coordinate prior to arriving on -site. $G m o z <V '965-20" Left door is manual vertical rods Right door is to be card access opening and brass key ICT "head end" hardware: None required • There is a spot on a RDM module (1400 RD6 DR 2) • There are two Altronix (16 relays) with only 11 doors currently Name Controller A maglock would be acceptable here, but I don't know how it 1400_1-1 Employee Entrance from Lobby 1400 would be interfaced with a locking door handle. My guess would be: Option A — electrical hinge & electronic lever on right door Option B — electrical hinge & electronic strike on left door 1400_1-2 Employee Entrance (East) 1400 1400_1-3 Treasurer Lobby 1400 1400_1-4 Treasurer/Break Rrn 1400 1400_1-5 Employee Entrance (North) 1400 1400_1-6 Employee Entrance (Southwest) 1400 1400_1-S IDF 1400 1400_1-7 Assessor Lobby 1400 1400_1-9 Employee Entrance (North West) 1400 1400_1-10 Assessor Conference Room 1400 1400_1-11 Vault Office 1400 1400 RD6 DR 2 1400 !, Address Building Name / Departments Controller 1400 N. 17th Avenue Treasurer/Assessor/Elections 1400 NOTES: Doors 1-3 and 1-7 has override buttons 1-6 N 2 New Contract Request Entity Information Entity e Entity ID t LONG BUILDING TECHNOLOGIES, INC @00018151 contract Name WELD COUNTY ACCESS CONTROL OL SYSTEMS ADDITIONS (2017-4114) act Status CTB REVIEW ❑ New Entity? Contract ID 5416 Contract Lead SGEESAMAN Contract Lead ail s g eesamanico.veld .co. us Contract Descriptiont CHANGE ORDER #1 ADD DOOR CONTROL ACCESS TO TREASURER'S CONFERENCE ROOM Contract Description 2 Contract Type- Department Requested ROCC Agenda Due Date CHANGE ORDER BUILDINGS AND GROUNDS Date* 11/25/2021 11/29/2021 Arnountt Department Email $3,648.00 Cm- Will a work session with ROCC be required? * I,uildingGrounds eldgov.c NO Renewablet om NO Does Contract require Purchasing Dept to be included? Department Head Email YES Automatic Renewal CM-BufldingGrounds- DeptHead@eldgov.corn Bid' #'� Grant 1700146 county Attorney GENERAL COUNTY` IGA ATTORNEY EMAIL county Attorney Email Chi- COUNTYA ORNEY@WLDG OV.COM If this is a renewal enter previous Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date e * Renewal Date 02./07/'2022 Termination Notice Period Committed Delivery Date Expiration Date* 02:072022 Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 11/2212021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 1206 r' 2021 Originator SGEESAMAN Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approved Date 12?022021 Finance Approver CHRIS D'OVIDIO Finance Approved Date 11.232021 Tyler Ref # AG 120621 Legal Counsel BOB CHOATE Legal Counsel Approved Date 12.01 :`2021 N"tYck& U55( -o FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 26, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Access Controls — Additions to Access Control System In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid B1700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. Several Departments have requested to outfit additional doors with the proximity control access system. To accomplish this task, Long Technologies has provided a quote in the amount of $18,599.00. Therefore, the Facilities Department is recommending approving this project. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director idL ll/01121 -4114 Z,ofl AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & LONG BUILDING TECHNOLOGIES WELD COUNTY ACCESS CONTROL SYSTEM ADDITIONS THIS AGREEMENT is made and entered into this I day of $\Jen&, 2021, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Long Building Technologies, whose address is 5001 South Zuni Street Littleton, CO 80120, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County; and WHEREAS, Contractor is single source provider and willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibits: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibit, which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically the Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibits consists of Contractor's Response to County's Request for services. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibit which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of the Exhibit within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until Contractor's completion of the responsibilities described in the Exhibit. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $18,599.00, which is the bid set forth in Exhibits. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Long Building Technologies Inc. Attn.: Richard Coleman Address: 5001 South Zuni Street Address: Littleton, CO 80120 E-mail: rcoleman(aillong coin Telephone: (303) 975-2100 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affnmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached 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. INSWIT ESS WHEREOF, the parties hereto have signed this Agreement this 2? day of 202! CONTRACTOR: Long uil in Technologies, Inc. By: Date ' /2 Name Title: t ._._-w 1 e WELD COlil i': Cl ATTEST: Weld C un Clerk to the o d BY: Deputy Clerk to thel Boar BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ✓e Moreno, Chair 1,ov 0 12021 Exhibit To: Mike lannuzzi Company: Weld County Building and Grounds Regarding: Weld County ACS Adds Scope of Work: Long live your building! Date: 10/12/2021 Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Mike with Weld County requested a proposal for the following additions to the access control System. Attached are drawings detailing the scope of work. Each access control door will be outfitted with a card reader, door contact, request to exit motion senor and electric lock. LONG Building Technologies will provide, install, test and commission the additions. Scope Overview: Site Scope ICE Card Reader ICTRDM2 AL6WPS Electric Strike Door Contact REX LawAdmin Add doorB-13 1 1 1 1 1 1 Plaza West Add door 3-18 1 1 1 1 1 1 Probation (South) Add door 1-2 in new location 1 1 1 1 TralningCenter Adddoorsl-2,1-3,1-4 3 1 3 3 3 Human Services B Add door 1-9 Reuse Existing Reuse Existing Reuse Existing Reuse Existing Reuse Existing Reuse Existing 6 3 2 6 6 6 Law Admin: • IT Room: o Existing ICT panel, add (1) RDM2 o Add (1) AL6000LACM ■ Electrician to install new AL600 • Door B-12: o Add (1) Anti -Pick Plate • Door B-13: o Add (1) ICT Card Reader o Add (1) Electric Strike o Add (1) Door Contact o Add (1) Request to Exit Door Contact o Pull cable from the IT room to door location Centennial Center — Plaza West: Long live your building! • IT Room: o Existing ICT panel, add (1) RDM2 o Add (1) AL6000LACM ■ Electrician to install new AL600 • Door 3-18: o Add (1) ICT Card Reader o Add (1) Electric Strike o Add (1) Door Contact o Add (1) Request to Exit Door Contact o (1) Storeroom lever (by Weld County) o Pull cable from the IT room to door location Probation (South) • IT Room: o Weld County removed (1) door from the system. LONG will reuse the ICT and AL600 ports from the removed door. • Door 1-2: o Add (1) ICT Card Reader o Add (1) Electric Strike o Add (1) Door Contact o Add (1) Request to Exit Door Contact o (1) Storeroom lever (by Weld County) o Pull cable from the IT room to door location Training Center: • IT Room: o Add (1) RDM2 o Reuse existing AL600 open ports • Doors 1-2, 1-3, 1-4 o Add (1) ICT Card Reader o Add (1) Electric Strike o Add (1) Door Contact o Add (1) Request to Exit Door Contact o (1) Storeroom lever (by Weld County) o Pull cable from the IT room to door location Human Services B: Long live your building! • IT Room: o ICT and AL600 have open ports, reuse • Door 1-9: o Card Reader, REX, DC, Electric Strike reused from doors that were removed o Pull cable from the IT room to door location Pricing: Part Number Description Price Qty Ext. Price PRX-TSEC-STD-DF-BT-B ICT Bluetooth Card Readers $220.00 6 $1,320.00 PRT-RDM2-DIN ICTTwoDoorReaderModuIe $413.00 3 $1,239.00 AL6000LACM Altronix Lock Power Supply $298.00 2 $596.00 HES5200 HES Electric Strike $159.00 6 $954.00 1078 GE Door Contact $25.00 6 $150.00 DS160 Bosch REX Motion Sensor $92.00 6 $552.00 4461030-500LONG Combo Cable -500' $540.00 3 $1,620.00 Misc. Miscellaneous Install items (J -hooks, Conduit) $200.00 Freight $144.00 Subtotal $6,775.00 LONG Door Labor $102.00 56 $5,712.00 LONG Panel Labor $102.00 12 $1,224.00 LONG Cable Pull $102.00 14 $1,428.00 LONG Programming $102.00 4 $408.00 LONG Project Management $114.00 16 $1,824.00 Admin/Backoffice $478.00 Electrician for added power supplies $750.00 Excluded Total $18,599.001 6 '96s zo"`' Clarifications: Long live your building! • This proposal is valid for 30 days • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 2-6 weeks • Submittals for all equipment will be provided by LONG • It is assumed that any existing hardware being reused on this project is in working condition. If it is not, a change order may be required. • It is assumed that none of the doors in the scope of work include an ADA operator. If interfacing with an ADA operator is needed, a change order for a BEA3X relay logic board will be required • A lift is NOT included in this proposal. If a lift is needed, a change order will be required • Electrician costs for providing power to (2) AL600's is included in the scope of work • LONG project management will coordinate prior to arriving on -site. Exhibit # 2 Address Building Name / Departments Controller 1950 O Street Law Admin LAW ADMIN NOTES: Door B-9 is proxy In & Out w/audible alarm in crashbar Card Reader Electric Strike Door Contact REX u u - -w B-11 11 Existing ICT Panel Add (1) RDM2 Add (1) New AL600OLACM Electrician Required N ( ' ) Add Anti -Pick Plate B-1 i. waIl'II iH1JiIIi1L --- r 1 Address Building Name / Departments Controller 915 10th Avenue Centennial Center - Plaza West CENTENNIAL - PLAZA WEST 2nd Floor •_-;J::.::Hj .:::.f _ • _ \'� LttLR5 I WD� , A11 ❑ 11 _ _ _ _ _ _ _ j�� d x� : ,;.>w•x� r 2-g 1 ICCI ...� J ��w .... I PUG' U%B, f -a '7" nv 'Mf Ill"� e .. _- _ _. .. A r I .mu.- - \ r P : , 2. , �W 2 2 = V S7a.;�.� Q —�z II w 2 ",� xy�� '' II f 1 - -- d 0 I ; x� p LA a 1 •I �, i� NP !!-'w��� G11 mN.nIV. 2-4 Yb Existing ICT Panel _ ' Add (1) RDM2 — F v Add (1) New AL6000LACM — — Electrician Required - I 2_ -1 lam'. 1.r CI I x .FwHI XCGTM.1` I 9 i 4.x1 _.� L 2-5y 1TI N a -_ �—J 2 FIRE DOORS: Door 2-3 Address Building Name / Departments Controller 915 10th Avenue Centennial Center - Plaza West CENTENNIAL - PLAZA WEST NOTES: 3rd Floor NEW t / 3-171 Card Reader Electric Strike Door Contact /i REX Storeroom Lever by Weld 3 4 3-15 ---ter----- ---- --+� r /; ;f 9 I f• `f ___i ti l Y!'- p : } i' • c $,.'r'TT 4 1 "3 3-�r' tt k' 3-18 F -1 I 3-3 w '> : . .... -41.1'L IJj j. JUl 3-10 ❑ II y p 1 Il H ` T.�� :11 1 IFr: N ov j 7 nl li Address Building Name / Departments Controller 918 10th Street Probation (South) 918 N NEW El Address Building Name / Departments Controller 1104 H Street Training Center 1104 Na NEW 5 Address Building Name / Departments Controller 315 N. 11th Ave. Human Services Bldg - B HSB a a III V1-10 Card Reader, REX, DC, Electric Strike reused from doors that were removed Pull new cable to IT room N 21 a 1st Floor NEW a *11001 1-2 1-14 18 1-1 Existing ICT Panel has open ports Existing AL600 has open ports Ii O CI a Cl 1-7 _2 • T-. 1-5 1-4 [* ACORO® CERTIFICATE OF LIABILITY INSURANCE 811/2022 DATE (MM/DD!YYYY) 10/25/2021 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(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 8110 E. Union Avenue Suite 700E Denver CO 80237 CONTACT NAME: PHONE FAX Ext : A/C No): -MAIL ADDRESS: (303) 414-6000 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : The Charter Oak Fire Insurance Company 25615 INSURED LONG Building Technologies, Inc. 1409467 5001 South Zuni Street INSURER B : The Travelers Indemnity Company 25658 INSURER C : Travelers Property Casualty Co of America 25674 INSURER D : Travelers Casualty Ins Co of America 19046 Littleton, CO 80120 1050.210568 - Weld County ACS Adds INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 17968796 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE IADDL I D SUBR D POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD LIMITS q X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR WA, WY -Stop Gap Incl N N DT-CO-9P669324-COF-21 8/1/2021 8/1/2022 EACH OCCURRENCE $ 1000 000DAMAGE TO RENTED PREMISES lEa occurrence) $ 300,000 X GEN'L MED EXP (Any one person) $ 15,000 PERSONAL &ADV INJURY $ 1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY JE� LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO OWNED II AUTOS ONLY AUTOSSCHED HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY N N 810 -4S02 1 5 74 -2 1-26-G 8/1/2021 8/1/2022 COMBINED SINGLE LIMIT Ea accident $ 1 000 000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXX PROPERTY DAMAGE Per accident) $ XXXXXXX $XXXXXXX C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE N N CUP -3J934357-21-26 8/1/2021 8/1/2022 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DED I RETENTION$ 10,000 $ XXXXXXX D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A N UB-9P669324-21-26-G 8/1/2021 8/1/2022 X STATUTE ERH E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500.000 DESCRIPTION OF OPERATIONS / LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) UtK I II-IGA I t HULUtK L.ANL tLLA I IUN Jee ALLacnments 17968796 Weld County Government SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PO Box 758 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greeley CO 80632 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 111 TION- All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Miscellaneous Attachment: M519927 Master ID: 1409467, Certificate ID: 17968796 Policy #DT-CO-9P669324-COF-21 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED - (Section II) is amended to "personal injury" arising out of the rendering include any person or organization that you agree of, or failure to render, any professional in a "written contract requiring insurance" to architectural, engineering or surveying include as an additional insured on this Coverage services, including: Part, but: i. The preparing, approving, or failing to a) Only with respect to liability for "bodily injury", prepare or approve, maps, shop "property damage" or "personal injury"; and drawings, opinions, reports, surveys, b) If, and only to the extent that, the injury or field orders or change orders, or the damage is caused by acts or omissions of you preparing, approving, or failing to or your subcontractor in the performance of prepare or approve, drawings and "your work" to which the "written contract specifications; and requiring insurance" applies. The person or ii. Supervisory, inspection, architectural organization does not qualify as an additional or engineering activities. insured with respect to the independent acts c) The insurance provided to the additional or omissions of such person or organization. insured does not apply to "bodily injury" or 2. The insurance provided to the additional insured "property damage" caused by "your work" by this endorsement is limited as follows: and included in the "products -completed a) In the event that the Limits of Insurance of this operations hazard" unless the "written Coverage Part shown in the Declarations contract requiring insurance" specifically exceed the limits of liability required by the requires you to provide such coverage for "written contract requiring insurance", the that additional insured, and then the insurance provided to the additional insured insurance provided to the additional shall be limited to the limits of liability required insured applies only to such "bodily injury" by that "written contract requiring insurance". or "property damage" that occurs before This endorsement shall not increase the limits the end of the period of time for which the of insurance described in Section III - Limits "written contract requiring insurance" Of Insurance. requires you to provide such coverage or the end of the policy period, whichever is b) The insurance provided to the additional insured earlier. does not apply to "bodily injury", "property damage" or 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is CG 0246 08 05 PAGE 1 OF 2 Miscellaneous Attachment: M519927 Master ID: 1409467, Certificate ID: 17968796 available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under such "other insurance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the defense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insurance provided to the additional insured by this endorsement is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. - DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; i. Immediately record the specifics of the b. While that part of the contract or claim or "suit" and the date received; agreement is in effect; and and c. Before the end of the policy period ii. Notify us as soon as practicable. CG D2 46 08 05 PAGE 2 OF 2 Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 17968796 Policy #DT-CO-9P669324-COF-21 COMMERCIAL GENERAL LIABILITY CG D3 16 11 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE - This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured - Newly Acquired Or Formed Organizations F. Who Is An Insured - Broadened Named Insured - Unnamed Subsidiaries G. Blanket Additional Insured - Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I - COVERAGES - COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or property for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Paragraph 2. of SECTION I - COVERAGES -COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I -COVERAGES - COVERAGE A. BODILY H. Blanket Additional Insured - Lessors Of Leased Equipment I. Blanket Additional Insured - States Or Political Subdivisions - Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability - Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion - All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Paragraph 6. of SECTION III - LIMITS OF INSURANCE. Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 17968796 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SECTION III - LIMITS OF INSURANCE: Subject to 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occurrence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property damage" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV -COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. Page 2 of 6 C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS - COVER- AGES A AND B of SECTION I - COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS - COVER- AGES A AND B of SECTION I - COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II - WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (I) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medical technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 17968796 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of SECTION III - LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Paragraph 2., Exclusions, of SECTION I - COVERAGES - COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV - COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II - Who Is An Insured. E. WHO IS AN INSURED - NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II - WHO IS AN INSURED: Page 3 of 6 4. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, of which you are the sole owner or in which you maintain the majority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that organization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal injury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED - BROADENED NAMED INSURED - UNNAMED SUBSIDIARIES The following is added to SECTION II - WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declarations is a Named Insured if you maintain an ownership interest of more than 50% in such subsidiary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an offense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such subsidiary. Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 17968796 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED - OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is committed, subsequent to the execution of that contract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or noncontributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insurance. Page 4 of 6 H. BLANKET ADDITIONAL INSURED - LESSORS OF LEASED EQUIPMENT The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is committed, subsequent to the execution of that contract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED - STATES OR POLITICAL SUBDIVISIONS - PERMITS The following is added to SECTION II - WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 17968796 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCURRENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II - Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive officers" or directors (if you are an organization other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (I) A partner or member of any part- nership or joint venture; Page 50f6 (i) A manager of any limited liability company; or (ii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. (3) Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or escape of "pollutants" which contains a requirement that the discharge, release or escape of "pollutants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that requirement. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not prejudice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV - COMMERCIAL GENERAL LI- ABILITY CONDITIONS: Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 17968796 If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: CG D3 16 11 11 Page 6 of 6 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY - RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is deleted. Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 17968796 COMMERCIAL AUTO Policy #810 -4S021574 -21-26-G THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE - This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS F. HIRED AUTO - LIMITED WORLDWIDE COVERAGE - INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE - GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - LIABILITY COVERAGE: Any organization you newly acquire or form during the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of Section II - Liability Coverage: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and PAGE 1 OF 4 H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE - INCREASED LIMIT I. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES - INCREASED LIMIT J. PERSONAL EFFECTS K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - LI- ABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 17968796 CA 13530215 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV - BUSINESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - COVERED AUTOS LIABILITY COVERAGE Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II - COVERED AUTOS LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. The following replaces Paragraph A.2.a.(4), of SECTION II - COVERED AUTOS LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. F. HIRED AUTO - LIMITED WORLDWIDE COVERAGE - INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV - BUSINESS AUTO CONDITIONS: similar regulation imposed by the United States of America applies to and prohibits the transaction of business with or within such country or jurisdiction, for Covered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "insured" against, and investigate or settle any such claim or "suit" and keep us advised of all pro- ceedings and actions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "insured" pays with our consent, but only up to the limit described in Paragraph C., Limit Of Insurance, of SECTION II - COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investigation of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Paragraph C., Limits Of Insurance, of SECTION II - COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 17968796 5. Anywhere in the world, except any country or jurisdiction while any trade sanction, embargo, or PAGE 2 OF 4 (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such country up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory insurance requirements. (d) It is understood that we are not an admitted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Canada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE - GLASS The following is added to Paragraph D., Deductible, of SECTION III - PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE - INCREASED LIMIT The following replaces the last sentence of Paragraph A.4.b., Loss Of Use Expenses, of SECTION III - PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES - INCREASED LIMIT The following replaces the first sentence in Paragraph A.4.a., Transportation Expenses, of SECTION III - PHYSICAL DAMAGE COVERAGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Coverage Extensions, of SECTION III - PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing apparel and other personal property which are: (1) Owned by an "insured"; and (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclusions, of SECTION III - PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that inflate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1.000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV - BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representative prompt notice of the "accident" or "loss" applies only when the "accident" or "loss" is known to: Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 17968796 (a) You (if you are an individual) PAGE 3 OF 4 (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV - BUSINESS AUTO CONDITIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex - PAGE 4 OF 4 CA T3 53 02 15 tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV - BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. However this provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. Miscellaneous Attachment: M519929 Master ID: 1409467, Certificate ID: 17968796 TRAVELERS WORKERS ANDCOMPENSATION ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD, CT 06183 Policy #UB-9P669324-21-26-G ENDORSEMENT WC 00 03 13 (00)-01 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE DESIGNATED ORGANIZATION: Any Person or Organization for which the insured has agreed by written contract executed prior to loss to furnish this waiver. Attachment Code: D574358 Master ID: 1409467, Certificate ID: 17968796 COMMERCIAL GENERAL LIABILITY Policy #DT-CO-9P669324-COF-21 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products -Completed Operations If Required By Contract) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that you agree in a written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only: a. With respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury' caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. If, and only to the extent that, such injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work' to which the written contract or agreement applies. Such person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. The insurance provided to such additional insured is subject to the fdlowing provisions: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits required by the written contract or agreement, the insurance provided to the additional insured will be limited to such minimum required limits. For the purposes of determining whether this limitation applies, the minimum limits required by the written contract or agreement will be considered to include the minimum limits of any Umbrella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section III — Limits Of Insurance. (1) Any "bodily injury", "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury' or "property damage" caused by "your work" and included in the "products -completed operations hazard" unless the written contract or agreement specifically requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the following duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. The insurance provided to such additional (2) If a claim is made or "suit" is brought against insured does not apply to: the additional insured: CG D2 46 04 19 © 2018 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 Attachment Code: D574358 Master ID: 1409467, Certificate ID: 17968796 COMMERCIAL GENERAL LIABILITY (a) Immediately record the specifics of the claim or "suit' and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit' as soon as practicable. (3) Immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit' to any provider of other insurance which would cover such additional insured for a loss we cover. However, this condition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organization as a named insured as described in Paragraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. Page 2 of 2 © 2018 The Travelers Indemnity Company. All rights reserved. CG D2 46 04 19 New Contract Request Entity Information Entity Name* Entity ID LONG BUILDING TECHNOLOGIES, INC 9O0018151 Contract Name * WELD COUNTY ACCESS CONTROL ADDITIONS Contract Status CTB REVIEW ❑ New Entity? Contract ID 5356 Contract Lead SGEESAMAN Contract Lead Email sgeesaran'co.weld.co. us Contract Description* PROVIDE ACCESS CONTROL TO ADDITIONAL DOORS IN VARIOUS COUNTY BUILDINGS Contract Description 2 Contract Type * Department CONTRACT BUILDINGS AND GROUNDS Amount* Department Email $18,59900 CM- BuildingGrounds weldgov.c Renewable * one NO Department Head Email Automatic Renewal CM-BuildingGrounds- DeptHead` weIdgov.com Grant County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RNWELDG OV.COM if this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 10i282021 1101;2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 02,`28:2022 Termination Notice Period Committed Delivery Date Expiration Date 0212&12022 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 10?26.2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 1 1 01,+2021 Originator SGEESAMAN Contact Type Contact Email Contact Phone i Contact Phone 2 Purchasing Approved Date Finance Approver BARB CONNOLLY Finance Approved Date 10.272021 Tyler Ref # AG 110121 Legal Counsel BOB CHOATE Legal Counsel Approved Date 10;27, 2021 Cbvl+YaC(D1525°I FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 20, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Access Controls — Wash Bay In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid B1700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. The Wash Bay is under construction and requires a proximity control access system for the auto -wash bays. To accomplish this task, Long Technologies has provided a quote in the amount of $9,327.00. Therefore, the Facilities Department is recommending approving this project. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director oq►aO %O \1 LllILA 00/21 /aO(SM AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & LONG BUILDING TECHNOLOGIES WASHBAY CONTROL ACCESS THIS AGREEMENT is made and entered into this j t1tlay of 5Q , 2021, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Long Building Technologies, whose address is 5001 South Zuni Street Littleton, CO 80120, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County; and WHEREAS, Contractor is single source provider and willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibit, which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically the Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibit consists of Contractor's Response to County's Request for services. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibit which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of the Exhibit within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through and until Contractor's completion of the responsibilities described in the Exhibit. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $9,327.00, which is the bid set forth in Exhibit. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 forproperty damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Long Building Technologies Inc. Attn.: Richard Coleman Address: 5001 South Zuni Street Address: Littleton, CO 80120 E-mail: rcoleman a,lon .corn Telephone: (303) 975-2100 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor(alco.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibit, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 2 ( day of ,2021. CONTRACTOR: Long Buil ing Technologies, Inc. By: r: Name: c; Title: WELD COITY: ATTEST: .�d7.IGnJ Weld County Clerk to BYA,LjJ1 In • [ Deputy Clerk to Date Z ( Z ( BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO _It me1 Steve Moreno, Chair SEP 2 9 2021 aot-- -iI(Li To: Toby Taylor Date: 09/17/2021 Company: Weld County Building and Grounds Regarding: Weld County Wash Bay Access Control Long live your building! Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Summary: Toby with Weld County requested a proposal for adding access control to the new wash bay facility. LONG Building Technologies will provide install and program all ICT access control equipment. Gate arm equipment, conduit pathways and 120VAC at our panel location will be provided by others. Sequence of Operation: A gate arm will be installed (by others) in front of the roll up garage door and a card reader will be used to activate the car wash sequence. Following a valid card read, the car wash roll -up door will open. Once the roll up door is completely open, the gate arm will open allowing you to pull into the wash bay. After passing through the gate arm, it will close behind you. Below is a breakdown of the scope of work and attached are drawings detailing device placement. LONG will Provide: • (2) ICT PRX-TSEC-STD-DF-BT-B Bluetooth Card Readers • (1) ICT PRT-CRTL-DIN System Controller • (1) ICT PRT-PSU-DIN-4A Power Supply • (1) ICT EN -DIN -22 Enclosure • (2) Backup batteries for ICT panel • Pull RS485 cable from each card reader location to the ICT panel location (pathway by others) • Pull 18-02 cable from each roll up door operator to the ICT panel location (pathway by others) • Pull 18-02 cable from each gate arm operator to the ICT panel location (pathway by others) • Testing, programming and commissioning Others will provide • Conduit from the ICT panel location to each roll up door • Conduit from the gate arm operator to the panel • Underground card reader pathway from the building to the stanchion location • 120VAC at the ICT panel location • Stanchion for each card readers • Gate arm operators, gate arm installation, 12OVAC for the gate arms, ground loop Pricing: L 1 N GTV Long live your building! Part Number Description Price Qty Ext. Price PRX-TSEC-STD-DF-BT-B ICT Bluetooth Card Readers $220.00 2 $440.00 PRT-CTRL-DIN ICT Controller $840.00 1 $840.00 PRT-PSU-DIN-4A ICT Power Supply $389.00 1 $389.00 EN -DIN -24 ICT 2X4 Enclosure $262.00 1 $262.00 UPGUB1280 Backup Battery - Quantity 1 $21.00 2 $42.00 18-02 18-02 Cabling $164.00 1 $164.00 CAB -R5485 Card Reader Cabling $478.00 1 $478.00 Misc. Miscellaneous Install items (J -hooks, Conduit) $200.00 Freight $74.00 Subtotal $2,889.00 LONG Door Labor $102.00 16 $1,632.00 LONG Panel Labor $102.00 4 $408.00 LONG Cable Pull $102.00 4 $408.00 LONG Programming $102.00 16 $1,632.00 LONG Project Management $114.00 16 $1,824.00 AdminlBackoffice $534.00 Total $9,327.00 Clarifications: • Coordination with the garage door contractor is required. • Coordination with the electrician is required • Coordination with the gate arm contractor is required • Gate arm contractor and roll up door contractor to provide an input for the access control panel • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Submittals for all equipment will be provided by LONG • (1) network drop for the ICT controller will be provided by Weld County • A lift is NOT included in this proposal. If a lift is needed, a change order may be required • All work is assumed to be unimpeded. If work is impeded due to customer requirements not listed in the RFP, a change order will be required. • This scope of work is based on the attached drawings New Contract Request Entity Information Entity Name* Entity 1D* LONG BUILDING TECHNOLOGIES, INC X000181 51 Contract Name * WASH BAY ACCESS CONTROL Contract Status CTB REVIEW Contract Description * WASH BAY ACCESS CONTROL Contract Description 2 Contract Type * Department AGREEMENT BUILDINGS AND GROUNDS Amount* Department Email $9,327.00 CM- BuildingGroundsLg)weldgov.c Renewable om NO Department Head Email Automatic Renewal CM-BuildingGrounds- DeptHead,veldgov.com Grant County Attorney GENERAL COUNTY ICA ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY'EWELDG OV.COM If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID ❑ New Entity? Contract ID 5259 Contract Lead * SGEESAMAN Contract Lead Email sgeesamanco.weId.co.us Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 09:2512021 09'292021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* 81700146 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date * Renewal Date 11 152021 Termination Notice Period Committed Delivery Date Expiration Date'' 11;30:2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 09!222021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09;29?2021 Originator SGEESAMAN Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approved Date 0924,2021 Finance Approver CHRIS D'OVIDIO Finance Approved Date 09,242021 Tyler Ref # AG 092921 Legal Counsel BOB CHOATE Legal Counsel Approved Date 09/24/2021 / �)/fj FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 30, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Proximity Door Controls — Treasurer Remodel In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid B1700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. The Treasurer Building is undergoing a remodel and requires proximity card access system as a result. To accomplish this task, Long Technologies has provided a quote in the amount of $9,700.00. Therefore, the Facilities Department is recommending approving this project to support the Treasurer Office remodel. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director To: Mike lannuzzi Company: Weld County Building and Grounds Regarding: Weld County Treasurer — Adds & Changes Summary: Long live your uil in Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Mike with Weld County requested a proposal for adding access control doors at the Treasurer. The building is currently under construction and (3) access control doors were removed prior to construction. Card readers from the removes doors will be reused for this project. Attached are drawings showing (5) card reader location that will be added during construction. Electric locking hardware, request to exit motion sensors and door contacts will be provided by the GC. LONG will provide access control cabling, card readers, ICT panel equipment, testing, programming and commissioning. • The existing ICT panel and lock power supplies will be reused. Per conversations with Mike, the ICT panel has room for adding RDM2's and the existing lock power supply can accommodate the added doors. • LONG will provide (2) card readers and (2) RDM2's for the added doors o (3) card reads will be reused • The GC will provide electric locking hardware, door contacts and REXs Weld # Arch # Lock. REX DPS RDM Re -Use cable 1-2 X134 GC GC GC 1-3 136 GC GC GC 1-4 136A GC GC GC 1-10 111 GC GC GC 1 1-11 142 GC GC GC 1 Long live your building! Pricing: TSEC-SMF ICT Card Readers _ $148.00 ! 2 $296.00 PRT-RDM2-DIN ICT Two Door Reader Module $390.00 2 $780.00 4461030-500LONG Combo Cable — 500' $510.00 2 $1,020.00 Misc. Miscellaneous Install items (J -hooks, Conduit) $250.00 Freight 62.00.1 — __ i Subtotal $2,408.00 LONG Door Labor $102.00 40 j $4, 0 08 00 LONG Panel Labor $102.00 4 $408.00 LONG Cable Pull i $102.00 8 $816.00 LONG Programming ___ t$102.00 4 $408.00 LONG Project Management $114.00 10 $1,140.00 Admin/Backoffic $440.00 Total Clarifications: • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 2-3 weeks • Submittals for all equipment will be provided by LONG • Electric locking hardware, door contacts and REXs will be provided by the GC. Only equipment provided by LONG will be included in our warranty. • It is assumed that none of the doors in the scope of work include an ADA operator. If interfacing with an ADA operator is needed, a change order for a BEA3X relay logic board will be required • (1) network drop for the Engineering IT room provided by Weld County • It is assumed that there is space in the existing ICT enclosure for the expansions in the proposal o No additional power is required for these addition • A lift is NOT included in this proposal. If a lift is needed, a change order my be required 700.00 TERMS AND CONDITIONS OF SALE - SECURITY SYSTEMS (1) OFFER AND ACCEPTANCE: LONG Building Techrologies, Inc. (LONG) offers to sell the materials, equipment and services indicated in strict accordance with the terms and conditions stated herein. Submittal of a Purchase Order, contract or execution of this offer by Buyer, or allowing LONG to commence work shall be deemed an acceptance of this offer, which offer and acceptance shall constitute a legally enforceable contract between Buyer and LONG. Any additional or differing terms and conditions contained on Buyer's Purchase Order or contract (whether or not such terms materially alter this offer) are hereby rejected by LONG and shall not become part of the contract between buyer and LONG unless expressly consented to in writing by LONG. This offer is subject to acceptance within 30 days after date proposed and is based on all work being performed during regularworking hours unless stated differently in the offer. (2) PRICE POLICY: Quotations are subject to acceptance within fifteen (1S) days from the date of quotation. (3) TERMS: Terms of Payment for goods shipped and/or services rendered hereunder shall be NET 30 days on RECEIPT of INVOICE. LONG reserves the right to add to any account outstanding more than thirty (30) days a :harge of one and one-half (11/2%) percent of the principal amount due at the end of each additional thirty (30) day period. (4) INVOICING: LONG reserves the rightto issue parial, progress or complete INVOICES as material is furnished and as services are rendered. (5) PERFORMANCE: LONG shall not be liable for delays in delivery of equipment or performance of services hereunder where such failure or delay is due to the disapproval of the LONG Credit Department, strikes, fires, accidents, national emergency, failure to secure materials from the usual sources of supply, or any other circumstances beyond the control of LONG, whether of the causes enumerated above or not, which shall prevent LONG from making deliveries or performing services in the usual course of business. In the event of the disapproval of the LONG Credit Department or the occurrence of any of the above, LONG may, at its sole option, cancel Buyer's Purchase Order or contract without any liability on the part of LONG. Alternatively, LONG may extend the time for its performance by a period equal to the duration of the cause underlying LONG's failure or delay. Receipt of the equipment or services by Buyer upon its delivery shall constitute a waiver of all claims for delay. (6) TAXES: Prices quoted are exclusive of taxes unless specifically stated differently in the scope of work proposal. The amount of any present or any future occupation, sales, use, service, excise or other similar tax which LONG shall be liable for either on its own behalf or on the behalf of the Buyer, with respect to any orders for machinery or services, shall be in addition tothe billing prices quoted and be paid by the Buyer. (7) WARRANTY: LONG guarantees its security control work and all materials of LONG's manufacturers against defects in workmanship and material for365 days from date of substantial completion of the work and will repair or replace such products or components as LONG finds defective. This warranty does not include the cost of overnight or emergency shipping or transportation involved in supplying rep4acemerts for defective components. On machinery and materials furnished, LONG will extend the same guarantee it receives from the manufacturer. THE WARRANTY AND LIABILITY SET FORTH ABOVE ARE IN LIEU OF ALL OTHER WARRANTIES AND LIABILITIES, EXPRESS OR IMPLIED, IN LAW OR IN ACT, INCLUDING THE WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. THE WARRANTIES CONTAINED HEREIN SET FORTH BUYER'S SOLE AND EXCLUSIVE REMEDY IN THE EVENT OF A DEFECT IN WORKMANSHIP CR MATERIALS. (8) PATENTS: If there is brought against the Buyer any suitor proceeding based on a claim that an apparatus, or any partthereof, furnished under this contract constitutes an infringement of any patent of the United States, and LONG is notified promptly in writing and given authority, information and assistance by the Buyer for the defense of same, LONG will defend same and pay all expenses and costs which may he awarded therein against the Buyer. In the event that the Buyer has complied with the conditions just stated and the apparatus, or any part thereof, is held to constitute infringemerts and its use is enjoined, LONG, in lieu of all other liability except as above stated will, at its own expense, either procure forthe Buyer the right to continue using said apparatus, or replace same with noninfringing apparatus, or modify it so it becomes noninfringing, or remove said apparatus and refund the purchase price thereof, but LONG's liability shall in no caseexceed the purchase price of said infringing apparatus. (9) LIMITATION OF LIABILITY: All claims, causes of aeion or legal proceedings against LONG arising from LONG's performance under this contract must be commenced by Buyer within the express warranty period specified under Paragraph 6 hereof. Failure to commence any such claim, cause of action or legal proceeding within such period shall constitute a voluntary and knowing waiver thereof by Buyer. IN NO EVENT SHALL LONG'S LIABILITY FOR DIRECT OR COMPENSATORY DAMAGES EXCEED THE PAYMENTS RECEIVED BY LONG FROM BUYER UNDER THE INSTANT CONTRACT, NOR SHALL LONG BE LIABLE FOR ANY SPECIAL, INCIDENTAL, LIQUIDATED, ASSESSED OR CONSEQUENTIAL DAMAGES. THESE LIMITATIONS ON DAMAGES SHALL APPLY UNDER ALL THECRI ES OF LIABILITY OR CAUSES OF ACTION, INCLUDING BUT NOT LIMITED TO CONTRACT, WARRANTY, TORT OR STRICT LIABILITY. (10) DELIVERY: Execution and shipping date=_ are approximate only. No execution or shipping dates requested or specified by Buyer will be binding on LONG unless such request or specifications is specifically agreed to in writing be an officer of LONG. Shipment shall be F.O.B. factory freight allowed, with title passing to Buyer upon delivery to the carrier by LONG or the equipment manufacturer if applicable. (11) CANCELLATION: LONG reserves the right to collect cancellation charges (including, but not limited to, all costs and expenses incurred, plus reasonable overhead and profit against any cancelled order or contract). (12)DISPUTES AND CHOICE OF LAWS: This contract shall be deemed to have entered into and shall be governed by the laws of the State of Colored. All claims, disputes and controversies arising out of or relating to this contract, or the breach thereof, shall, in lieu of court action, be submitted to arbitration in accordance with the Commercial Arbitration Rules of the American Arbitration Association, and any judgement uponthe award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. The site of the arbitration shall be Denver, CO, unless another siteis mutually agreed between the parties. The parties agree that any party to the arbitration shall be entitled to discovery of the other party as provided by the Federal Rules of Civil Procedure; provided, -wwever, that any such discovery shall be completed within four (4) months from the date the Demand for Arbitration is filed with the American Arbitration Association. (13) COSTS TO LONG: In the event it becomes necessary for LONG to incur any costs or expenses in the collection of monies due to LONG from Buyer, or to enforce any of its rights or privileges hereunder, Buyer, upon demand, shall .eimburse LONG for all such costs and expense (including, but not limited to, reasonable attorney's fees). (14) ENTIRE AGREEMENT: These terms and ccnditions, and the matter set forth on the face of LONG's offer to sell, constitute the entire agreement between LONG and Buyer. No course of dealings or performances, or prior, corcurrentor subsequent understandings, agreements of representations become part of this contract unless expressly agreed to in writing by an authorized representative of LONG. (15) ASSIGNMENT: Buyer shall not assign this contractor any interest therein without the prior written consent of LONG. Any actual or attempted assignment without LONG's consent shall entitle LONG, at its sole option, to cancel this contact and, in such event, LONG shall be entitled to payment for all work performed and materials furnished to the date of cancellation, as well as reasonable compensation for Zest income and profits. 7'965 20%S Address Building Name / Departments Controller 1400 N. 17th Avenue Treasurer/Assessor/Elections 1400 NOTES: Door 1-7 has 3 override buttons C Above illustrates door to be remove C Above illustrates new doors 1-6 ®4 Address Building Name / Departments Controller 1400 N. 17th Avenue Treasurer/Assessor/Elections 1400 NOTES: Door 1-7 has 3 override buttons Door 1-3 needs a door override T.vYi 1 button wired NO. .)7 ry SPY Co G � O 0 O o' fJ f a1-11 1-9 X1-83 � N<Ynnva 1�1 5�.W� .mve ,ifff 1 i D' M1 , 1-10 Y 1.6 , 1-7 /'! o` Nf NEW of 5—E: PIPN DOOR AND FRAME SCHEDULE AGFm Coal NO . DOOR FRAME LEL IElor NO1NIXFM.wvs NOTES .eaxlnx s:E OElea P.IR Vi1DEll IICJ Ii_ TII(K 'At PI?2 IIEW IAHBR nMULC Ell MAT R?E III - 's" ybu '- 4" Cr➢ q ii61' Hu Ii ;dt xOIE5 ].9 LFgFRK IICt ES. 113A PR [C 1M.T PEJ x.' J. W. Er x-TES5.a CU2IIDP.TO •IJSMII IIwRDW P..F fFLFOIJIIS TOA[ITS)P1evRL1'dL PR 9XT PURCH45E iE£SPECI1WI]E FOd 4LBI11ONAL MFORMA1r. n33 PR Ed5 MLT REM JN, ' I.O. EC VN ITEjn 11,A pp. ESI N6r PEM tt, U. I.0. E9- NOTE= ,l,R •VN FF' EGi IN, U. L6 E9 NUTE; 1HR fNOIt I: No1( Eo 2 ECVTF911i TP NS Tl STFIRi, A'i fi\FP 12119_E911NLE 1EL CL" OVQL TCP :AG[P 3SUORLC ITMLN`T O'J]4i SfhLL afPL'u:T NGO MRS luno-norf'JinEP{nyI WtE %'3RA - 3'• as° 3J4 AD a >T6' _ RSOnC O'CA. IN, W! L +RE ' 0+ - 3W 7-D W 5\D a nT&! H'I F- 11 ' 13M AT B 06+' H'I F9 - ONE.IRALLSTuPCWN0i3E USE), PRul1 C-IWkn,4Fc R;tnLO:M 13Ed 's• Jb" 'J 14" V1➢ •L I&' RM Fy' 'N ' STCP, ISAWROPPJAT. NA1P.RlAE [CCEi Ni-'ENIAUr-- ii= n@N' 133 PA 3''4m ]''M' ' 3IP AD L n17W IPA F' - C'3Y E INGT NEIA I.' U. U. x?TE53.i 1348 _ I'-5 J,gl" .341'1 NB ( STb' H" F: F5 _ 133 PR 3LflU 7'-o" -3I4" RU E 5T& k -d] 133i E5' M6i REM OH- L[T. F(i-snckkp iUi=1G • FP6-irORGPTI CIIdj4+}SM FD C AT&" i7&' WI F IXF NOIF51.3,4 g__ '.['I 1a" ____ yl{" "CO [ iT&'' H'I P E9- NOTES id, vrC gd _ 4P„ NI, .. lo" AS , 4 ET&" WI c3 :d. . E PAC+flU11 A3 PRIN 9E ffR16 RV.-7,IT09'IEI\SIOL1'i iN YP/FlIIFWl9](•L t39 — 3'r= 10' '.31 Mm A eEll n4 =3 — F8, yn '.M ]''4' 'ali" VYG 4 5T6'/ P.b' _ _ pdE 141 'sP /s• '. le= AO 4 r&! xy ` 9 fx5 - pcf IIGFO.N'JIU6E E. PAP ?IT LiLP3OFlS'Ix PACA�tFxl N9PFM I4. - 's" Ja WO 4 ii5• 4Y F' FPi MfT63{ ON;O'JLL T.T5N gI11C1011 laLL5 ThIP 149 - 3''4" ao .4" yl4„ V.➢ F ST&, 114 F - N6 o iC 3. VH(nIUE 1+ 91Q3o EWECTIGHINC F lftiio OE0UE1-:EYl (tuUP UP(4mENPAWIOEO aN?,+JIDMG ae r.'xi NELE _ _ PDP B+9 RIC + MC'IDE' RECVI T E y PPS"'OEIGdi Mao 5E31ES ]OCA (L LF fIN P4f;@L Jld iLwD OUP. 31: P. ]. PPAWIDE ALJMHNJ,'4N.FT NTC IF:JF 2q➢GUI EC DV (f RIll41114 xr TRE£FFO IDE C C4)Y4'HGD]NL LH'YF'i (E'111V4)ANL 6 PJSH PPeM RE 3IjiiN', JTCRiELKJ]POPERBTCj F1E UH IXF- Era.LATCI.< S€IVraSSERION, PPONOE iE1A3 NCx"RIT4 OKUE4ypLi55 T951n4M PFPe OpOP a=•aFA IEMPEREP 'JY rIIPEX414'i F➢'E 4PF➢F➢vIAi' II�RII� } 4 g uAaln 001 LgVSIiILPOI T x xx'.1 i um. mn, 19 e'.o"(3 Eq wuioowi SEE 'CI all„a:l a. I n l l�xnmm.loule til: n.r " IIM I�PIf MRI .f XIX//1 [:q9 14 � Ji tiLUVLl4. -if- L F'4A.I sn(FaWrN'. ¢'u; walG�i:4l LII'TSPC!E". tf=�l9lmin'T.T� P PIB '� �i N - O w W II ^ ^ _ Z Q .. SIIDE SINES SIDE SIDE O ❑ S0.xl (Opt a9sn'mw jOUDCJ".EFLLEH EULIICUPE eu)x va)s fNC lxoLE PonLEE Iq?X EYRTN4 HXE],A AI]'I TO HAVE AP!EES 11315fi]Bg ATER,Awun,v 10iEi,ANu vEW ]LlX E 1o(An£ PTO cLI HE 151LIiIVEO EDGES A 8 C 8 15 ALUM. CHANNEL FR. SECTION 10 WINDOWTYPES a6 DOOR TYPES Fy VI.' F[ -P[3 Ili" -14J" yiiw: I"=1'D" M]ImP 1' se" I RAE ux60 ry EYxm ra I uCuxm r'T (+ ja T .CI• a u4 Yx[ • (,I,p• _ ' B o >r� 4 Y Y ❑ @ JI—L G J�1L u C _SE Fil N ., FRM'.'JIC➢P1 F1'JR a IR4:AE 5k11 I1 'J NO PkIrMfTW SI J00 IMRH PAME1 PAC OIJS 4T 000E-jAmjlmS'f 17 09 H.M. FRAME SECTIONS D5 FRAMEIYPE5 J"•Po" //otY Cal tH"-1!o" yp:/rol CAIRN DESIGN id¢yFilAp.(w1.wF.Lyltwb. 18055heely Drrve Fart Collins, CO 80526 wice.978)-286-7968 cai(ndesiyldlemm PROJECT: WELD COUNTY BUILDING 1400/ TREASU BEWS OFFICE SHEET TITLE DOOR AND FRAME SCHEDULE; DOOR,'NINDOW, AND FRAME DETAILS ISSUE DATE: FOR BIDIPERM IT 10j0611d20 REVISIONS:. PROJECT NO.: 1961 SHEET NO. A-61 AI MLmvLf ynGINpI:mmy ,Na. „n PI.+r G1n4µnrr.-.LrM li nI@ 0.. W ftp vnm rvG..Md,WIx slllq mnwlAu lk hinu uvvutnrl WYPni/N wI NAIJ xm LJId . SINGLE SOURCE PROVIDER PROPOSAL FOR TREASURER'S OFFICE REMODEL PROXIMITY DOOR CONTROLS (BID #B1700146) - LONG BUILDING TECHNOLOGIES, INC. ATTEST: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, 47/7 j,Li1L New Contract Request Entity Information Entity ame * Entity ID * ❑ New Entity? LONG BUILDING TECHNOLOGIES, INC @0O018151 Contract Name * TREASURER REMODEL PROX ACCESS SYSTEM CTB R Contract scription * PRCXIIITY DOOR ACCESS SYSTEM FOR TREASURER REMODEL Contract Description 2 Contract Type * STATEMENT OF WORK Amount* $9,700.09 Automatic Renewal De ent BUILDINGS AND GROUNDS Department Email CM- B.uildingGroundsLWreldgov.c orn Department tment Head Email CM-B,:uildingGrounds- DeptHead eidgov.com Grant cUunty Attorney GENERAL COUNTY iGA ATTORNEY EMAIL County Attorney ey Email CM- ®Cj.OU N�TYj) A, Y`1y RNELDG V 'CLM If this is a renewal enter previous. Contract IL) Contract Its 4985 Contract Lead* SG EESAMAN Parent Contract ID Requires Board Approval n.> a Contract Lead Email sgeesaman@co.weld.co.us Requested ROcC Agenda Date * 06/09/ 202 I1IffM) W 05/05/2021 Will a work session with BOCC be required?* NO I. O. 3 •' E • 1. i. x I• Y ! f Bid/RFP* B100146 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not irr On&ase Coat Dates Effective Date Review Date * 08/16/2021 Renewal Date TerminationNotice 1ttDelivery DaS [leisery aie Expiration Date* 9101 /2021 Contact Info , Department 'Head TOY TAYLOR Approved Date 06/30/2021 I S Ap pwva Purchasingr Date 07/06/2021 Finance to 07;2/22 1 Tyler Ref AG 071221 Counsel BOB! CHOATE Legal counsel ApprovedDale 07/06/2021 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 5, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Proximity Door Controls —Justice Service Remodel In 2018, the County awarded proximity door control to Long Technologies using the ICT platform. This was a result of Bid B1700146. With this award, Long Technologies became the single source vendor to provide installations of all future proximity door upgrade projects to ensure compatibility with the current software and hardware. The Justice Services Building is undergoing a remodel and requires proximity card access system as a result. To accomplish this task, Long Technologies has provided a quote in the amount of $8,978.00. Therefore, Buildings & Grounds is recommending approving this project to support the Justice Services remodel. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director / AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & LONG BUILDING TECHNOLOGIES, INC. ACCESS CONTROL JUSTICE SERVICES THIS AGREEMENT is made and entered into this eday of 20 by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Long Building Technologies, Inc. whose address is 5001 South Zuni Street, Littleton, CO 80120, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibit of which forms an integral part of this Agreement. The Exhibit is specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically the Exhibit, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. The Exhibit consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibit which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in the Exhibit. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $8,978.00, which is the bid set forth in Exhibit. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. S. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workerscompensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 forproperty damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Long Building Technologies, Inc. Attn.: Richard Coleman, General Manager Address: 5001 South Zuni Street Address: Littleton, CO 80120 E-mail: rcoleman@LONG.com Telephone: (303) 975-2144 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibit attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §.8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds .under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibit, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. ITNESS WHEREOF, the parties hereto have signed this Agreement this 202O. CONTRACTOR: Long Building Technologies, Inc. By: n Date Name: Title: �, �,, WELD COUNIY ATTEST: • We BY 9� day of BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Vlike Freeman, Chair MAR 0 9 2020 To: Toby Taylor & Mike lannuzzi Company: Weld County Building and Grounds Regarding: Justices Services Summary: Long Cure yot.r building! Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Weld County requested a proposal for adding access control to the Justice Services Building. The scope of work for the building includes (1) head end location, (3) card reader doors and (1) door release button. Justice Services Scope of Work: • (1) ICT Controller • (1) ICT 2 -Door Reader Module • (1) ICT Power Supply • (1) ICT 2X4 Enclosure • (1) Altronix Power Supply • (1) Door Release Button (Door 1-1) • (2) HES Electric Strikes (Doors 1-1, 1-3)Provided by General Contractor • (1) Adams Rite Dead Latch / Paddle (Door 1-2) • (1) Adams Rite Electric Strike (Door 1-2) • (1) RX Bar (Door 1-2) • (3) DS160 Request to Exit Motion Sensors • (2) Recessed Door Contracts (Door 1-1, 1-2) • (1) Surface Mounted Door Contact (Door 1-3) • (4) Backup Batteries • Conduit for Door 1-3 • 500 Feet of Combo Cabling q, o Justice Services Building Pricing: PRX-TSEC-STD-DF-B PRT-CTRL-DIN PRT-RDM2-DI N PRT-PSU-DIN-4A EN -DIN -24 AL6000 LACM HESS200 ICT Card Readers ICT Controller ICT Two Door Reader Module ICT Power Supply ICT 2X4 Enclosure Altronix Lock Power Supply HES Electric Strike ADR4900-36-201-313 Dead Latch Long live your building! $148.00 3 $444.00 $800.00 1 $800.00 $390.00 1 $390.00 $370.00 1 $370.00 $250.00 1 $250.00 $298.00 1 $298.00 $159.00 $98.00 0 1 ADR4591-01-00-313 Dead latch Paddle $105.00 1 ADR7440-313 Electric Strike for Dead Latch Paddle $217.00 1 SDCMSBSSO-2V $181.00 1 Request to Exit Bar GRI4400A Surface Mount Door Contact $35.00 1 1078 GE Door Contact 2 $25.00 DS160 ---- Bosch REX Motion Sensor $92.00 3 - - - - - $32.00 1 909S -MO �-- Door Release Button PS1270-F1 Backup Battery - Quantity $92.00 1 4461030-500LONG _S $452.00 1 1 Combo Cable -500' Misc Miscelleneous Install items (J -hooks, Conduit) I LONG Programming LONG Project Management Admin/Backoffice $150.00 1 Freight Subtotal $0.00 $98.00 $105.00 $217.00 $181.00 $35.00 $ 50.00 $276.00 $32.00 $92.00 $452.00 $160.00 128.00 $4,378.00 °�96= - 20N' Clarifications: Long live your build n ! • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 2-3 weeks • Submittals for all equipment will be provided by LONG • It is assumed that there are (3) available door licenses • It is assumed, based on discussions with Mike, that drop ceiling will be installed by the general contractor at the Justice Services Building • Conduit (included) is required for the Justice Services Building • Storeroom lever for door 1-1 provided by Weld • General contractor to provide 120v power at the access control panel Sincerely, LONG Building Technologies Anthony Ojile my Customer Acceptance: On behalf of the owner and subject to Buyer's conditions of acceptance set forth below, the undersigned hereby states: I have read the above Terms and Conditions, understand them fully, and agree to abide by them. I understand that payment for all equipment and installation changers is due pursuant to the terms of the agreement. I hereby certify that I am authorized by my company to sign this agreement. LONG Building Technologies is hereby authorized to perform the work as specified. Agreed To: Customer Name: Customer P.O. Number: P.O. Date TERMS AND CONDITIONS OF SALE - SECURITY SYSTEMS (1) OFFER AND ACCEPTANCE: LONG Building Technologies, Inc. (LONG) offers to sell the materials, equipment and services indicated in strict accordance with the terms and conditions stated herein. Submittal of a Purchase Order, contract or execution of this offer by Buyer, or allowing LONG to commence work shall be deemed an acceptance of this offer, which offer and acceptance shall constitute a legally enforceable contract between Buyer and LONG- Any additional or differing terms and conditions contained on Buyer's Purchase Order or contract (whether or not such terms materially alter this offer) are hereby rejected by LONG and shall not become part of the contract between buyer and LONG unless expressly consented to In writing by LONG. This offer is subjectto acceptance within 30 days after date proposed and is based on all work being performed during regularworking hours unless stated differently in the offer. (2) PRICE POLICY: Quotations are subject to acceptance within fifteen (15) days from the date of quotation. (3) TERMS: Terms of Payment for goods shipped and/or services rendered hereunder shall be NET 30 days on RECEIPT of INVOICE. LONG reserves the right to add to any account outstanding more than thirty (30) days a charge of one and one-half (11/2%) percent of the principal amount due at the end of each additional thirty (30) day period. (4) INVOICING: LONG reserves the rightto issue partial, progress or complete INVOICES as material is furnished and as services are rendered. (5) PERFORMANCE: LONG shall not be liable for delays in delivery of equipment or performance of services hereunder where such failure or delay is due to the disapproval of the LONG Credit Department, strikes, fires, accidents, national emergency, failure to secure materials from the usual sources of supply, or any other circumstances beyond the control of LONG, whether of the causes enumerated above or not, which shall prevent LONG from making deliveries or performing services in the usual course of business. In the event of the disapproval of the LONG Credit Department or the occurrence of any of the above, LONG may, at its sole option, cancel Buyer's Purchase Order or contract without any liability on the part of LONG. Alternatively, LONG may extend the time for its performance by a period equal tothe duration of the cause underlying LONG's failure or delay. Receiptof the equipment or services by Buyer upon its delivery shall constitute a waiver of all claims for delay. (6) TAXES: Prices quoted are exclusive of taxes unless specifically stated differently in the scope of work proposal. The amount of any present or any future occupation, sales, use, service, excise or other similar tax which LONG shall he liable for either on its own behalf or on the behalf of the Buyer, with respect to any orders for machinery or services, shall be in addition to the billing prices quoted and be paid by the Buyer. (7) WARRANTY: LONG guarantees its security control work and all materials of LONG's manufacturers against defects in workmanship and material for 365 days from date of substantial completion of the work and will repair or replace such products or components as LONG finds defective. This warranty does not include the cost of overnight or emergency shipping or transportation involved in supplying replacements for defective components. On machinery and materials furnished, LONG will extend the same guarantee it receives from the manufacturer. THE WARRANTY AND LIABILITY SET FORTH ABOVE ARE IN LIEU OF ALL OTHER WARRANTIES AND LIABILITIES, EXPRESS OR IMPLIED, IN LAW OR IN ACT, INCLUDING THE WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. THE WARRANTIES CONTAINED HEREIN SET FORTH BUYER'S SOLE AND EXCLUSIVE REMEDY IN THE EVENTOF A DEFECT IN WORKMANSHIP OR MATERIALS. (8) PATENTS: If there is brought against the Buyer any suitor proceeding based on a claim that an apparatus, or any part thereof, furnished under this contract constitutes an infringement of any patent of the United States, and LONG is notified promptly in writing and given authority, information and assistance by the Buyer for the defense of same, LONG will defend same and pay all expenses and costs which may be awarded therein against the Buyer. In the eventthat the Buyer has complied with the conditions just stated and the apparatus, or any pa rtthereof, is held to constitute infringements and its use is enjoined, LONG, in lieu of all other liability except as above stated will, at its own expense, either procure for the Buyer the right to continue using said apparatus, or replace same with noninfringing apparatus, or modify it so it becomes noninfringing, or remove said apparatus and refund the purchase price thereof, but LONG's liability shall in no case exceed the purchase price of said infringing apparatus. (9) LIMITATION OF UABILITY: All claims, causes of action or legal proceedings against LONG arising from LONG's performance under this contract must be commenced by Buyer within the express warranty period specified under Paragraph 6 hereof. Failure to commence any such claim, cause of action or legal proceeding within such period shall constitute a voluntary and knowing waiver thereof by Buyer. IN NO EVENT SHALL LONG'S LIABILITY FOR DIRECT OR COMPENSATORY DAMAGES EXCEED THE PAYMENTS RECEIVED BY LONG FROM BUYER UNDER THE INSTANT CONTRACT, NOR SHALL LONG BE LIABLE FOR ANY SPECIAL, INCIDENTAL, UQUIDATED, ASSESSED OR CONSEQUENTIAL DAMAGES. THESE LIMITATIONS ON DAMAGES SHALL APPLY UNDER ALL THEORIES OF LIABILITY OR CAUSES OF ACTION, INCLUDING BUT NOT LIMITED TO CONTRACT, WARRANTY, TORT OR STRICT LIABILITY. (10) DELIVERY: Execution and shipping dates are approximate only. No execution or shipping dates requested or specified by Buyer will be binding on LONG unless such request or specifications is specifically agreed to in writing byan officer of LONG. Shipment shall be F.O.B. factoryfreight allowed, with title passing to Buyer upon delivery to the carrier by LONG orthe equipment manufacturer if applicable. (11) CANCELLATION: LONG reserves the right to collect cancellation charges (including, but not limited to, all costs and expenses incurred, plus reasonable overhead and profit against any cancelled order or contract). (12)DISPUTES AND CHOICE OF LAWS: This contract shall be deemed to have entered into and shall be governed by the laws of the State of Colorad. All claims, disputes and controversies arising out of or relating to this contract, or the breach thereof, shall, in lieu of court action, be submitted to arbitration in accordance with the Commercial Arbitration Rules of the American Arbitration Association, and any judgement upon the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. The site of the arbitration shall be Denver, CO, unless another site is mutually agreed between the parties. The parties agree that any party to the arbitration shall be entitled to discovery of the other party as provided by the Federal Rules of Civil Procedure; provided, however, that any such discovery shall be completed within four (4) months from the date the Demand for Arbitration is filed with the American Arbitration Association. (13) COSTS TO LONG: In the event it becomes necessary for LONG to incur any costs or expenses in the collection of monies due to LONG from Buyer, or to enforce any of its rights or privileges hereunder, Buyer, upon demand, shall reimburse LONG for all such costs andexpense (including, but not limited to, reasonable attorney's fees). (14) ENTIRE AGREEMENT: These terms and conditions, and the matter set forth on the face of LONG's offer to sell, constitute the entire agreement between LONG and Buyer. No course of dealings or performances, or prior, concurrent or subsequent understandings, agreements of representations become part of this contract unless expressly agreed to in writing by an authorized representative of LONG. (15) ASSIGNMENT: Buyer shall not assign this contractor any interest therein without the prior written consent of LONG. Any actual or attempted assignment without LONG's consent shall entitle LONG, at its sole option, to cancel this contract and, in such event, LONG shall be entitled to payment for all work performed and materials furnished to the date of cancellation, as well as reasonable compensation for lost income and profits. Address Building Name / Departments Controller 901 10th Avenue West Annex 901 NOTES: 9400 strikes provided & installed by building renovation contractor. If new frame, then conduit run to above grid. U (1) ICT Card Reader (1) Door Contact (1)REX (1) HES 5200 Electric Strike (Provided by GC) (1) Door Release Button Storeroom Lever Provided by Weld [-''1-2 (1) ICT Card Reader (1) Door Contact (1) REX (1) Adams Rite Electric Strike (1) Adams Rite Dead Latch Paddle (1) RX Bar N'4 ICT Access Control Panel Altronix AL600 Power Supply (1) ICT Card Reader (1) Surface Mount Door Contact (1) REX (1) HES 5200 Electric Strike (Provided by GC) Conduit Required 1-3 ACORb® CERTIFICATE OF LIABILITY INSURANCE 5/1/2020 DATE (MM/DDmYY) 2/14/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies 8110 E. Union Avenue Suite 700 Denver CO 80237 CONTACT PHONE FAX Ext): (A/C, No): E-MAIL ADDRESS: (303) 414-6000 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: The Charter Oak Fire Insurance Company 25615 INSURED LONG Building Technologies, Inc. 1409467 5001 South Zuni Street INSURER B: The Travelers Indemnity Company 25658 INSURER C: Travelers Property Casualty Co of America 25674 INSURERD: : Littleton, CO 80120 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 16588555 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER' IN D POLICY NUMBER POLICY EFF MMIDD POLICY EXP MM/DD LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y. DTCO0H876035 CLAIMS -MADE }{ OCCUR WA, WY -Stop Gap Incl AGGREGATE LIMIT APPLIES PER: POLICY X JECT LOC j OTHER: 5/1/2019 5/1/2020 EACH OCCURRENCE $ 1000 000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 X MED EXP (Any one person) $ 15,000 GEN'L PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000.000 $ B AUTOMOBILE X LIABILITY N N DT810OH876035 ANY AUTO OWNSD ONLY II SCHEDULED OUTOS HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY 5/1/2019 5/1/2020 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per accident) $ XXXXXXX X PROPERTY DAMAGE (Per acadent) $ XXXXXXX $ C X UMBRELLA LIAB X OCCUR Y Y CUP3J93435726 EXCESS LIAR CLAIMS -MADE DED I RETENTION $ 10,000 5/1/2019 5/1/2020 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ XXXXXXX B WORKERS COMPENSATION Y AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N UB4K46481 A 1826G OFFICER/MEMBER EXCLUDED? N / A (Mandatory in NH) i li If yes, describe under DESCRIPTION OF OPERATIONS below 5/1 /2019 5/1/2020 X PER OTH- STATUTE ER EEACH CH ACCIDENT $ 500 000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500.000 DESCRPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) County of Weld is included as Additional Insured as respects to General Liability, Excess Liability, and Pollution Liability if required by written contract. Waiver of Subrogation applies in favor of Additional Insured as respects to General Liability, Excess Liability, Workers Compensation, and Pollution Liability if required by written contract, where permissible by law. . tKII 16588555 County of Weld 1150 O Street Greeley CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTAT� IVE y 'L,y © 1988-2Oro ACORD CO TION. All riahts reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Miscellaneous Attachment: M519927 Master ID: 1409467, Certificate ID: 16588555 Policy #DTCO0H876035 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED - (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the insurance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement shall not increase the limits of insurance described in Section III - Limits Of Insurance. b) The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional insured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed operations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that occurs before the end of the period of time for which the "written contract requiring insurance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is CG D2 46 08 05 PAGE 1 OF 2 Miscellaneous Attachment: M519927 Master ID: 1409467, Certificate ID: 16588555 available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under such "other insurance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the defense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insurance provided to the additional insured by this endorsement is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. - DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contractor agreement is in effect; and c. Before the end of the policy period CG D2 46 08 05 PAGE 2 OF 2 Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 16588555 Policy #DTCO0H876035 COMMERCIAL GENERAL LIABILITY CGD3161111 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE - This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured - Newly Acquired Or Formed Organizations F. Who Is An Insured - Broadened Named Insured - Unnamed Subsidiaries G. Blanket Additional Insured - Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I - COVERAGES - COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or property for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Paragraph 2. of SECTION I - COVERAGES -COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I -COVERAGES - COVERAGE A. BODILY H. Blanket Additional Insured - Lessors Of Leased Equipment I. Blanket Additional Insured - States Or Political Subdivisions - Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability - Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1 )(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion - All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Paragraph 6. of SECTION III - LIMITS OF INSURANCE. Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 16588555 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SECTION III - LIMITS OF INSURANCE: Subject to 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occurrence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property damage" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV -COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. Page 2 of 6 C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS - COVER- AGES A AND B of SECTION I - COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS - COVER- AGES A AND B of SECTION I - COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of'oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II - WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (I) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medical technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 16588555 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of SECTION III - LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Paragraph 2., Exclusions, of SECTION I - COVERAGES - COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV - COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II - Who Is An Insured. E. WHO IS AN INSURED - NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II - WHO IS AN INSURED: Page 3 of 6 4. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, of which you are the sole owner or in which you maintain the majority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that organization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal injury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED - BROADENED NAMED INSURED - UNNAMED SUBSIDIARIES The following is added to SECTION II - WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declarations is a Named Insured if you maintain an ownership interest of more than 50% in such subsidiary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an offense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such subsidiary. Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 16588555 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED - OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is committed, subsequent to the execution of that contract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: H. BLANKET ADDITIONAL INSURED - LESSORS OF LEASED EQUIPMENT The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is committed, subsequent to the execution of that contract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such a. The limits of insurance provided to such premises owner, manager or lessor will be the equipment lessor will be the minimum limits minimum limits which you agreed to provide in which you agreed to provide in the written the written contract or agreement, or the limits contract or agreement, or the limits shown on shown on the Declarations, whichever are less. the Declarations, whichever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or noncontributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insurance. Page 4 of 6 b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED - STATES OR POLITICAL SUBDIVISIONS - PERMITS The following is added to SECTION II - WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 16588555 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (i) A manager of any limited liability as an additional insured on this Coverage Part is company; or an insured, but only with respect to liability for (ii) An executive officer or director of "bodily injury", "property damage", "personal injury" any other organization; or "advertising injury" arising out of such op- that is your partner, joint venture erations. member or manager; or The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCURRENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II - Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive officers" or directors (if you are an organization other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (I) A partner or member of any part- nership or joint venture; Page 5 of 6 (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. (3) Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or escape of "pollutants" which contains a requirement that the discharge, release or escape of "pollutants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that requirement. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not prejudice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV - COMMERCIAL GENERAL LI- ABILITY CONDITIONS: Miscellaneous Attachment: M519930 Master ID: 1409467, Certificate ID: 16588555 If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: CG D3 16 11 11 Page 6 of 6 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY - RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is deleted. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE - This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE - LOSS B. BLANKET ADDITIONAL INSURED OF USE - INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE - TRANSPORTATION D. EMPLOYEES AS INSURED EXPENSES - INCREASED LIMIT E. SUPPLEMENTARY PAYMENTS - J. PERSONAL EFFECTS INCREASED LIMITS K. AIRBAGS F. HIRED AUTO - LIMITED WORLDWIDE L. NOTICE AND KNOWLEDGE OF ACCIDENT COVERAGE - INDEMNITY BASIS OR LOSS G. WAIVER OF DEDUCTIBLE - GLASS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - LIABILITY COVERAGE: Any organization you newly acquire or form during the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraphc. in A.1., Who Is An Insured, of Section II - Liability Coverage: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and PAGE 1 OF 4 CA T3 53 02 15 Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 16588555 executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - LI- ABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV - BUSINESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION I1 - COVERED AUTOS LIABILITY COVERAGE Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II - COVERED AUTOS LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. The following replaces Paragraph A.2.a.(4), of SECTION II - COVERED AUTOS LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. F. HIRED AUTO - LIMITED WORLDWIDE COVERAGE - INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV - BUSINESS AUTO CONDITIONS: 5. Anywhere in the world, except any country or jurisdiction while any trade sanction, embargo, or Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 16588555 similar regulation imposed by the United States of America applies to and prohibits the transaction of business with or within such country or jurisdiction, for Covered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "insured" against, and investigate or settle any such claim or "suit" and keep us advised of all pro- ceedings and actions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "insured" pays with our consent, but only up to the limit described in Paragraph C., Limit Of Insurance, of SECTION II - COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investigation of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Paragraph C., Limits Of Insurance, of SECTION II - COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. PAGE 2 OF 4 (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such country up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory insurance requirements. (d) It is understood that we are not an admitted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Canada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE - GLASS The following is added to Paragraph D., Deductible, of SECTION III - PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE - INCREASED LIMIT The following replaces the last sentence of Paragraph A.4.b., Loss Of Use Expenses, of SEC- TION III - PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 16588555 I. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES - INCREASED LIMIT The following replaces the first sentence in Paragraph A.4.a., Transportation Expenses, of SECTION III - PHYSICAL DAMAGE COVERAGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Coverage Extensions, of SECTION III - PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing apparel and other personal property which are: (1) Owned by an "insured"; and (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclusions, of SECTION III - PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that inflate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any warranty; and C. The airbags were not intentionally inflated. We will pay up to a maximum of $1;000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV - BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representative prompt notice of the "accident" or "loss" applies only when the "accident" or "loss" is known to: (a) You (if you are an individual) PAGE 3 OF 4 (b) A partner (if you are a partnership); (C) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV - BUSINESS AUTO CONDITIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex - PAGE 4 OF 4 CAT3530215 Miscellaneous Attachment: M519928 Master ID: 1409467, Certificate ID: 16588555 tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Concealment, Misrepresentation, Or Fraud, of SECTION IV - BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. However this provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. Miscellaneous Attachment: M519929 Master ID: 1409467, Certificate ID: 16588555 TRAVELERS WORKERS ANDCOMPENSATION ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD, CT 06183 Policy#UB4K4648 1 Al 826G ENDORSEMENT WC 00 03 13 (00)-01 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE DESIGNATED ORGANIZATION: Any Person or Organization for which the insured has agreed by written contract executed prior to loss to furnish this waiver. Attachment Code: D574358 Master ID: 1409467, Certificate ID: 16588555 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products -Completed Operations If Required By Contract) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that you agree in a written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only: a. With respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury' caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. If, and only to the extent that, such injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work' to which the written contract or agreement applies. Such person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. The insurance provided to such additional insured is subject to the fdlowing provisions: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits required by the written contract or agreement, the insurance provided to the additional insured will be limited to such minimum required limits. For the purposes of determining whether this limitation applies, the minimum limits required by the written contract or agreement will be considered to include the minimum limits of any Umbrella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section III — Limits Of Insurance. (1) Any "bodily injury", "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury' or "property damage" caused by "your work" and included in the "products -completed operations hazard" unless the written contract or agreement specifically requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the following duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. The insurance provided to such additional (2) If a claim is made or "suit" is brought against insured does not apply to: the additional insured: CG D2 46 04 19 © 2018 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 Attachment Code: D574358 Master ID: 1409467, Certificate ID: 16588555 COMMERCIAL GENERAL LIABILITY (a) Immediately record the specifics of the claim or "suit' and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit' as soon as practicable. (3) Immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit' to any provider of other insurance which would cover such additional insured for a loss we cover. However, this condition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organization as a named insured as described in Paragraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. Page 2 of 2 © 2018 The Travelers Indemnity Company. All rights reserved. CG D2 46 04 19 New Contract Request Entity Information Entity Name* Entity ID* LONG BUILDING TECHNOLOGIES, INC @00018151 Contract Name * JUSTICE SERVICES ACCESS CONTROL Contract Status CTB REVIEW ❑ New Entity? Contract ID 3420 Contract Lead * SGEESAMAN Contract Lead Email sgeesarnan@coweld.co.co.weld.co.us Contract Description * INSTALL ACCESS CONTROL TECHNOLOGY IN THE JUSTICE SERVICES BUILDING Contract Description 2 Parent Contract ID Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND GROUNDS Date * 0211312020 02117/2020 Amount* Department Email 8,978.00 CM- Will a work session with BOCC be required?* BuildingGrounds@weldgov.co NO Renewable * m NO Department Head Email Does Contract require Purchasing Dept. to be included? Automatic Renewal CM-BuildingGrounds- DeptHeadweldgov. corn Grant County Attorney GENERAL COUNTY ATTORNEY EMAIL IGA County Attorney Email CM- COUNTYATTORNEYc WELD GOV.COM if this is a renewal enter previous Contract ID If this is part of a AMA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date * Renewal Date 08/24/2020 Termination Notice Period Committed Delivery Date Expiration Date* 08124/2020 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 03/0212020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/09/2020 Originator SGEESAMAN Submit Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approver BARB CONNOLLY Finance Approved Date 0310312020 Tyler Ref # AG 030920 Legal Counsel BOB CHOATE Legal Counsel Approved Date 03/0412020 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 July 24, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Change Order #4 - Proximity Door System Upgrade (Bid: B1700146) The County is currently undergoing an upgrade to replace manual combination doors with a proximity access door control system. The bid was awarded and functions as a single source due to nature of the application's proprietary components. As part of growth/changes, the County needs to add proximity doors for 1150 Building, the Oil & Gas Energy Department where equipment needs to be purchased and installed. In addition, the door hardware installed at the Human Services A building works in a very basic form with the County proximity system. This is because when originally bid for installation, the County proximity project was also being bid (full specifications not yet known). So, the equipment differs to a point that in order to keep these systems operational requires many man-hours at B&G to code each door for each person. Therefore, the recommendation is to replace this door equipment, so the entire County system matches and reduce man power support needs. The cost of all the additional equipment with installation is $31,841. Therefore, Buildings & Grounds is recommending a change order in the amount of $31,841 to configure these buildings to work with the new County -wide proximity system. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 7c2 /7 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Additional Proximity Door Equipment DEPARTMENT: B&G PERSON REQUESTING: Toby Taylor Brief description of the problem/issue: DATE: 7-15-2019 As part of growth/changes, the County needs to add proximity doors for 1150, the Oil & Gas Energy Department. Equipment needs to be purchased and installed. In addition, the door hardware installed at the Human Services A building works in a very basic form with the County proximity system. This is because when originally bid for installation, the County proximity project was also being bid (full specifications not yet known). So, the equipment differs to a point that in order to keep these systems operational requires many man-hours at B&G to code each door for each person. Therefore, the recommendation is to replace this door equipment, so the entire County system matches and reduce man power support needs. The cost of all the additional equipment with installation is $31,841. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. Approve request. 2. Disapprove the request. Recommendation: Approve request so it can be placed on an upcoming agenda for acceptance. Approve Recommendation Sean P. Conway Mike Freeman, Pro -Tern Scott K. James Barbara Kirkmeyer, Chair Steve Moreno Schedule Work Session Other/Comments: CONTRACT AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS AND GROUNDS `1 r, AND LONG BUILDING TECHNOLOGIES This Agreement Amendment ("Amendment"), made and entered into L day ofl• t -j , 2019, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings & Grotlnds, hereinafter referred to as the "Department", and Long Building Technologies, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No 2017-4114, approved on March, 21, 2018. WHEREAS the parties hereby agree to amend the Original Agreement in accordance with the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. Change Order #4 Dated 06/13/2019, Contractor agrees to provide the additional services described in Exhibit C (Quote for Services), which is hereby attached to this Amendment and incorporated into the Original Agreement. Department agrees to compensate Contractor for said services in accordance with Exhibit C. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. ftL Na BOARD OF COUNTY COMMISSIONERS WEI,D COUNTY, COLOR4 lDO / B ra bara Kirkmeyer, dair I!JUL 2 209 ATTEST, Wel ou tv4lerk the Boar Cdr Deputy Clerldto the Board X171///,L CHANGE ORDER #4 - PROXIMITY DOOR SYSTEM UPGRADE (BID #B1700146) APPROVED AS TO SUBSTANCE: Elected icial or Department Head APPROVED AS TO FUNDING: Controller APPROV D AS TO FORM: i& J County Attorney To: Toby Taylor & Mike lannuzzi Date: 06/13/2019 Company: Weld County Building and Grounds Regarding: Human Services A Exhibit C Scope of Work: Long live your building! Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Weld County requested a proposal for removing (15) Schlage AD300 locksets at Human Services A and replacing them with electric locks, card readers, door contacts and request to exit motion sensors. Schlage AD300 locks will be removed and retuned to Weld County. They will be replaced with (7) Schlage electric mortise locks, (8) Schlage electric trims for crash bar doors, (15) ICT card readers, (15) door contacts, and (15) request to exit motion sensors. Don -Jo door wraps are included to cover the holes from the mortise locksets. The scope of work for this project also includes adding (1) access control door at 1150 O Street and (1) access control door at 1301 North 17th Street. LONG Building Technologies will install, program and commission the changes and additions. Human Services A Door Schedule: (8) Blue clouded doors on the attached drawings: o (1) Von Duprin VONE996L26D-06-RHR-24V Electric Crash Bar Trim o (1) BES12E72-S2-RP-626 BEST Rim Cylinder o (1) Don -Jo Push Plate o (1) ICT Card Reader o (1) Door Contact o (1) Request to Exit Motion Sensor (7) Red clouded doors on the attached drawings: o (1) Schlage SCHL9092EUP17B626 Electric Mortise o (1) BES1E74-22-C4-RP3-626 BEST Mortise Cylinder o (1) Don -Jo Mortise Door Wrap o (1) ICT Card Reader o (1) Door Contact o (1) Request to Exit Motion Sensor J�G TE �T % 1965 20"" 1150 O Street Interior Door Add: LNGTV Long live your building! • (1) Port Available on Existing ICT RDM2 (No Panels or Power Supplies Needed) • (1) ICT Card Reader • (1) Door Contact • (1) Request to Exit Motion Sensor • (1) HES 5200 Electric Strike • Access Control Cabling 1301 North 17`h Street Exterior Door Add: • (1) ICT RDM2 (Spot Available in Existing Enclosure, Spot Available on Lock Power Supply) • (1) ICT Card Reader • (1) Door Contact • (1) Request to Exit Motion Sensor • (1) HES 9600 Rim Strike • Access Control Cabling Pricing: Clarifications: Long live your building! • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 2-3 weeks • Submittals for all equipment will be provided by LONG • Chases between floors provided by others • Taxes are not included in this proposal Sincerely, LONG Building Technologies Anthony Ojile 4,7 TERMS AND CONDITIONS OF SALE - SECURITY SYSTEMS (1) OFFER AND ACCEPTANCE: LONG Building Technologies, Inc. (LONG) offers to sell the materials, equipment and services indicated in strict accordance with the terms and conditions stated herein. Submittal of a Purchase Order, contract or execution of this offer by Buyer, or allowing LONG to commence work shall be deemed an acceptance of this offer, which offer and acceptance shall constitute a legally enforceable contract between Buyer and LONG. Any additional or differing terms and conditions contained on Buyer's Purchase Order or contract (whether or not such terms materially alter this offer) are hereby rejected by LONG and shall not become part of the contract between buyer and LONG unless expressly consented to in writing by LONG. This offer is subject to acceptance within 30 days after date proposed and is based on all work being performed during regular working hours unless stated differently in the offer. (2) PRICE POLICY: Quotations are subject to acceptance within fifteen (15) days from the date of quotation. (3) TERMS: Terms of Payment for goods shipped and/or services rendered hereunder shall be NET 30 days on RECEIPT of INVOICE. LONG reserves the right to add to any account outstanding more than thirty (30) days a charge of one and one-half (1 1/2%) percent of the principal amount due at the end of each additional thirty (30) day period. (4) INVOICING: LONG reserves the right to issue partial, progress or complete INVOICES as material is furnished and as services are rendered. (5) PERFORMANCE: LONG shall not be liable for delays In delivery of equipment or performance of services hereunder where such failure or delay is due to the disapproval of the LONG Credit Department, strikes, fires, accidents, national emergency, failure to secure materials from the usual sources of supply, or any other circumstances beyond the control of LONG, whether of the causes enumerated above or not, which shall prevent LONG from making deliveries or performing services in the usual course of business. In the event of the disapproval of the LONG Credit Department or the occurrence of any of the above, LONG may, at its sole option, cancel Buyer's Purchase Order or contract without any liability on the part of LONG. Alternatively, LONG may extend the time for its performance by a period equal to the duration of the cause underlying LONG's failure or delay. Receipt of the equipment or services by Buyer upon its delivery shall constitute a waiver of all claims for delay. (6) TAXES: Prices quoted are exclusive of taxes unless specifically stated differently in the scope of work proposal. The amount of any present or any future occupation, sales, use, service, excise or other similar tax which LONG shall be liable for either on its own behalf or on the ry65_2a�5 behalf of the Buyer, with respect to any orders for machinery or services, shall be In addition to the billing prices quoted and be paid by the Buyer. (7) WARRANTY: LONG guarantees its security control work and all materials of LONG's manufacturers against defects in workmanship and material for 365 days from date of substantial completion of the work and will repair or replace such products or components as LONG finds defective. This warranty does not include the cost of overnight or emergency shipping or transportation involved In supplying replacements for defective components. On machinery and materials furnished, LONG will extend the same guarantee it receives from the manufacturer. THE WARRANTY AND LIABILITY SET FORTH ABOVE ARE IN LIEU OF ALL OTHER WARRANTIES AND LIABILITIES, EXPRESS OR IMPLIED, IN LAW OR IN ACT, INCLUDING THE WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. THE WARRANTIES CONTAINED HEREIN SET FORTH BUYER'S SOLE AND EXCLUSIVE REMEDY IN THE EVENT OF A DEFECT IN WORKMANSHIP OR MATERIALS. (8) PATENTS: If there is brought against the Buyer any suit or proceeding based on a claim that an apparatus, or any part thereof, furnished under this contract constitutes an infringement of any patent of the United States, and LONG is notified promptly in writing and given authority, information and assistance by the Buyer for the defense of same, LONG will defend same and pay all expenses and costs which may be awarded therein against the Buyer. In the event that the Buyer has complied with the conditions just stated and the apparatus, or any part thereof, is held to constitute infringements and its use is enjoined, LONG, In lieu of all other liability except as above stated will, at its own expense, either procure for the Buyer the right to continue using said apparatus, or replace same with noninfringing apparatus, or modify it so it becomes noninfringing, or remove said apparatus and refund the purchase price thereof, but LONG's liability shall in no case exceed the purchase price of said infringing apparatus. (9) LIMITATION OF LIABILITY: All claims, causes of action or legal proceedings against LONG arising from LONG's performance under this contract must be commenced by Buyer within the express warranty period specified under Paragraph 6 hereof. Failure to commence any such claim, cause of action or legal proceeding within such period shall constitute a voluntary and knowing waiver thereof by Buyer. IN NO EVENT SHALL LONG'S LIABILITY FOR DIRECT OR COMPENSATORY DAMAGES EXCEED THE PAYMENTS RECEIVED BY LONG FROM BUYER UNDER THE INSTANT CONTRACT, NOR SHALL LONG BE LIABLE FOR ANY SPECIAL, INCIDENTAL, LIQUIDATED, ASSESSED OR CONSEQUENTIAL DAMAGES. THESE LIMITATIONS ON DAMAGES SHALL APPLY UNDER ALL THEORIES OF LIABILITY OR CAUSES OF ACTION, INCLUDING BUT NOT LIMITED TO CONTRACT, WARRANTY, TORT OR STRICT LIABILITY. (10) DELIVERY: Execution and shipping dates are approximate only. No execution or shipping dates requested or specified by Buyer will be binding on LONG unless such request or specifications is specifically agreed to in writing by an officer of LONG. Shipment shall be F.O.B. factory freight allowed, with title passing to Buyer upon delivery to the carrier by LONG or the equipment manufacturer if applicable. (11) CANCELLATION: LONG reserves the right to collect cancellation charges (including, but not limited to, all costs and expenses incurred, plus reasonable overhead and profit against any cancelled order or contract). (12)DISPUTES AND CHOICE OF LAWS: This contract shall be deemed to have entered into and shall be governed by the laws of the State of Colorad. All claims, disputes and controversies arising out of or relating to this contract, or the breach thereof, shall, in lieu of court action, be submitted to arbitration In accordance with the Commercial Arbitration Rules of the American Arbitration Association, and any judgement upon the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. The site of the arbitration shall be Denver, CO, unless another site is mutually agreed between the parties. The parties agree that any party to the arbitration shall be entitled to discovery of the other party as provided by the Federal Rules of Civil Procedure; provided, however, that any such discovery shall be completed within four (4) months from the date the Demand for Arbitration is filed with the American Arbitration Association. (13) COSTS TO LONG: In the event it becomes necessary for LONG to Incur any costs or expenses in the collection of monies due to LONG from Buyer, or to enforce any of its rights or privileges hereunder, Buyer, upon demand, shall reimburse LONG for all such costs and expense (including, but not limited to, reasonable attorney's fees). (14) ENTIRE AGREEMENT: These terms and conditions, and the matter set forth on the face of LONG's offer to sell, constitute the entire agreement between LONG and Buyer. No course of dealings or performances, or prior, concurrent or subsequent understandings, agreements of representations become part of this contract unless expressly agreed to in writing by an authorized representative of LONG. (15) ASSIGNMENT: Buyer shall not assign this contract or any interest therein without the prior written consent of LONG. Any actual or attempted assignment without LONG's consent shall entitle LONG, at Its sole option, to cancel this contract and, in such event, LONG shall be entitled to payment for all work performed and materials furnished to the date of cancellation, as well as reasonable compensation for lost income and profits. Customer Acceptance: Long five your building! On behalf of the owner and subject to Buyer's conditions of acceptance set forth below, the undersigned hereby states: I have read the above Terms and Conditions, understand them fully, and agree to abide by them. I understand that payment for all equipment and installation changers is due pursuant to the terms of the agreement. I hereby certify that I am authorized by my company to sign this agreement. LONG Building Technologies is hereby authorized to perform the work as specified. Agreed To: Cu omer Name: Customer P.O. Number: P.O. Date LONG JOB BUILDING ADDRESS: BUILDINGTITLE CONTROLLER NAME 15 315 N. 11th Ave. Greeley, CO Human Services Buildirs 15.1 1050.180133 315 N. 11th Ave. Greeley, Co Human Services A HUMAN SERVICE A 151 Floor Blue Clouded Doors - VONE996L26D-06-RHR-24V Electric Crash Bar Trim (8) Red Clouded Doors - SCHL9092EUP17B626 Electric Mortise (7) LONG IOBII BUILDING ADDRESS: BUILDING TITLE CONTROLLER NAME 15 315 N. 11th Ave. Greet ,CO Human Services Buildings 15.1 1050.180133 315 N. 11th Ave. Greeley, Co HumanServIcesA HUMAN SERVICE A N JQ4 2nd Floor Jihilill Blue Clouded Doors - VONE996L26D-06-RHR-24V Electric Crash Bar Trim (8) Red Clouded Doors - SCHL9092EUP17B626 Electric Mortise (7) DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 21, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Change Order #3 - Proximity Door System Upgrade (Bid: B1700146) The County is currently undergoing an upgrade to replace manual combination doors with a proximity access door control system. The bid was awarded and functions as a single source due to nature of the application's proprietary components. Change order 3 is to incorporate additional doors locations which were identified in the 2019 Special Projects that include locations at Sheriff Storage, 822 7th Street Annex, Law Admin Amory, 1402, Courthouse, and 1301. The total for change order 3 is for $61,500. This is in -line with the costs of the other door changes and necessary controls components with their bid. Therefore, Buildings & Grounds is recommending a change order in the amount of $61,500 to configure these buildings to work with the new County -wide proximity system. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 13(�i�TT�5C�� ann-4n4 �ooi9 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS LTIITh `TINT AND LONG BUILDING TECHNOLOGIES This Agreement Amendment ("Amendment"), made and entered into 1- ( day of _, 2019, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Long Building Technologies hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2017-4114, approved on March 12, 2018. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order #3, dated March 20, 2019 in the amount of $61,500.00 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Signature. BOARD OF COUNTY COMMISSIONERS COUNTY, CO Barbara Kirkmeyed, Chair APR 0 12019 Weld,toLVntv_Clerk to the Board APPROVED AS TO SUBSTANCE: Iii Deputy Clerlcflto the'(3oard APPROVED AS TO FUNDING: Controller County Attorney �ZD/7-*'//$ To: Toby Taylor & Mike lannuzzi Date: 03/20/2019 Company: Weld County Building and Grounds Regarding: Change Order 3 Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. 7 Toby Taylor with Weld County requested a change order for adding card readers at the Chase Building, Chase Annex Building, 1402 North 17th Ave, 2"d Ave, Law Administration, 1301 North 17th Ave, and the Courthouse: Chase Building — Main: ICT/Access Control Equipment: • 11 ICT Card Readers • 1 ICT Controller • 5 ICT Two Door Reader Modules • 1 ICT 4AMP Power Supply • 1 ICT 2X4 Enclosure • 2 AL600 Lock Power Supplies • 11 Bosch Request to Exit Motion Sensors • 12 GE Door Contracts (1 Double Door) Locking Hardware: • Door 2-1: Existing Strike Remains • Door B-1: Existing Strike Remains • Door B-2: Existing Strike Remains • Door B-3: Existing Rim Strike Remains • Door B-4: 0 1 Von Duprin PS902 Power Supply with Relay Board for Integration with ADA Operator 0 1 Von Duprin 99 with External Vertical Rods and Electronic Latch Retraction (Active Leaf) 0 1 Von Duprin 99 with External Vertical Rods (Inactive Leaf) 0 1 Schlage Door Cord (Active Leaf) • Door 1-1: Reuse Existing Electric Strike • Door 1-2: Reuse Existing Electric Strike — Program/Terminate (2) Existing Door Override Buttons • Door 1-3: Reuse Existing Electric Strike • Door 1-4: Reuse Existing Electric Strike • Door 1-5: Reuse Existing Electric Strike • Door 1-6: Reuse Existing Electric Strike Chase Annex: • 5 ICT Card Readers • 1 ICT Controllers • 2 ICT Two Door Reader Modules • 1 ICT 4AM P Power Supply • 1 ICT 2X3 Enclosure • 1 AL600 Lock Power Supplies • 5 Bosch Request to Exit Motion Sensors • 5 GE Door Contracts (1 Double Door) • Reuse all Existing Locking Hardware 2 Ave: • 1 ICT Card Reader • 1 ICT Controller • 1 ICT 4AMP Power Supply • 1 ICT 2X3 Enclosure • 1 HES 5200 Electric Strike • 1 AL6000LACM • 1 Bosch Request to Exit Motion Sensors • 1 GE Door Contract Law Admin: • 1 ICT Card Reader • 1 ICT Two Door Reader Module • 1 ICT 2X3 Enclosure • 1 HES 9400 Electric Strike • 1 Bosch Request to Exit Motion Sensors • 1 GE Door Contract 1402 North 17th Ave: • 1 ICT Card Reader • 1 HES 5200 Electric Strike • 1 Bosch Request to Exit Motion Sensors • 1 GE Door Contract • Utilize Open Reader Port on ICT Panel 795 Weld County Court House: • 1 ICT Card Reader • 1 HES 5200 Electric Strike • 1 Bosch Request to Exit Motion Sensors • 1 GE Door Contract • Utilize Open Reader Port on ICT Panel • Conduit Required from the Panel to the Door Location 1301 North 17th Ave: • 2 ICT Card Readers • 1 ICT Controller • 1 ICT 4AM P Power Supply • 1 ICT 2X4 Enclosure • 2 HES 5200 Electric Strike • 1 AL6000LACM • 2 Bosch Request to Exit Motion Sensors • 2 GE Door Contacts • Conduit Stub 4G TE, five your PRX-TSEC-STD-DF-B ICT Card Readers $148.00 22 $3;256,00 PRT-CTRL-DIN ICT Controller $800.00 4 $3,200.00 PRT-RDM2-DIN ICT Two Door Reader Module $390,00 8 $3,120,00 PRT-PSU-DIN-4A ICT Power Supply $370.00 4 $1,480.00 EN -DIN -23 ICT 2X3 Enclosure $228.00 3 $684.00 EN -DIN -24 ICT 2X4 Enclosure $250.00 2 $500.00 AL600ULACM Altronix Lock Power Supply $298.00 5 $1,490.00 HE59400 HES Rim Strike $330.00 1 1 $330.00 HES5200 HES Electric Strike $159.00 5 $795.00 VONPS902-4RL Power Supply/Relay Board for ADA Operator $587.00 1 $587.00 V0NQEL9827L-LBR26D-36-RHR QEL Latch Retraction Crash Bar/Pull Trim $2,760,00 I 1 $2,760,00 VON9827E0 26D LBR 3FT Crash Bar - Inactive Leaf $1,575.00 { 1 $1,575.00 788-18 Door Cord for Active Leaf $57.00 1. $57.00 1078 GE Door Contact $25.00 24 $600.00 D5160 �� Bosch REX Motion Sensor $92.00 22 $2,024.00 Freight 534.00 Subtotal $22,992.00 LONG Install Labor $98.00 f 176 $17,248.00 LONG Programming $102.00 26 $2,652.00 LONG Project Management $114.00 40 $4,560.00 General and Administrative $817.00 Subcontract (Wire + Cable Pull) $11,831A0 Subcontract (Electrician) $1,400.00" I Total $61,500,00 L------.. ..._ — -_ ___�: __ _.-__- t r0 Clarifications: Long live your building! • Work will take place between 8:00 and 5:00 Monday through Friday o Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 2-3 weeks • Submittals for all equipment will be provided by LONG • Chases between floors provided by others • (4) Network Drops provided by Weld County IT Department • It is assumed that all existing locking hardware is in working condition • (1) fire drop for the Chase Building Provided by others Sincerely, LONG Building Technologies Anthony lie Customer Acceptance: On behalf of the owner and subject to Buyer's conditions of acceptance set forth below, the undersigned hereby states: I have read the above Terms and Conditions, understand them fully, and agree to abide by them. I understand that payment for all equipment and installation changers is due pursuant to the terms of the agreement. I hereby certify that I am authorized by my company to sign this agreement. LONG Building Technologies is hereby authorized to perform the work as specified. Agreed To: Customer Name: Barbara Kirkmeyer, Chair, Weld County Board of Commissioners Customer P.O. Number: P.O. Date APR 012819 o/7- 41:/I DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 8, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Change Order #2 - Proximity Door System Upgrade (Bid: B1700146) The County is currently undergoing an upgrade to replace manual combination doors with a proximity access door control system. Change order 2 is to add doors for 1150 Administration Building remodel and one door at the Jail's 2 - East training room. The total for change order 2 is for $12,493.00. This is in -line with the costs of the other door changes and necessary controls components with their bid. Therefore, Buildings & Grounds is recommending a change order in the amount of $12,493.00 to configure these buildings to work with the new County -wide proximity system. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director a;)On-Lii�Lj C3G©ok9 SECOND AMENDMENT TO AGREEMENT BETWEEN THE COUNTY OF WELD AND LONG BUILDING TECHNOLOGIES, INC. PROXIMITY DOOR SYSTEM UPGRADE THIS SECOND AMENDMENT to Agreement for professional Services Between the County of Weld and Long Building Technologies, Inc. Proximity Door System Upgrade is made and entered into this V day of Feb. 2019, by and between the County of Weld, by and through the Board of County Commissioners of the County of Weld, hereinafter referred to as "County," and Long Building Technologies, Inc., hereinafter referred to as "Contractor." County and Contractor are referred to herein collectively as "the Parties." WITNESSETH: WHEREAS, on March 12, 2018, the Parties entered into an agreement for a proximity door system upgrade to be performed by Contractor at Weld County buildings (the "Original Agreement," being document number 2017-4114), and WHEREAS, on October 8, 2018, the Parties amended the Original Agreement (the "First Amendment") to include Change Order 1 which was attached thereto and incorporated therein, and WHEREAS, the Parties now desire to amend the Original Agreement and the First Amendment to include the attached Change Order 2, a copy of which is attached hereto and incorporated herein. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, in the Original Agreement and in the First Amendment, the Parties agree to amend the Original Agreement and First Amendment as follows: Include as part of the Original Agreement and First Amendment the attached Change Order 2. All remaining provisions set forth in the Original Agreement shall remain the same. 1 QO I I1 x-111`1 Th Signed this 13 day of Fe -b. 2019. ATTEST: 4ir,�T,/J G �Cato� CLERK TO THE BOARD By: LONG tUII,DING TECHNOLOGIES, INC. II'' STATE OF t3 a .d ) ) ss. COUNTY OF Ck..t,a,O COUNTY OF WELD, COLORADO, by and through the BOARD OF COUNTY COMMISSIONERS OF THE COUNTY OF WELD CONTRACTOR: By: VIl Name: wN Title: 31 s'F- The foregoing instrument was subscribed to and acknowledged before me this day of January 2019, by ei ! tea--, as /ta.i,.+s•t'" of Long Building Technologies, Inc. Witness my hand and official seal. [SEAL] Notary Public My commission expires: /0 / 2S / • 2.a Pandora E Dyst Notary Publlo State of Colorado Notary ID 20084035575 My Commission Expires October 25, 2020 aon-c,l14j CHANGE ORDER #2 - SECOND AMENDMENT TO AGREEMENT FOR PROXIMITY DOOR SYSTEM UPGRADE (B1700146) - LONG BUILDING TECHNOLOGIES, INC. APPROVED AST UBSTANCE: Elected fficial or Department Head APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County A orney Change Order 2 Long live your building! To: Toby Taylor & Mike lannuzzi Date: 02/07/2019 Company: Weld County Building and Grounds Payment Terms: Net 30 with credit approval Regarding: Change Order 2 Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. Scope of Work: The scope of work for change order 2 includes the following: • Program 19 door override switches (labor only) • Human Services B - Remove door 1-11 from scope • Law Admin —Provide, Install and program 1 out card reader on door 1-9 (PRX-TSEC-DF-B) • Weld County Jail — Add 1 panel location o 1 ICT Controller (PRT-CTRL-DIN) o 1 ICT Panel Power Supply (PRT-PSU-DIN-4A) o 1 Altronix Lock Power Supply (AL6000LACM) o Electrician to provide 120V power to ICT and Altronix power supplies o Cabling and enclosure already in place at 2"d IT room • 1150 Administration — Add doors 1-17, 1-18, and 1-19 to the scope of work o 3 ICT Card Readers (PRX-TSEC-STD-DF-B) o 2 ICT Two Door Reader Modules (PRT-RDM2-DIN) o 1 ICT 2X4 Enclosure (EN -DIN -24) o 1 Altronix Lock Power Supply (AL6000LACM) o 1 Electric Strike (HES 5200) o 1 Door Contact (Door 1-17) o 1 Request to Exit Motion Sensor (Door 1-17) o 2 (500') box of combo cable o GC to provide electronic locking hardware/REX/door contact for doors 1-18 and 1-19 o LONG to provide electronic hardware for door 1-17 — WELD to provide storeroom lever o Electrician to Provide 120V Power to Altronix Power Supply 1150 Administration Drawing: LONG JOB IJ BUILDING ADDRESS: BUILDING TITLE CONTROLLER NAME 1 1 1050.18012 1150O Street Greeley, CO County Administration 115O NOTES: Doors 5 & 16 have-( e.Qroverride buttons in.Getk to the Board office !a - S b. 9t F • Y. i i •. ea. 1.1Zi -L vr- K- i UP •- i • Y j v :i .a Q ♦ } 1 145 •___ _ 1, • .. W .YT7Ti: �. .7 .h Y•' 1 u.. Sri � r �!•RY a :1 1:1 L::h �i :, L: Bill of Materials: Pricing: PRX-TSEC-STD-DF-B ICT Card Readers $148.00 4 $592.00 PRT-CTRL-DIN ICT Controller $800.00 1 $800.00 PRT-RDM2-DIN ICT Two Door Reader Module $390.00 2 $780.00 PRT-PSU-DIN-4A ICT Power Supply $370.00 1 $370.00 EN -DIN -24 ICT 2X4 Enclosure $250.00 1 $250.00 AL6000LACM Altronix Lock Power Supply $298.00 2 $596.00 HES5200 HES Electric Strike $159.00 1 $159.00 1078 GE Door Contact $25.00 1 $25.00 DS160 Bosch REX Motion Sensor $92.00 1 $92.00 4461030-500LONG Combo Cable —500' $452.00 2 $904.00 Misc Miscellaneous Install items (J -hooks, etc...) $50.00 1 $50.00 Freight 141.00 Subtotal $4,759.00 LONG Install Labor - Program 19 Override Buttons $98.00 9 $882.00 LONG Install Labor - Law Admin Card Reader $98.00 2 $196.00 LONG Install Labor -Jail Panel $98.00 4 $392.00 LONG Install Labor - 1150 Card Reader Adds (3 Doors, Cabling, Panel) $98.00 41 $4,018.00 LONG Programming $102.00 6 $612.00 LONG Project Management $114.00 12 $1,368.00 Admin/Backoffice $266.00 1 $266.00 Total $12,493.00 Clarifications: • Work will take place between 8:00 and 5:00 Monday through Friday • Work outside this schedule will require a change order • No painting, patching is included • Material lead time is 2-3 weeks On behalf of the owner and subject to Buyer's conditions of acceptance set forth below, the undersigned hereby states: I have read the above Terms and Conditions, understand them fully, and agree to abide by them. I understand that payment for all equipment and installation changers is due pursuant to the terms of the agreement. I hereby certify that I am authorized by my company to sign this agreement. LONG Building Technologies is hereby authorized to perform the work as specified. Agreed To: Customer Name: 0 ' 965.. 200' JC3 Customer P.O. Number: P.O. Date DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 3, 2018 To: Board of County Commissioners From: Toby Taylor Subject: Proximity Door System Upgrade (Bid: B1700146) When the proximity door project began, the full scope of doors at Building 1401 (IT building) and Human Services A were not designed yet due to their pending remodel. We are now at a point of needing to install the proximity system into these buildings to maintain construction schedules. Therefore, a change order is warranted for the proximity door contractor to include these two buildings in their scope of work The total for the change order is for $46,635. This is in -line with the costs of the other door changes with their bid. Therefore, Buildings & Grounds is recommending a change order in the amount of $46,635 to configure these buildings to work with the new County -wide proximity system. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Jc2017- iii4 p� C�: �Pu-c-2T) KG��p� /- CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS AND GROUNDS AND LONG BUILDING TECHNOLOGIES, INC. This Agreement Amendment ("Amendment"), made and entered into 8th-Tday ofd, 2018, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Long Building Technologies, Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2017-4114, approved on March 12. 2017. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order 1, dated September 24, 2018 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written CONTRACTOR: \94ACM&. ted,Name Signature APP ED AS TO ORM ,/ 4 County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair OCT 0 8 2018 APPROVED AS TO SaISTANCE: Elected Official or Department Head C \ b Turf, Purchasing Department c7&/ To: Mike lannuzzi & Toby Taylor Date: 09/24/2018 Company: Weld County Building and Grounds Regarding: Change Order 1 Scope of Work: Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. The scope of work for change order 1 includes 1401 North 17th Ave and Human Services A. Both buildings are currently under construction and the following changes were made: 1401 North 17th Ave: • Door 101A was added to the scope of work o Add 1 ICT Card Reader (Provided by Weld County) o Add 1 door contacts o Add 1 request to exit motion sensors o 1 added cable drop from the IT room to 101A o Electrician will provide cable pathway to door 101A General Contractor will provide electronic locking hardware for all doors except 157A (1-8) o Remove 10 HES 5200 electric strikes for LONG's scope of work o Remove 1 HES 9600 rim strike from LONG's scope of work o Remove 3 electric hinges from LONG's scope (Doors 1-6,1-7) Provided by GC o Remove 2 Marks Storeroom Levers o Add 1 Best electric lever for door 1-8 to LONG's scope of work o Add 1 CMA electric hinge with built in DPS to LONG's scope for door 1-8 Human Services A The revised scope of work for Human Services A includes 17 doors and 1 elevator (Bid scope included 13 doors and 1 elevator). 4 additional cable drops are added to LONG's scope of work. All doors, except 2-4 and 2-5, will be outfitted with Schlage AD300 integrated locksets. LONG Building Technologies will provide (8) AD300 locksets that will be paired with panic bars and (7) AD300 mortise locksets. Each door (15) with an AD300 will also be outfitted with a panel interface board provided by LONG. The Panel interface boards will be installed above each door. The attached drawings detail the locations. Electronic locking hardware from our access control proposal will be removed. Human Services A • 4 Doors were added to the scope of work for Human Services A o 4 added cable drops • Add 7 AD300 (AD300-MS70 MT -SPA -626 -JD) mortise locksets to LONG's scope of work • Add 8 Schlage AD300 (AD300-993R-70-MT-SPA-JD) to LONG's Scope of Work • Add 15 Schlage Panel Interface Boards to LONG's scope of work • Add doors 2-4 and 2-5 to LONG's scope of work o Add 2 ICT Card Reader (Provided by Weld County) o Add 1 ICT two door reader module (Provided by Weld County) o Add 1 ICT 2X2 Enclosure o Add 2 door contacts o Add 2 request to exit motion sensors • Remove 9 HES 5200 Electric strike from LONG's scope of work • Remove 2 HES 9600 Rim Strikes from LONG's scope of work Schlage AD300 & Panel Interface Board Architecture Access Wiegand or o 0 Clock & Data 1 P IB300 Control for PIB300 PIB3RS485 Panel Wiegand only for PIB301 [L01j O o � AD-300 AD -301 Bill of Materials: 8 AD300 Lockset AD300-993R-70-MT-SPA-JD 7 AD300 Mortise Lockset I AD300-MS70 MT -SPA -626 -JD 15 Panel Interface Boards PIB300 1 Best Electric Lever (Door 1-8) 9K37DEU15D-S3-626 1 Electric Hinge with Built In DPS i ETM2WH-4.5X4.5 626 3 Request to Exit Motion Sensor 1 DS160 3 Door Contact 11078 1 Combo Cable 702790 I ICT 2X2 Enclosure EN DIN -22 1 ICT 4AMP Power Supply ICT-PSU-DIN-4A -19 Electric Strike i HES5200 3 Rim Strike I HES9400 -3 Electric Transfer Hinge CMAETH4W4545/26D -2 Marks Storeroom Levers MAR195RF Parts Provided by Weld County: Pricing: Change Order 1: $46,635.00 Clarifications: • LONG will provide an install all AD300 locksets • Door prep, power transfer hinges & wiring harnesses will be provided and installed by the GC • ICT and Schlage are working to finalize the AD300 lockset integration • GC to provide and install wire harnesses and EPT power transfer for all doors at Human Services • GC to provide electronic locking hardware for all doors (except 1-8) at 1401 North 17th Ave • Material lead time is 2-3 weeks Customer Acceptance: On behalf of the owner and subject to Buyer's conditions of acceptance set forth below, the undersigned hereby states: I have read the above Terms and Conditions, understand them fully, and agree to abide by them. I understand that payment for all equipment and installation changers is due pursuant to the terms of the agreement. I hereby certify that I am authorized by my company to sign this agreement. LONG Building Technologies is hereby authorized to perform the work as specified. Agreed To: Customer Name: Customer P.O. Number: P.O. Date TERMS AND CONDITIONS OF SALE - SECURITY SYSTEMS (1) OFFER AND ACCEPTANCE: LONG Building Technologies, Inc. (LONG) offers to sell the materials, equipment and services indicated in strict accordance with the terms and conditions stated herein, Submittal of a Purchase Order, contract or execution of this offer by Buyer, or allowing LONG to commence work shall be deemed an acceptance of this offer, which offer and acceptance shall constitute a legally enforceable contract between Buyer and LONG. Any additional or differing terms and conditions contained on Buyer's Purchase Order or contract (whether or not such terms materially alter this offer) are hereby rejected by LONG and shall not become part of the contract between buyer and LONG unless expressly consented to in writing by LONG. This offer is subject to acceptance within 30 days after date proposed and Is based on all work being performed during regular working hours unless stated differently in the offer. (2) PRICE POLICY: Quotations are subject to acceptance within fifteen (15) days from the date of quotation. (3) TERMS: Terms of Payment for goods shipped and/or services rendered hereunder shall be NET 30 days on RECEIPT of INVOICE. LONG reserves the right to add to any account outstanding more than thirty (30) days a charge of one and one-half (1 1/2%) percent of the principal amount due at the end of each additional thirty (30) day period. (4) INVOICING: LONG reserves the right to issue partial, progress or complete INVOICES as material is furnished and as services are rendered. (5) PERFORMANCE: LONG shall not be liable for delays in delivery of equipment or performance of services hereunder where such failure or delay is due to the disapproval of the LONG Credit Department, strikes, fires, accidents, national emergency, failure to secure materials from the usual sources of supply, or any other circumstances beyond the control of LONG, whether of the causes enumerated above or not, which shall prevent LONG from making deliveries or performing services in the usual course of business. In the event of the disapproval of the LONG Credit Department or the occurrence of any of the above, LONG may, at its sole option, cancel Buyer's Purchase Order or contract without any liability on the part of LONG. Alternatively, LONG may extend the time for its performance by a period equal to the duration of the cause underlying LONG's failure or delay. Receipt of the equipment or services by Buyer upon its delivery shall constitute a waiver of all claims for delay. (6) TAXES: Prices quoted are exclusive of taxes unless specifically stated differently in the scope of work proposal. The amountof any present or any future occupation, sales, use, service, excise or other similar tax which LONG shall be liable for either on its own behalf or on the behalf of the Buyer, with respect to any orders for machinery or services, shall be in addition to the billing prices quoted and be paid by the Buyer. (7) WARRANTY: LONG guarantees its security control work and all materials of LONG's manufacturers against defects in workmanship and material for 365 days from date of substantial completion of the work and will repair or replace such products or components as LONG finds defective. This warranty does not include the cost of overnight or emergency shipping or transportation involved in supplying replacements for defective components. On machinery and materials furnished, LONG will extend the same guarantee it receives from the manufacturer. THE WARRANTY AND LIABILITY SET FORTH ABOVE ARE IN LIEU OF ALL OTHER WARRANTIES AND LIABILITIES, EXPRESS OR IMPLIED, IN LAW OR IN ACT, INCLUDING THE WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. THE WARRANTIES CONTAINED HEREIN SET FORTH BUYER'S SOLE AND EXCLUSIVE REMEDY IN THE EVENT OF A DEFECT IN WORKMANSHIP OR MATERIALS. (8) PATENTS: If there is brought against the Buyer any suit or proceeding based on a claim that an apparatus, or any part thereof, furnished under this contract constitutes an infringement of any patent of the United States, and LONG is notified promptly in writing and given authority, information and assistance by the Buyer for the defense of same, LONG will defend same and pay all expenses and costs which may be awarded therein against the Buyer, In the event that the Buyer has complied with the conditions just stated and the apparatus, or any part thereof, is held to constitute infringements and its use is enjoined, LONG, in lieu of all other liability except as above stated will, at its own expense, either procure for the Buyer the right to continue using said apparatus, or replace same with noninfringing apparatus, or modify it so it becomes noninfringing, or remove said apparatus and refund the purchase price thereof, but LONG's liability shall in no case exceed the purchase price of said infringing apparatus. (9) LIMITATION OF LIABILITY: All claims, causes of action or legal proceedings against LONG arising from LONG's performance under this contract must be commenced by Buyer within the express warranty period specified under Paragraph 6 hereof. Failure to commence any such claim, cause of action or legal proceeding within such period shall constitute a voluntary and knowing waiver thereof by Buyer. IN NO EVENT SHALL LONG'S LIABILITY FOR DIRECT OR COMPENSATORY DAMAGES EXCEED THE PAYMENTS RECEIVED BY LONG FROM BUYER UNDERTHE INSTANT CONTRACT, NOR SHALL LONG BE LIABLE FOR ANY SPECIAL, INCIDENTAL, LIQUIDATED, ASSESSED OR CONSEQUENTIAL DAMAGES. THESE LIMITATIONS ON DAMAGES SHALL APPLY UNDER ALL THEORIES OF LIABILITY OR CAUSES OF ACTION, INCLUDING BUT NOT LIMITED TO CONTRACT, WARRANTY, TORT OR STRICT LIABILITY. (10) DELIVERY: Execution and shipping dates are approximate only. No execution or shipping dates requested or specified by Buyer will be binding on LONG unless such request or specifications is specifically agreed to in writing by an officer of LONG. Shipment shall be F.O.B. factory freight allowed, with title passing to Buyer upon delivery to the carrier by LONG or the equipment manufacturer if applicable. (11) CANCELLATION: LONG reserves the right to collect cancellation charges (including, but not limited to, all costs and expenses incurred, plus reasonable overhead and profit against any cancelled order or contract). (12)DISPUTES AND CHOICE OF LAWS: This contract shall be deemed to have entered into and shall be governed by the laws of the State of Colored. All claims, disputes and controversies arising out of or relating to this contract, or the breach thereof, shall, in lieu of court action, be submitted to arbitration in accordance with the Commercial Arbitration Rules of the American Arbitration Association, and any judgement upon the award rendered by the arbitrator(s) maybe entered in any court having jurisdiction thereof. The site of the arbitration shall be Denver, CO, unless another site is mutually agreed between the parties, The parties agree that any party to the arbitration shall be entitled to discovery of the other party as provided by the Federal Rules of Civil Procedure; provided, however, that any such discovery shall be completed within four (4) months from the date the Demand for Arbitration is filed with the American Arbitration Association. (13) COSTS TO LONG: In the event it becomes necessary for LONG to incur any costs or expenses in the collection of monies due to LONG from Buyer, or to enforce any of its rights or privileges hereunder, Buyer, upon demand, shall reimburse LONG for all such costs and expense (including, but not limited to, reasonable attorney's fees). (14) ENTIRE AGREEMENT: These terms and conditions, and the matter set forth on the face of LONG's offer to sell, constitute the entire agreement between LONG and Buyer. No course of dealings or performances, or prior, concurrent or subsequent understandings, agreements of representations become part of this contract unless expressly agreed to in writing by an authorized representative of LONG. (15) ASSIGNMENT: Buyer shall not assign this contract or any Interest therein without the prior written consent of LONG. Any actual or attempted assignment without LONG's consent shall entitle LONG, at its sole option, to cancel this contract and, in such event, LONG shall be entitled to payment for all work performed and materials furnished to the date of cancellation, as well as reasonable compensation for lost income and profits. BID SCOPE - 1st Floor 1 Elevator 10 Doors Human Services A (15t Floor) 1-1 BID SCOPE - 2nd Floor 3 Doors Human Services A (2nd Floor) LONG JOB# BUILDING ADDRESS: BUILDING TITLE CONTROLLER NAME 15 315 N. 11th Ave. Greeley, CO Human Services Buildings 15.1 1050.180133 315 N. 11th Ave. Greeley, CO Human Services A HUMAN SERVICE A 1st Floor REVISED SCOPE - 1st Floor 12 Doors 1 Elevator Blue Clouded Doors - AD300-993R-70-MT-SPA-JD(8) Red Clouded Doors - AD300-MS70 MT -SPA -626 -JD (7) LONG JOB # BUILDING ADDRESS: BUILDING TITLE CONTROLLER NAME 15 315N. 11th Ave. Greeley, CO Human Services Buildings 15.1 1050.180133 315 N. 11th Ave. Greeley, CO Human Services A HUMAN SERVICE A Added Location 1 CR, 1 HES9400 Rim Strike, 1 Door Contact, 1 REX J 2-5 moo. DI..©Ind o.c. Bw ■a 2- ±t:J ' 2-T T,w,.,.c A LJ o REVISED SCOPE 2nd Floor 5 Doors Sn ff Blue Clouded Doors - AD300-993R-70-MT-SPA-JD(8) Red Clouded Doors - AD300-MS70 MT -SPA -626 -JD (7) 2nd Floor Added Location 1 CR, 1 HES9400 Rim Strike, 1 Door Contact, 1 REX 2401 1 o I ,twee BID SCOPE 11 Doors Reuse Existing Lever -Set Install 1 Electric Hinge Install 1 Strike 2 Door Contacts 1 REX 1401 Administration 1 Bore the Door for strike •• O..a L (- .: I .X Yi UI'-r�.t Gf'fCe OFFICE ?. ru: N134�GCR �:( OrsK'r hFEa • ' 1_. 1�,7 _2 ri 11''x. l'\. :n . do 4 __- ♦ � _ —� 1; m v „-1 11. — Card Reader 1� I UI L_. oFe f 1 Card Reader e o e Existing Mag Locks j' - r '--� �1 1 Rim Strike istall 1 Electric Hinge suKnc 1 6 I `FF r 1 Electric Strike ,I b� I .L 1 Door Contact r — — -- —cFF, - 1 Door Contact istall 1 Strike _,. -- i iDoor1 Storero m Lever ` Se -.. I I �., I � REX '�' �-t' 'mil Orce S11MlkAG=Li j, OC vE- I'=� JC c I _ 11111 :c• .oC r OI!C;r utnCE li rIF•I •rtti ei cr`r ore the Door for strke ,� 5. _J• .. Lam. , �I U FICE 11._ p _ '_ �t� .n q EX uFf:.�E•, n COON I r• u�[w --- 4Jn ! f ...T.. _ YI N; r t VA h ~ ! `! +cu SFN! .ua .. y♦ �^ I l _I 1 Crd Reader :c .• ... -aa T . CC PIJO .Iv '_. _ _-__.... ... Electric Strike _— —� �� ` "" F — _ 1 Door Contact .I=. 1 Ele Crc St ke L'y'. I G,�� P —'I ��o� orr t ?� x 1 Door Contact p,, , 1REX Y !____ uiEN CJfiZ ICOr,rr -^10E CUVFFNr_E --- i •T_ NANhGER I c RO y ... ... .. _�.rt• ♦I '' FC Fi. ur. e Q_„•ICE v:,'. • ' f._ _/'�•�r /- N! t it brJ• _ Y •_- REVISED SCOPE 12 Doors R�d.RisJORTd ew,yMEMoc,, ,r FJ)Cf. rN�ao.w°�°we,o ui`ae�era� "`�mrrmsFnvrro,xc.warccraeoxruTx • Fl..ecemeavlonnuramw.usw�nfr.afnuvfwreaamowomrxaamwoen.owe nddad loampo HW ScIJr dy GC 1_a Sg Ib % OFFlCE Snm OFFlCE JFIb - OFFICE Kevin uv � HWSo vB�oyL _1.�.. Li_ ._�czi ,Z7� PRICE 1,6 Rl ___GC 1-3 L ]] OA. .S..So , OFFICE AWLW 7 GF41EE v OFRC�F gFN SennlE OFFCE 710 1d1 142 1J6 OFFICE Levu, iij µ oFRCEJnrw OFFICE Andmv 13S r_- ,J6 -- OFFICE Srla - OFh B -FEC#- __.� FCE S ........................... aS Y 1dS IP 116 ]b PRIM STATION OFFICE JaM <:. ..._ 3B ;. st HWGS OFFICE Rvm F�FI -F� I' Elncl' SUAn vy OC 137 J•o+�l a jOFFICE MenIVI.. OFFICE T A OFFICE St, OFFICE Wn 160 161 14 ,i, 1u LX •REJ1j SrE O OFFlCEJ.hr Ela s,"Gmha by GC {y1y{IIII t0i a2 HWGa1 F8 1.11 1 • 93 It s a w ww OPENCE ; GISIWI 1W - :. 41 lip "�� OFFICE Sun 0 ll 'i: a p:i,_pEW OFFIcERlviw QFFlCE MIEOt114 p LWAY " 111 _ IOB 9wLwaT Fwrtw 100 . .. Rartm- Imi 1 JI ... OFFICEO.n 1.10 Frcumsnw.dyGc l CONFERECE 1,0 llC9BtENS 1L 1� : 112 * s.SSc w ta,x FT . h OFFCE TIM OFFCE NBW h r 1yT 1TB �'I v i r r � HW sal 10 � GiM lm h GC mwwP2 = F.YEO. §_ Elopne Hrig A IW h Or —T7-4 p 156 �I a.t O ho pews Y ti/ A ^ FPY end b od 1-6 ! OFFlCE T b 1-5 Ek Smaa by LONG AWLW 17 �. iI OFFICE John h� 9EEIGE QEE�E a `�°a 1-9- a slr.n W GC ,n /$ 1B6J iACTATON �� ` OFFCE JeM HW Sal oe 1-12_;,..W- 12. 771 RM Grihe vy GC G � - OFF Tww S, ,BB — v e] srsae t-7 (, 0 ;,r HW $ol v,0- Li• 644E6 EIiiOm170 ` Caas for Nr (iCrop aLII_ 159 EkOnc Nmpea lwlo!Neh ._— - polb 1 alalk aUlke. Power . _........-.. --- o4A'Yargcuaravdm \ R_ _ 1.•8 LONG. Rdvmd EhrJx L—,.ro E -ft Mm]a AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & LONG BUILDING TECHNOLOGIES, INC. PROXIMITY DOOR SYSTEM UPGRADE THIS AGREEMENT is made and entered into this- day ofd ' 201 by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Long Building Technologies, Inc. whose address is 5001 South Zuni Street, Littleton, CO 80120, hereinafter. referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B1700146". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor'shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. r-rf). . �c 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon ternination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $771,646.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through. County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R. S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. ec 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 forproperty damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to ' assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Long Building Technologies, Inc. Attn.: Richard Coleman, General Manager Address: 5001 South Zuni Street Address: Littleton, CO 80120 E-mail: reoleman gLONG.corn Telephone: (303) 975-2144 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@.co.weld.co.us Facsimile: 970-304-6532 KL 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend fiords not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with. Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. KC 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 A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITZESS WHEREOF, the parties hereto have signed this Agreement this f ' day of ____________,201(. CONTRACTOR: T,nnulRuildinc TechnoloLyies. Inc. BY: V Name: Title: WELD COON Y: ATTEST: Weld ui tv erk to the BG Date BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO l�� 1 o %v i /__I_______ Couffy Attorney A . ^ Q® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) l`.(^ 5/1/2018 3/1/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies NAMECONTACT PHONE i FAX A/C No Ext : A/C NoY 8110 E. Union Avenue Suite 700 E-MAIL Denver CO 80237 ADDRESS: (303) 414-6000 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : The Charter Oak Fire Insurance Company 25615 INSURED LONG Building Technologies, Inc. INSURER B : The Travelers Indemnity Company 25658 INSURER C: Travelers Property Casualty Co of America 25674 1409467 5001 South Zuni Street Littleton, CO 80120 INSURER D : Farmington Casualty Company 41483 INSURER E: INSURER F: ! COVERAGES CERTIFICATE NUMBER: 15248279 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL D SUBR VD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DD/YY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR WA,WY-Stop Gap lncl N N DT000H876035 5/1/2017 5/1/2018 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 X GEN'L MED EXP (Any one person) $ 15,000 — PERSONAL & ADV INJURY $ 1,000 000 AGGREGATE LIMIT APPLIES PER: POLICY JECT E] LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED T NON -OWNED AUTOS ONLY AUTOS ONLY N N DT8100H876035 5/1/2017 5/1/2018 L COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ xxxxxxx BODILY INJURY (Per accident) $ xxxxxxx PROPERTY DAMAGE Per accidentl $ xxxxxxx $ XXXXXXX C X UMBRELLA LIAR EXCESS LIAB_ X OCCUR CLAIMS -MADE N N CUP3J93435726 5/1/2017 5/1/2018 ' EACH OCCURRENCE $ 10,000.000 AGGREGATE __ $ 10,000,000 _ DED RETENTION $ 10,000 $ XXXXXXX D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? [ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below I N / A N I _ DTFUB0H876035 _ 5/1/2017 5/1/2018 X1 -)STATUTE I PER 0TH - - - E.L. EACH ACCIDENT ---- $ 500.000 E.L. DISEASE - EA EMPLOYEE! $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500.000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) X111] a:� 15248278 The County of Weld 1150O Street Greeley CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED C fC(k5 ,i: © 1988- 015 ACORD CORPO TION. All riahts reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 2n,xftJiIy A REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: OCTOBER 17, 2017 BID NUMBER: B1700146 DESCRIPTION: PROXIMITY DOOR SYSTEM UPGRADE DEPARTMENT: BUILDINGS AND GROUNDS MANDATORY PRE -BID CONFERENCE DATE: November 7, 2017 BID OPENING DATE: December 5, 2017 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: Proximity Door System Upgrade A mandatory pre -bid conference will be held at 8:00 a.m., on NOVEMBER 7, 2017, at the Weld County Buildings and Grounds, 1105 "H" Street, Greeley CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: December 5, 2017 at 10:00 AM (Weld County Purchasing Time Clock). PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request a website at https://www.weldgov.com/departments/K the Bidnet Direct website at www.bidnetdirect.com. BidNet Direct is an on-line notification system which governmental entities. Participating entities post their one centralized system. Bid Delivery to Weld County — 2 methods: : two locations: On the Weld County Purchasing ►urchasing located under "Current Requests". And, on Weld County Government is a member of BidNet Direct. is being utilized by multiple non-profit and bids, quotes, proposals, addendums, and awards on this 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder 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. BID REQUEST #61700146 Page 2 §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder 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 Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder 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. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder 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 Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder 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. Successful bidder 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 Successful bidder 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, Successful bidder 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 Successful bidder receives federal or state funds under the contract, Successful bidder 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 Successful bidder 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. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and BID REQUEST #B1700146 Page 3 its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. BID REQUEST #B1 700146 Page 4 N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County BID REQUEST #81700146 Page 5 has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums forwhich notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the BID REQUEST #61700146 Page 6 performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and BID REQUEST #B1700146 Page 7 property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. COUNTY -WIDE PROXIMITY DOOR SYSTEM This is a request for a proposal to design and build a turn -key proximity card door system upgrade at County facilities. SCOPE OF WORK Weld County currently operates several keyless access systems, to include combination locking mechanisms and proximity readers. Weld County intends to upgrade to a proximity -style keyless entry system replacing the combination locking mechanisms and the current proximity system. 1. The new system must be an Electronic Access Control/Key less Entry system that provides a uniform platform for our designated facilities throughout the county. 2. The system must provide an integrated solution in relationship to feature access and administration and have the capability for expansion, to include additional buildings & employees. 3. Weld County intends to have the new system administered from multiple locations with multiple users. 4. Weld County IT will provide a location in a data center for the centralized access control server. Weld County IT has a data closet in each building and will provide network connectivity via copper RJ45 switch ports. 5 . Weld County has completed a full facilities assessment to determine the viability of installing a new electronic access/keyless entry system within our existing facilities and believes that our facilities can support an electronic access/key less entry system. The locations of IDF/MDF closets, doors and locks for each building are in the attachments. 6. Weld County has not concluded that there is an application/hardware solution considered to be a best fit for our facilities; therefore, proposals shall be submitted based on vendor assessment and evaluation of Weld County's environment and system requirements. BID REQUEST #61700146 Page 8 7. Weld County is looking for vendors with knowledge and experience within the industry to provide the "best solution" to the needs specified in this RFP. This RFP is intended to provide a baseline of information from which the vendor can evaluate and propose specific options and ideas that will provide a reliable, functional, and cost-effective solution through this design -build turn -key approach. 8. The proposed system should have security set features enabled that allow the adm inistrator(s) to remotely administer security levels of users. 9. It should encompass Weld County's current staffing level (approx. 1,500 employees), with the ability to expand and allow the administrator(s) to control class of service, class of restriction, and time -driven parameters. 10. This will be a turn -key project; to provide, install all equipment, software, training required for remote system programming and operation, and the removal and return of all existing equipment. 11. The system will include applicable server, licensing for each door, controllers, door reader modules, power supplies, access badges/cards and card programmers. Doors are to be wired (not wireless). 12. Additionally, each card reader door will have the following installed per door: card reader, electrified locking strike hardware, door contacts, and cabling from each card reader to the enclosure. Magnetic locks are not preferred. 13. The system will include the ability to integrate with third party systems, i.e. current building alarm, & management systems for future integration. Vendor shall provide clarity on how the system will achieve this future integration. 14. Card management software must be able to activate and deactivate card access remotely and immediately. 15. The system management software must be able to schedule door openings and locking, restrict card access times, and record all access. 16. The management software must also have a robust, comprehensive and accessible reporting feature. 17. Vendor shall provide Weld County with comprehensive detail of their proposed access control system, to include brand/type of hardware/software to be supplied etc. Demonstration may be required. 18. Vendor shall provide Weld County with a comprehensive listing of available service and supportplan. The plan shall include the range of offered services inclusive of all levels of support plus the escalation plan as follows: a) On -going Maintenance Plan and costs included. b) Forecast any increase for 2-3 years for hardware and software maintenance. c) Detail of local support, hours or limits of coverage for service and repairs. d) Maintenance Plan options with I hour, 4 -hour, 8 -hour, and 24 -hour response times. e) Provide software upgrades inclusive in Maintenance Plan. 19.Awarded vendor is expected to provide a Project Manager to oversee, coordinate, and provide status reports forthe project throughout implementation. This person will also interface and serve as the main contact for Weld County for the duration of the project and attend weekly progress meetings. 20. Awarded vendor is expected to provide Weld County with As -built drawings of the completed project. Format shall be legible and readily understood by someone who has never seen the system and provide the ability to trace and troubleshoot anomalies. BID REQUEST #B1700146 Page 9 21. The removal of the old system and installation of the new system shall have little, or no, impact on our on- going operations. This means most of the work shall be conducted after normal business hours. Normal business hours are Monday through Friday 8 AM until 5 PM 22. The vendor must have experience within the required area of service and will provide Weld County with a plan to accomplish the project in the specified timeline. 23. Listed below is a baseline of requirements: a) 20+ separate buildings b) 23 card enrollment stations c) Approximately 300 doors d) Software/Hardware e) 3 -Single Sided Proximity Badge/Card Network Printer (Capable of printing 1500 initial +300 annually)(Network Drops Available) f) Proximity Badge Cards with photo (1500+) g) Proximity Badge/Card Readers h) Applicable Door Electric Strike Locks i) Magnetic Locks, as approved j) Exit Controllers k) Emergency Door Releases I) Electronic Access Control Panels m) IP Based Access Control System n) Wiring/Cabling o) Applicable Electronic Access Hardware p) Network Switches q) Visitor identification badging system, with/without restricted access privileges 24. The attached document shows where the desired new proximity door locations at each building. In addition, it shows where the data closets are located. It is the bidder's responsibility to verify distances/needs during the offered walk-through times to be discussed during pre -bid conference. 