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
20220879.tiff
k t* (o? 9 August 15, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Community Corrections Camera - Change Order #1 (2022-0879) After the project began, it was discovered that the installation would not require core drilling through the existing floor. After the project was completed the amount in the contract for hotel, travel & per diem was less than anticipated resulting in an overall credit. A change order, resulting in a net $4,990.86 credit, with the following cost breakdown is requested. (1,504.60) Floor Penetration Credit (3,486.26) Hotel, Travel, Per Diem Credit (4,990.86) Total Facilities is recommending approval of the change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director cones -t- d0,, og� zz/2z esd/k/( zou- BC OUZO ATTEST: CHANGE ORDER #1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND STURGEON ELECTRIC COMPANY Date: August 15, 2022 Original Agreement: Weld County document no. 2022-0879 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: $ 46,516.37 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ (4,990.86) Current Change Order Credit Amount $ 41,525.51 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: LK/1U- Pcic- (q Title: & PA,o3 Ao-kaici dder-4%) Weld C• y Clerk to the Bo. rd BY: Date ¶ . iI S• 202-2 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Cle tt K. James, Chair AUG 2 2 2022 020a,2-o8.7q eon Exhibit A: Change Order # 1 ELECTRIC INVOICE TO: WELD COUNTY DEPT OF PURCHASING 1150OST ST GREELEY CO 80631 INVOICE NUMBER: 745275 INVOICE DATE: 8/9/2022 INTERNAL JOB NO.: 824219 INTERNAL REF NO.: 82421910 CUSTOMER NO.: 155060 CUSTOMER PO NO.: P2200276 FORMAT: CUSTOMERC SEQ NO.: Fiber Backbone Cbing Mat & Lab Horz Cabling Mat & Lab Floor Penatrations Credit INVOICE SUMMARY 6,419.77 36, 610.34 -1,504.60 SUBTOTAL $ 41,525.51 RETAINAGE $ 0.00 TOTAL AMOUNT DUE AND PAYABLE $ 41,525.51 BEWARE OF ELECTRONIC PAYMENT FRAUD If you receive an email regarding new payment instructions, please VERIFY with your local contact before making changes. REMITTANCE DETAIL Please Reference Invoice Number with Payment Client: 155060 WELD COUNTY DEPT OF PURCHASING Please refer questions to: HHAMMER 1 (303) 286-8000 Please Remit to: STURGEON ELECTRIC COMPANY, INC. 22389 NETWORK PLACE CHICAGO IL 60673-1223 1 (303) 286-8000 Invoice Number: 745275 Payment Terms: Payment Due By: Net 30 Days 09/08/22 Total Amount Due: USD $ 41,525.51 Thank you for your prompt payment and continued business) Page 1 of 1 oft RIC 12150 East 112th Avenue. Henderson, CO 80640. (303) 286-8000 CHANGE ORDER Weld County 1150 O STREET Greeley, CO 80631 Project Name: Weld County SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS Reference: BID NUMBER: B2200059 Description of work: Division 27 Structured Cabling Installation Any item not specifically identified in the provided Scope of Work and Bill of Materials may require additional costs Fiber Optic Backbone Cabling Hotel, Travel, Per Diem Horizontal Cablin, GRAND TOTAL CHANGE ORDER - FLOOR PENATRATIONS CREDIT CHANGE ORDER - HOTEL, TRAVEL, & PER DIEM CREDIT Material Labor Total $ 4,078.14 $ 2,341.63 $ 6,419.77 $ 3,486.26 $ 17,272.29 $ 19,338.05 $ 36,610.34 $ $ (1,504.60) $ (3,486.26) New Contract Value $41,525.51 Exclusions: Conduit, basket tray, ladder rack, equipment racks, cameras, NVR, servers, PC's, camera mounts and hardware Weld County agrees to pay Sturgeon's Billing for such work within 30 days of the date of such billing. If Weld County fails to so pay, it shall be liable to Sturgeon for: Late charges of 1 Mb per month on the unpaid balance; any costs and attorney's fees incurred by Sturgeon in collecting and amount due. The proposal may be withdrawn if not accepted within 30 days. Work will be undertaken upon written acceptance of the proposal. All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements are contingent upon accidents or delays beyond our control. Owner agrees to indemnify and hold the proposer, his employees and agents harmless in the event of bodily injury or property damage arising horn the actual, alleged or threatened discharge, dispersal, released or escape of any pollutant as defined in the current ISO policies held by the proposer. Acceptance of Proposal - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. PLEASE INDICATE ACCEPTANCE BY SIGNING AND RETURNING ONE (1) COPY TO MY ATTENTION. Date of Acceptance: STURGEON ELECTRIC COMPANY, INC. NAME: TITLE: SIGNATURE: ACCOUNT EXECUTIVE: ESTIMATOR: AUTHORIZED BY COMPANY: NAME: TITLE: SIGNATURE: Roy Bouchard Operations Manager �oy t+osttdaed Brian Friar Michael Vermillion Weld County Proposal Sheet Sturgeon Electric, Inc. Confidential Page 1 Contract Form New Contra Entity Infor request Entity Name. STURGEON ELECTRIC COMPANY, INC Entity ID. O00005384 Contract Name. COMMUNITY CORRECTIONS CAMERAS (2022-0879) Contract Status CTB REVIEW Contract Description. CHANGE ORDER # 1 (CREDIT) Contract Description 2 Contract Type. CHANGE ORDER Amount. ($4,990.86) Renewable* NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- Bui ldingGrounds@weldgov.c om Department Head Email CM-BuildingGrou nds- DeptHead5weldgay.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEYOWELDG OV.COM ❑ New Entity? Contract ID 5219 Contract Lead. SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Requested BQCC Agenda Date. 08/29/2022 Parent Contract ID Requires Board Approval YES Department Project # Due Date 08/2512022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid JRFP #t* 822000$ 9 If this is a renewal enter previous. Contract ID If this is part of a MSA enter NSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Cont ates Effective Date Review Date. 10/31/202.2 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date* 10/31,,2022 Contact Its Contact inl Contact Name Purchasing Purchasing Approver CHERYL PATTELLI Approval .Process Department Head TOBY TAYLOR DH Approved Date 08O6/2022 final`Approoval BOCC Approved BOCC Signed Date BOCC Agenda Date 08/22/2022 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHERYL PATTELLI Contact Phone I Purchasing Approved Date 08'17?2.022 Finance Approved Date 08/17)2022 Tyler Ref AG 082222 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 08/17(2022 Con -ac -1 - (DR 57Z PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND STURGEON ELECTRIC COMPANY SURVEILANCE CAMERA UPGRADE COMMUNITY CORRECTIONS THIS AGREEMENT is made and entered into this _ i day of t L , 2021 by and between the Board of Weld County Commissioners, on behalf of the acilities Department, hereinafter referred to as "County," and Sturgeon Electric Company, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2200059. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Oy/1�8122 �`f � ;�6,OOZ�I � 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Cbntractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $46,516.37 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 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 (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 3 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. 4 a. Types of Insurance. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 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. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. b. Proofof Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are 5 sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold 'harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this 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. 16. 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. Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where 6 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. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Roy Bouchard Position: Senior Project Manager Address: 12150 E. 112th Ave. Address: Henderson, CO. 80640 E-mail: rbouchard@myrgroup.com Phone: 970-613-1327 TO COUNTY: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80634 E-mail: ttaylor(ciweldgov.com Phone: 970-400-2020 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, 7 representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then' capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or 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. 8 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the subcontract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If 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 Iaw, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 9 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. CONTRACTOR: Sturgeon Electric Company Inc. By: Name: Title: Date of Signature WELD CO�. ATTEST: 41i-fdo;ok Weld C. • Clerk to the Boar BY: Deputy Clerk 10 BOARD OF COUNTY COMMISSIONERS WE COUNTY, COLORADO K. James, Chair APR 1 8 2022 oZo - 7g7c Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 0 STREET GREELEY, CO 80631 DATE: FEBRUARY 16, 2022 BID NUMBER: B2200059 DESCRIPTION: SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE: MARCH 4, 2022 BID OPENING DATE: MARCH 18, 2022 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS A mandatory pre -bid bid conference will be held on March 41,2022 at 1:30 PM at the Community Corrections building located at 1101 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -proposal conference to be eligible to submit proposals. Bids will be received for the above stated merchandise, equipment, and/or services up to, but not later than: March 18 2022 at 10:00 AM Weld County Purchasing__ Time Clock . The submitted bids will be read over a Microsoft Teams Conference Call on j_rc ri 18, 2022 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Wain Meeting Room, 1150 0 Street, Greeley, CO 80634. Phone number: 720-439-5261 Phone Conference ID: 287643828 2. INVITATION TO BID: Bids shall include any and all charges for delivery, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay, if awarded the bid. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at httpsfiwww.h dnetdirect_.com/ Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bist_QatinaistOWIsligmanty: 1, Email. Entailed bids are required. Bids may be emailed to bids©weidgov.corn. If your bid exceeds 25MB please upload your bid to https:liwww.hiddnetdirect.com. The maximum file size to upload to BidNet is 500 M B . PDF format is required. Ema iled 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. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. 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. Trade Secrets and other Confidential information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, '{CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.B. 24-72-201, et seg., the Colorado Open Records Act (C0RA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(2)0V) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §24 -1O -1O1 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. E. Compliance with Law: The successful bidder shall strictly comply with a l l 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 thin iptgirpratgkirtn,,eirectition, nrnrl enfnrr e n,ert of the contract Any provision include- " 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 resented 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. H. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful 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. J. Extension or Modification: Any amendments or modifications to this agreement shall be in writing, signed by both parties. BID REQUEST #B2200059 Page 2 K. 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. L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. M. 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. N. 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. O. 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. P. Employee Financial Interest/Conflict of Interest — C.R.S. fi24-18-201 et seq. and 24-50.507: The signatories to this Agreement agree that, to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest, direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services, and the successful bidder shall not employ any person having such known interests. Q. 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. I. 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. S. Insurance_ Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. BID REQUEST #82200059 Page 3 COMMUNITY CORRECTIONS SURVEILLANCE CAMERA UPGRADE This bid is for the replacement of existing surveillance cameras and associated cabling at the Community Corrections building located at 1101 H Street, Greeley, CO 80631. The building is a transitional housing facility for criminal offenders. SCOPE OF WORK This project will involve replacing a current surveillance system with all new cameras and cabling. The cameras and associated licensing have been purchased and are in the possession of Weld County. This bid will involve a contractor certified in cable installation as defined in this specification to install cabling and to coordinate the swap of old cameras In a sequential and coordinated Obit to retain surveillance of the building to maximum extent possible during this upgrade. Weld County will fulfill final programming of cameras with assistance from contractor for view angles and operability. Below defines the scope of work: 1. The existing surveillance camera system is a mix of analog and digital devices using a local DVRINVR. The existing cameras and cabling need to be removed in their entirety and replaced with a system that uses the County's existing enterprise server system as the storage medium_ 2. The new cameras to be installed are listed in the Community Corrections Camera Attachment 1 and are being provided by the County. Cameras are fully configured and have been validated on the County network at another location. The new cameras are to be as follows: ' QTY MODEL DESCRIPTION 39 AXIS P3245-LV Indoor Fixed 1080P 8 AXIS P3245 -L E Outdoor Fixed 1080P AXIS M5525 -E lindoor & Outdoor PTZ 1080P Cameras will require new cabling routed from the new central switch location to each camera. The camera and switch locations are shown in the Community Corrections Camera Attachment 2. Contractor is required to establish new pathways for the cabling (may include core drilling), as needed). Bu rfa ce mounted cabling will only be used as a last resort and only upon approval from the Facilities Department. b . The new cabling must comply with the cabling specifications detailed later in this bid. The awai ded vendor must identify which company or sub -contractor as applicable will be performing the cabling installation so verification of qualifications can be obtained. 6 During installation each camera location needs to remain active on the current or new system. It is not acceptable to deactivate a camera on the current system without having a camera at that location operating on the new system that same day. Example: If camera #1 is being replaced, then cabling for camera #1 shall be installed, the new camera set in place, and made operational as one complete effortfor the day. Once the new camera #1 is operational, the existing camera #1 and cabling shall be removed. Sequencing in this manner will allow a phased cutover to the new system with minimal loss of surveillance capabilities. All existing cameras are to be removed and replaced. To the maximum extent possible, cameras are to be mounted in the same location as the original cameras. Cameras must be mounted securely, look professional and complete, and if needed, sealed against water intrusion. BID REQUEST #B2200059 Page 4 8. Some cameras are completely new and mounting hardware must be installed as part of this bid. These three cameras: E-8, E-9, E-10, are to be mounted using the County provided hardware below. CITY 3 MODEL AXIS TQ6501-E AXIS T94MOI D DESCRIPTION Parapet Mount Pendant Kit 9. All work can be done during normal business hours. Note: the facility will remain in normal operations during this project. Work near offenders will occur. 10. The Contractor shall be responsible for all ladders, lifts, etc. necessary to access equipment and perform tasks in a safe manner. 11. The County shall provide two new PCs for the Community Corrections staff to view the data content of the surveillance system using the eognify 0ccularis application. 12. Camera views shall be adjusted by the Contractor to match the existing cameras. In the case of the additional cameras, the Contractor will adjust the view according to guidance by the Weld County Facilities Technician. 13. The Contractor will be responsible to demonstrate camera operation at the connection point of the County provided switch using the Axis camera GUI or Axis Device Manager, Weld County will be responsible for the configuration of the cameras and integration of the cameras into an existing Qognify OccuParis ris system. 14. The contractor shah establish a pathway and connection between the two locations: I) The primary data closet shown as "Head 1" and 2) the network rack in the storage area shown as "Head in the attached diagram. Three (3) switches will be placed in the buildings primary data closet (A) in the locked rack and have all cabling terminate in this primary location. Contractor will then need to pull 24 strands of SM fiber optics and terminate them in this primary data closet (A) and in the rack in the storage area (B) where these can be cross connected back to the primary Weld County fiber. Therefore, the contractor is responsible for the procurement and installation of 24 strands of single mode fiber from the primary data closet (A) to the storage area room (B) rack and terminated in fiber patch panels using all fiber requirements listed below. 