25. In addition, if an existing door happens to have a proxy card system/strikes installed, the bidder shall completely replace components with their new proposed system. All existing door components shall be returned to the County to use as spares. 26. Existing combination locks shall be disabled by the County upon verification that the new system operates as specified. Contractor will not be responsible for removing existing combination door locks or repairing door slabs where these existing combination locks are installed. 27. Proposed equipment must be compatible with Weld County's overall IT environment is set up as follows: Server Hardware Cisco UCS Server Operating Systems VM Servers, Microsoft Server 2012 R2 San Infrastructure EMC, FCOE PCs/Laptops Dell, Microsoft Surfaces, HP Elitebooks PC/Laptop/Tablet Operating System Win7, Win8, Win10, Apple IOS Network Protocol TCP/IP Web Browser IE 8-11, Chrome, Firefox Email/Calendar Microsoft Outlook Exchange Database SQL Server: Microsoft SQL Server 2012 (SP2) BID REQUEST #61700146 Page 10 Microsoft SQL Server 2014 (SP1) Oracle: 11 G R1, 11 G R2 12C Anti -Virus Trend Micro Printers File Shares Canon MFDs, HP, Dell Windows Print Service VPN Access Fortinet Account Management Microsoft Active Directory Backup System EMC Avamar Mobile Devices Dell Laptops, MS Surfaces, iPads, iPhones, Androids, HP Elitebooks PROPOSAL REQUIREMENTS 1. The proposal shall be organized using the following format: a) Executive Summary — Include a summary of your company's integrated proposal. This section shall succinctly explain the company's interest in the project. b) Proposal/Scope Details — Include a detailed description of your response about satisfying the proposed scope of work and associated professional services for Access Control. c) Documentation - Product descriptions, data sheets, literature, etc. that describe hardware/software and features of proposed system. d) Implementation —Describe proposed implementation plan including, but not limited to phased implementation. e) Implementation Staff - A list of staff assigned to the project and a summary of their certifications, overall qualifications and experience. 2. Technical Details - All vendors must provide the following information for their proposal to be considered: a) Provide recommended hardware requirements for all server systems (processor, architecture, RAM, hard drive, physical server environment, etc.). b) Provide Server operating system requirements. c) Supported workstation operating systems. d) List any additional hardware requirements (i.e. printers, scanners, appliances, etc.). e) Describe how the application is licensed (i.e. concurrent, per user, per site, etc.) f) Identify any third -party applications that are required by your software, and the tested versions needed. g) What type and versions of databases are required? h) Identify all web servers and components required by this application. What version of IIS is required? i) List all supported browsers and browser versions. j) What is the application upgrade process? How many times per year are there upgrade releases? k) Identify integration with other enterprise systems. I) Does the solution support a web -based client for user and administrative functions? BID REQUEST#B1700146 Page 11 3. Security Details - All vendors must provide the following information for their proposal to be considered: a) What forms of authentication are supported? (i.e. Password, biometric, token, etc.) b) What is the authentication system used? (i.e.: Active Directory via LDAP, Integrated Windows Authentication, Application, Database, Web Server, other) c) Does the application enforce a password policy? If so, describe. d) Does the application store any sensitive data? If yes, describe (i.e. Personal information, HIPAA, financial, etc.) Describe any encryption on sensitive data. e) How is administrator security granted? (i.e. Individually, roles, group levels, etc.) f) If remote access is requested from the vendor, what tools are used to access the server/application? g) Do you allow vulnerability scanning of your software? h) Do you conduct your own vulnerability scanning? If so, how often and how quickly are vulnerabilities remedied? i) Have you or your customers ever experienced a breach due to vulnerabilities in your software? If so, what was done about this? j) Will the software operate alongside antivirus software, or do they conflict? 4. Company Qualifications and References - All vendors must provide the following information for their proposal to be considered: a) A brief outline of the company and services offered, including: • Full legal name of the company. • Year business was established. • Number of people currently employed. • An outline of the vendors experience, product line-up and/or services currently offered and supported. b) Information on current clients, including: • Evidence of successful completion of a project of a similar size and complexity, including a list of local government clients. c) References: • Contact information for three references (if possible) from projects similar in size, application, and scope, • A brief description of their implementation, completed within the last three years. BID REQUEST#B1700146 Page 12 PRICING: 1. Provide pricing for this turn -key project for design, installation, and software/licensing. 2. In addition, provide pricing on a per door basis should another door need to be added as this project is occurring. 3. It is projected the contract date will be December 27, 2017. Based on this date provide your start and finish dates. DESIGN $ DEMOLITION/REMOVAL $ INSTALLATION $ SOFTWARE/LICENSING OTHER $ PROJECT TOTAL $ START DATE FINISH DATE The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700146. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL -7 DATE TAX ID # **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 SEND BACK PAGES 1 -12 BID REQUEST #B1700146 Page 13 :_ill F t Y S 1 l Li!IRdiVi1II1h?':I1ll1MiiLIMJ BELOW ARE THE ANSWER TO THE VENDORS QUESTIONS THAT MAY ALSO AMMEND THE SCOPE OF WORK: 1. The documents posted online include Motor Pool N. 17th Ave (2 Doors). We did not tour this building. Will it be included in the scope? Answer: NO 2. Some buildings will require a lift for pulling cable. Does Weld County have a lift that the contractor can use or is it the contractors' responsibility to provide a lift? Answer: It is the contractor's responsibility to provide the needed tools to complete the scope of work. 3. When will available work hours for each facility be provided? Answer: Typical business hours are 8 AM until 5 PM, Monday through Friday 4. What composes Weld County's definition of the "best solution"? Answer: One that meets the criteria of the bid specifications and permits ease of use and future repair/maintenance in sole view of County. 5. 1150 O Street — Can you confirm that Doors 1-14 and 1-15 are removed from the scope and door 1-16 is added to the scope? The additions/deductions were discussed on the job walk. Answer: Yes, doors 1-14 & 1-15 are deleted and door 1-16 is added to the scope of work. 6. 1401 North 17th Ave — Due to the election, we were unable to see doors 1-10 and 1-11. Could you provide us with the existing hardware on those doors? Answer: Bid requires full replacement. Assume there is no hardware on these doors 7. There are several doors with classroom/passage function locksets that will need to be replaced. Will Weld County provide the new locksets or is it the contractors responsibility? If it is the contractors' responsibility, do you want us to provide locksets without cores to be keyed by Weld County? Answer: This is a turn -key project where contractor must design/build the complete solution. It is required that that existing cores will be reused at existing locations. However on the rare occasion that a new core would be required, the County will provide. 8. For doors with an existing remote release, do you want the contractor to provide new remote release buttons and wiring or can the existing remote releases be reused? Answer: Existing remote releases can be reused 9. 1950 O Street — Can you confirm the following scope changes discussed on the job walk — Remove Door B8 and add doors B-9 and B-10 Answer: Yes, delete B-8 and add B-9, B-10, & B-11 to the scope of work. 10. Do you want the contractor to replace existing detention locks at the Jail or can the existing locks be reused? Answer: Existing locks can be reused 11. For elevator card readers, coordination with the elevator contractor is required. Will Weld County provide the elevator contractor at their cost or will the bidder need to include the cost in our proposals? If the bidder must include the cost, can you provide contact information for Weld County's preferred elevator contractor? Answer: There is not preferred elevator contractor. This is a turn -key project where contractor must design/build the complete solution. 12. Plaza West — The only IT room is on the first floor. There are 12 card readers on the 2nd floor and 12 card readers on the 3 floor. To limit wire runs, is there a possibility of adding a second IT Room? a. If not, will Weld County provide an additional sleeve pathway? All existing sleeves are full Answer: This is a turn -key project where contractor must design/build the complete solution this includes pathways. 13. Plaza West Vt Floor - Can you confirm the following scope changes discussed on the job walk — Add 1 Door (1-18) Answer: Yes, add door 1-18 to the scope of work 14. Plaza West 2nd Floor - Can you confirm the following scope changes discussed on the job walk — Add 1 Elevator Card Reader (2-13) Answer: Yes add Elevator card reader 2-13 to the scope of work 15. Plaza South —There is no IT room on the first floor. The chase between the first floor and 2 floor IT room is full. Will Weld County provide a second chase or is it the contractors responsibility? Answer: This is a turn -key project where contractor must design/build the complete solution this includes pathways. 16. Weld County Courthouse - Can you confirm the following scope changes discussed on the job walk — Remove door 1-3 Answer: Yes, delete door 1-3 from the scope of work 17. Weld County Courthouse — is the only usable data room in the courthouse on the 3floor? If so, is there a useable raceway between floors that we can use? Answer: This is a turn -key project where contractor must design/build the complete solution this includes pathways. 18. Public Health 1St Floor - Can you confirm the following scope changes discussed on the job walk — Add door 1-23 to the scope Answer: Yes, there is a door 1-23 at the Public Health Building 19. Human Service A 1st floor - Can you confirm the following scope changes discussed on the job walk — Add 1 elevator card reader (1-7) and 3 card reader doors to the scope (Total 11 doors on 1ST floor) Answer: Yes, add 1 Elevator Card Reader to the scope of work. There is a total of (11) doors in Human Services Building A., (8) on 1St floor & (3) on 2 floor. 20. Human Service B (2nd floor) - Can you confirm the following scope changes discussed on the job walk — Remove Door 2-3 Answer: Yes, delete 2-3 from the scope of work 21. Human Service C (1ST Floor) — Doors 1-3,1-5, 1-6 and 1-10 are not included on the map. Can you confirm the number of doors for Human Service C (1ST floor)? Answer: There are (12) doors on the 1St floor. 22. South West Service Center — In order to pull cable from the IT room to doors 1-6, 1-7, 1-11, 1-12, 1-14 and 1-18 you must cross 30 feet ceilings. There is an existing conduit pathway in place. Is there space in the existing pathway for the contractor to pull required cable or will the contractor be required to install a new conduit pathway? Answer: This is a turn -key project where contractor must design/build the complete solution this includes pathways. 23. In the Weld Courthouse, is surface mounted EMT conduit acceptable for the staff restrooms? Answer: This is a turn -key project where contractor must design/build the complete solution this includes pathways. Surface mounted conduit is not desired. Consideration for other solution in this location will be given. 24. Can you confirm positively that in all buildings the walls, floors and ceiling coatings are asbestos and lead free? If not, will you provide testing at your expense? Answer: If asbestos containing materials are suspected, the county will test and mitigate in accordance with directives. This testing and mitigation will NOT be part of the scope of your installation. 25. What is Weld County's current card format, and do you plan to replace all current cards with new cards? Answer: We plan to replace all cards with the new system through a sequence that is based on the schedule worked out between winning bidder and County. 26. Will Weld County provide network switches and patch panel ports for the proposed access control platform? Answer: Refer to specifications. 27. What are Weld County's specs for the network switches and patch panels if not provided by Weld County? Answer: Refer to specifications. 28. What are Weld County's specs for new network cable drops? Answer: Refer to specifications. 29. Is a bid bond required for this project? Answer: No. However, a payment and performance bond will be required of the winning bidder upon contract execution. 30. Would Weld County prefer wall mount or rack mount equipment for the proposed access control platform? Answer: This is a turn -key project where contractor must design/build the complete solution that works within given spaces. 31. What is Weld County's preferred cable raceway where drop tile ceiling is unavailable? Answer: This is a turn -key project where contractor must design/build the complete solution this includes pathways. 32. For the 1551 Admin Building Door #1-6 — How would you like this door configured for the separation from the medical clinic to the records department? Answer: Delete this door from the scope of work. 33. Should vendors include in our demo costs the removal on the keypad/combo locks and plating? Answer: No, this will be completed by the owner. 34. Can you provide a copy of the spreadsheet that was used in the initial bid listing current equipment per door? Answer: A copy of the spreadsheet will not be provided with this bid since it was too confusing to bidders. However, the original bid (61700133) posted on 9-1-2017 is still available for view on the website. 35. Can you provide a list of all double doors? Answer: The opportunity to view these was provided on the 2 -day pre -bid walk though. 36. Shall the operator of the garage in the Centennial Basement have access to the software? Answer: Yes. It should still operate with the current software installed. For further questions on that configuration, contact the current vendor maintaining that system which is CML Security. 37. Can you provide a list of all read in/read out doors? Answer: The opportunity to view these was provided on the 2 -day pre -bid walk though. 38. For Plaza West Courtroom #12 — shall this room have card access? Answer: Not unless there is a current card reader or keypad on the door 39. Is there a revised floorplan for 2" Floor Probation on 934 9th Ave. It appears to mirror the first floor and it also appears that one door may be missed —there are two doors right by the elevator Answer: There is not a revised floorplan. Scope of work is for a total of (5) doors at this building. The opportunity to view these conditions was provided on the 2 -day pre -bid walk though. 40. Centennial Basement — a. Door B2 is marked up with no door. Can you please provide the type of door whether it is Single Leaf/Double Leaf or Sliding etc., b. Door 61 is on Ramp but no door detail provided. Can you please provide the type of doors. Answer: B1 & B2 are currently keypads that open the garage door from the ramp side and inside the garage. Should be replace with card readers. The opportunity to view these was provided on the 2 -day pre -bid walk though. 41. Plaza west 1St floor — door 1.17 & Centennial Basement — Doors B3,B5,B8 are for the elevator cab. Please provide us the sequence of operation whether it is for Card Reader to call the elevator cab or Card Reader inside elevator cab to control the access levels. Answer: The card reader is to allow access to call the elevator for use "at each landing". It is not required "i• nside" the elevator. 42. We are missing the door markups for the below buildings/areas. Please provide us the door markup for the following. a, Door Markup required for the Alternative Programs (1st floor) building b. Door Markup required for the Alternative Programs (2nd floor) building c. Door Markup required for the Jail 1st and 2nd floors. Answer: This scope of work does not include the above -mentioned buildings 43. Since the markup has only the door locations and not providing the existing door hardware details, following assumptions are made. Please let us know if these assumptions are accurate or if you could please provide the spreadsheet from Round 1 we would appreciate it. Let us know if any feedbacks/concerns. a. Each single door will be considered with the following door hardware 1 x Entry reader 1 x Door contact 1 x Electric strike 1 x REX PIR motion b. Each double door will be considered with the following door hardware 1 x Entry reader 2 x Door contact 2 x Electric strike 1 x REX PIR motion Answer: We cannot clarify all your assumptions. This is a turn -key project where contractor must design/build the complete solution this includes pathways. The opportunity to view these areas and develop bid to accomplish this was provided on the 2 -day pre -bid walk though. 44. Are electrical connections for the power supplies to door locks and other powered hardware provided by the County? Answer: This is a turn -key project where contractor must design/build the complete solution this includes electrical. 45. Will Weld County (WC) provide the electrician to hardwire panels or is the contractor responsible for this scope? Answer: This is a turn -key project where contractor must design/build the complete solution this includes electrical. 46. Does Weld County require that permits be secured for this project? Answer: As required. 47. Is conduit required for entire run in the maintenance shop or is it acceptable to stub up to ceiling height and free run? Answer: Must meet applicable codes. 48. Is conduit required in the parking garages? Answer: Must meet applicable codes 49. Since the project will be completed in Phases, does WC have a preference or an order to installation that it would like to see followed, and what is the maximum timeline for completion and turn over? Answer: This is a turn -key project where contractor must design/build the complete solution this includes developing a realistic schedule. 50. Will installation be coordinated with a member of each Building as a point of contact, or with only a Facilities Maintenance staff member (or team of Facility staffing)? Answer: Point of contact will be with a Buildings & Grounds staff member for this project 51. Will background checks and drug screening be required for our employees prior to commencement of work? Answer: Basic background check of employees shall be provided to County. 52. Will a Storage Location be provided for the awarded contractor during Phased Installation process, or does WC prefer the awarded contractor to provide a Conex trailer for storage? Answer: There is not "in -building" storage capability. However, exterior storage locations may be worked out depending availability. 53. Will any touch up or repair, due to differences in size of Door hardware, drywall repair, concrete or block wall repair, or other, be performed by the owner, or by awarded contractor? Answer: This is a turn -key project where contractor must design/build the complete solution this includes touchups repairs that are needed for this modification. 54. Will %" Fire Rated Plywood back boards be required behind ALL New Access Control panels installed as part of the New Solution county wide? Answer: This is a turn -key project where contractor must design/build the complete solution. 55. Will Fire Rated plywood remain unpainted with the Fire Stamp showing? Answer: This is a turn -key project where contractor must design/build the complete solution. 56. How many concurrent operators should the system initially be scaled to support? Answer: 6 57. Will Global Eventing be required? o Hard Anti-passback? (Hard anti-passback means that when a violation of the anti-passback rules occurs, the user will be denied access) o Lockdown (Locks all doors system wide or in a pre -determined category on command) o Mustering ( Mustering is where a specific reader or readers are used to verify that individuals are in a particular place.) o Guard Tours (Guard tour feature provides a means to check and record the time a guard executes their tour by scanning specific checkpoints assigned on the are they patrol) Answer: Refer to specifications 58. Under the section "Proposal Requirements" category 2 "Technical Details" item "k", can you please identify the systems the County may want integrated to our proposed system? Answer: At some point in the future, the County may want integration with the ONSSI surveillance system and burglar alarm system(s). 59. Under the section "Proposal Requirements" category 3 "Security Requirements" item "d" is the reference to data in the database or data that may be presented on certain cards? Answer: The requirement is in reference to the DB, application server, card or any other device or application that may store sensitive information. Please describe your security architecture and reference any areas where PII may be exposed. 60. There is an area where it is indicated that the successful contractor will provide switches, and another that indicates ports will be provided by the County. Can you please clarify? o If switches are to be provided by contractor, are there specifications of preferred products from the County? Answer: All network switches and routers will be provided by the County. 61. It is Weld County providing workstations for the administration of the system? Answer: YES 62. What are the requirements of the Enrollment Stations (signature pad, camera, etc.)? Answer: Two stations will have the printers one camera each. The remaining 21 will have the ability to encode the cards. 63. Is the contractor to provide the access control server or will the County provide and contractor is responsible only for software? Answer: All servers will be provided by the County. 64. Will soft copies of drawings be provided by the county to be modified for as -built submission? Answer: This is a turn -key project where contractor must design/build the complete solution. Not required to use these drawings. But not a bad option 65. What are the network cabling standards (mafufacturer, warranty, color, plenum,) and testing requirements for the category cabling? Do you require an RCDD on staff? Answer: This is a turn -key project where contractor must design/build the complete solution. Cabling will need to be plenum rated. 66. May we have a list of the doors requiring access control as per the RFP that have existing hardware? Shall we assume that all of the existing security devices are in proper working order? Answer: This is a turn -key project where contractor must design/build the complete solution. The opportunity to view these conditions was provided on the 2 -day pre -bid walk though. 67. Shall we assume that only those doors on the prints are to be secured through the new Access Control System at the time of the bid response? Answer: Those shown on the specifications documents and those identified in this Q&A addendum. 68. There are different qualities available for badge printers. Is there a make/model that Weld County would like? If not, what is the estimated annual print volume? Answer: This is a turn -key project where contractor must design/build the complete solution. We have 1500 employees for initial issue with an anticipated 20% turnover rate annually after. 69. Are there network drops available for the new printers or shall we include them? Answer: Network drops connecting to the County IT system are available at each workstation. 70. Do we need to include the integration labor and modules at the time of this response or shall we ensure that the system has the ability to integrate? Answer: This is a turn -key project where contractor must design/build the complete solution to include full integration, training and function. 71. May we receive a print indicating the location of the existing head -end controls for each facility? Answer: This is a turn -key project where contractor must design/build the complete solution. The opportunity to view these conditions was provided on the 2 -day pre -bid walk though. 72. Since maglocks are not preferred, shall we include replacing the existing magnetic locks in this bid response? If so, how many need replaced? Answer: YES. Mag-locks are not desired for the final system. However, replacement of these current mag-locks are required. The opportunity to view these conditions was provided on the 2 -day pre -bid walk though. ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY TITLE November 17, 2017 EX EE8 Base Bid Pricing: PRICING: Long live our -building! Provide pricing for this turn -key project for design, installation, and software/licensing. In addition, provide pricing on a per door basis should another door need to be added as this project is occurring. a. $2,660.00/Door It is projected the contract date will be December 27, 2017. Based on this date provide your start and finish dates. DESIGN $ 14,068.00 DEMOLITION/REMOVAL $ 2,739.00 INSTALLATION $ 426,853.00 SOFTWARE/LICENSING $ 5,917.00 OTHER $ 322,069.00 (Material Cost) PROJECT TOTAL $ 771,646.00 START DATE: Notice to Proceed (Expected December 27' 2017) FINISH DATE Substantial Completion by Q3, 2017 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #81700146. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may 1 the awarded to more `rethan a vendor, r FIRM C �•-"�` s,� 1 � cs BUSINESS `7 ,©o ( < . L1' .L ADDRESS !!��// CITY, STATE, ZIP CODE ' 'T"r __ `t 1 (� C) TELEPHONE NO" O S• 7FAX I '7�5~ TAX ID # 'y- O'` 7 9 L-- PRINTED NAME D T LE - L. ( ".� 4€_( SIGNATURE .11 E-MAIL C C'C7l_vinpr D 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 SEND BACK PAGES 1 -12 BID REQUEST #81700146 Page 13 27 Deduct Alternate One — Reuse Existing Locking Hardware LONG Building Technologies suggests that Weld County re -use all existing locking hardware that is in good condition. Alternate One is a deduction from the base bid to reuse existing locking hardware. LONG is confident in the condition of the locking hardware we wish to reuse. If any existing locking hardware fails during the 1 year warranty period, LONG will replace the hardware without charge. All other items in the bill of materials from the base bid will remain unchanged. Refer to page 40 for a complete locking hardware schedule for the alternate bid. Revised Locking Hardware Bill of Materials: • Reuse 73 Existing Electric Strikes • Reuse 43 Existing Rim Strikes • Reuse 6 Existing Electric Crash Bars • Reuse 2 Existing Header Strikes • Reuse 4 Existing Detention Locks • Reuse 3 Existing Mag Locks • 123 New HES 5200 Electric Strikes • 25 New HES 9600 Rim Strikes Deduct 87,569.00 for the Base Bid: Alternate One Price: $684,077.00 �`SA4Gio`' 28 a y Form W®9 Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not Depart entoftheT Department of the Treasury 5@nd t0 the IRS. Internal Revenue Service Name (as shown on your Income tax return) LONG Building Technologies, Inc. x\i Business name/disregarded entity name, If different from above rn xa n. Check appropriate box for federal tax classification: Exemptions (see instructions): ❑ Individual/sole proprietor ❑ C Corporation © S Corporation ❑ Partnership ❑ Trust/estate w c Exempt payee code (if any) C❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► Exemption from FATCA reporting code (if any) CLG v ❑ Other (see Instructions) ► Address (number, street, and apt. or suite no.) Requester's name and address (optional) 5001 South Zuni Street in City, state, and ZIP code Littleton, CO 80120 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN In the appropriate box. The TIN provided must match the name given on the "Name" line I Social security number number to ed backup withholding. For individuals, d, this Is yoursocial I instructions resident alien, sole proprietor, or disregarded entity, see the Part I Instructions on page 3. For other onSS 3.However, for a - m - �� entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account Is In more than one name, see the chart on page 4 for guidelines on whose Employer identification number number to enter. fTl 8141 -10151719121912 I1iII1 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be Issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below), and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting Is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest a Ividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. _— .-. 1 z SignJttivt:m i m. "-a ov, i I 1 g Signature Here U.S. person ► / 1 VP of Finance Date I D J. General Instru Section references are to the Internal Revenue Code unless otherwise noted. Future developments. The IRS has created a page on IRS.gov for information about Form W-9, at www,irs.gov/w9. Information about any future developments affecting Form W-9 (such as legislation enacted after we release It) will be posted on that page. Purpose of Form A person who is required to file an Information return with the IRS must obtain your correct taxpayer identification number (fIN) to report, for example, Income paid to you, payments made to you in settlement of payment card and third party network transactions, real estate transactions, mortgage Interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be Issued), 2. Certify that you are not subject to backup withholding, or 3, Claim exemption from backup withholding If you are a U.S. exempt payee. If II bl r t o rtif 'n th t U 0 r II bl h f app ca e, you a a s ce yi g a as a . . pe son, Your a oca e s are o any partnership income from a U.S. trade or business is not subject to the Cat, No. 10231X Form W-9 (Rev. 8-2013) withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form ff any) indicating that you are exempt from the FATCA reporting, is correct. Note. If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized In the United States or under the laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business, Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, If you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership Income. L N G Lon�j live your bur/ding LONG Building Technologies Headquarters: 5001 South Zuni Street, Littleton CO 80120 Main: 303-975-2100 1 Website: www.LONG.com Project: Weld County Purchasing Department Description: Proximity Door System Upgrade Bid Number: B1700146 Prepared by: Richard Coleman Security Solutions General Manager Email: rcoleman@LONG.com Mobile: 303-653-1176 Anthony Ojile Security Solutions Account Executive Email: aojile@LONG.com Mobile: 303-549-5079 1 Table of Contents ExecutiveSummary............................................................................................................................3 Proposal/Scope Details.................................................................................................................4-12 Documentation— ICT ProtegeGX System.....................................................................................13-16 Implementation...............................................................................................................................17 ImplementationStaff.......................................................................................................................18 ICT Access Control Certifications.......................................................................................................19 TechnicalDetails........................................................................................................................20-21 SecurityDetails................................................................................................................................22 Company Qualifications and References......................................................................................23-25 Clarifications.................................................................................................................................... 26 BaseBid Pricing...............................................................................................................................27 Deduct Alternate One — Reuse Existing Locking Hardware.................................................................28 DeductAlternate Two — Online Wireless Locks.................................................................................29 Add Alternate Three — HID multiCLASS Card Readers........................................................................30 LONGPricing Matrix......................................................................................................................... 