15 The Contractor shall provide a total of 24 strands of Corning Single Mode fiber optics using Unlearn LC connectors utilizing required labelling is to be ran and installed from the Primary Data Closet in the facility to and existing data closet storage room adjacent to the facility. All associated patch panels and pathways are to be verified and provided by the contractor. All patch panels, ladder rack and all other data closet equipment as specified are considered mandatory as an all-inclusive cabling turnkey solution. 16 The Contractor will purchase, configure, and install all patch panels and terminate all cables. Note: Weld County will be responsible for the procurement, i nsta Il atio n, and configuration of all network switches and cross connects. 17 Contractor shall install cables from the PC management stations to the patch panel to assure all connections are in the locked cabinet. This would raise the total to 67 copper cables. See Community Corrections Camera Attachment 3 for copper cable From/To list. 18, The contractor company (not just the individual doing the work) must be a Corning Certified Fiber Installer in the State of Colorado. Provide certificates of certification with bid submission. BID REQUEST #82200059 Page 5 19 Project's specifications including building footage and a cabling and data closet visual walkthrough will be reviewed at the mandatory pre -bid, The Contractor is required and responsible for all measurements of all cables and other materials, The walk-through will provide guidelines. CABLE & CABLE PATHWAY REQUIREMENTS Copper Cable and Pathwa 'Requirements: (QTY 67 cables rQQue ted) i CommScope 7504 Cat 6 Blue Cable • All terminations must be tested to 250 MHZ and test sheets must be bound and given to technical services for future reference. a All test documentation shall be delivered in hard and soft copy, Test documentation will include build out floor plan and cable test results. • All testing must be doneewith company owned equipment and Corning Certified for fiber. • Copper cable locations and other requirements will be handed out at the mandatory pre -bid meeting. • All cable runs will be home run from the distribution frame to each work area. • Bridge taps and splices are not permitted as part of the horizontal cabling. Grounded cabling is not required ,90 meter maximum horizontal cable length. • Provide neat cable management in the computer roo m , • Commscope High Density Modular Patch Panels P/N 1375292 (2U-48) will be utilized for Data Closet Terminations. • Commscope SL 110 Series Modular Jack to be utilize in conjunction with the Patch Panel for Data Closet Termination. All patch panel Jacks must be left populated even if a cable is not terminated. All ports in all installed patch panels must have a modular jack installed. • All patch panels and cables must be labelled. • All cables must be pulled to their final location, If conduits or cut outs are not supplied, or furniture mounting is required, the completion of the cable pull must be completed as requested. Provide support for cabling throughout the facility via J-hooks/Arlington loops or other similar means. • Assure a ANNSI code and other code requirements are met. • Assure all pathways are properly sleeved. • Pathways and/core drills may be required and should be included as part of the requirements of the project. Data Closet and Rack Requirements; • Provide appropriate and required equipment for cable bend radius wl rer water falling into the rack. • Provide fire caulking in all required locations. • Provide appropriate support. Contractor Requ_ften ents: • The contractor company (not just the individual doing the work) must be Uniprise Certified Installer in the State of Colorado. • At least one technician working on this project shall be BICSI (Building industry Consulting Service International) Certified. • Performance bond is required. • Have a 20 -year labor, materials; and application assurance warranty. • Contractor must comply with Coming's 25 -year labor, materials, and application assurance warranty. The contractor bonds are not associated with this 25 -year Corning warranty. • The contractor company is required to be within 2 -hour travel distance from 1101 H Street, Greeley, CO 80631. BID REQUEST #82200059 Page • All staff or agents of the contractor must be full-time employees. Contractors utilizing independent contractors, temporary employment or sub -contracting the work will not be permitted. • Project must have a full-time employee of the award company to perform project management duties. • The Contractor must have an office within 90 miles of Greeley, Colorado. Contractor Workmanship: • All work shall be done in a workman like fashion of the highest standards in the telecommunications indust ry • Corning Cable Systems SNP's (Standard Recommended Procedures) must be followed to ensure that materials are installed in a neat and secure manner, • Workers must clean any debris and trash at the close of each workday. • Vendor will replace or repair all materials, furnishing, and coverings that may become damage as a result of activities. • Any parts, components, subassemblies, or materials not specified, but necessary for a complete and functioning system must be furnished as part of the finished product. No additional allowances will be made for items omitted from the specifications. • All personnel working on site shall be visibly identifiable at all times as a representative of the vendor by clothing and photographed identification badges. Product Scope: • Projects Specifications including building footage and a cabling and data closet visual walkthrough h will be reviewed at the mandatory pre -bid, The Contractor is required and responsible for all measurements of all cables and other materials. The walk-through will provide guidelines. All installation activities to include cabling can be completed during normal business hours. Normal business hours are Monday through Friday from 7:00 AM until 5:00 PM. Product Specifications: Jack Specs: • Part number UNJ 600 CV Faceolates: Part number (V1101.-262 • Part number MI2L-262 • Part number M 14L-262 • Cubicle Furniture Faceplates i Blank Faceplates Security hardware (IF; Screws, etc) Patch Panels: • Commscope High Density Modular Patch Panels P/N 1375292 (2U-48) will be utilized for Data Closet Terminations. Commscope SL110 Series Modular Jack to be utilize in conjunction with the Patch Panel for Data Closet Termination, P/N 1375292 (2U-48) BID REQUEST #B2200059 Page 7 Patch Cables: • 192 (1) foot UN - R-1 F (Green) • 96 (5) foot LI1 6- R-5 (Green) • 96 (3) foot UN 6- R- F (Green) Copper Labeliim: • Cables to be labeled on both ends per the specified Weld County standard. This will be provided after the bid award. Cable Mana iernent: • 3 Leviton 49253 —LPM SAN 120 1U cable managers black 5 ring metal. PROJECT SCHEDULE The following is a listing of forecasted dates for this project: Date of this Bid February 16, 2022 Bid Advertised on Bid Net Direct February 16, 2022 Pre -bid Conference March 172022 Bids Are Due March 13, 2022 Contract Award Notice April 4, 2022 Contract Finalized April 13, 2022 Construction Start Immediately upon receipt of signed contract Project completion July 13, 2022 Please provide your company's proposed start and completion dates for this project. START DATE COMPLETION DATE PRICING Provide lump sum pricing for this project. LUMP SUM PRICE FOR WORK BID REQUEST #B2200059 Page 8 BID SUBMITTAL INSTRUCTIONS The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on March 18, 2022: 1, Pages 4 - 9 of the Bid Specifications 2. Completed pages 9 & 10 of the Bid Specifications 3. Current W-9 4. Any future Addenda must be completed Failure to include any of the above items upon submittal of your bid may result In your bid being Incomplete and your bid being rejected. CZ" BID REQUEST #B2200059 Page 9 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. #B2200059. 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 FAX PRINTED NAME AND TITLE SIGNATURE TAX ID # E-MAIL DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551 -0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 3. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller BID REQUEST #B2200059 Page 10 ATTACHMENT 1 Camera ID Camera Time Camera Description E-1 I AXIS P3245-LVE IRT COURTYARD E-2 AXES P3245-LVE LOADING DOCK AXIS P3245-LVE FEMME COURTYARD E-3 1-4 AXIS P3245,-LVE ADMIT. ENTRY E-5 AXIS MS525-E WEST ROOF (PT?) E-6 AXES M5525 -E 'EAST ROOF I'PTZ) E-7 AXIS P324S-LVE FEMALE COURTYARD E-8 AXIS P3245-LV'E 'SW ROOF E-9 AXIS P3245 -LYE 'SOUTH ROOF E -1D AXIS P32.45-LVE SE ROOF Camera JD Camera Type I Cam Description 1-1 AXIS P3245-LV I 1 RT !HALLWAY 1-2 AXIS P3245 -LM IIRT GROUP ROOM 1-3 AXIS P3245-LV ! I RT LAU N Y 1-4 AXIS P3245-LV CEO 2 1-5 AXIS P3245-LV CEO - 1 -6 AXIS P3245-LV DINING HALL 2 2-7 AXIS P3245-LV EIC)TTOM STAIRWELL 1.-8 AXIS P3245-LV 0INJMG HALL. I 1-9 AXIS P3245-LV.. MAIL BOXES 1-1D AXIS P3245-LV ADMIN ENTRY 1-11 _ AXIS P'3245-LV ADMIN ENTRANCE 1-12 AXIS P3245-LV CANIERA 9 1-13 q AXJS P3245 LV AMIN HALL 1-14 AXIS P3245-LV FEMALE DAYROOM 1-15 AXIS P32.45-LV IfEMALE HALLWAY 1-16 AXIS P3245-LV [CM ENTRY 1-17 AXIS P3245-LV I CAA HALL 1-ia AXIS P3245-LV MALE SIGN IN 1-19 _ AXIS P32.45-LV !SECU RPTY OFFICE (HAS AU DIG) 1-20 AXIS P3245-LV FRONT ENTRANCE 1-21 AXIS P3245-LV , FEMALE SIGN IN 1-22 AXIS P324S-LV SECURJT! OFFICE 1-23 AXIS P3245-LV „FEMALE HALLWAY 1-24 AXIS P3245-L'V MAIN ENTRY 1-25 AXIS P3245-LV ,'5TAiFty tElL Z _ 1-2.5 AXIS P3245-LV $TM RWE Camera ID Camera Type I 2-1 AXIS P324S4 Camera Description I NW HALLWAY 2-2 2-3 AXIS P324.5-LV CONFERENCE ROOM X15 P3245-LV WEST LALMNORV 2-4 A} IS P3245-L'V SW CORRIDOR 2-S AXIS P3245-L'V ENCLAVE 2-6 AXIS P3245 -1,V CM Ef TRY 2-7 AXIS P3245-LV TOP ST 4MRWELL P3245 -Lt' 2ND FLOOR COMP 2-9 AXIS P3245-LV SE EAST HALLWAY 2-1D AJ IS P3245-LV EAST LAUNDRY ROOM 2-11 ij ,X15 P3245-Lw EAST DA'YROOM 2-12 S P3245-Lv NORTH FAST HALLWAY _ 2-13 1 AXIS P3245-LV LIPSTAWS. $: CM MALL Address Building Name I Departments 1 View 1101 H Street Community Corrections Exterior N (i) • S ack "' a ATTACHMENT 2 Camera ID Camera Typc Camera Tescriu bon E-1 AXIS P324.5-LVE IRT COURTYARD E-2 AXIS P32.45-LVE LOADING DOCK E-3 I AXIS P.32.45-LVE FEMALE COURTYARD E-4 AXIS P3245-LVE AIJMIN ENTRY US AXIS M5525 -E WEST ROOF (PTZ E-6 AXIS M5525 -E p EAST ROOF (P17) E-7 AXIS P32.45 -WE FEMALE COURTYARD E-8 AXIS P3245-LVE1 S' +' ROOF E-9 AXIS P3245 -WE SOUTH ROOF E -1U AXIS P3245 -LYE I SE ROOF _1. -_I E-6 .+a i r Address Building Name / Departments View 1101 H Street Community Corrections 1st Floor N Head di All camera wiring connected to switches located here Camera ID Camera Type Camera Description 1-1 AXIS P3245-LV IRT HALLWAY 1-2 ! AXIS P3245-LV IRT GROUP ROOM 1-3 AXIS P3245-LV IRT LAUNDRY 1-4 J AXIS P3245-L C CEO 2 1-5 AXIS P3245-LV CEO 1 1-6 AXIS P3145-LV DINING HALL 2 1-7 I AXIS P.3245-LV BOTTOM STAIRWELL 1-$ AXIS P3245 -LW DINING HALL 1-9 AXIS P 3245-LV MAIL BOXES 1-10 AXIS P32.45-LV ADMIN ENTRY 1-11 AXIS P3245- ! ADMIN ENTRANCE 1-12 AXIS P3245-LV CAMERA 9 1-13 AXIS P324.5-LV ADIVIIN HALL 10:oaa 0111 rag ?r rt 1-u • iCamera ID Camera Type Camera Description I 1-14 AXIS P3245-tV FEPMm E DAY R.I 0 1-15 AXIS P3245-LV FEMALE HALLWAY 1-16 AXIS P3245-LV CM ENTRY 1-17 AXIS P3245-LV CM HALL _ 1-18 AXIS P3245-LV MALE SIGN IN 1-19 AXIS P3245-LV SECURITY OFFICE (HAS AUDIO) 1-20 I AXIS P3 245 -LUG F RONT ENTRA N CE 1-21 AXIS P3245-LV FEMME SIGN IN 1-22 ` AXIS P3245-LV SECURITY OFFICE 1-23 I AXIS P3245-LV FEI'A °E HALLWAY 1 24 AXIS P3245-LV MAIN ENTRY 1-25 AXIS P3245-LV STAI RW ELL 2 1-25 AXIS P3245-LV j STAIRWELL 1-14 Head 2: Weld IT r'adl Address Building Name I Departments 1101 H Street N CQ Community Corrections View 2nd Floor Camera IC] Camera Type Camera Description 2-1 AXIS P3245 -Iii NW HALLWAY 2-2 AXIS P3245-Lv CONFERENCE ROOM 2-3 AXIS P3245-li! WEST LAUND Y 2-4 AXIS P3245-LV I SW CORRIDOR 2-5 AXIS P3245 -L ' ENCLAVE 1-E AXIS P3245-0/ I CM ENTRY 2-7 AXIS P3245-LV TOP STAIRWELL 2-8 AXIS P'3245-LV 2ND FLOOR COMP 2-9 AXIS P3245-LV SE EAST HALLWAY - 2-10 AXIS P3245-LV EAST LAUNDRY ROOM 2-11 AXIS P3245-LV EAST DAYROOM 2-12 AXIS P324S-LV NORTh EAST HALLWAY 2-13 AXIS P3245 -I UPSTAIRS CM HALL ATTACHMENT 3 Cable ID From To Purpose Type Head #1 E-1 Camera Copper Head #1 E-2 Camera Copper Head #1 E-2 Spare cable Copper Head #1 E-3 Camera Copper Head #1 E-4 Camera Copper Head #1 E -S Camera Copper H ead #1 E-5 Spare cable Copper Head #1 E-6 Camera Copper Head # 1 E-6 Spare cable Copper Head #1 E-7 Camera Copper Head #1 E-8 Camera Copper Head #1 E-8 Spare cable Copper Head #1 E-9 Camera Copper Head #1 ' E-9 Spare cable Copper Head #1 E-10 'Camera Copper Head #1 E-10 Spare cable Copper Cable ID From To Head #11 1-1 I Head #1 Head#1 Head #1 Head #1 Head #1 Head #1 Head #1 1-1 1-2 1-2 1-3 1-4 1-5 1-6 Head #1 I 1-7 Head #1 Head #1 Head #1 Head #1 Head #1 Head #1 Head #1 Head #1 Head #1 Head #1 Head #1 Head #1 Head #1 Head #1 Head#1 1-8 1-9 1-10 Camera Type Camera Spare cable Camera Spare cable Camera Camera Camera Type Copper Copper Copper Copper Copper Copper Copper Camera (Copper Camera Camera Camera Camera 1-11 'Camera 1-12 1-13 1-14 1-15 1-15 1-16 1-17 1-18 Camera Camera Camera Camera Spare cable Camera Camera Camera 1-19 (Camera 1-20 1-21 1-21 Camera Camera Spare cable Copper Copper Copper Copper Copper Copper Copper Copper Copper , Copper Copper Copper Copper Copper Copper Copper Copper 16 Head #1 1-22 'Camera Copper Head #1 1-23 Camera Copper ; 1-24 Camera Copper Head #1 1-25 Copper Head #1 Camera Copper Camera Head #1 1-26 PC #1 Head #1 , PC Copper PC Spare cable Copper Head #1 Head #1 PC ' PC #2 Copper Head #1 PC pare cable Copper 1 Head #1 Head #2 Fiber Cable ID From To Camera Type Type 2-1 Copper Head #1 Camera Head #1 2-1 Spare cable Copper Head #1 2-2 Camera Copper Head #1 2-3 Copper Camera I Head #1 2-4 Camera Copper Head #1 2-4 Spare cable Copper Head #1 Copper Camera 2-5 Head #1 2-6 Camera Copper Head #1 2-7 Camera Copper Head #1 Camera Copper 2-8 Head #1 2-9 Camera Capper Camera Capper Head #1 2-10 Copper Head #1 Spare cable 2-10 Head #1 2-11 Camera Copper Head#1 2-12 Camera Copper Head #1 Spare cable Copper 2-12 Head #1 2-13 Camera Copper 34 17 Copper runs: 6/ SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS Question & Answer B2200059 Posted — 3/14/2022 1. Please confirm existing riser pathways from MDF to Second Floor Ceiling space has adequate room for cable adds. Answer: It does not have enough room for added cables. Two additional penetrations will be required. 2. Please confirm if core holes will be required between fist floor and second floor (if so will we need to xray the floor prior to making core holes?) Answer: Yes, additional penetrations are required. GPR is not required between floors, Xray will be required at block walls, SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS Question & Answer B2200059 3. If core hole between floors are required please identify room location to make these. Answer: See below for locations and referenced photos to determine best locations for cores. (Below is a representation of general locations observed in the field. Contractor to verity and determine exact locations in the field.) C -:r All camera wiring connected to equipment here 4. Please confirm existing conduit pathway to the roof has room for replacement and new cables? Answer: It may be possible to use existing conduit pathways but in the event that not enough space is available, it will be the contractor's responsibility to provide additional penetrations f patching at the roof. 5. Please provide pictures of 1st floor ceiling space to confirm if there are existing cable support/jhooks Answer: Provided. Existing jhooks are present but if existing jhooks are at full capacity it will be the contractor's responsibility to install new jhooks as needed. The contractor will be responsible for providing new jhooks for new pathways due to new camera locations. SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS Question & Answer B2200059 6. Please provide pictures of 2nd floor ceiling space to confirm if there are existing cable support/Jhooks Answer: Provided, Existing jhooks are present but if existing jhooks are at full capacity it will be the contractor's responsibility to install new jhooks as needed. The contractor will be responsible for roviding new jhooks for new pathways due to new camera locations 7. Please provide pictures of Roof with existing roof penetration and cable pathway Answer: Provided (please see below). Note, the contractor is responsible for all roof penetration repairs. SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS Question & Answer B2200059 8. Will we need to provide conduit on the roof for the 2 new cameras? Answer: Yes, conduit will need to be provided for the new cameras located on the roof, Please reference he kbeloaly .-tkrr+.ter rtii.rich ri'+�n;arr penetrations for two different fferent cameral Ift2tionC photos VWII �..I 13I tJYY.7 �''L ILI.r I.flJIaJ rsja . I I bAit f at a rr k.0 t +r. wl I+.rtiMtat1i I&, 9, Please provide pictures of existing conduit riser sleeves on floors 1, 2 and roof showing existing cables. Answer: Provided Exhibit B SPTinj eon 12150 East 112th Avenue. Henderson, CO 60640. (303) 286-8000 PROPOSAL PROPOSAL SUBMITTED TO: Weld County 1150 B STREET Greeley, CO 80631 March 18, 2022 Project Name: Weld County SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS Reference: BID NUMBER: B2200059 Description of work: Division 27 Structured Cabling Installation Any item not specifically identified in the provided Scope of Work and Bill of Materials may require additional costs. Material Labor Fiber Optic Backbone Cabling $ 4,078.14 $ 2,341.63 Total 6,419.77 Horizontal Cabling and camera installation S 17.272.29 $ 19.338.05 36.610.34 amid Total 1 48.516,37 Exclusions: Conduit, basket tray, ladder rack, equipment racks, cameras, NVR, servers, PC's, camera mounts and hardware Weld County agrees to pay Sturgeon's Billing for such work within 30 days of the date of ouch billing. If Weld County rails to so pay, ft shall be liable to Sturgeon for: Late charges of 16:% per month on the unpaid balance; any costs and attorney's fees incurred by Sturgeon in collecting and amount due. The proposal may be withdrawn if not accepted within 30 days. Work will be undertaken upon written acceptance of the proposal, r ri rrt tcnpal! Is guaranteed to he as specified. Add work to he compucled to a workmanlike manner according to standard practices. Ally alteration or deviation from above apeclflcalions involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate, All agreements are contingent upon accidents or delays beyond our control. Owner agrees to indemnify and hold the proposer, his employees and agents harrnpesairn the event of bodily injury or property damage arising from the actual, alleged or threatened discharge, dispersal, released or escape of any pollutant as defined in the current ISO policies held by the proposer, Accapt'ancn of Proposal - The above prices, specifications and canditicns are satisfactory and are hereby accepted, You are authorized to do the work as specified. Payment will be made as i outlined above. PLEASE INDICATE ACCEPTANCE BY SIGNING AN[) RETURNING ONE (1) COPY TO NAY ATTENTION. Date of Acaeptati e STURGEON ELECTRIC COMPANY, INC. NAME: TITLE SIGNATURE: ACCOUNT EXECUTIVE: ESTIMATOR: Roy Bouchard Operations Manager Brian Friar Michael Vermjllion AUTHORIZED BY COMPANY: Weld County NAME: TITLE: SIGNATURE: Proposal Sheet Sturgeon Electric, Inc. Confidential Page 1 Bill Of Materials Project Deecripilon Weld County SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS 1150 O Street Greeley, CO B0631 March le, 2022 . UOM 14,000 feet 2 each 16 each 51 each 4 each 3 each 75 ft 49 each 134 each '134 each 2 each 96 each 3 each 192 each 96 each ea each 131 each 1B1 each 191 each 51 each 3,350 feet 2 each 3 each 51 each 365 1 2 feel each each 4 each 4 each 4a eech 46 each 2 each 24 each 49 each 3D each 366 feet .4 pooh 13 each 13 each 51 each 2 each I each M Ara PIN CS37P-9W 108168543 LiX J60o-OY 700235568 107057926 DTK-11 OR,JC6APUIE CPP-UUDM-SL-2U-la USL600-SI 49253-LPM UNC9-GIB-1 F UNCB-GR-3F UNCB-014-5F 3576114 50352 CAT32HP4Z34 P4234 430G 024Eee-33131-A3 ACG24K CCH-01U CCH-CS12-A8-POORE SFS-SLEEVE LJSLB-Y'3-1 D404O2G5'i 20002M 31095 4300 4754 3576114 50352 CAT32HP4234 FS100 Delimitation UnlpriSe C537 Cat -6 Enhanced pletiurn. 4 -pair Blue Cmmrnaccpe while quedplex faceplate Commgcopa Modular Jack Cat -6 Gray Comrnecape Category 6 LIUTP Cord, Plenum , R345 to Ceiling connector, 1.5 ft Sy+stirnax lflihite Dust Cover Inert e1 Xpak) DITEK Cat -5A 4 -pair lightning protector panel 110 in a RJ-45 out far use with Outside Plant Cameras and WAFTS (This protector is not weather praol)1 # 6 ground wire Instal Owner provfded Camera Faceplate Labels / patch panel labels Cable Labels Comrnsc pe 45 -Port Slim Line Modular Panel (empty) Comm!cope Modular Jed( Slim Line Cat -6 Black Leuiton 5 -Ring Horizontal Manager, 1 RU, 41" mental rings Carnmscope in Category -6 Patch Cord Green Commacope 3ft Category -9 Patch Cord l3reen Cotnrnscope 5rt Category -6 Patti Cord Green HI111i Ceiling supports grid wire 12GA Galvanized and dip Eft, Ceiling supports shot 27ca1, yellow Gelling supports J- hook Cet-32 Ve l cra PVC Greenlee Jet line 5300F7 Fluor Cores - subcontractor Roof penetrations - subcontractor Fire Stop ( used on number of lo -cations) Fiber Backbone Corning MIC® Tight -Suffered, Interlock ng Armored Cable, Plenum, 24 F, Single -mode (0S2) Pariduit armored fiber ground kit Dna cable up to .84 Cie, Corning fiber patch panel 1U accepts 2 CCH adapter panels Corning CCH Plgtealed Splice Cassette, t2 F, LC UPC dupex, Single -mode (052), single - fiber (25D pm) Shrink tube Consurnables for fiber optic splice Panduit Fiber optic cable labels 10OOPAK 21n x 3.17i n cable labels Corning 8 ft duplex LC S/M teraapeed patch cord Patch card labels Velcro PVC Greenlee Jet line S300FT ft/taciturn 0 -ring Hillll Ceiling supports grid wire 12GA Galvanized and clip 8ft, Ceiling supports allot 27ca1, yellow Ccikrng supports J- hook Cet-32 Miri STI Sleeve - uirn round Fire Stop Materiel Total Pet ikrot itnedit tan .$125.79 $1,39 $17,37 $0,18 $0,16 $100.78 $7,53 $37.7'2 STEM $L.41 $e.ge $2,11 $0.30 $5 50 $0,24 $0,02 $752.30 S578,70 $2.30 $2,12 $40.11 6230,73 $405,53 $1.16 $0.58 $0.31 $1474 $15,53 $0416 $0.24 $0.02 $2.32 $2.11 $0.30 $5.50 $37.04 $23:52 55,706.00 $3.82 $111.20 $944,52 $072 $377.37 $104.25 $051,13 $21,44 $21.44 $201,52 $722,68 $113,37 $1;45&20 $007.30 $863.04 5301,91 $54,36 $995.50 $12.24 $67.00 $1,504,60 $1,736.10 $121.30 51,055, 801 $40.11 $477,48 $1,622.52 $4.54 $ 27.84 $14,06 $3,45 5375.12 $7.89 $7.20 $7.30 $9 20 $ 26.90 $3,63 $290.50 $74,08 $243,62 BOM Sturgeon Electric, Inc. Confidential Page 2 • - All staff or agents of the contractor must be full-time employees. Contractors utilizing independent contractors, temporary employment or sub -contracting the work will not be permitted. Project must have a full-time employee of the award company to perform project management duties. The Contractor must have an office within 90 miles of Greeley, Colorado. Contractor Workmanship • All work shall be done in a workman like fashion of the highest standards in the telecommunications industry. • Corning Cable Systems RP's (Standard Recommended Procedures) must be followed to ensure that materials are installed in a neat and secure manner. • Workers must clean any debris and trash at the close of each workday. • Vendor will replace or repair all materials, furnishing, and coverings that may become damage as a result of activities. • Any parts, components, subassemblies. or materials not specified, but necessary for a complete and functioning system must be furnished as part of the finished product. No additional allowances will be made for items omitted from the specifications. • All personnel working on site shall be visibly identifiable at all times as a representative of the vendor by clothing and photographed identification badges. rod ct Scope: Projects Specifications including building footage and a cabling and data closet visual walkthrough will be reviewed at the mandatory pre -bid, The Contractor is required and responsible for all measurements of all cables and other materials. The walk-through will provide guidelines. All installation activities to include cabling can be completed during normal business hours. Normal business hours are Monday through Friday from 7:00 AM until 5:00 PM. Product Specifications: Jack Seecs: • Part number UNJ 600 GY Face laces: Part number M101.-262 i Part number MI 2L-262 Part number M 14L-262 • Cubicle Furniture Faceplates • Blank Faceplates • Security hardware (lE; Screws, etc) Patch Panels; • Commscope High Density Modular Patch Panels PIN 1375292 (2U-48) will be utilized for Data Closet Terminations. • Commscope SL -I10 Series Modular Jack to be utilize in conjunction with the Patch Panel for Data Closet Termination. • PlN 1375292 (2U-48) BID REQUEST #B2200059 Page 7 Patch Cabin 192 (1) foot UNC6-GR-1 F (Green) • 96 (5) foot U 6-GFI-5F (Green) • 96 (3) foot UNC6-GR-3F (Green) Copper Labeling_ • Cables to be labeled on both ends per the specified Weld County standard, This will be provided after the bid award. Cable Management: • 3 Leviton 49253 —LPM SAN 120 1 U cable managers black 5 ring metal, PROJECT SCHEDULE The following Is a listing of forecasted dates for this project: Date of this Bid February 16, 2022 Bid Advertised on BidNet Direct February 16, 2022 Pre -bid Conference March 4, 2022 Bids Are Due March 18, 2022 Contract Award Notice April 4, 2022 Contract Finalized April 13, 2022 Construction Start Immediately upon receipt of signed contract Project completion July 13, 2022 Please provide your company's proposed start and completion dates for this project* START DATE June 1, 2022 COMPLETION DATE July 13, Z022 PRICING Provide lump sum pricing for this project. LUMP SUM PRICE FOR WORK 46'516137 a BID REQUEST #52200059 Page 8 II I $�IO SUBMITTAL INSTRUCT{ NS The following items must be completed and submitted with your bid on or before the bid opetigi deadline of 10 00 Aryl on March 1$ 2022: 1. Pages 4 - 9 of the Bid Specifications 2. Completed pages 9 & 10 of the Bid Specifications 3. Current W-9 4. Any future Addenda must be completed Failure to include any of the above Items upon submittal of your bid may result in your bid being Incomplete and your bid being rejected. BID REQUEST #B2200059 Page 9 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. #02200059. 