31 On -Going Maintenance Plan........................................................................................................ 32-34 On -Going Maintenance Plan Pricing..................................................................................................35 Termsand Conditions.................................................................................................................36-37 BaseBid Locking Hardware Schedule................................................................................................38 ICTAccess Control Bill of Materials...................................................................................................39 Alternate One — Locking Hardware Schedule.....................................................................................40 LONGW9.........................................................................................................................................41 SpecificationSheets for All Equipment Proposed............................................................................42+ 2 To: Weld County Purchasing Department Date: 12/05/2017 Company: Weld County Building and Grounds Regarding: Bid Number B1700146 Executive Summary Payment Terms: Net 30 with credit approval Order Acceptance: Conditional terms and conditions attached. If you do not have them, please request a copy. LONG Building Technologies is a Colorado owned and operated company that has been in business since 1965. With over 50 years' experience working in the Colorado construction market, we are committed to our customers. Over the past ten years, LONG has grown into a regional company with offices in Alaska, Montana, Nevada, Oregon, Utah, Washington, and Wyoming. Every aspect of our business revolves around the LONG three C's — Customer, Co-worker, Company. It's our business philosophy that doing what is best for Customers and our Co-workers will result in the utmost success for the Company. After over 50 years, this still holds true. LONG Building Technologies looks forward to the opportunity of partnering with Weld County on installing a system wide access control upgrade. Our company has experience successfully executing large scale access control projects with multiple sites and thousands of users. The goal for this project is to create a lasting partnership with satisfaction on both sides. With the expertise of our Security Solutions team, we are confident in our ability to execute this large and complex project. Our interest in this project cannot be overstated. LONG Building Technologies is proposing that Weld County install ICT's ProtegeGX access control system. Based on Weld County's needs described in the RFP, we feel that ICT ProtegeGX is the best solution. ICT provides a cutting -edge product that is easy to operate, simple to integrate and effortless to extend. The server based architecture makes ProtegeGX a truly global system, enabling you to manage, control and monitor an unlimited number of users, doors, and areas in real time regardless of your location. The scope of work for this project includes 293 card readers (280 card reader doors, 3 doors with in/out card readers, 2 garage card readers, and 8 elevator call card readers) across 22 building locations. The enterprise class access control system will be centrally managed and each controller will be connected to Weld County's network. New card readers, panels and access control wiring will be installed at each proposed building location. Per the specifications, all existing locking hardware will be removed and new electronic locking hardware will be installed. An alternate for reusing all existing locking hardware in good condition is included in the pricing section. Our electrician will provide 120V power for all new access control panels and lock power supplies. As -Built Drawings provided by our in-house engineering department are included in the price of this proposal. LONG Building Technologies will provide, program and install all equipment for the access control system. A payment and performance bond is included in the price of this proposal. Proposal/Scope Details The enterprise -class access control system LONG is proposing for Weld County is ICT ProtegeGX. The ProtegeGX is an IP based, state of the art system that can be accessed through the user's web browser. ICT's North American headquarters are based in Denver, Colorado and they offer excellent support for their products. The system includes a five-year warranty on all ICT equipment after the installation has been inspected. ICT does not have any recurring yearly software support fees. This provides a huge cost savings advantage as most systems have annual software support fees. LONG Building Technologies will provide, program and install all equipment for the access control system. In addition, we will provide end -user training once the system is commissioned. The system will include a centralized access control server, 3 single sided badge printers, access control panels (Controllers and reader modules), lock power supplies, and enrollment card readers. Additionally, each card reader door will be outfitted with the following: card reader, electrified locking hardware, door contacts, request to exit motion sensors (REX) and new cabling from each card reader to the enclosure. Scope Overview: • 1 Centralized Access Control Server (Per Question 63, Weld County will Provide the Access Control Server) • 293 6005 HID Card Readers 280 Card Reader Doors o 8 Elevator Call Card Readers o 2 Garage Entrance/Exit Card Readers o 3 In/Out Card Reader Doors • 196 HES 5200 Electric Strikes • 68 HES 9600 Rim Strikes • 6 Von Duprin Electric Crash Bars • 2 Jackson Header Strikes • 4 Detention Locks (Reuse Existing) • 3 Mag Locks (Reuse Existing) • 1 Sliding Double Door • 6 Remote Release Buttons (Reuse Existing) • 278 Request to Exit Motion Sensors • 286 Door Contacts • 47 Lock power supplies • 3 One -Sided Badge Printers • As -Build Drawings • New Access Control Cable for all 293 Card Readers • LONG Electrician to Provide 120V Power to Each Panel and Lock Power Supply • Return Removed Locking Hardware to Weld Count • Remove Existing Access Control Equipment 4 IT System Setup: • 1 Centralized Access Control Server (Per Question 63, Weld County will Provide the Access Control Server) • 1 Samsung 22 Inch Computer Monitor, Keyboard and Mouse • 1 ICT ProtegeGX Server License • 5 ICT ProtegeGX 50 Door License Pack (Licenses for 300 Doors) • 6 ICT ProtegeGX Concurrent Client Licenses (Per Question 56 in the Questions and Answers) • 23 ICT ProtegeGX Enrollment Card Readers • 3 Single Sided Badge Printers • 1500 Access Control Cards Building 1-1105 H Street - Weld County Buildings and Grounds (3 Card Reader Doors) A lift is required to pull cable to door 1-3. Conduit is needed for all three doors. • 3 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 1 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X2 Wall Mount Enclosure • 1 ICT Panel Power Supply • 1 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 3 Door Contacts • 3 Request to Exit Motion Sensors (REX) • 3 HES 5200 Electric Strikes • Conduit/Lift Building 2 - Administration 1150 O Street (14 Card Reader Doors, 1 Remote Release) Drop ceilings throughout the building, 1 IT Room. Mag Locks will be removed from door 1-11 and a rim strike will be installed on the removeable mullion. • 14 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 6 ICT ProtegeGX Two -Door Reader Modules • 2 ICT 2X3 Wall Mount Enclosures • 1 ICT Panel Power Supply • 2 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 14 Door Contacts • 14 Request to Exit Motion Sensors (REX) • 8 HES 5200 Electric Strikes • 5 HES 9600 Rim Strikes • 1 Sliding Door Card Reader (Main Entrance) • 1 Remote Release (Door 1-16) 9 r Building 3 - Administration 1400 North 17`h AVE. (6 Card Reader Doors) • 6 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 2 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X3 Wall Mount Enclosure • 1 ICT Panel Power Supply • 1 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 6 Door Contacts • 6 Request to Exit Motion Sensors (REX) • 6 HES 9600 Rim Strikes Building 4 - Administration 1401 North 17`h AVE. (11 Card Reader Doors) Drop ceilings throughout the building, 1 IT room. Remove mag locks on doors 1-9 and 1-6 • 11 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 5 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X4 Wall Mount Enclosure • 1 ICT Panel Power Supply • 2 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 14 Door Contacts (Three Double Doors) • 11 Request to Exit Motion Sensors (REX) • 10 HES 5200 Electric Strikes • 1 HES 9600 Rim Strike • 2 Storeroom Lever sets (Doors 1-6, 1-9) • 3 Electric Hinges (Doors 1-6, 1-8, 1-9) Building 5 - Administration 1402 North 17`h AVE. (4 Card Reader Doors) • 4 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 1 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X2 Wall Mount Enclosure • 1 ICT Panel Power Supply • 1 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 4 Door Contacts • 4 Request to Exit Motion Sensors (REX) • 1 HES 5200 Electric Strike • 3 HES 9600 Rim Strikes N. Building Building 6 - Administration 1551 North 17th AVE. (16 Card Reader Doors) • 16 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 7 ICT ProtegeGX Two -Door Reader Modules • 2 ICT Wall Mount Enclosures (1 2X2, 1 2X3) • 1 ICT Panel Power Supply • 2 Altronix 6 -AMP Lock Power Supplies • 4 Back -Up Batteries • 16 Door Contacts • 16 Request to Exit Motion Sensors (REX) • 11 HES 5200 Electric Strikes • 5 HES 9600 Rim Strikes Building 7 - Law Administration Building 1950 O Street (13 Card Reader Doors, 2 Remote Releases) • 13 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 6 ICT ProtegeGX Two -Door Reader Modules • 2 ICT Wall Mount Enclosures (1 2X2, 1 2X3) • 1 ICT Panel Power Supply • 2 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 13 Door Contacts • 13 Request to Exit Motion Sensors (REX) • Remote Release on Doors 1-1, 1-3 • 11 HES 5200 Electric Strikes • 2 Von Duprin Electric Crash Bars • 2 Remote Releases (Doors 1-1, 1-3) Building 8 - North Jail Complex — 2110 O Street (8 Card Reader Doors) • 8 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 3 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X3 Wall Mount Enclosure • 1 ICT Panel Power Supply • 1 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 8 Door Contacts • 8 Request to Exit Motion Sensors (REX) • 4 HES 5200 Electric Strikes • 4 Detention Locks (Reuse) T- /4 s� f o 7 Building 9 - Probation — 918 10th Street (3 Card Reader Doors) • 3 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 1 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X2 Wall Mount Enclosure • 1 ICT Panel Power Supply • 1 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 3 Door Contacts • 3 Request to Exit Motion Sensors (REX) • 3 HES 5200 Electric Strikes Building 10 - Probation — 934 9th AVE (5 Card Reader Doors, 1 Remote Release) • 5 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 2 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X3 Wall Mount Enclosure • 1 ICT Panel Power Supply • 1 Altronix 6 -AMP Lock Power Supplies • 5 Door Contacts • 5 Request to Exit Motion Sensors (REX) • 4 HES 5200 Electric Strikes • 1 HES 9600 Rim Strikes • Remote Release (Door 1-2) Building 11- Centennial Basement (4 Card Reader Doors, 2 Elevators, 2 Garage Readers, 1 In/Out Card Door) • 9 HID 6005 Card Readers 0 2 Elevator Call Card Readers o 2 Garage Entry/Exit Card Readers 0 1 In/Out Card Reader Door • 1 ICT ProtegeGX Controller • 4 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X4 Wall Mount Enclosure • 1 ICT Panel Power Supply • 1 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 4 Door Contacts • 3 Request to Exit Motion Sensors (REX) • 2 HES 5200 Electric Strikes • 1 HES 9600 Rim Strikes • 1 Mag Lock (Reuse Existing) E:3 Building 12 - Plaza West (39 Card Reader Doors, 4 Elevators, 1 In/Out Door) • 44 HID 6005 Card Readers o 4 Elevator Call Card Readers O 1 In/Out Card Reader Door • 2 ICT ProtegeGX Controllers • 20 ICT ProtegeGX Two -Door Reader Modules • 4 ICT Wall Mount Enclosures (1 2X3, 3 2X4) • 3 ICT Panel Power Supplies • 7 Altronix 6 -AMP Lock Power Supplies • 10 Back -Up Batteries • 38 Door Contacts • 38 Request to Exit Motion Sensors (REX) • 29 HES 5200 Electric Strikes • 9 HES 9600 Rim Strikes • 1 Von Duprin Electric Crash Bar Building 13 — Plaza South (24 Card Reader Doors) • 24 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 12 ICT ProtegeGX Two -Door Reader Modules • 3 ICT Wall Mount Enclosures (2 2X3, 1 2X4) • 3 ICT Panel Power Supplies • 5 Altronix 6 -AMP Lock Power Supplies • 8 Back -Up Batteries • 24 Door Contacts • 24 Request to Exit Motion Sensors (REX) • 16 HES 5200 Electric Strike • 6 HES 9600 Rim Strikes • 2 Mag Locks (Reuse Existing) Building 14 - Plaza East (4 Card Reader Doors, 2 Remote Releases) • 4 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 1 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X2 Wall Mount Enclosure • 1 ICT Panel Power Supply • 1 Altronix 6 -AMP Lock Power Supplies • 4 Door Contacts • 4 Request to Exit Motion Sensors (REX) • 4 HES 5200 Electric Strikes • 2 Remote Releases (Doors 1-12, 1-13) 9 Building 15 - Weld County Court House (3 Card Reader Doors, 1 In/Out Door) • 4 HID 6005 Card Readers O 1 In/Out Card Reader Door • 1 ICT ProtegeGX Controller • 1 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X2 Wall Mount Enclosure • 1 ICT Panel Power Supply • 1 Altronix 6 -AMP Lock Power Supply • 2 Back -Up Batteries • 4 Door Contacts (1 Double Door) • 2 Request to Exit Motion Sensors (REX) • 2 New HES 5200 Electric Strikes • 1 Von Duprin Electric Crash Bar Building 16 - Public Health —1555 North 17th AVE. (38 Card Reader Doors) • 38 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 18 ICT ProtegeGX Two -Door Reader Modules • 4 ICT Wall Mount Enclosures (1 2X3, 3 2X4) • 5 ICT Panel Power Supplies • 5 Altronix 6 -AMP Lock Power Supplies • 8 Back -Up Batteries • 39 Door Contacts (1 Double Door) • 38 Request to Exit Motion Sensors (REX) • 30 HES 5200 Electric Strikes • 8 HES 9600 Rim Strikes Building 17 - Human Services Building A (13 Card Reader Doors, 1 Elevator) • 14 HID 6005 Card Readers o 1 Elevator Call Card Reader • 1 ICT ProtegeGX Controller • 6 ICT ProtegeGX Two -Door Reader Modules • 2 ICT Wall Mount Enclosure (1 2X2, 1 2X3) • 1 ICT Panel Power Supply • 2 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 13 Door Contacts • 13 Request to Exit Motion Sensors (REX) • 9 HES 5200 Electric Strikes • 4 HES 9600 Rim Strikes r 79 10 Building 18 - Human Services Building B (12 Card Reader Doors) • 12 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 5 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X4 Wall Mount Enclosure • 1 ICT Panel Power Supply • 2 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 12 Door Contacts • 12 Request to Exit Motion Sensors (REX) • 8 HES 5200 Electric Strikes • 3 HES 9600 Rim Strikes • 1 Von Duprin Electric Crash Bar Building 19 - Human Services Building C (15 Card Reader Doors, 1 Elevator) • 16 HES 5200 Electric Strikes O 1 Elevator Call Card Reader • 1 ICT ProtegeGX Controller • 7 ICT ProtegeGX Two -Door Reader Modules • 2 ICT 2X3 Wall Mount Enclosures • 1 ICT Panel Power Supply • 2 Altronix 6 -AMP Lock Power Supplies • 4 Back -Up Batteries • 15 Door Contacts • 15 Request to Exit Motion Sensors (REX) • 6 HES 5200 Electric Strikes • 9 HES 9600 Rim Strikes Building 20 - 35th AVE Tower (4 Card Reader Doors) • 4 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 1 ICT ProtegeGX Two -Door Reader Modules • 1 ICT 2X2 Wall Mount Enclosure • 1 ICT Panel Power Supply • 1 Altronix 6 -AMP Lock Power Supplies • 2 Back -Up Batteries • 4 Door Contacts • 4 Request to Exit Motion Sensors (REX) • 5 HES 5200 Electric Strikes 11 Building 21- South West Service Center (21 Card Reader Doors) • 21 HID 6005 Card Readers • 1 ICT ProtegeGX Controller • 10 ICT ProtegeGX Two -Door Reader Modules • 2 ICT 2X4 Wall Mount Enclosures • 2 ICT Panel Power Supplies • 3 Altronix 6 -AMP Lock Power Supplies • 4 Back -Up Batteries • 21 Door Contacts • 21 Request to Exit Motion Sensors (REX) • 20 HES 5200 Electric Strikes • 1 HES 9600 Rim Strike Building 22 - South East Service Center — FT. Lupton (20 Card Reader Doors) • 20 HID 6005 Card Readers • 1 ICT ProtegeGX Controllers • 9 ICT ProtegeGX Two -Door Reader Modules • 2 ICT Wall Mount Enclosures (1 2X3, 1 2X4) • 2 ICT Panel Power Supply • 3 Altronix 6 -AMP Lock Power Supplies • 4 Back -Up Batteries • 21 Door Contacts (1 Double Door) • 20 Request to Exit Motion Sensors (REX) • 15 HES 5200 Electric Strikes • 2 HES 9600 Electric Strikes • 1 Von Duprin Electric Crash Bar • 2 Jackson Header Strikes See Page 39 for the Access Control Schedule 12 Documentation ICT ProtegeGX Software Platform: Igr The enterprise -class access control system LONG is proposing for Weld County is ICT ProtegeGX. Based on Weld County's needs described in the RFP, we feel that ICT ProtegeGX is the best solution. ProtegeGX is an integrated access control, intrusion detection and building automation solution with a feature set that is easy to operate, simple to integrate and effortless to extent. The server based architecture makes ProtegeGX a truly global system, enabling you to manage, control and monitor an unlimited number of users, doors, and areas in real time regardless of your location. ICT offers a five-year warranty on all ProtegeGX access control equipment upon inspection following completion. This warranty is industry leading and ensures that your investment is protected. In addition, ICT has zero software maintenance fees. When you purchase a ProtegeGX license, there are no ongoing year over year maintenance fees, no contracts, and no hidden expenses. This annual cost is easily overlooked when investing in a new software platform but it is an expense you will incur for the lifetime of the software. ICT ProtegeGX Administration - Administrator and Operator Roles: The ICT ProtegeGX software allows you to manage multi -site applications with administrators and operators. Administrators have master access to the ProtegeGX system and operators have assigned access. This will allow Weld County to assign system access to operators at all 22 building locations. Additional administrators and operators can be added if the system is expanded. Administrators: Administrators have master access to the ICT ProtegeGX software. They can view and control every element and feature of the access control system at all sites. This includes credential management, access levels, scheduling, threat level management, and operator management. The administrator has complete control over who can access the system. Operators: Operators have limited access to the ICT ProtegeGX software. Their rights are assigned and controlled by the administrator. The administrator defines the security level and sites the operator has access to. For multi -site applications, operators can be granted access to manage credentials, access levels and schedules at a single or multiple sites. For example, the operator at Human Services A will be assigned a ProtegeGX login that allows him or her to view that site only. If needed, operators can be assigned access to view multiple sites. Credential Management: ICT ProtegeGX allows you to manage all system credentials in real time. Cards can be enrolled and removed from the system with one click. When a card is deactivated, it immediately stops functioning. 13 ICT ProtegeGX Access Levels, Scheduling and Holidays: Access Levels: Access levels allow Weld County to assign access by building and by door groups. Access levels can be limited to one building or span multiple buildings. The administrator has complete control of system access levels and can allow operators to control individual buildings. Scheduling: ICT ProtegeGX allows you to create schedules for any access controlled door. For example, you can schedule the front door to unlock during business hours and lock outside of business hours. In addition, ICT ProtegeGX has an intuitive calendar that allows you to easily schedule events for a single or multiple doors. Holidays: Holiday schedules allow Weld County to control who accesses the facility on designated days off. The system allows you to restrict access to certain access levels during Holidays. ICT ProtegeGX Reports: Getting the information you need has never been easier or more accessible. With a comprehensive range of built in reports and the ability to create an unlimited number of custom reports, ProtegeGX offers a commanding range of reporting capabilities. Administrators and operators can generate reports that automatically send at scheduled times to a defined set of users via email. Powerful fileting and flexible reporting options enable you to quickly and easily obtain detailed and reverent event information. The grid view reporting tool makes generation of customer reports a fast and efficient process: • Live Filtering as you Type • Custom Filters • Print, Save and Email Directly from the Software • Reports Can be Exported in a Wide Range of Formats Including PDF, HTML, XLS, Excel, and CSV Event Reports that enable you to view exactly what is happening within the system with ease. Events are categorized for easy identification and details can be readily filtered to show only relevant events. Muster Reports that enable you to generate a report that lists all users for specified areas within the system. Utilizing the entry and exit readers associated with a door, the report creates a list of users that are present when the report is generated. 14 Attendance Reports make it easy to track and monitor staff movements on site, assisting with payroll and HR management. View summary pages and detailed reports of employee time and attendance with pinpoint accuracy. User Reports contain detailed information on the users or cardholders in your system. At the push of a button, quickly determine information such as which users have access to selected doors, have triggered defined events, or have cards due to expire. ICT ProtegeGX Expansion Capabilities: The enterprise licensing model in ProtegeGX allows for infinite expansion, resulting in a solution that grows with you: Unlimited Users, Unlimited Doors, Unlimited field hardware. A ceiling (or license cap) in ProtegeGX prevents runaway license costs and ensures that right from the start, you know exactly how much the software is going to cost, no matter how much the system expands. And with zero software maintenance fees, there are no ongoing costs or unwelcome invoices each year! No strings attached. • License Cap: 1,000 Doors License Caps Toe rise i:cens;og rnocfr n C t?gei=._ cwsfo ,F'friteexpansion. resulting n a sfr , i Can that grows with you. Cased c the: c is at scow cos J aO ., 'ru'w • 71 •:J C' '. Zero Software Maintenance Fees. hen ;OJ duo a Pr tegeC,; .l'h_a from t d`? no software 1 arrrter.nnce fees, no contracts, and I"o' CC °S. Caned on d st y d.'.rag U Frotegi,i z <Q 15 r.�sa_�n15 C. r g live yfC tjr *odclit`₹g! ICT ProtegeGX Intrusion Detection: ICT ProtegeGX includes Intrusion Detection out of the box. ICT ProtegeGX controllers included in this proposal have inputs and outputs for alarm keypads, motion detectors, and wireless sensors. ICT's ProtegeGX makes securing your premises simple and convenient. Using functions such as Double Badge Arming, Auto Disarm on Entry and Schedule Arming, intrusion detection can be seamlessly integrated with access control Traditionally, access control systems and intrusion detection systems have worked independently of each other. ICT's products work together to provide a single cohesive and unified solution that helps you keep unwanted visitors outside, while enabling you to monitor and control access inside. 0 Scheduled Area Control Automatically arm or disa-m areas basec on tune of day. Use Deferred Arming to alow hardworking employees to stay late Area Counting Provide user cons eri e -ace b ajtomat a! _. arminc the area xhen the last >ers 1leaves 0 Disarm Delay Use Disam Dctav tc Cuter armed robberste. Orsee a use fepu_ste an area dFsarn; a daisy r rner is stated. Once esoired, the area (3 IP Monitoring Integrated IP monitoring on -board all Protege system con t?olie s. Fas-, accurate, cost effective and always online iii Child Areas Automat F_ airs or C earn, •eia ec areas. Car .., used rearm a cenviron an ccvi Dual Code Control Re lice two au:her'zed users to en -es PIN- 10 dliarr t a it ;vncted area Integrated Access Control Bull: in full featured access control prosides user concur: once and intelligent contrcl -a- -N- Configurable Input Types vi nennpa.',eess:rnor,a .nqe of c e on du nc f in p,ra t . i'eec C ete (I ;d n is pe s fo nas'cilnsl ,exJt..'..',itt Automatic re -arm Acto'oatica.:y are an a -ea onc it has trees d sa, Heel ro d , rcod. Lime the duration that a use can remain in an area Automation and Control ntegrate with 3rd party tornatlon and lighting control systems to create a responsive err irorment • as •5. • . • Multiple Area Support o,. a-Pasal, a.F.I`oi . tp be ff,2rt, rlorled. -.r a ( ct . e user.; l_he ale : t o r x iio, 'nru o%mnxea ai ii;jnn all mroit¢t Onekes c_s Duress Alarm Aitc':s users tp a m or disarm an area as norrnai but sends a silent alarm to the raffsitemonitoring stat ion Q•J Implementation: Upon award, LONG Building Technologies will begin the implementation process in the following phases: • Planning • Programing • Implementation/Cut Over • Turnover and Completion Planning Phase: During the Planning Phase, LONG Building Technologies will work with Weld County and develop a detailed building by building plan. Coordination with Weld County's IT department will be required. Our engineering department will begin as -built drawings for all county buildings. Programing Phase: During the programing phase, LONG Building Technologies will install the new access control server at Weld County's data center. Through coordination with Weld County, we will develop a data base of card holders. Data from the existing DMP system can be imported into the new ICT GX ProtegeGX data base. Once the new server is set up and programmed, we will begin the installation of new ICT ProtegeGX equipment at each site. During the installation phase, the DMP and ICT systems will be running concurrently. The systems will run concurrently until the last DMP door is cut off and removed. Implementation/Cut Over LONG Building Technologies will install new ICT equipment at all specified Weld County Buildings. Access control panels will be installed in the IT room(s) at each location. A network drop provided by Weld County's IT department is required for each ICT ProtegeGX controller. To minimize down time, the panels will be installed and programed prior to cut over. For the larger buildings, cut over will occur on a door by door basis with the two systems running concurrently. Minimal disruptions are expected. Turnover and Completion LONG Building Technologies will provide Weld County with end user training and as -built drawings for every location during this phase of the project. Training will take place at Weld County's location of choice. LONG Building Technologies has a state of the art training facility at our headquarters location in Littleton, Colorado. Our training room accommodates 30 people. Timeframe Estimate: From the project award date on October 20, 2017, LONG Building Technologies estimates that substantial completion of the job can be accomplished by the end quarter 2 of 2018. .�G TE 17 Implementation Staff Ron Sandberg— Project Manager/Operations Manager Ron has been with LONG Building Technologies for five years and has worked in the security industry since 1989. Ron is the project manager for many of LONG Building Technologies clients, including Denver Health which, to date, includes over 400 card readers. He is experienced with managing system takeovers for large complex projects. Randy Maness — Project Manager Randy has been a project manager in the security industry for 20+ years. He has been with LONG Building Technologies for three years and has worked with both government and clients with specific compliance requirements. Randy is ICT GX certified and is experienced managing ICT GX installations JJ Vesely —Applications Engineering Manager JJ is the leader of the engineering team at LONG Building Technologies headquarters in Littleton, CO. He assists with system design and provides permit drawings and as -built drawings for end users. JJ has been with LONG Building Technologies for 10 years. Ben Montez — Engineering and Programing Technician Ben is our lead programmer and engineering technician. He is an expert with ICT GX Access Control Software programming. Ben has been with LONG for four years and has 15 years' experience in the security industry. He is incredibly reliable and communicates very effectively with our customers. Ben is an integral component of our installation team. Phil Brown — Lead Installation Technician Phil is our lead installation technician who has experience as an electrician and low voltage security installer. He has been in the industry since 2005 and has been with LONG Building Technologies for three years. Along with Ben, Phil is a certified ICT GX Access Control programmer and trainer. Jon Schroeder — Certified Electrician/Installation Manager Jon is one of many certified in-house electricians that LONG Building Technologies has on our staff. Jon and his team will assist with providing 120V power to each of our access control panels and lock power supplies. Wayne Chestnut - Installation Technician Kevin Bierbaum — Installation Technician Jessie Burroughs — Installation Technician • Resumes available upon request 18 ICT Access Control Certifications: This is to certify that Phil Brown LONG Building Technologies has successfully completed the Certified Protege GX Installer (Level 1) ICT Seminar Training Exa ninwition Pious n ICT ici G T- r o 19 Technical Details a) Provide recommended hardware requirements for all server systems (processor, architecture, RAM, hard drive, physical server environment, etc.). • Windows Server 2012/2014 • Intel Quad Core, 2.8Ghz or Higher • 100 GB of Free Disk Space • 8GBRAM RAM • SQL 2012 • Dual Ethernet 10/100MBs b) Provide Server operating system requirements. • For a multi -site application, ICT recommends Windows Server 2012 R2/2014 or Windows 10. SQL 2012 is also recommended. c) Supported workstation operating systems. • ICT supports Windows 7,8 and 10 for its thick client and web client applications. d) List any additional hardware requirements (i.e. printers, scanners, appliances, etc.) • 3 HID Badge Printers are included in the cost of this proposal. No additional hardware is required for operation e) Describe how the application is licensed (i.e. concurrent, per user, per site, etc.) • The ICT ProtegeGX thick client is licensed concurrently and the web client is licensed per -user. f) Identify any third -party applications that are required by your software, and the tested versions needed. • The ICT ProtegeGX software does not require any 3 party applications. All functions are developed by ICT g) What type and versions of databases are required? • Microsoft SQL 2012/2014 h) Identify all web servers and components required by this application. What version of IIS is required? • The latest version of IIS is required for the web server i) List all supported browsers and browser versions. • The browsers supported are Google Chrome, Firefox, Internet Explorer, Edge, and Safari J��`NG 7p 0 20 Q y 19 j) What is the application upgrade process? How many times per year are there upgrade releases? • ICT PortegeGX provides system upgrades free of charge 3-5 times per year. The upgrade is provided to the security integrator for installation. k) Identify integration with other enterprise systems: ICT Integrates with several video management systems, wireless locking solutions, building automation systems, elevator systems and intercom systems. In addition, ICT has an API (Application programing interface) that allows for custom integrations to meet the customer's needs. Video Management System (VMS) Integrations: * OnSSI (Weld County's Existing VMS Platform) • Milestone (World's leading VMS Platform) • Avigilon • Panasonic • Exacq • Pelco Wireless Locking Integrations: • SALTO • SALLIS by SALTO • Aperio by ASSA ABLOY • Allegion AD400 Elevator Integrations: • ThyssenKrupp • OTIS • KONE • Schindler • Motion Control Engineering Intercom Integrations: • ICT has an in-house intercom system. • AIPHONE • CODE BLUE I) Does the solution support a web -based client for user and administrative functions? • Yes, ICT has a web -based client for administrative functions. They also support a mobile application for (Phone and Android. ICT's web -based client can be accessed through the following web browsers: Google Chrome, Firefox, Internet Explorer, Edge, and Safari 21 a Security Details: )g{ a) What forms of authentication are supported? (i.e. Password, biometric, token, etc.) • ICT GX Access Control supports cards, fobs, biometric, Bluetooth (with Bluetooth card reader), and PIN Number (with keypad card reader) authentication. • Two factor authentication is also supported — Example: Card + PIN number or Card + Finger Print required to gain access. b) What is the authentication system used? (i.e.: Active Directory via LDAP, Integrated Windows Authentication, Application, Database, Web Server, other) • Active Directory via LDAP and Windows authentication and password management are supported by ICT ProtegeGX. c) Does the application enforce a password policy? If so, describe. • Yes, ICT ProtegeGX requires a password login for all operators and administrators accessing the desktop client application and the web client application. d) Does the application store any sensitive data? If yes, describe (i.e. Personal information, HIPAA, financial, etc.) Describe any encryption on sensitive data. • Yes, data entered in the system (Via LOAD Active Directory or HR Data Base) is usually perceived as "sensitive". ICT ProtegeGX is encrypted with AES, the industry standard for encryption. e) How is administrator security granted? (i.e. Individually, roles, group levels, etc.) • Administrator security can be granted individually, by user role or by access group levels. f) If remote access is requested from the vendor, what tools are used to access the server/application? • With permission from Weld County, LONG Building Technologies would enter a password to gain remote access to the server. Server access will be granted through Windows remote desktop. g) Do you allow vulnerability scanning of your software? • Yes, vulnerability scanning of the ICT ProtegeGX software is allowed. h) Do you conduct your own vulnerability scanning? If so, how often and how quickly are vulnerabilities remedied? • ICT provides 3-5 software updates per year. The software is scanned regularly for vulnerabilities. If a vulnerability is detected, a software update is released. G ��•� ��o 22 '.9&c F g i) Have you or your customers ever experienced a breach due to vulnerabilities in your software? If so, what was done about this? • No, ICT has never experienced a software breach. j) Will the software operate alongside antivirus software, or do they conflict? • Yes, ICT ProtegeGX will run alongside antivirus software without any issues. Company Qualifications and References a) A brief outline of the company and services offered, including: LONG Building Technologies, Inc. is one of the largest building integrators in the Western U.S., providing products and services in Security Solutions, Building Automation, HVAC Equipment, Mechanical Service, and Parts. LONG has operated continuously since its beginning in the building systems technology industry and has enjoyed total sales of over $1 billion of related goods and services. With over 400 employees throughout the mountain states and growing, our annual sales exceed $100 million. We serve commercial, institutional, retail and industrial facilities of all types and sizes with expertise in all building systems technologies. We also work with Mountain West mechanical contractors and consulting engineers in the application of HVAC, controls and other building technology solutions. To better meet the varied needs of our diverse customer base, we have organized into four operating groups: LONG Security Solutions provides solutions for all physical electronic security needs including; access control, video management systems, parking management solutions, integration to building controls, mustering systems and many more. Planned service agreements with preventative maintenance ensure 100% uptime for our customers. LONG Security Solutions team members are experts in physical security as well as compliance and regulatory issues for many industries. LONG Building Environments has expertise in the design, application, and selection of mechanical, HVAC, and power systems devices, equipment, and systems. We have six Professional Engineers on staff and represent over 40 major equipment manufacturers on an exclusive basis. We take pride in providing the construction and existing facilities markets with the best value in mechanical systems and air distribution equipment. 23 o y LONG Mechanical Solutions delivers proactive post -installation operations and maintenance services on a 24 hour per day / 365 days per year basis for all building automation, HVAC system, and refrigeration concerns. Preventive and predictive maintenance service agreements assure that customers realize the full life -cycle benefits of their building technology investments. LONG Building Intelligence provides design, installation, project management and integration of building automation and energy management systems employing cutting edge web -enabled, OPC-based, HMI/SCADA intelligent visualization software. Commercial and industrial customers can now combine their controls systems with the internet to achieve new capabilities in facilities management. • Full legal name of the company: LONG Building Technologies, Inc. • Headquarters: Littleton, CO • Year business was established: 1965 (Founded in Colorado) • Number of people currently employed: 400 b) Information on current clients, including: Local Government Clients: • Denver Health (City of Denver) — Access Control • City of Englewood - CCTV • Colorado Department of Human Services —Access Control and CCTV • City of Aurora Internal Police Investigations Office — Access Control and CCTV • Denver Federal Center - Office of Natural Resources Revenue — Building 67 — Access Control • Denver Federal Center - Department of Homeland Security — Building 20 - CCTV • Denver Federal Center - Office of Natural Resources Revenue — Building 85 — Access Control • City of Denver — Rose Andom Center —Access Control and CCTV • City of Boulder — Boulder Bike Shelters Access Control — Access Control • Defense Contract Management Agency (DCMA) —Access Control and CCTV • Mental Health Centers of Denver — Sanderson Apartments — Access Control and CCTV Private Clients: • Leiter's Pharmacy —Access Control and Program Logic Controllers • Windstream Indoor Agriculture Facility —143 Access Controlled Doors, 210 Cameras • RD Industries Indoor Agriculture Facility — 78 Access Controlled Doors, 135 Cameras • Raymond James Data Center — 60 Access Controlled Doors, 32 Cameras Sgt % 24 c) References: Denver Health LONG Building Technologies is the preferred vendor for access control and building controls at Denver Health. Denver Health is one of the largest health care providers in Colorado. Their access control system currently consists of 21,000 card holders. Over the course of the past five years, LONG Building Technologies Security Solutions team has installed 550 card readers across 20 buildings. Projects are ongoing and at numerous sites. • Address: 777 Bannock St, Denver, CO 80204 • Point of Contact: Mr. Mark Bollig • Phone: 303-602-3621 City of Englewood LONG Building Technologies installed an Avigilon video surveillance system that covers seven sites within the City of Englewood. The system consists of 187 cameras, 10 video servers and 10 work stations within the city's network. The city maintains 90 days of archived video. • Address: 1000 Englewood Parkway, Englewood, CO 80110 • Point of Contact: Dan Siegrist • Phone: 303-783-6819 Tri-State Generation and Transmission Association, Inc: LONG Building Technologies is the access control and CCTV vendor for Tri-State Generation and Transmission. We have installed over 350 card readers and 300 cameras across 40 Tri-State sites. We are currently beginning the process of upgrading their access control system across all 57 sites. • Address: 1100 W 116th Ave, Westminster, CO 80234 • Point of Contact 1: Mr. Allan Wick — Phone: 303-241-0134 • Point of Contact 2: Mr. Kevin Smith — Phone: 303-254-3164 Raymond James Data Center: LONG Building Technologies is the access control and CCTV vendor for Raymond James data center sites in Colorado and Florida. Their Denver site consists of 60 access controlled doors and 40 cameras. Networking between sites allows Raymond James to centrally manage their security systems • Address: 16222 E. 45th Place, Denver, CO 80239 • Point of Contact 2: Mn. Paul Deck • Phone: 727-567-7713 cr r a Clarifications: 9! • Installation will take place in one shift per day in accordance with project planning • LONG must have unimpeded after/before hours access to all buildings included in the scope (8:00-5:00) • Network hardware (i.e. switches, racks, etc) and any computers for the system provided by Weld County • No painting, patching is included • All work is assumed to be unimpeded. If work is impeded due to customer requirements not listed in the RFP, a change order may be required. • Existing combination locks shall be disabled by the County upon verification that the new system operates as specified • Demolition of the existing wire is not included in the price of this proposal • Submittals for all equipment will be provided by LONG • Existing electronic locking hardware will be reused for this project • If existing electronic locking hardware is not in working condition, a change order will be required • Fire alarm interface provided by others • Network drops for the access control panels provided by others • One switch port for each access control panel to be provided by the Weld County IT Department • LONG Building Technologies will provide 120V power for all access control power supplies. It is assumed that existing power circuits are within a reasonable distance of each IT room • Work stations for administrators and operators provided by Weld County • If a lift is required, a change order will be necessary • CAD Drawings for each building provided by Weld County are required for As -Built Drawings • Elevator card reader interfacing will take place at the call button. If Weld County's preferred elevator contractor has different requirements, a change order will be issued. • It is assumed that all multi -level building has a cable chase that are "stacked" consecutively. If no chases exist, a change order may be required. Deduct Alternate Two — Online Wireless Locks for 10 Difficult Doors LONG Building Technologies suggests that Weld County consider wireless locks for doors with difficult wire runs. SALTO online wireless locks provide real time access control monitoring and integrate seamlessly with the ICT access control system. All online wireless locks can be remotely accessed and controlled through a mobile application or the ICT system. Salto routers and nodes are required for transmitting data between wireless locks and the access control system. One Salto router can control up to 64 doors and each node can control 16 doors. Online wireless locks provide the following benefits: • Provide cost savings for doors with difficult wire runs • Receive audit trail information in real-time and view door access without having to visit the door. • Real-time door control: remote door opening, door alarm, intrusion alarm, single Lockdown. • Real-time battery control enables maintenance to view escutcheon power status in real-time. • Highly secured, meets RF IEEE 802.15.4 at 2,4Ghz Standard and is AES 128Bit encrypted. Alternate Two Wireless Lock Door Locations: • Plaza West: Doors 1-5, 1-6, 2-1, 2-2, 3-1, 3-2 • Courthouse: Door B-1 • South East Service Center: Doors 1-9, 1-11 Router • South West Service Center: Door 1-19 (Deduct this Price from the Base Bid or Alternate 1) Deduct Alternate 2: - $17,000 Node 29 Add Alternate Three HID multiCLASS Card Readers LONG Building Technologies recommends that Weld County install HID multiCLASS SE card readers. 