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 spec cations 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 Sturgeon Electric Company Inc. Local Office is 548 S.E. 8th Street #B2 Loveland CO, 80587 BUSINESS ADDRESS 12150 East 112th Avenue CITY, STATE, ZIP CODE Henderson, Colorado, 80640 TELEPHONE NO 970 13-1327 FAX 970-635-98M PRINTED NAME AND TITLE Roy Bouchard, Senior Project Manager TAX ID # 8U-0681208 SIGNATUREattottarrQY�i E-MAIL rbcuchard@mYmrour.com DATE 3-18-2022 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 — 3 ATTEST: Weld County Clerk to the Board •r t F BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #B2200059 Page 10 Form W-9 fRov. October 2,0119 newsmen' of the Treseury inirsatel named Smite I Nome (ae ul raven on your Income tax return). Nance is required CO intehim; do not (MAYO tilt kne tbPwih Sturgeon Electric Company, Inc 2 eusinosa name/disregarded entity name, It dillan:at! from abeam a Ciao% appropriate box for federal t+I c classification of the person whose name is entered on tine t. Check only ono of the following Seven boxes. ID In iividual/anis proprietor or aingfa•member LLC [1 'l ruled Roblisy COmpany, Enter the tax clneahftaglan (CRC CVV-pralton. ST'S cw c#'l r, PrgPsonership) s` C Corporation [1 $ Ccrporalian O Partnership O TruWestete Give Form to the requester, Do not send to the IRS. Note; Chock the appropriate box In tho lire owe rot the tax elassificalkifi ten aloglosinombdt owner. Do not chock tie II the L.LC le classified as a singla=rnernbeq Ike goof le clloregardo l tram the owner unless the owner °liItro Ll.G fa Soother I I:(thrat is not distiniecied from Iho ©wnrr for U.S. Wenn lax putpossa. Othan ise, a single -member LLC thei is divot:pated front Ina owner should dwell( the npproodow boa, for flit lax cleedificsilion of its ownor. OIlpr t rria uctitan 4)!� Request for Taxpayer Identification Number and Certification le Go to wwweinegovirormt449 tor Instructions and the latent Intarmetlun 6 Address &ember,, anti, tine apt or guile no.) Sue IeJtrucfl ns 12150 F 112th Ave CitYg stet%% and ZIP code Henderson, CO 80640 7 I. iris ncnasn aumbertni Itw (opilonal) Taxpayer Identification Number (TIM Enter your TIN irn the appropriate r box. The TIN p�rovlrfec! ritual �r�u#r.it the nom givon laic t to avail backup withholding:, For indivrduols. this Is generally your smite security number ( N). I Iowovnr, icr a resident alien, sole proprietors or disregarded entity, sea Me instructions (cw Pan P. tutor. For mbar r�rttit a� k is your employer Ida nllfcation number (EI . if you do not have a !mamba rid see flow to gal! a T€{, later:. Note: if the account Is In more man one name. SOO lho Instructions: for ilne 1. Also see mist* Name and Number To Give the Requester for guidelines on whose number to enter.. 4 Exemptions (codas apply only to Caitlin ordain% not Individuals; rO instructions an page 3): Exempt payee code W any) Exemption from FATCA reporting code of any) s Is nermon auktiOrdo n eu usj Ra wn erIt nine sod edema a iopnonel) Certification 90001 ■ccwjiv number ii-js.1 +gar Ernj: &yertclotttlfildemen nurrilieral 411—C7.1 6 a M Q 1 2 0 6 L Under penalties of perjury, I certify that: 1. The giber shown on tips form Is my coil taxpayer Identification number (or I am waiting for a number to be issued to me); and 2, II am not subject to backup withholding because: (a) .I ant eXernpl from backup with ping, or ) I !have not been notified by the Internal Revenue Service ORS) ihat i am nulled to backup withholding es a result of ft failure to report MI interest air dividends. or (cc the IRS has notified mo that I yam no longer subject to backup wuithhotdiing; and B. I em a U.S. citizen or other U & person (defined below); and 4. The !FATCA code(s) entered on Hits terra (it any) Indicating that I am exempt ttorn MICA reporting to correct Certification instructions, you must cross out Item 2 above If you have been notified by the IRS that you ere currently subject to backup wfthhck ng because yy'. For real estate lransacticnel, item 2 sot apply,. For mortgage interest. acquisition o abandonment of secured properly„ eaor . ou have a to report tilt lrtietest and t�l�ridiarxtt�s on yew lax relut�- p P ��� +d'abi. contributions to an Indi+rldue! retirement .arrangIilmenl (MAL and generally, payments: other than interest end dividends,you ore not required to sign the certification, but yOu trust provide your erect TIN. Seethe Instructions for Part ilia*, Sign I Signature or Here Lire. parson" - General instruc ns swoon references are to the internal itevenue Code unless otherwise noted. Futuoi developments. For the latest Ihtorrnallon about dmreloprnents reluted to Form W-9 and Ito inetruollcrae, ouch as legislation enacted after they ware MN shed, go, to iwwverfragov1FornaV9, , -- _ f _ Dates iw 01/0512022 Purpose of Form Art Individual or entity (Form W-9 requester) who is required to file an Information relurn with the IRS must c-bleln your correct taxpayer identification number. (11W) which may be your motel security number CSSMM. Individual taxpayer Id'entificatlon number (IlN)I adoption tercpayer #denlillcalkri number LATIN), or employer idonlittnnlion number lit* to report on an informaiiion return the amount paid to you or other nmount repo 'Whig art an Intern -ration retuna Examples of Peformation returns include.but are not limited to, the follow in . * Form 109Y-INT (interest earned or paid) Cal. No. 10231X • Form 1 9-DIV (dividends, Including those from stocks or mutual funds) • Form 1 OsiiMu1 C (various types at income, prizes. awards, or gross proceeds) • Forrn 1+ -B (Stock or mutual fund sates end certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) ▪ Form 1099-K (merchant card and third party network transactions) • Form 1028 (horns mortgage interest), 1088-E (student loan interest), i [198-T (coition) Form 11199-C (canceled debt) * Form 1099-A (ecquieitian or abandonment of secured property) Use Form W-9 only If you are a US. person (including a resident alien), to provide your correct TIN, if you do not term roan Wlt-9 to Irmo re c e slur with a TIN, you might be sub/act to backup withhok ing. sac What Is backup withholding, later. Forms W-9 (Rev. 1tl-4018) Exhibit B S?ijecn terNFr- 12150 East 112th Avenue. Henderson, CO 80640, (303) 286-8000 PROPOSAL PROPOSAL SUBMITTED TO: Weld County 1150 D STREET Greeley, CO 80631 March 18, 2022 Project Name: Weld County SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS Reference; BID NUMBER: B2200069 Description of work: Division 27 Structured Cabling Installation Any item not specifically identified in the provided Scope of Work and Bill of Materials may require additional costs. Fiber Optic Backbone Cabling Material Labor $ 4,078.14 $ 2,341.63 $ Total 0,419.71 Horizontal Cabling. and camera installation $ 17,272.29 $ 19.338 06 $ 36.610,34 Grand Total S 46.516.27 Exclusions: Conduit, basket tray, ladder rack, equipment racks, cameras, NVR, servers, PC's, camera mounts and hardware Weld County agrees to pay Sturgeon's Billing for such work within 30 days of the date of such billing. If Weld County falls to so pay, it shall be liable to Sturgeon for: Late charges of I %% per month on the unpaid balance; any costs and attorney's fees incurred by Sturgeon In collecting and amount due. The proposal may be withdrawn If not accepted within 30 days. Work wild be undertaken upon written acceptance of the proposal, All material is guaranteed to he as specified, tl wcuk to be compreted in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra cows will be executed only upon written orders, and MI become an extra charge over and above the estimate. All agreements are contingent upon