125 kHz, Weld County's current card format, is an outdated card technology and migrating to a more secure format is recommended. miltiCLASS SE card readers simplify migration from legacy technologies with support for 125 kHz and MIFARE smart cards. HID multiCLASS card readers allow you phase out 125 kHz cards with minimal impact during the implementation phase. All existing cards will work with Weld County's existing card readers and with the new multiCLASS card readers. Once all existing 125 kHz card readers are removed, Weld County can completely migrate to MIFARE smart cards. MIFARE cards provide enhanced security and protection. ACES R 1 Powerfully Secure - Provides layered security bey=ond the card med€a for added protect vim to identity data Using Sl s, Adaptable w. Interoperable with a growing range of technologies and form factors including mobile devices utilizing Seosvi. * fitter° pera ►le - Open Supervised Device Protocol (OSD ) for secure, bidirectional communication. Streamlined Migration- Simultaneous support for 125 kHz HID Prox', AWID and EM4O2 for seamless migration,; field programmable for secure upgrades and extended iifec c e, Bill of Materials: ® 293 HID RP10 multiCLASS SE Card Readers ® Deduct 293 HID 6005 Card Reader Add Alternate Pricing: a200 30 LONG Pricing Matrix: 'it 31 g On -Going Maintenance Plan: 1. Software and Firmware ✓ Annual software upgrades ✓ Annual firmware upgrades 2. Training V 1 refresher course at LONG training Center (up to 12) 3. Preventative Maintenance V 2 annual -Test and inspect all Access Control System *No software maintenance fees are required. Software upgrades will be applied up to twice per year around time of software update release. I. EQUIPMENT TO BE MAINTAINED Customer owns the equipment identified in the attached proposal (include existing electric door hardware, alternate 1): LONG Security shall provide labor to troubleshoot, repair, swap -out or replace the above Customer Equipment when malfunctions are identified by the Customer as the Customer Equipment is being used or by LONG Security in the course of performing preventive maintenance. II. MAINTENANCE PLAN (A) Services to be provided by LONG Security Solutions shall include: (1) perform two onsite inspections during the year for the purposes of preventive maintenance and evaluating Customer Equipment performance and for training operators, as appropriate, on the Customer Equipment; (See list of inspection tasks in Schedule A) (2) upon identifying a defect or being notified that any part of the Customer Equipment is not performing properly and to isolate the defect, (i) perform remote diagnostic tests, to the extent feasible, (ii) furnish on -site technical service, and (iii) provide bench or factory repairs or part replacement, all as appropriate. Additional fee for replacement equipment may apply; (3) if called for above, provide remote diagnostic help to operators for problem identification; and (4) maintain support and service manuals, as -built drawings and related documentation and, upon request, secure factory training for the Customer's operators at Customers expense (excepting annual refresher training). To the extent feasible, these services shall be performed during regular maintenance visits. LONG Security Solutions service technicians are not union affiliated and LONG Security Solutions will not be required to violate any local union jurisdiction. 32 (B) Material to be Provided by LONG Security Solutions. LONG Security Solutions shall provide replacement parts and tools, unless otherwise noted, to repair and/or restore the Customer Equipment to proper operation. (C) Customer Responsibilities. The Customer shall be responsible for: (1) determining that Customer Equipment is not operating properly, and notifying LONG Security Solutions of the need for repairs; (2) providing proper electrical power, uninterrupted power supply and electric outlets for the Customer Equipment and a suitable environment within the manufacturers' specified operating temperatures, humidity, vibration, noise, RF, and lighting levels; (3) if remote diagnostic support is specified in Schedule A, providing an operational modem and phone line or IP connection for remote access to the Customer Equipment and for remote diagnostic help to operators. (4) performing such routine maintenance as keeping the Customer Equipment clean and replacing printer ribbon and paper, keeping doors and door closers properly maintained and replacing light bulbs in security closets; (5) providing safe access to Customer Equipment and facilities as necessary; and any required ladders or lifts; (6) issuing any required card access badges to LONG Security Solutions technicians (which will be returned upon termination of this agreement); and (7) ensuring proper maintenance of data, including periodic system back-ups and safe keeping, purging of the history files to free up storage space and performing data entry and diagnostic status reports so that the Customer Equipment can properly operate. Customer acknowledges that its use of diskette, video cassette or other media which the manufacturer has not approved may reduce equipment life and quality of data storage. (D) Time and Place of Maintenance. All preventive maintenance shall be performed during business hours (Monday through Friday, 8:00 AM to 4:30 PM, except Holidays). Emergency service, where applicable, shall be provided in the event that critical failures render the Customer Equipment inoperable. Customer Equipment shall be serviced at the site of the fixed equipment, at LONG Security Solution's option, or at the service shop in cases of non -fixed equipment. LONG Security Solutions shall normally respond (on -site) to a Customer's request for service within one business day, as the nature of the problem dictates. Emergency service shall be provided within eight (8) hours. If 24/7 option is taken, work will generally be done during normal business hours, however emergency service calls will Have no additional fee. 33 Contact Information LONG Security Systems General Manager Richard Coleman — Richard has the final responsibility to make sure your needs are met. Richard Coleman —General manager rcoleman@long.com 303-975-2144 Account Manager Anthony Ojile —Anthony has been instrumental in preparing this proposal and provides overall support and additional project quotes for the scope of work. Anthony 0jile- Account Manager aaoiile@long.com 303-549-5079 Proiect Manager — Service coordinator Ron Sandberg — Ron has extensive DHHS system knowledge and ensures rapid system troubleshooting and resource availability a timely response for any security system problems. Ron Sandberg — Project Manager rsandberg4 ong.com 720.355.0732 cell 303.975.2139 direct Proiect Coordinator Ginger Wetzbarger — Ginger is responsible for the timely invoicing under this agreement and will respond to all service requests. Ginger is the contact for service calls. Ginger Wetzbarger gwetzbarger@long.com 303-742-3318 34 On -Going Maintenance Plan Pricing Time and materials (due to vandalism, acts of God, Items not covered by this agreement) *Service Technician: Monday — Friday 8AM — 5PM Service call $106.00 per hour with a two hour minimum There will be different charges for: After hours Monday — Friday (after 5PM) Saturday and Sunday and holidays Service call $150.00 per hour with a two-hour minimum $80.00 each half hour after that Note: Rates are subject to change. A minimum of 2hrs will be billed for all onsite visits not specifically covered under this agreement. Service Maintenance Agreement Annual Standard: Year 1: $6,570.00 Year 2: $13,665.00 Year 3: $14,345.00 Service Maintenance Agreement Annual 24/7: Year 1: $9,855.00 Year 2: $20,485.00 Year 3: $21,510.00 35 1 TERMS AND CONDITIONS OF SALE - SECURITY SYSTEMS (1) OFFER AND ACCEPTANCE: LONG Building Technologies, Inc. (LONG) offers to sell the materials, equipment and services indicated in strict accordance with the terms and conditions stated herein. Submittal of a Purchase Order, contract or execution of this offer by Buyer, or allowing LONG to commence work shall be deemed an acceptance of this offer, which offer and acceptance shall constitute a legally enforceable contract between Buyer and LONG. Any additional or differing terms and conditions contained on Buyer's Purchase Order or contract (whether or not such terms materially alter this offer) are hereby rejected by LONG and shall not become part of the contract between buyer and LONG unless expressly consented to in writing by LONG. This offer is subject to acceptance within 30 days after date proposed and is based on all work being performed during regular working hours unless stated differently in the offer. (2) PRICE POLICY: Quotations are subject to acceptance within fifteen (15) days from the date of quotation. (3) TERMS: Terms of Payment for goods shipped and/or services rendered hereunder shall be NET 30 days on RECEIPT of INVOICE. LONG reserves the right to add to any account outstanding more than thirty (30) days a charge of one and one-half (1 1/2%) percent of the principal amount due at the end of each additional thirty (30) day period. (4) INVOICING: LONG reserves the right to issue partial, progress or complete INVOICES as material is furnished and as services are rendered. (5) PERFORMANCE: LONG shall not be liable for delays in delivery of equipment or performance of services hereunder where such failure or delay is due to the disapproval of the LONG Credit Department, strikes, fires, accidents, national emergency, failure to secure materials from the usual sources of supply, or any other circumstances beyond the control of LONG, whether of the causes enumerated above or not, which shall prevent LONG from making deliveries or performing services in the usual course of business. In the event of the disapproval of the LONG Credit Department, LONG may, at its sole option, cancel Buyer's Purchase Order or contract without any liability on the part of LONG. Alternatively, upon the occurrence of any of the above, LONG may extend the time for its performance by a period equal to the duration of the cause underlying LONG's failure or delay. Receipt of the equipment or services by Buyer upon its delivery shall constitute a waiver of all claims for delay. (6) TAXES: Prices quoted are exclusive of taxes unless specifically stated differently in the scope of work proposal. The amount of any present or any future occupation, sales, use, service, excise or other similar tax which LONG shall be liable for either on its own behalf or on the behalf of the Buyer, with respect to any orders for machinery or services, shall be in addition to the billing prices quoted and be paid by the Buyer. (7) WARRANTY: LONG guarantees its security control work and all materials of LONG's manufacturers against defects in workmanship and material for 365 days from date of substantial completion of the work and will repair or replace such products or components as LONG finds defective. This warranty does not include the cost of overnight or emergency shipping or transportation involved in supplying replacements for defective components. On machinery and materials furnished, LONG will extend the same guarantee it receives from the manufacturer. THE WARRANTY AND LIABILITY SET FORTH ABOVE ARE IN LIEU OF ALL OTHER WARRANTIES AND LIABILITIES, EXPRESS OR IMPLIED, IN LAW OR IN ACT, INCLUDING THE WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. THE WARRANTIES CONTAINED HEREIN SET FORTH BUYER'S SOLE AND EXCLUSIVE REMEDY IN THE EVENT OF A DEFECT IN WORKMANSHIP OR MATERIALS. (8) PATENTS: If there is brought against the Buyer any suit or proceeding based on a claim that an apparatus, or any part thereof, furnished under this contract constitutes an infringement of any patent of the United States, and LONG is notified promptly in writing and given authority, information and assistance by the Buyer for the defense of same, LONG will defend same and pay all expenses and costs which may be awarded therein against the Buyer. In the event that the Buyer has complied with the conditions just stated and the apparatus, or any part thereof, is held to constitute infringements and its use is enjoined, LONG, in lieu of all other liability except as above stated will, at its own expense, either procure for the Buyer the right to continue using said apparatus, or replace same with noninfringing apparatus, or modify it so it becomes noninfringing, or remove said apparatus and refund the purchase price thereof, but LONG's liability shall in no case exceed the purchase price of said infringing apparatus. (9) LIMITATION OF LIABILITY: All claims, causes of action or legal proceedings against LONG arising from LONG's performance under this contract must be commenced by Buyer within the express warranty period specified under Paragraph 6 hereof. Failure to commence any such claim, cause of action or legal proceeding within such period shall constitute a voluntary and knowing waiver thereof by Buyer. IN NO EVENT SHALL LONG'S LIABILITY FOR DIRECT OR COMPENSATORY DAMAGES EXCEED THE PAYMENTS RECEIVED BY LONG FROM BUYER UNDER THE INSTANT CONTRACT, NOR SHALL LONG BE LIABLE FOR ANY SPECIAL, INCIDENTAL, LIQUIDATED, ASSESSED OR CONSEQUENTIAL DAMAGES. THESE LIMITATIONS ON DAMAGES SHALL APPLY UNDER ALL THEORIES OF LIABILITY OR CAUSES OF ACTION, INCLUDING BUT NOT LIMITED TO CONTRACT, WARRANTY, TORT OR STRICT LIABILITY. (10) DELIVERY: Execution and shipping dates are approximate only. No execution or shipping dates requested or specified by Buyer will be binding on LONG unless such request or specifications is specifically agreed to in writing by an officer of LONG. Shipment shall be F.O.B. factory freight allowed, with title passing to Buyer upon delivery to the carrier by LONG or the equipment manufacturer if applicable. 4, z L (,Or 36 o C7 *9se .'sntih (11) CANCELLATION: In the event this order is cancelled by the buyer prior to completion or upon disapproval of the buyers credit, LONG reserves the right to collect cancellation charges (including, but not limited to, all costs and expenses incurred, plus reasonable overhead and profit against any cancelled order or contract). (12) DISPUTES AND CHOICE OF LAWS: This contract shall be deemed to have entered into and shall be governed by the laws of the State of Colorad. All claims, disputes and controversies arising out of or relating to this contract, or the breach thereof, shall, in lieu of court action, be submitted to arbitration in accordance with the Commercial Arbitration Rules of the American Arbitration Association, and any judgement upon the award rendered by the arbitrator(s) maybe entered in any court having jurisdiction thereof. The site of the arbitration shall be Denver, CO, unless another site is mutually agreed between the parties. The parties agree that any party to the arbitration shall be entitled to discovery of the other party as provided by the Federal Rules of Civil Procedure; provided, however, that any such discovery shall be completed within four (4) months from the date the Demand for Arbitration is filed with the American Arbitration Association. (13) COSTS TO LONG: In the event it becomes necessary for LONG to incur any costs or expenses in the collection of monies due to LONG from Buyer, or to enforce any of its rights or privileges hereunder, Buyer, upon demand, shall reimburse LONG for all such costs and expense (including, but not limited to, reasonable attorney's fees). (14) ENTIRE AGREEMENT: These terms and conditions, and the matter set forth on the face of LONG's offer to sell, constitute the entire agreement between LONG and Buyer. No course of dealings or performances, or prior, concurrent or subsequent understandings, agreements of representations become part of this contract unless expressly agreed to in writing by an authorized representative of LONG. (15) ASSIGNMENT: Buyer shall not assign this contract or any interest therein without the prior written consent of LONG. Any actual or attempted assignment without LONG's consent shall entitle LONG, at its sole option, to cancel this contract and, in such event, LONG shall be entitled to payment for all work performed and materials furnished to the date of cancellation, as well as reasonable compensation for lost income and profits. Customer Acceptance: On behalf of the owner and subject to Buyer's conditions of acceptance set forth below, the undersigned hereby states: I have read the above Terms and Conditions, understand them fully, and agree to abide by them. I understand that payment for all equipment and installation changers is due pursuant to the terms of the agreement. I hereby certify that I am authorized by my company to sign this agreement. LONG Building Technologies is hereby authorized to perform the work as specified. Agreed To: Customer Name: Customer P.O. Number: P.O. Date 4. 37 O to N (N N '- a -I CO ri r1 cI N M (N (N (N r -I rl ri ri lD 00 I.f) lD ri M In rI ri O) • lD 00 It M O) r1 N O� M 00 c-i M N N N ro Ol 00 CD Ql ri '* lD M 't 00 N lD rl p M .--� lD ci Ct r -I ri 00 M Ln Q1 N It M r1 ri ri N N OMl N m ri r -I m r -I rn ri N ri ri N c-i ri ri r -I ri ri N r -I 1-I N ri ri ri ri tl ri ri ri ri ri ri t71 M ri N ri vi ri ri e-i ri vi ri ri rn m ri ri Lf ri ri ri ri N N m N ri �D N Lf) ri N lD M ri N - 0 rNi r ri 00 lD Ln N ri O) c -I M ri r-i ri ri r -I ri ri ri ri ri ri N r -I ri ri ri ri c-i r -I ri ri ri N M ri ri ri ri ri ri ri ri r1 ri ri ri N ri ri ri r1 ri ri ri ei H N M lD e -I d' lD rh 00 rn Lfi al 00 N lD r -I O M N m ri ri ri N N O) N 'i '-4 N m v v N m M .--1 Ln N N M N .-I N N N m m N .-i .-i .-i N M 00 .- m Ol .-1 i--I N V1 ID V .-i .-i N lD T ,-i N e-i M N . . - ,-.I I(1 M -- .- . - - cM cF m r- lr) .--I f'1 fh Protege GX DIN Rail Integrated System Controller The Protege GX DIN Rail Integrated System Controller is the central processing unit responsible for the control of security, access control and automation in the Protege system, an advanced technology security product providing seamless and powerful integration of access, security and building automation. Feature Highlights > Internal industry standard 10/100 Ethernet > 32 Bit advanced RISC processor with 2Gb total memory > Encrypted module network using RS -485 communication > Built-in offsite communications dialer (ContactlD SIA) > 2 reader ports, configurable for either Wiegand or RS -485 reader operation > 8 high security monitored inputs > 1 high current monitored bell output > 2 high current Form C relay outputs > Firmware upgradable directly from the software > Designed for use with industry standard DIN Rail mounting Ethernet 10/100 Connection Onboard Ethernet communication allowing direct connection from a local PC or interconnection to an existing LAN/WAN: Directly connect the Protege system across a LAN or WAN interface for high speed upload and download. > IP reporting functionality using ICT's ArmorlP protocol, Contact ID over IP, SIA over IP and full text reporting methods. * Full 10/100 compliant network interface allows the connection of the controller to all networks at the maximum capable signaling rate. Flexible Reader Support Provides 2 reader ports, each of which can be independently configured for either Wiegand or RS -485 reader operation, allowing the connection of up to 4 readers controlling 2 doors. Choose RS -485 readers for fast, flexible, secure communication, or Wiegand for compatibility with all standard access control systems. RS -485 readers provide the added benefits of being easier and more cost effective to wire and deploy, and allow for direct integration with Protege systems enabling you to make changes on the fly once readers are installed. RS -485 also allows for longer cable runs and offers a simpler firmware update process. Integrated Arming/Disarming Featuring advanced integration of arming and disarming solutions for control of hundreds of alarm areas: > Deny access to a user based on the status of the area and allow the user to control the area they are entering, in turn reducing false alarms > Implement vault control areas to restrict and manage the time delayed access and unlocking of vault areas in banking facilities without the need for extra hardware control devices > Prevent access to a keypad using a card and PIN function or allow card presentation to automatically login the user at the associated keypad > Disarm an area associated with an elevator floor on access or prevent the user from gaining access to the floor based on the area status associated with the floor > Arm large numbers of areas using area groups Integrated Access Control Providing a highly sophisticated access control solution with large user capacity and extensive features: > Utilize multiple access levels to manage users over scheduled periods and time zones > Assign door groups, menu groups, area groups, floor groups and elevator groups to an access level for flexible user management. Each user can have multiple groups in multiple access levels > Maintain and control user's area status throughout the entire system with hard and soft anti-passback configuration options > Multiple card presentation options allow the use of access control cards, tags or other credentials to arm and disarm areas associated with doors Count users entering an area and arm the area when the count reaches a terminal number or deny access to users based on a maximum user count Programmable Functions Programmable functions allow for the use of special applications that are configured by the controller for logic, area, door and many other controllable devices: > Perform actions when a particular event or operation occurs such as setting the room temperature based on the number of people in an area, adjusting the internal lighting levels based on a sensor reading, ICTF, . or ur�ilocking doors in the event of a fire alarm m Process logic functions to allow complex equations to be evaluated using the special internal memory registers and output status t Control of doors, areas, elevators and outputs can be easily programmed and managed Automation Functions Automation points allow for the management of any controllable device such as lighting, air conditioning and signage. Link automation points to programmable functions to provide sophisticated control logic at the selection of an automation point. Define your own text names for automation points such as Office NC or Outside Lights allowing easy identification of controllable items within the system. Connectivity and System Expansion Expansion of the Protege system with onboard local inputs and outputs allows convenient cost effective expansion without the increased cost of modules for simple system functions: 8 onboard inputs can each be programmed to require EOL (End Of Line), dual EOL, or direct contact * Bell/Siren output onboard with fully monitored operation 2 high current Form C relays onboard o 2 integrated reader ports, configurable for either Wiegand or RS -485 reader operation System expansion is achieved by connecting additional expander modules Integration > Link the Protege System with intelligent locking solutions through comprehensive world class solution partners Salto, Aperio, and Cencon. High level lift interface for control of modern elevator systems > Other third party integrations such as building and lighting control systems Communication RS -485 communication interface, onboard 2400bps modem, and a 10/100 Ethernet communications port provides a complete solution for system expansion, offsite monitoring, system communication and integration. Multifunction Reporting Services The controller incorporates a host of communication options. s Send IP based reporting protocols using the onboard Ethernet and ICT's ArmorlP protocol. • Report alarms using Contact ID, SIA Level 2. a, Communicate with third party applications using ASCII or HEX directly from the controller. Upgradable Firmware Firmware upgradable directly from the Protege GX software. Technica Specifications Operating Voltage 11-14V DC Operating Current 120mA (typical) DC Output (Auxiliary) 10.45-13.85VDC 0.7A (typical) electronic shutdown at 1.1A Bell DC Output (Continuous) 10.4-13.4VDC 8 Ohm 30W Siren or 1.1A (Typical) Electronic Shutdown at 1.6A. Bell DC Output (Inrush) 1500mA Total Combined Current* 3.4A (max) Electronic Disconnection 9.0VDC Communication (Ethernet) Port 80 TCP/IP HTTP (Controller Web Interface) Fixed Port 9450 TCP/IP & UDP/IP (Controller to Ethernet Module) Configurable Port 9460 UDP/IP (Controller to Touchscreen) Configurable Port 9470 TCP/IP (Controller to Controller Communication) Fixed Port 21O00 TCP/IP (Data Download, Server to Controller) Configurable Port 21001 TCP/IP (Manual Control, Server to Controller) Configurable Port 22000 TCP/IP (Event Transmission, Controller to Server) Configurable Communication (RS -485) 3 RS -485 communication interface ports, 1 for module communication and 2 for reader communication Communication (Modem) 2400bps modem communication Readers'' 2 reader ports that can be configured for either Wiegand or RS 485 reader operation allowing the connection of up to 4 Wiegand readers or 4 RS -485 capable readers providing entry/exit control for two doors Inputs (System Inputs) 8 high security monitored inputs Outputs 4 50mA (max) open collector outputs for reader LED and beeper or general functions Relay Outputs 2 FORM C relays - 7A 250V max resistive/inductive Operating Temperature 0°-50°O(32° - 122°F) Storage Temperature -10°- 85-C (14" - 185°F) Humidity 0%-93% non condensing, indoor use only (relative humidity) Dimensions (L x W x H) 156 x 90 x 60mm (6.14 x 3.54 x 2.36") Weight 376g (13.260z) *The Total Combined Current refers to the current that will be drawn from the external power supply to supply the Controller and any devices connected to the Controller's outputs. The Auxiliary outputs and Bell output are directly connected via electronic fuses to the N+ N- input terminals, and the maximum current is governed by the trip level of these fuses. **Each reader port supports either Wiegand or RS485 operation but nct b' h at the same time. If combining Wiegand and RS -485 technologies, they must be connected on separate ports. Disclaimer: Whilst every effort has been made to ensure accuracy in the representation of this product, neither Integrated Control Technology Ltd nor its a5Wh0 employees, shall be liable under any circumstances to any party in respect of decisions or actions they may make as a result of using this information. In accordance with the Integrated Control Technology policy of enhanced development, design and specifications are subject to change without notice. 6 Protege DIN Rail Mini 2 Reader Expander The Protege DIN Rail Mini 2 Reader Expander provides the interface of up to 4 reader inputs and 2 locking device outputs to the Protege system, an advanced technology security product providing seamless and powerful integration of access, security and building automation. The Reader Expander provides extensive hardware advancements that provide flexible access control, area control and alarm monitoring, and is designed for use with industry standard DIN Rail mounting. Feature Highlights > Connect 2 readers using the independent reader inputs or use the 2 reader operation to connect 4 readers providing dual entry and exit door connection > Provision to control up to 3 outputs per reader input with predefined configurations for instant connection (red LED, green LED and buzzer control) > Support for intelligent reader tamper operation the system will monitor the reader for reader keep -alive transmissions using the programmed protocol > Data received LED indicates a valid decode of the format on the Reader > Fused and monitored reader power supply > Over 40 formats predefined for simple configuration, with additional formats added using the format builder or implemented directly using the firmware update function > Designed for use with industry standard DIN Rail mounting Power Supply The Reader Expander operates from a 12VDC input. Ultra low current requirements ensure cost effective power distribution. Arming/Disarming The Protege DIN Rail Mini 2 Reader Expander allows a user to arm and disarm an area from a reader input when associated with a door: > Deny access to a user based on the status of the area reducing false alarms. > Dual presentation of the card can arm an area associated with the entry or exit direction of the door being accessed. Fail to arm programmable outputs can be programmed to provide feedback in the event areas fail to arm when using card reading functions. > Prevent access to a keypad using a card and PIN function, or allow card presentation to automatically login the user at the associated keypad. Connectivity and System Expansion Expanding the Protege system with local input and output from the Protege DIN Rail Mini 2 Reader Expander allows convenient cost effective expansion and added benefit of dual functionality on door monitoring zones: > 8 inputs can be used to perform any system alarm and automation functions. All 8 inputs are assigned functions that are processed by the Protege DIN Rail Mini 2 Reader Expander for door control. Each function can be enabled individually. > Address configuration of the Protege DIN Rail Mini 2 Reader Expander interface is achieved using the address programming feature of the Protege System Controller, > Unused reader control outputs can be used within the system as normal outputs to control relays, lighting and automation. Communication Single RS -485 communication interface port used for all network communication functions and interconnection to other modules. Upgradable Firmware Utilizing the latest flash technology and high performance communication mediums, the firmware can be updated using the ICT Loadit utility over the Protege system module network. dty 1 T Power Supply DC Input Voltage 11-14VDC DC Output Voltage 10.83-14.0VDC 0.7A (Typical) Electronic Shutdown at 1.1A (DC IN Pass Through) Reader 1 &2 10.45-13.85VDC Pass Through share 0.7A (Typical) Electronic Shutdown at 1.1A Operating Current 80mA (Typical) Total Combined Current* 1.56A (Max) Low Voltage Cutout 8.7VDC Low Voltage Restore 10,5VDC RS -485 Module Network Outputs Lock Outputs 2 FORM C Relay Outputs, 7A 250V Max PGM Outputs 6 (50mA Max) Open Collector Zone Inputs 8 High Security Monitored inputs(10ms to 1 hr Input Speed Programmable) Trouble Inputs 16 Dimensions (L x W x H) Weight 156.8 x 90 x 60mm (6.17 x 3.54 x 2.36") 426g (15.03oz) Operating 0°-49°C (32° - 122°F) Storage -10-85C(14- 185°F) Humidity 0%-93% non condensing, indoor use only (relative humidity) The Total Combined Current refers to the current that will be drawn from the external power supply to supply the Reader Expander and any devices connected to the Expander's outputs. The Auxiliary outputs are directly connected via electronic fuses to the N+ N- input terminals, and the maximum current is governed by the trip level of these fuses. Disclaimer: Whilst every effort has been made to ensure accuracy in the representation of this product, neither Integrated Control Technology Ltd nor its T • employees, shall be liable under any circumstances to any party in respect of decisions or actions they may make as a result of using this information. In accordance with the Integrated Control Technology policy of enhanced development, design and specifications are subject to change without notice. J• Protege DIN Rail 4A Intelligent Power Supply The Protege DIN Rail 4A Intelligent Power Supply provides 12VDC power ideal for running security, access control or automation devices along with large numbers of Protege network powered modules in the same installation. The Protege DIN Rail 4A Intelligent Power Supply is designed for use with industry standard DIN Rail mounting. Feature Highlights > Mains input ideal for reducing complexity in set up and ready deployment of module > 2 Form B Relay outputs that can be used as programmable outputs while the module is online within the Protege system, or as additional status outputs for monitoring battery failure/disconnection and AC failure when the module is offline or running in standalone mode > Battery backup connection for continued power delivery in power outage conditions > Intelligent charging algorithm monitors battery and AC supply allowing optimum performance > Processor controlled battery level testing and indication > Connects to the Protege module network for intelligent communication and monitoring of actual values > High performance 32 Bit processor > Designed for use with industry standard DIN Rail mounting Reliable Power The Protege DIN Rail 4A Intelligent Power Supply is capable of supplying power to a large number of smaller devices or multiple high current devices with a combined output of 4 Amps total. Additionally, a battery charging circuit current of 500mA is also provided by the module. A continuous source of power is maintained with the inclusion of intelligent battery backup charging, optimal level maintenance and seamless switch on AC failure. The battery backup, AC status and core temperature, are constantly monitored and failure conditions are communicated to the Protege System. Intelligent Power Monitoring The Power Supply is able to relay information about critical system voltages, currents and core temperature to the Protege Integrated System Controller by registering as an analog expander module on the Protege network. The Protege Integrated System Controller can then store these values in system registers that can be viewed live from the Protege System Management Suite software. This allows live viewing of the system voltages, currents and core temperature along with logging for review at any time. Communication Single RS -485 communication interface port used for all network communication functions and interconnection to other modules. Upgradable Firmware Utilizing the latest flash technology and high performance communication mediums, the firmware can be updated using the ICT Loadit utility over the Protege system module network. IT` Security. Technical Specifications Power Supply Mains Input Voltage 120VAC (90-264VAC, 47-63Hz) Mains Input Operating Current DC Output (Combined) DC Output (Single) Battery Charging Battery Low 120VAC 1500mA (Full Load) 12.64VDC 4.0A Max (V1Out + V2Out Total) 12.2VDC 3A Max 500mA (Typical) 10.5VDC Trouble Inputs 8 (internal) Dimensions Dimensions (L x W x H) 156.8 x 90 x 60mm (6.17 x 3.54 x 2.36") Weight 434g (15.33oz) Temperature Operating 0°-49°C (32° - 122°F) Storage -10°- 85°C (14° - 185°F) Humidity 0%-93% non condensing, indoor use only (relative humidity) Disclaimer: Whilst every effort has been made to ensure accuracy in the representation of this product, neither Integrated Control Technology Ltd nor its employees, shall be liable under any circumstances to any party in respect of decisions or actions they may make as a result of using this information. In accordance with the Integrated Control Technology policy of enhanced development, design and specifications are subject to change without notice. I T . ICT DIN Rail 2 x 4 Enclosure ICT's range of DIN Rail Enclosures combine simplicity and robust design to provide a flexible installation solution that is effortless to mount and maintain. The lockable multi -tier enclosure is ideal for multiple mounting configurations and features eight full size product bays. The 2 x 4 DIN Rail Enclosure not only looks great, but it also enables you to get the most out of your Protege DIN Rail hardware. Feature Highlights Robust Design Installation and Operation > Rail Included Made with powder coated 1 mm steel, the Keyway holes on the back of the enclosure enclosure is structurally robust. The ensure simple surface mounting on an enclosure is rated to IP50, where interior wall. Ventilation holes allow for > Removable door temperatures are expected to vary between adequate air flow to prevent overheating. 10 °C and +40 °C with an average relative > Internal cover panel humidity of approximately 75 % Finger Trunking and Cable Tie (non -condensing). Points > Space for finger trunking or cable tie Easy Access and Maintenance Space (25mm) is provided above and below wiring DIN module locations for finger trunking or - The enclosure has a removable door and use of the cable tie points for secure, clean removable cover panel for fast simple wiring. Multiple knockouts for trunking and > Wide Range of cable knockouts mounting and maintenance. The cover panel field wiring are available in convenient — -- — protects wiring and provides a professional locations on the cabinet body. > Optional wiring accessories for plug and look to the installation, while still allowing play module installation, high voltage easy access to the front panel LED Electrical Connection indicators of the DIN Rail modules installed. Includes a knockout for a standard panel wiring You can also remove the lower rail to install a mount IEC mains voltage connector. 7Ah battery. > Keyway holes for simple mounting Earth Connection - Flexible Mounting Options Bonding wire looms for earth connection to > Ventilation holes are to allow adequate air Featuring eight full size product bays, the 2 x the enclosure and door are supplied. flow and to avoid overheating. 4 enclosure is ideal for multiple mounting configurations: Tamper Switch > Full sized controller, 4A or 8A power The enclosure includes a tamper switch used supply, battery and four to send signals to the monitoring station or expander modules* remote computer that the enclosure has > Eight expander modules been opened. Full sized controller, seven expander Included Accessories modules > Single door controller, 2A power supply, The enclosure comes supplied with a battery, five expander modules* cabinet accessory pack including: > Full sized controller, 4A or 8A power > Cam lock supply, two batteries, four expander > Tamper switch modules* > Tamper bracket > Single door controller, 2A power supply, two batteries, five expander modules* Optional Accessories *One product bay must be allocated for The enclosure may also be used with: every 7Ah battery you want to fit. > A Fused Panel Mount IEC O14 Socket to allow plug and play installation of ICT's PRT-PSU-DIN modules > A Quick Connect RS485 Daisy Chain Cable loom for easy installation and connection of all DIN Rail modules IT`r . ry . Technical Specifications Cable Entry Cable Knockouts 7 conduit cable knockouts 1 knockout for IEC mains voltage connector Cable Tie Points 26 points for field wiring Dimensions (H x W x D) 717 x 443 x 102mm Disclaimer: Whilst every effort has been made to ensure accuracy in the representation of this product, neither Integrated Control Technology Ltd nor its /A_fhlu employees, shall be liable under any circumstances to any party in respect of decisions or actions they may make as a result of using this information. In �` —�Ehfft• accordance with the Integrated Control Technology policy of enhanced development, design and specifications are subject to change without notice. 11� PHCAL A((FS ( L�wITI(I S VALUE PRICED PROXIMITY CARD READER HID's ProxPoint`"' Plus reader combines multiple configuration options with an attractive, inconspicuous design and economical price. Its secure potted electronics are ideal for both indoor and outdoor applications. Features a beeper and multicolor LED which can be host -and/or locally controlled. Enables various beeper and LED configurations, depending on individual site requirements. ® Can read HID cards with formats up to 85 bits. ■ Designed for mounting directly onto metal with no change in read range performance. • Available with either Wiegand or Clock -and -Data (magnetic stripe data) output. Compatible with all standard access control systems. Aesthetic design available in two cover designs and in four colors to match any decor. ■ Includes multilingual installation manual. 1.720 .660 LJ 2.690 *Model Name Prox Point' Plus Model Number 60058 Wiegand Interface 6008B Clock -and -Data Interface ProxCard" II card - up to 3" (7.6 cm) ISOProx° II card - up to 2.5" (6.35 cm) DuoProx° II card - up to 2.5" (6.35 cm) **Read Range Smart ISOProx°/DuoProx° II cards - up to 2,5" (6.35 cm) Proximity & MIFARE° card - up to 2.5" (6.35 cm) ProxCard° Plus card - up to 1,0" (2.5 cm) ProxKey' II key fob - up to 1.5" (3.8 cm) MicroProxa° Tag - up to 2" (5.1 cm) Mounting Unobtrusive design can be mounted directly onto metal such as door mullions. Color CLASSIC series cover in gray, beige, black or white (or) Designer series cover in grey, wave blue, black or white Keypad No Dimensions 3.14" x 1.72" x 0.66" (7.96 x 4.37 x 1.68 cm) Power Supply 5-16 VDC, Linear supply recommended Power Requirements Current (DC) (Standard Average 30 mA, Peak 75 mA Power) Operating Temperature -22° to 150° F (-30° to 65° C) Operating Humidity 0-95% relative humidity noncondensing Transmit 125 kHz Frequency Environmental IP55 Cable Distance Wiegand/Clock-and-Data Interface 500ft (15om) 22 AWG Termination Pigtail UL294/cUL (US), FCC Certification (US), IC (Canada), CE (EU), C -tick (Australia, New Certifications Zealand), SRRC (China), MIC (Korea), NCC (Taiwan), MIC (Japan), IDA (Singapore), RoHS Housing Material UL94 Polycarbonate Warranty Lifetime 'Consult How to Order Guide for specific ordering instructions. °°Dependent upon installation conditions North America: +1 949 732 2000 Toll Free: 1 800 237 7769 Europe, Middle East, Africa: +44 1440 714 850 Asia Pacific: +852 3160 9800 Latin America: +52 55 5081 1650 ASSAABLOY An ASSA ABLOY Group brand 5.2011 H D Global Corporation. All rights reserved. H.D and the HID logo are trademarks or registered trademarks of HID Global in the U.S. and/or other countries. All other trademarks, service marks, and product or .<.eryce names are trademarks or registered trademarks or their respective owners. 2011060x-proxpoi ntplus-ds-en hidglobal.com e _Altronix� ACM Series Power Supply/Chargers with Multi -Output Access Power Controllers Description Altronix ACM series distribute and switch power to access control systems and acces- sories. They convert a 115VAC 60Hz input into eight (8) independently controlled 1 2VDC or 24VDC fuse protected outputs. These power outputs can be converted to dry form "C" contacts. Outputs are activated by an open collector sink or normally open (NO) dry trigger input from an Access Control System, Card Reader, Keypad, Push Button, PIR, etc. Units will route power to a variety of access control hardware devices including: Mag Locks, Electric Strikes, Magnetic Door Holders, etc. Outputs will operate in both Fail -Safe and/or Fail -Secure modes. The FACP Interface enables Emergency Egress, Alarm Monitoring, or may be used to trigger other auxiliary devices. The fire alarm disconnect feature is individually selectable for any or all of the eight (8) outputs. Ka i FAnts iracz - Eight (8) independently controlled outputs. Output options: a) Eight (8) Fail -Safe and/or Fail -Secure power outputs; b) Eight (8) form "C" 5A rated relay outputs; c) Any combination of the above. - Eight (8) auxiliary power outputs (unswitched). - Output fuses are rated @ 3.5A. - Filtered and electronically regulated outputs. - Supervision: - AC Fail - Battery Fail and Battery Presence. - Fire Alarm disconnect (latching or non -latching) is individually selectable for any or all of the eight (8) outputs. - Alarm output relay indicates that FACP input is triggered - Fire Alarm disconnect input options: a) Normally open (NO) or normally closed (NC) dry contact input b) Polarity reversal input from FACP signaling circuit. - Built-in charger for sealed lead acid or gel type batteries. - Instantaneous transfer to stand-by batteries. - UL Listed in the U.S. and Canada. - Lifetime Warranty / Made in the U.S.A. ACM Series Power Supply Configuration Reference Chart 12VDC Total 24VDC Total Individual 115VAC 60Hz Power Supply Power Supply Altronix Output Output Fused Output Input Board Input Board Battery Model Number Current Current Outputs Rating Current Draw Fuse Rating Fuse Rating AL4000LACM 4A 3A 3.5A 15A/32V AL4000LACMJ 5A/250V AL6000LACM 6A 6A 3.5A AL6000LACMJ 8 2.5A AL1012ULACM 10A — 2.6A AL1012ULACMJ 15A/32V AL1 024ULACM — 10A 4.2A 6.3A/250V AL1024ULACMJ Rev. ACM -09132017 ACM Series Power Supply/Chargers with Multi -Output Access Power Control) rs Cnifir +inns Input Voltage 115VAC, 60Hz. Fusing Varies, see Reference Chart. Outputs Voltage 1 2VDC or 24VDC, see Reference Chart. Current Varies, depending on the model. Protection Fused 3.5A. Auxiliary 3,5A (unswitched). Other Overvoltage protection, Filtered and regulated outputs. Back-up Battery (not included) Capacity 12AH / 12VDC (1 or 2 within enclosure). 1 8AH / 1 2VDC (requires larger "J" enclosure). 40 AH / 65 AH (requires separate enclosure). Type Sealed lead acid or gel type. Fuse Rating 15A @ 32VDC AL6000LACM(J) does not have a battery fuse, Failover Upon AC loss, instantaneous. Fire Alarm Disconnect Latching or non -latching, individually selectable for any or all of the eight (8) outputs. Supervision AC Failure Form "C" contacts. Battery Form "C" contacts. Indicators (LED) Input 115VAC is present. DC Output Powered. Battery Discharged or not connected. Relays Individual LEDs indicate outputs are triggered (relays energized). FACP Indicates FACP disconnect is triggered. Agency Listings All Models: Access Control UL294 Signal Equipment CSA Standard C22,2 No.205-M1983 AL4000LACM(J), AL6000LACM(J) only: California State Fire Marshall Approved Physical and Environmental Dimensions (H x W x D) AL4000LACM, AL6000LACM, AL1012ULACM, and AL1024ULACM: 15.5" x 12" x 4.5" (393.7mm x 304,8mm x 114.3mm). AL4000LACMJ, AL6000LACMJ, AL1012ULACMJ, and AL1 024ULACMJ: 18" x 14.5" x 4.625" (457.2mm x 368.3mm x 117.48mm). Product Weight / Shipping (approx.) Model Product Weight Shipping Weight AL4000LACM 10.7 lbs. (4.85 kg) 12 lbs. (5.44 kg) AL4000LACMJ 14 lbs. (6.35 kg) 15 lbs. (6.8 kg) AL6000LACM 10.3 lbs. (4.67 kg) 11.6 lbs. (5.26 kg) AL6000LACMJ 14.85 lbs. (6.74 kg) 17,1 lbs. (7,76 kg) AL1012ULACM 10.7 lbs. (4.85 kg) 12 lbs. (5.44 kg) AL1012ULACMJ 14.1 lbs. (6.40 kg) 15 lbs. (6.80 kg) AL1024ULACM 11.75 lbs. (5.33 kg) 13.05 lbs. 5.92 kg) AL1024ULACMJ 14.9 lbs. (6.76 kg) 16.1 lbs. (7.3 kg) Temperature Operating 0°C to 49°C (32°F to 120°F). Storage -20°C to 70°C (-4°F to 158°F). Relative Humidity 85% +/-5%. BTU/Hr. (12VDC/24VDC, approx.): Model 12VDC 24VDC AL4000LACM(J) 25 37 AL6000LACM(J) 37 74 AL1012ULACM(J) 61 N/A AL1024ULACM(J) N/A 123 Altronix Corporation 1 140 58th St I Brooklyn, NY 11220 USA phone: +1 718.557.81811 fax: +1 718.567.9056 I email: info@altronix.com I www.altronix.com ARD PRINTING & ENCODN G DIRECT -TO -CARD PRINTER ■ High -volume performance - Built for organizations requiring robust, high -volume printing every day, Standard features include high -capacity ribbon supplies and dual -input card hoppers that allow for maximum card input capacity and management of multiple card types. ■ End -to -End Control, Flexibility and Security - The optional iCLASS SE- encoder (part of the iCLASS SE open encoder platform) can be fully integrated into your printer, allowing you to create, encode (read/write) and manage your secure credentials from start -to -finish. Design personalized ID badges locally and then program them to work with your current physical access control system (PACS), streamlining your ordering, inventory management, and issuance processes. • Highly versatile - The modular design enables organizations to build on their investment by adding field-upgradeable modules for dual -sided printing, lamination and technology card encoding. ■ Maximum protection - Protect blank card stock and printed/encoded cards with optional locking card hoppers. ■ Earth friendly - GreenCircle Certified for efficient energy consumption and eco-friendly (ECO) refill ribbons. The versatility of the DTC4500e is unsurpassed. Driven by an extremely robust and reliable print engine, this high -volume printer delivers speed, power and versatility rolled into one. High -capacity ribbons enable the DTC4500e to print twice as many full -color cards as most printers before the ribbon has to be changed, providing continuous high -quality card printing and encoding. The DTC4500e combines high security and convenience to easily print what you need, including: ■ Built-in security with password -protected printer operation and fluorescent panel printing for a cost-effective and dynamic increase in card security. ■ SmartScreen'" graphical display provides easy -to -follow prompts so you'll always know printer status. ■ Standard dual -input card hopper increases capacity or management of multiple card types, ■ Easily integrates into existing IT infrastructures through the built-in Ethernet and USB connection, allowing for centralized or remote ID card issuance. ■ FARGO Workbench`" diagnostic utility facilitates printer maintenance, Its Color Assist" tool matches spot colors. ensuring accurate prints of graphics, such as company logos. • Increase security with optional locking card hoppers. • Fully compatible with Asure ID" card personalization software for badge design, database management and technology card encoding, as well as EasyLobby Secure Visitor Management solutions. The FARGO" DTC4500e is built with Genuine HID" technology and is fully interoperable with other products in the HID ecosystem, enabling organizations to leverage their existing technology investments, Print Method Dye sublimation / resin thermal transfer Resolution 300 dpi (11.8 dots/mm) continuous tone Colors Up to 16.7 million / 256 shades per pixel • Full -color with resin black and overlay panel, YMCKO*, 500 prints, more economical and eco-friendly refill ribbon for cartridge (ECO only) - Full -color half -panel with resin black and overlay panel, YMCKO*, 850 prints, ECO only • Full -color with two resin black panels and overlay panel, YMCKOK*, 500 prints, ECO only • Full -color with fluorescing, resin black and overlay panel, YMCFKO*, 500 prints, ECO only • Full -color with fluorescing, two resin black panels and overlay panel, YMCFKOK*, 400 prints, ECO only Print Ribbon Options ■ Full -color with two resin black panels and overlay panel, YMCKK', 500 prints, ECO only • Resin black and overlay panel, KO*, 1250 prints, ECO only • Dye -sublimation black and overlay panel, BO*, 1250 prints, ECO only • Resin black (standard and premium), 3000 prints, ECO only • Resin green, blue, red, white, silver and gold, 2000 prints, ECO only • Rewrite technology - no ribbon required Print Speed** 6 seconds per card (K'); 8 seconds per card (KO*); 16 seconds per card (YMCKO*); 24 seconds per card (YMCKOK*) Accepted Standard Card Sizes CR-80 (3.375' Lx 2.125 W / 85.6 mm Lx 54 mm W); CR-79 Adhesive Back (3.313' Lx 2.063' W / 84.1 mm Lx 52.4 mm W) Print Area CR-80 edge -to -edge (3.36" Lx 2.11" W / 85.3 mm Lx 53.7 mm W); CR-79 (3.3" Lx 2.04" W / 83.8 mm Lx 51.8 mm W) Accepted Card Thickness Print only:.009" - .040" / 9 mil - 40 mil / .229 mm - 1.016 mm; print / lamination: 030' - .040" / 30 mil - 40 mil / .762 mm - 1.02 mm Accepted Card Types PVC or polyester cards with polished PVC finish; monochrome resin required for 100% polyester cards; optical memory cards with PVC finish; rewrite Input Hopper Card Capacity Dual -input card hopper (200 cards) Output Hopper Card Capacity Up to 100 cards (.030" / .762 mm) Reject Hopper Card Capacity Up to 100 cards (.030" / .762 mm) - same -side input/output card hopper or lamination module required Card Cleaning Card cleaning roller integrated into ribbon cartridge; cleaning roller is automatically replaced with each ribbon change Memory 32 MB RAM Software Drivers Windows' XP / Windows Vista`' (32 bit & 64 bit) / Server 2003 & 2008 / Windows' 7 / Windows' 8 (32 bit & 64 bit) / MAC OS X 10.5/10.6/10.7/10.8/10.9/ Linux*** (Available Soon) Interface USB 2.0 and Ethernet with internal print server Operating Temperature 65' to 80' F / 18' to 27' C Humidity 20-80% non -condensing Single -sided printer: 9.8- H x 18.1- W x 9.2' D / 249 mm H x 460 mm W x 234 mm D Dimensions Dual -sided printer: 9.8" H x 18.7" W x 9.2' D / 249 mm H x 475 mm W x 234 mm D Printer + lam: 18.9" H x18.7"Wx9.2"D/480mmHx475mmWx234mmD Weight Single -sided printer; 9 lbs / 4.1 Kg; dual -sided printer: 11 lbs / 5 Kg; printer + lam: 20 lbs / 9.1 Kg Agency Listings Safety: UL 60950-2, CSA C22.2 (60950-07), and CE; EMC: FCC Class A, CE (EN 55022 Class A, EN 55024), CCC, SSMI, KC Environmental Features GreenCircle Certified card printer (base models only without encoders and lamination module) and refillable supply cartridges (ECO) Supply Voltage 100-240Vac, 50-60Hz, 1.6 Amps max, Supply Frequency 50 Hz / 60 Hz Warranty Printer - three years; Printhead - three years, unlimited pass with UltraCard' Supported smart card and magnetic stripe technologies: 125 kHz (HID Prox) reader; 13.56 MHz (iCLASS' Standard/SE/SR/Seos, MIFARE Encoding Options Classic'', MIFARE Plus', MIFARE DESFire", MIFARE DESFire' EV1, ISO 14443 A/B, ISO 15693) read/write encoder; contact smart card encoder reads from and writes to all ISO7816 1/2/3/4 memory and microprocessor smart cards (T=O, T=1) as well as synchronous cards; ISO magnetic stripe encoding, dual high- and low-coercivity, tracks 1, 2 and 3 Supported Access Control CLASS Standard/SE/SR/Seos, MIFARE Classier", MIFARE DESFire" EV1, HID Prox Credential Programming Single wire Ethernet and USB 2.0 interface for inline printing and encoding (note: single wire Ethernet encoding is only available for iCLASS', Options MIFARE', and contact smart card encoding); Ethernet -enabled printer supports wireless accessory; dual -sided printing module; same -side input/output card hopper; locking card input/output hopper; smart card encoding modules (contact/contactless); magnetic stripe encoding module; printer cleaning kit; Ethernet with internal print server; secure proprietary consumables system Software Swift ID- embedded badging application, FARGO Workbench" diagnostic utility with Color Assist" spot -color matching Display User friendly, SmartScreen" graphical display Printer Security Printer access password protected Indicates the rihbon type and the number of ribbon panels printed where a< -sallow, M=magenta, C=cyar;, K=resin black, 0=overlay, B=dye sublimation black. Print speed indicates an approximate print speed and is meas"rreo from the time a card drops into the output hopper to the time the neat used crops into the output hopper, Print speeds do riot Irtulude P'codie,t time or the sane heeded for the. PC to process the image. Process tine is Cependent on the size Of she file, the CPU, amount of RAM and the airo,rnt of available resources at the lime of the print. ""Linux vcrs.ons: vbuntu '12.04, Debian 7.0, Fedora 18, Mandriva 201:, Red Het 6 T Opc*n. Sate 12.3 moo ti s' A Learn ahout Hi)) thfop s probe ;rrr utme 5))hidglob l.com hldglobe corn/green North America; +1 512 776 9000 Toll Free: 1 800 237 7769 Europe, Middle East, Africa: +44 1440 714 850 Asia Pacific: +852 3160 9800 Latin America: +52 55 5081 1650 Al 2016 ff1D 0bgai Corpor-tren/A55.A ABLOY AB. All rights reined , IIJ, 1110 Global, the HID Blue Brick hx,o.the CPain Ocular, a_ c Ult acara Swift D. martScre n :CLASS and FARGO are trademarks or repented trademark= o:" F t) Global or its I.censnrrsl su 51 nr(s) in the US and other r,ountrie, and may riot he used -t"cut per miss on All other tr,..:.r,rarks, ner aice rnrarw, arcs uroduct or serv<s, nar_.es are trademarks or registered trademarks of their respective owners. 2016-05-23-fargo-dtc45ooe-printer-ds-en Pl.T-01771 An ASSA ABLOY Group brand Specifications Electrical Shown with 501 Option • UL1034,burglary- ° .24Ampsat resistant listed 12 VDC/VAC • UL 294 • .12 Amps at The 5200 series electric strikes feature an (6th Edition) listed 24 VDC/VAC • ANSI/BHMA • DC continuous duty/ in -frame horizontal adjustable design to A156.31, Grade 1 AC intermittent compliant duty only simplify the installation process. This feature ROHS com P PoE friendly allows the installer to easily adjust the • Patent: 5,934,720 electric strike opening to accommodate the Frame Application horizontal position of the latchbolt after the • Metal strike has been installed. This field selectable ° Wood fail securelfail safe unit is easy to install and accommodates latchbolts up to 3/4" throw. 9mi8`se 5200 Universal Faceplate options ordered separately, electric strike see page 26 5200C Complete iic strike Includes the 501 and 501A faceplates Integrated Includes the strike body, Prox reader and RE5210 Prox door position switch IC522o Integrated Includes the strike body, iCLASS reader iCLASSC and door position switch [26.981 1-1,16" .......................„ 4. O [123.831 )8" [85.5] `SSSi [41.3,1 3-3/g 3-3}8. 1-21132` [_33.51 1.5{1G" I � OI V [21.3] _,_ .. .........._ 27;32" m .... [30.15] [31.75] 1-3}IG" 1.114' Diagram shown with 501 Option Standard Features • Tamper -resistant • Static strength 1,5001bs. • Dynamic strength 70 ft-lbs. • Endurance 500,000 cycles • Field selectable fail secure/fail safe • Dual -voltage 12 or 24 VDC/VAC • In -frame horizontal adjustment • Non -handed • Internally mounted solenoid • Accommodates 5/8" - 3/4" latchbolt (3/4" with 1/8" door gap) • Strike body depth 1-3/16" • Plug-in connector • Trim enhancer included • Five-year limited warranty Optional Features LBM » Latchbolt monitor LBSM » Latchbolt strike monitor Accessories 5200-500 » Filler block for retro-fit applications 150 » Strike latch guard 154-MTK » Metal template kit 2001M » Plug-in bridge rectifier 2004M » ElectroLynx®adapter 2005M3 » SMART Pact0 III 2006M » Plug-in buzzer 5204-1/2 » 1/2"stackable lip extension 5204-1 » 1" stackable lip extension 5204-1-1/4 » 1-1/4" stackable lip extension Finishes 6306 Satin stainless steel 605 » Bright brass 606 n Satin brass 612 » Satin bronze 613 » Bronze toned 629 » Bright stainless steel BILK » Black *Complete Pacs are only available in the 630 finish "Press Fit" Stackable Lip Extensions as 5204-1/2 112" stackable lip extension b o 5204-1 1" stackable lip extension c» 5204-1-1/4 1.114" stackable lip extension 5000/5200 Series Faceplate Options r w scccrAxir Operation: After releasing the lotchbolt, the keeper returns to the locked position I 01 1 501 Option, For use with: Cylindrical locksets in ANSI rnetal jambs 4-7/8" x 1-1/4" }}ANSIJBHMA Numbers: E09321, E09.322, E09323 Square corners and fla(faceplate 501A Option For use with: Cylindrical locksets or spring latches in aluminum 4-7/8" x 11/4 frames. Includes universal mounting tabs. , )} ANSIJBHMA Numbers: [09321, E09322, E09323 Radius corners and ® I! flat faceplate 502 Option For use with: Cylindrical locksets or spring latches in aluminum frames. Includes universal mounting tabs. �. 7-15/16" x 1-7/16" }} ANSI/BHMA Numbers: [09321, E09322, E09323 Radius corners and flat faceplate oilE 503 Option For use with: cylindrical locksets or spring latches in aluminum frames, Includes universal mounting tabs. 11 6-7/8" 1<1-1/4" ANSIJBHMA Numbers: E09321, E09322, E09323 Radius corners and flat faceplate 504 Option For use with: Cylindrical locksets. Four -point mounting r' for wood installations }} ANSIJBHMA Numbers: E0932I, [09322, E09323 10" x 1-3/8" Radius corners and flat faceplate "For use with"information is offered as a recommendation only. Reference should he made to the lockset manufacturer forproperrnstallation instructions necessaryto meet compatibility requirements. PH .,SIB.:A . ACCEc LUTT1 S [ H1D HIGHLY ADAPTABLE AND SECURE HIGH FREQUENCY ACCESS CONTROL SOLUTION ■ Powerfully Secure - Provides layered security beyond the card media for added protection to identity data using SIOs. ■ Adaptable - Interoperable with a growing range of technologies and form factors including mobile devices utilizing Seos"'. ■ Interoperable - Open Supervised Device Protocol (OSDP) for secure, bidirectional communication, ■ Streamlined Migration - Simultaneous support for 125 kHz HID Prox', AWID and EM4102 for seamless migration; field programmable for secure upgrades and extended lifecycle. HID Global's iCLASS SE" platform goes beyond the traditional smart card model to offer a secure, standards -based and flexible platform that has become the new benchmark for highly adaptable, interoperable and secure access control solutions. multiCLASS SEreaders simplify migration from legacy technologies with support 125 kHz for HID Prox, Indala, AWID and EM4102, and provide customers the assurance that their existing investments can be leveraged to enhance their system as business requirements change. The technology - independent readers also support iCLASS'"' Seos"" and iCLASS SE credential platforms, as well as standard iCLASS, MIFARE and MIFARE DESFire EV1 with custom data models and other leading technologies. Additionally, multiCLASS SE readers support mobile devices utilizing Seos, enabling a new class of portable identity credentials that can be securely provisioned and safely embedded into both fixed and mobile devices. As part of HID Global's iCLASS SE platform that is based on the Secure Identity Object" (SIO'e) data model and Trusted Identity Platform§' (TIP) the powerfully secure multiCLASS SE readers offer advanced features such as layered security beyond the card media and tamper -proof protection of keys, cryptographic operations using EAL5+ secure element hardware, RP10 RP15 RP40 RPK40 Base Part Number 900P 910P 92oP 921P 900E 9101- 920E 921L !CLASS Seos: 1.2" (3 cm) !CLASS Seos: 1.2" (3 cm) CLASS Seas: 2.0" (S cm) !CLASS Seas: 1.6" (4 cm) iCLASS: 3.1" (8 cm) !CLASS: 3.1" (8 cm) iCLASS: 4.7" (12 cm) !CLASS: 4.7" (12 cm) MIFARE Classic: 2.8" (7 cm) MIFARE Classic: 2.8" (7 cm) MIFARE Classic: 4.7" (12 cm) MIFARE Classic: 4.3" (11 cm) MIFARE DESFire EV1: 1.2" (3 cm) MIFARE DESFire EV1: 1.2" (3 cm) MIFARE DESFire EV1: 2.0" (S cm) MIFARE DESFire EV1: 1.6" (4 cm) !CLASS: 1.6" (4 cm) !CLASS: 1.6" (4 cm) !CLASS 2.4" (6 cm) !CLASS: 2.8" (7 cm) MIFARE Classic: 1,2" (3 cm) j MIFARE Classic: 1.2" (3 cm) MIFARE Classic 2 0' (5 cm) MIFARE Classic: 1.6" (4 cm) Typical Read Range myrrp HID Prox: 2.8" (7 cm) HID Prox: 2.8" (7 cm) HID Prox: 2.8" (7 cm) HID Prox: 2.8" (7 cm) Indala Prox: 1.6" (4 cm) Indala Prox: 1.6" (4 cm) Indala Prox: 2.0" (5 cm) Indala Prox: 2.0" (S cm) EM4102 Prox: 4.3" (11 cm) EM4102 Prox: 4.3" (11 cm) EM4102 Prox: 4.3" (11 cm) EM4102 Prox: 3.1" (8 cm) HID Prox: 1.6" (4 cm) HID Prox: 2.0" (5 cm) HID Prox: 2.0" (5cm) HID Prox: 1.6" (4 cm) Indala Prox: 0.8" (2 cm) Indala Prox: 0.8" (2 cm) Indala Prox: 1,2" (3 cm) Indala Prox: 1.2" (3 cm) EM4102 Prox: 2.8" (7 cm) EM4102 Prox: 2.8" (7 cm) EM4102 Prox: 2.8" (7 cm) EM4102 Prox: 2.4" (6 cm) Mini -Mullion Size; physically Mullion Size; physically HID's HID's smallest !CLASS second smallest iCLASS readers and are ideally suited readers and are ideally suited Wall Switch Size; designed to mount and cover single gang switch Mounting for mullion -mounted door for mullion -mounted door boxes primarily used in the Americas and includes a slotted installations. U.S. single -gang installations, U.S. single -gang mounting plate for European and Asian back box spacing J -box (with mud ring) or any J -box (with mud ring) or any flat surface flat surface Color Black Keypad No Yes (4x3) Dimensions 1.9"x4.1"x0.9" 1.9"x6.0"x0.9" 3.3"x4.8"x1.0" 3.3"x4.8"x1.1" 4.8 cm x 10.3 cm x 2.3 cm 4.8 cm x 15.3 cm x 2.3 cm 8.4 cm x 12.2 cm x 2.4 cm 8.5 cm x 12.2 cm x 2.8 cm Product Weight (Pigtail) 4.00z (114g) 5.2oz (149g) 7.8oz (222g) 9.loz (258g) Product Weight (Terminal Strip) 3.Ooz (85g) 4.3oz (1248) 7.6oz (216g) 8.00z (228g) Operating Voltage Range 5-16 VDC, Linear supply recommended Current Draw - Standard 75 75 85 95 Power Mode' (mA) Current Draw - Intelligent Power Management (IPM) 40 40 50 70 Mode' (mA) Peak Current Draw - Standard Power orIPM 200 200 200 200 Mode- (mA) NSC3 Power Consumption - Standard Power Mode 1.2 1.2 1.4 1.5 (W @ 16VDC) NSC3 Power Consumption - 0.6 0.6 0.8 1.1 W/ IPM (W @ 16VDC) Operating Temperature -31" to 150" F (-35" to 65" C) Storage Temperature -67" to 185" F (-55" to 85" C) Operating Humidity 5% to 95% relative humidity non -condensing Environmental Rating Indoor/Outdoor IP55; IP65 if installed with optional gasket (IP65GSKT) Transmit Frequency 13.56 MHz & 125 kHz Secure Identity Object'" (SIO") on CLASS Seas, !CLASS SE/SR, MIFARE DESFire EVI and MIFARE Classic (On by Default) 13.56 MHz Card - standard iCLASS Access Control Application (order with Standard interpreter) Compatibility -IS014443A (MIFARE) CSN, IS014443B CSN, IS015693 CSN - MIFARE Classic and MIFARE DESFire EV1 custom data models - FeliCa'"" CSN, CEPAS" CSN or CAN 125 kHz Card Compatibility HID Prox". AWID", Indala, EM4102" Communications Optional OSDP with SCP over RS4854 Wiegand/Clock-and-Data Interface 500ft (150m) (22AWG) - Use Shielded cable for best results Panel Connection Pigtail or Terminal Strip Certifications UL294/cUL (US), FCC Certification (US), IC (Canada), CE (EU), C -tick (Australia, New Zealand), SRRC (China), MIC (Korea)", NCC (Taiwan)", iDA (Singapore)", RoHS, FIPS-201 Transparent FASC-N Reader CrytO Processor Hardware EAL5+ Common Criteria Rating Patents US71B0403, US7439862, U57124943, U53952935, US6058481, US6337619 Housing Material UL94 Polycarbonate Manufactured with % of 10.5% 11.0% 10.5% 10.9% recycled content (Pigtail) Manufactured with % of recycled content (Terminal 10.5% 11.0% 11.0% 12.3% Strip) UL Ref Number RP10E RP15E RP40E RPK40E Warranty Limited Lifetime Rend range ifsted is statisti;:a%mean rounded to nearest whale contin>e!'cv: Hip Gbbel rest/rig occurs in open air. Some ruironment"! conditi,ns. including metallic mounting surface, can siernificantty degrade read rar,go and re,tormance; plastic or fern/to spacers are i anaec so :mprnvo performance o. ,, eta ! - .,ling surfaces. Messured in accordance with DL 294 standards; Sec lnstaifation Guide for' Dora//s. ,',SC _ .Nr..rn>ai Standb, Current: See auto/labor Guide for Detad= Not ava,iah/e err FxxL react numbers. North America: +1 512 776 9000 ' Toll Free: 1 800 237 7769 Europe, Middle East, Africa: +44 1440 714 850 ASSiABWY Asia Pacific: +852 3160 9800 An ASSA ABLOY Group brand Latin America: +52 55 5081 1650 "2 1)11 HID Glopai Corporation. All rights reserved. HID, tree HID logo, muitiCl..ASS SE. IC:I.ASs SF, iCl-ASS, Saos, Indala, HID Prox, Secure Identity Clbject. SIO. '1'ursted Ici; redly Platform. TP and ICLASS Elite are trademark, or regarered trademarks of HID Cilobal In the 0.s. an('I/or other coun e All othe,' tr'l,dc n'crFs ' r ice narks, and product' or Service names are trademarks or reolslured trademarks of their r5pocti �e owners. h i d g i o b a l. C o m 201/n n., a -hid nu,Ihciass-s aders-d' en Fl /10303 Marcia Walters From: Anthony Ojile <aojile@long.com> Sent: Tuesday, December 05, 2017 9:59 AM To: bids Cc: Richard Coleman Subject: Weld County Proximity System Upgrade proposal - Bid Number B1700146 Attachments: Weld County Bid Number B1700146.zip; Weld County Scope of Work Spreadsheet.pdf Attached is our proposal for the Weld County Proximity Door System Upgrade, Bid Number: B1700133 I hereby waive my right to a sealed bid. Thanks, Anthony Ojile Account Manager, Security Solutions L,NG Lorg five youryour, bi!dm�u Phone: 303-549-5079 Email: aojile@LONG.com www.LONG.com 1 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 22, 2018 To: Board of County Commissioners From: Toby Taylor Subject: Proximity Door System Upgrade; Bid (B1700146) As advertised, this bid is for installation of a new proximity door control system at various County facilities. Weld County Departments of Buildings & Grounds and Information Technology evaluated the five low bidders. The bid which meets the desired outcomes and best fulfills the operational needs is the bid from Long Building Technologies. The outcomes of this grading criteria are in the attached bid scoring matrix. Therefore, Buildings & Grounds is recommending the bid be awarded to Long Building Technologies for $771,646.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director po/7 4f/q Proximity Door System Upgrade #B1700146 Criteria Fee ORGANIZATION Executive Summary Scope of Work Detail Implementation Plan QUALIFICATIONS Quality of Team Experience Similar Projects/ Scope/Complexity References/Contact Information Overall System Functionality SOFTWARE Operating System Database •Web Server Security Total (does not have to = 100) BID SCORING MATRIX Weight Grade (1-10) Grade (1-10) Grade (1-10) Grade (1-10) Grade (1-10) 10 10 7 7 6 ._. 5 5 4 5 6 8 9 5 4 5 4 8 9 10 0 8 4 6 10 10 4 7 6 8 9 10 1 8- 5 8 9 5 0 7 0 6 8 20 5 _. 5 3 5 8 5 10 10 10 1 5 1 1 10 1S:..- 10 1010 5 1 1 1 1 10 10 10 10 1 10 10 _ 100 50 4.5 74 6.45 57 4.45 68 6.05 107 • Ii February 12, 2018 DEPARTMENT OF BUILDINGS AND GROUNDS To: Board of County Commissioners From: Toby Taylor Subject: Proximity Card System Extension Request; Bid (81700146) PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 As advertised this bid is for a new County -wide Proximity Card System. B&G and IT are still reviewing products and vendor demonstrations for proposed equipment to determine which systems best meets the needs of the County. Therefore, we are requesting an extension until February 26, 2018 in order continue conducting demonstrations with bidders before making a recommendation for approval. If you have an': questions, please contact me at extension 2023. Sincerely, Toby Taylor Director DATE OF BID: DECEMBER 5, 2017 REQUEST FOR: PROXIMITY DOOR SYSTEM UPGRADE DEPARTMENT: BUILDINGS & GROUNDS DEPT BID NO: #61700146 PRESENT DATE: DECEMBER 6, 2017 APPROVAL DATE: DECEMBER 2n 2017 XTENDED_TO GARY 24, 20t8 , E7 � �. �. JANUARY ' ***EXTENDED TO FEBRUARY 26, 2018*** WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO E-mail: rturf@weldgov.com E-mail: reverettweldgov.com E-mail: mwalers weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 336-7226 rn .. ■ ■ r ! - i , 1.. VENDOR DESIGN DEMO INSTALL SOFTWARE OTHER PROJECT START DATE /LICENSING TOTAL FINISH DATE Corvinus Group LLC $0.00 $80,000.00 $125,000.00 $4,200.00 $342,000.00 $541,000.00 1/8118-419/18 34407 Mineral Ln Pine CO 80470 K and M Communications $0.00 $56,916.00 $536,903.00 $4,500.00 $0.00 $598,319.00 1/3/18-4/13118 7100 Broadway Suite 6H Denver CO 80223 Arapahoe County $2,800.00 $25,000.00 $195,427.50 $37,790.72 $370,393.26 $631,411.48 1/29/18-7/31/18 Security Center Inc p 15200 E huff Ave Unit C ar door for add Aurora CO 80014 ons) VTI Security $18,700.00 $366,681.22 $27,379.64 $329,942.69 $742,703.55 2/01/18-7/11/18 6770 W 52 Ave Unit D Arvada CO 80002 Long Building Technologies $14,068.00 $2,739.00 $426,853.00 $5,917.00 $322,069.00 $771,646.00 12/27/17- 3rd Qtr. 5001 S Zuni St (material of 2018 Littleton CO 80120 cost) Stone Security $20,000.00 $0.00 $720,780.00 $33,968.00 $6,000.00 $780,748.00 3 weeks signed 14 Inverness E Dr Suite D-112 contract — 9/15/1 Englewood CO 80112 Inteconnex Inc $7,232.88 $12,638.91 $621,741.75 $34,521.47 $107,056.37 $783,191.38 1/15118-11-30-18 1635 Foxtrail Dr a - /Qt/& /c4 /VJ4 Loveland CO 80538 Page 2 VENDOR DESIGN DEMO INSTALL SOFTWARE OTHER PROJECT START DATE /LICENSING TOTAL FINISH DATE Johnson Controls Security $24,460.80 $749,909.52 $20,001.70 $20,595.19 $814,967.21 12/20/17-7/16/18 14200 E Exposition Ave Aurora CO 80012 ProSec Integration Included Included Included Included $837,257.00 1/1/18-6/30/18 181 E 56th Ave Suite 601 Denver CO 80216 Alerio Technology Group $10,825.00 $276,760.00 $4,873.00 $581,464.00 $873,922.00 2/15/18-6/15/18 7808 Cherry Creek South Dr #103 Denver CO 80231 Honeywell Bldg Solutions ACS $50,000.00 $40,000.00 $899,726.00 $20,000.00 $0.00 $1,009.726.00 1/8/18-7/31/18 345 Inverness Dr South Ste 240 Englewood CO 80112 Setpoint Systems Corporation $130,957.00 $42,166.00 $917,446.00 $938.00 $0.00 $1,090.469.00 1/2/18-8/31/18 8167 Southpark Circle Littleton CO 80120 ***Buildings & Grounds will review the bids.
Hello