acddents or delays beyond Our control. Owner agrees to indemnify and hold the proposer, his employees and agents harmless in the event of bodily Injury or property damage arising from the actual, alleged or threatened discharge, dispersal, released or Iescap P of any pollutant as defined in the current ISO policies held by 'ti,eprmpo er, Accoptu,ncoof Proposal - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are auliaorized to do the work as specified. Payment will be made as outlined above. PLEASE INDICATE ACCEPTANCE BY SIGNING AND RETURNING ONE (1) COPY TO MY ATTENTION. Date of Acceptance STURGEON ELECTRIC COMPANY. INC, NAME: TITLE: SIGNATURE: ACCOUNT EXECUTIVE ESTIMATOR: AUTHORIZED BY COMPANY: NAME: TITLE SIGNATURE: RoyBouchard _ O erations Mane*er 09 Brian Friar Michael' Vermillion Weld County Proposal Sheet Sturgeon Electric, Inc, Confidential Page 1 211101 Materials Project Deecrlptl an Weld County SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTION! 1150 0 Street Greeley, CO 80831 March 18, 2022 Qty. UDM Mfr. PIN Date 14.000 2 18 51 4 feet each each each each 3 each 75 ft 49 each 134 each 134 each 2 each 96 each 3 each 192 each 90 each 08 each 181 each 181 each 151 each 51 each 3,350 feet 2 each 3 'Ranh 51 each 385 1 2 4 4 43 45 2 24 48 30 365 J1 13 13 61 2 feet each each each each each each each each each each feet ocbch each each each each CS37'P-9W 108168543 UN JBOO-GY 760235565 101087926 DTK-11ORJC6APOE CPP-U DDM-SL-2U-40 USL50D-9l 49253-LPM UNCBOR-1 F UNCeaGR-3F LJNC8-GR-5F 3578114 50352 CA1321-fP4Z34 43CG 024E88 -33131-A3 ACG24K CCH-01U CCH-CS12-A9-PDORE SFS-SLEEVE LJSL8-Y3-1 04040205120002M 31 086 430G 4764 3576114 50352 CA►T32HP4Z34 FS100 I1ndplse CS37 Cal -11 Enhanced Ovum 4 -pair Blue Cnmmecoeu white qua€tplex faceplate Comrnscopo Modular Jack Get -6 Gray Gomrnscope Category 9 U/UTP Cord, Plenum , RJ45 to Ceiling connector, 1.5 I>t. Syatimax White Oust Cover Insert (100pak) DITEK Cat -BA 4 -pair lightning protector panel 110 in & R4-45 out tot use with Outside Plant Cameras and WAP"s (This protector is not weather proof), # 6 ground wire Inelaf Owner provided Camera Faceplate Labels / patch panel labels Cable Labels Comnnecepe 43 -Port Slim Line Modular Panel (empty) Comrnscope Modular Jack Slim Line Cate Black Leviton 5 -Ring Horizontal Manger, 1 RU, 4" mnatel rings Commscope 1 ft Category -6 Patch Card Green Contmscope aft Category -6 Patch Cord Green Connmacope 5ft Catag€rry-8 Patch Cord Greer HIM railing supports grid wire 12GA Galvanized and clip 8ft, Ceiling aumarts shot 2Fcal. yellow Ceiling supporta Jim hock Cat -32 Velcro PVC Greenlee Jai line 5300FT T Floor Cores- subcontractor Roof penetrations - subcontractor Fire Stop ( based on number of locations) Fiber Backbone Corning MIC® Tight -Suffered, Interlocking Armored Cable, Plenum, 24 F, Single -mode (0S2) Panduit armored fiber ground kit one cable up to .94 ma. Corning fiber patch panel 1U accepts 2 CCH adapter panels Corning CCH Pigtailed Splice Cassette, 12 F, LC UPC duplex, Single -mode (0S2), single - fiber t250 iim) Shrink tube Consumables for fiber optic splice Panduit Fiber optic cable labels 1 a00PAl< tin x 3.171 n cable labels Corning 5 ft. duplex LC SIM teraspeed patch cord Patch cord labels Velcro PVC Greenlee Jet Ilne 53O13FT Modi urn in rinpn Hilltl Ceiling supports grid wire 12GA Galvanized and clip Oft. Ceiling supports shot 27ca1. yellow Caging supparta J- hook Cet-32 Mini Snit Sleeve - tin round Fire Slop Nllited i l� Tote l Per Unit Mu tidal Coat 50.41 $5,,796.00 $1,01 $3.82 $6.95 $111.20 $18.52 $944.52 $0.13 $0.7'2 $12579 $377,37 $1',3'0 $104.25 $17,37 $851.13 $0.16 $21,44 $0.16 $21.44 $100.78 $201.52 $7.53 $72293 $377'9 $113.37 $7,80 $1,459,20 $8,41 $307.38 $6.99 $063.04 $2.11 $381,91 $0,30 $54.30 $5 ,5€J $995.50 $3,24 $12.24 00,02 $57,00 $752,30 $1,4504,80 $ 578.70 $1,7'3610 E2.36 $121.35 $2,42 $40.11 $23$, 73 $405.83 $1.16 $0.58 $0.31 $134 $15.63 $0.18 $0.24 $0.02 ry 32.11 $0.30 $5.50 $37,04 120.52 $1,066.80 $40.11 $477,49 $1,522 52 $4.84 $27.124 $14.95 $3.49 $37'512 $7.81 $7120 $7.30 $920 $28.90 $3 83 $260.50 $74.08 $20,5.P: BOM Sturgeon Electric, Inc. Confidential Page 2 I a • e All staff or agents of the contractor must be full-time employees. Contractors utilizing independent contractors, temporary employment or sub -contracting the work will not be permitted, Project must have a full-time employee of the award company to perform project management duties. The Contractor must have an office within 90 miles of Greeley, Colorado. Contractor Workm nship • All work shall be done in a workman like fashion of the highest standards in the telecommunications industry. • Corning Cable Systems RP's (Standard Recommended Procedures) must be followed to ensure that materials are installed in a neat and secure manner. • Workers must clean any debris and trash at the close of each workday. • Vendor will replace or repair ail materials, furnishing, and coverings that may become damage as a result of activities. • Any parts, components, subassemblies, or materials not specified, but necessary for a complete and functioning system must be furnished as part of the finished product. No additional allowances will be made for items omitted from the specifications. • All personnel working on site shall be visibly identifiable at all times as a representative of the vendor by clothing and photographed identification badges. Prict Scope: 1 Projects Specifications including building footage and a cabling and data closet visual walkthrough will be reviewed at the mandatory pre -bid. The Contractor is required and responsible for all measurements of all cables and other materials. The walk-through will provide guidelines. 4 All installation activities to include cabling can be completed during normal business hours. Normal business hours are Monday through Friday from 7:00 AM until 5:00 PM. Product Specifications: Jack Specs: • Part number LAU 600 GY g Faceplat: • Part number MILL -262 • Part number M1 2L-262 • Part number M I4L-262 • Cubicle Furniture Faceplates • Blank Faceplates • Security hardware (lE; Screws, etc) Patch Pane s; • Commscope High Density Modular Patch Panels PIN 1375292 (21..1-48) will be utilized for Data Closet Terminations. Commscope SL110 Series Modular Jack to be utilize in conjunction with the Patch Panel for Data Closet Termination. • P/N 1375292 (2U-46) ra _ BID REQUEST #B2200059 Page 7 Patch Ca',Ies: • 192 (1) foot UNCG-G R-1 F (Green) i 96 (5) foot UNC6-GR-5F (Green) e 96 (3) foot UNC6-GR-3F (Green) Copper Labe&iriq Cables to be labeled on both ends per the specified Weld County standard. This will be provided after the bid award. Cable Management • 3 Leviton 49253 --1PM SAN 120 1U cable managers black 5 ring metal. PROJECT SCMULE The following is a listing of forecasted dates for this project: Date of this Bid February 16, 2022 Bid Advertised on BidNet Direct February 16, 2022 Pre -bid Conference March 4, 2022 Bids Are Due March 18, 2022 Contract Award Notice April 4, 2022 Contract Finalized April 13, 2022 Construction Start Immediately upon receipt of signed contract Project completion July 13, 2022 Please provide your company's proposed start and completion dates for this project. START DATE June 1, 2D22 -4 COMPLETION DATE July 13, 202? pRigustg Provide lump sum pricing for this project _ LUMP SUM PRICE FOR WORK 46516.37 ss _ BID REQUEST #B2200059 Page 8 stn S!UI3MI Tr L if Ti i.l ii`I The following Items must be completed and submitted with your bid on or before the bid onenina d'eadlinaof 10:00 AM on March 18, 2Q22: *I. Pages 4 - 9 of the Bid Specifications 2. Completed pages 9 & 10 of the Bid Specifications 3. Current W-9 4. Any future Addenda must be completed Failure to Include any of the above items upon submittal of your bid may result in your bid being Incomplete and your bid being rejected. BID REQUEST #62200059 Page 9 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. #0220005$. 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 bids) may be awarded to more than one vendor. FIRM Sturgeon Electric Company Inc. Local Office is 548 S. E. 8th Street B2 Loveland CO, 80537 BUSINESS ADDRESS 12150 East 112th Avenue CITY, STATE, ZIP CODE Henderson, Colorado, 80640 TELEPHONE NO 970-413-1327 FAX 970.635-9854 PRINTED NAME AND TITLE Roy Bouchard, Senior Project Manager TAX ID * 84-0681206 SIGNATURE _Rost 8014.0thattr,ote E-MAIL rbouchardmyrgroUp.00m DATE 318-2022 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-9386141000. YOU DO NOT NEED TO SEND BACK PAGES 1 an 3. ATTEST; Weld County Clerk to the Board BY. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #B2200059 Page 10 Form (Rev. October 2018) rklaaatnurnt of the Treasury ingcnrrinl rlavee:ee Sums 7 Sturgeon Electric Company, Inc ss eareemisiegatees entity name, If cliUerannt from above Request for Taxpayer Identification Number and Certification fr Go to trawirsegoviFormitikS for Instructions and the Maas informallan. I Name (as shown on yaw Iwws,JVrur lam relurmj. wue is required CO thin Urnn do rvnl ICU* this lire tom Give Form to the requester, Do not send to the IRS. 3 Check appropriate box for federal tax orcselfkcalion of the person whose name to entered an line 1. Check only one of the following seven boxes. I I' irtdlvlduwsoio proprietor or C Corporation O S Carpceellon ❑ Partnership El Trust/estate • e lr�e=rnsr LLC S U aerapeny, Enter the lax classification (CC ccrparaltprt. S -S ccoorotionr P#srin ) IF Moto: Chock the sppr►cpaa1e box in the lino abovo ref the tax C105silkalloo opt the alnufoimemiber owner. Do roc etIocR LLC if the LLC. I's gr ifigt>I a$ M sJO . Q.mernb,er LLC that is disregarded rrern Cho owner unless the o ar GI Iho I (C Is rrnothilt i LC Ii et b not disregarded from the owner for U.S. taderni tax proposes, 0th ury so, nsingle-member LLC mai is disregarded front iiha owner should check the nppropdnto box for via 13X claselffoollon of its owner,. -Other (seeirnetrucUcxi,) 6 AddroitS (number, street, and apt. or sulfa nor.) See instroot$o+i. -- 12150 E 112th Ave 9 tc1v. stales and 2IP cede Henderson, CC 80640 7 ^ i i sow uot nurnbercnj here�. Taxpayer Identification Number (TIN) I Er<srnplicns. (codes apply only to r ed&n enThiss. not individuals; see inetnictiona on pipe 3); Exempt psyeee code of any) Exemption from FATCA reporting code Of any) rows*10 c. Anti maithrinswawa tts us) R.mote% twine end address (opftonnl) Enter your TIN in the appropriate ha Thu TIN provided must match Ella new given on One t to avoid backup withholding. For Individuals, Ibis is generally your social security number (SSN), I lowevcs, for a resident nt dn, sole proprietor, or disregarded wilily, sec the instructions tut' Part i, ester. For Di her enliliea. it is your employer Id'enliiicalion number (EIN)U If you do not have a number, see How to gel e TEN,, later. Note; If the account is in more than one name, See lire Instructions far line 1, Aiso see 14#hat Na lumber To Give the egoes(be for guidelines on whose nun► r to enter, Name mid_ Ii C'or*UUIc utlon [ ctail meaty flu 1 or and ( Ernpioy r idea titiontion number rN I II illll finder penalties et perjury, I certify that: 1. The number shown on this IbM1 Is my correct taxpayer IdentilleatJan numb (or I am wwa Ding for a number to be issued to me); and 2. em not subject to backup withholding because; (a) I em exempt from backup withholding, or (b) I have not bean notified by the Internal Rove nue Service ORS) that I arm subject to backup withholding as a refit oi a failures le report all interest: or diulden fist, or N the I HS has notified me iknl I am no longer subfac�l to backup withholding; and a. I am a U.S. citizen or other U.S. person (defined below); and 4, The MICA codes) entered on Ibis form (if any) indicating That I am exempt From FATCA reporting is correct. y ,you eurirer . subject to backup w thh.nlding because _Certification instructions. You rnlust cross OW Ilan,, 2 above II you have Ix�rw notified by 1ho� IRS that rru are � � you have failed to mport aJl interest acrd dividends on your PBX return. For r l estate tragw ctlona, Item 2 doea not apply. . For mortgage Interest per,, at f than Wares': a dividends, re p not ly, of clobi contributions to an individual retirement arrangement (MA), and generally. payments oacquisition or abandonment oR secured rc e cancellation �, , are of required to sign 11w certification, but you r Lei provide your carol TIN. See the !instructions for Part II, Pater. Sign Signatwe of Here U.' . person 1 o General Instru ' . n Becton references are to the Internal Revenus Code unless otherwise noted, FMtuna devePupm ttte. For the latest Information about developments related to Form Wig and Its instructions, such as Iegist'atlon enacted after they Were pubilah,ed, go le roveiwirS.govlirormWD. Purpose of Form - n An in livkfua1 or entity (Form W_9 requester) who is required to tile an Intorneallon return with. the IRS mat obtain your couoct forayer klelion number (JiM) which may be your neat& gecurily number CSSM, individual taxpayer identili'catloa number (ITIN), adoption taxpayer identification number tATiNJ, or employer identification number TIN), to report on an Clique -melon +'alum the amount paid to you, or other !amount reportable on all Information rerun, E.xerupleo of information returns include, but are ndl tinted to, the toftoLvirlg. • Form 1099-iNT (interest earned or paid) Cat. No.10231X date ► 01/05/2022 • Form 1099-DIV (dividends* including those from stocks or mutual funds) • Form 1099sMI$C (various types of inoorrre, prizes, awards, or gorse precede) • Form 1099-B (stock or mutual fund sates and certain other transactions by brokers) • Form 1099-S (proceeds From real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Foam 1098 (home mortgage Interest), 1098-E (student loan Interest), 1098-T (tuition) * Form 1009-C (canceled debt) * Form 11 9-A (a quisllion or abandonment of secured properly) Use Form -9 only if you are a U.S. person (Including a resident alien), to provide your correct TIN. if you do riot rmlum Form MO to rho recruesror with a TIN,, you might he subject to backup withholdings See What la backup withholding, toter, Form W-9 pay, 10.2018) ACOR0 CERTIFICATE OF LIABILITY INSURANCE DATE {MMa'QD/YYYY) 4/12/2022 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 Arthur J. Gallagher Risk Management Services, Inc. 2850 Golf Road Rolling Meadows IL 60008 INSURED Sturgeon Electric Company, Inc. 12150 E. 112th Avenue Henderson, CO 80640 MYRGROU-011 CONTACT NAME: Shannon Lentz Ac., N�. ��, PHONE ti - 630-285-4418 E-MAIL ADDRESS:. Shar'Irlafjen z .co_ FAX INC, . Nut 630-285-3922 INSURER(S1AFFORDING COVERAGE NAIC # INSURER A : Zurich American Insurance Company _ INSURER : American Zurich Insurance Company _ INSURER C : National Fire & Marine Insurance CD INSURER D : Indian Harbor Insurance Company INSURER E : AGCS Marine Insurance Company INSURER F : 16535 40142 20079 38940 22837 COVERAGES CERTIFICATE NUMBER: 832399651 REVISION NUMBER: THIS INDICATED. CERTIFICATE EXCLUSIONS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY 111E POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I� R TYPE OF INSURANCE i AI aL. iwan• UO [min POLICY NUMBER POLICY EFF woo t POLICY EXPO NLIIIItoonnoY'n_ _ LIMITS A X COMMERCIAL GENERAL LIABILITY ' CLOS37415�#2 ' 9130(2021 9/30/2022 EACH OCCURRENCE _ $ 2,000,000 CLAIM -M IRE OCCUR Z 4NI f'ETRENit0 PREMISES tics rrnxwa) $ 300,000 )CCU MW EXP (Any one person) $ 10,000 4 PERSONAL & ADV INJURY 5 2,000,000 GEC�'L AGGREGATE LI MIT APPLI E3 PER: GENERAL AGGREGATE $ 4,000,000 POLICY JET LOG PRODUCTS - COMP/OP AGG $ 4,000,000 C7HER; $ AUTOMOBILE LIABILITY Y P�.+ P637+415625 9/3012021 9/30/2022 jgBINED SINGLE LIMIT acci€ietil), $2,0000OC � ANYAUT�C1 ODILY INJURY (Per Person) $ rO�' NED AUTOS ONL " SCHEDULED AUT lS = ODILY INJURY (Per accident) H II EQ AUTOS QI�LY �l4N-OWNED AUTOS O JL PROPERTY DAMAGE (Per accident $ jCom. Coll Deductibles $ 100,000 I�M8RELLA LIAR CCUR Y 42UM030293706 I 9130/2021 9/30/2022 EACH OCCURRENCE $ 6,000,000 EXCESS LIAR CLAIMS MADE AGGREGATE $ 5,000,000 p DED RETENTION $ $, g A AND EMPLOYER i' 1.JABILITY Y N A 9/3012022 X I PER STATUTE I I OTH- WC837'415225 (NO/S) WC$37415325 (MA,rWI) 9/30/2021 9/30/2021 9/30/2022 I E.L. EACH ACCIDENT $ 1,000,0011 — 14f�1' PROPRIETORIP DFFIGER/MEMBEF kf TI ERJE ECl1TIVE EXCLUDED i N EL. DISEASE- EA EMPLOYEE $1,000,000 IF (Mandat yres, DES�CRIPTIC describe ry In N NMI Under OF OPERATI INS t,elet►1 E.L. DISEASE - POLICY LIMIT $ 1, 000,000 CE0744676205 MXI930693r 3 9/30/2021 9/30/2021 9/30/2022 9/30/2022 Each Clairn/Aggregate See Delaw Leased/Rented Equip ' $5,000,000 $3,500,OOD $1;500,000 D E Pollution Liability Property Floater Contractors Equipment DESCRIPTION Policy Additional cont written jib See and #M act. contract. overload Attached... Insured, Umbrella OF l9306B373 OPERATIONS follows A severabilit'y exclusions Primary/Non-Contributory. / LOCATIONS - Property form are over of deleted. Floater- interest. / VEHICLES the {ACORD Covered Property Waiver General Liability, cross. shits liability 101, of Additional - Subrogation Automobile clause Remarks Materials of and Liability is included Schedule, Others Loss may in the Payee and Employers under the be ��+�61�1 w attached IF more space Care, Custody and . respect to Contractors Liability. 30 day General Liability coverage Is required) Control notice of Named Insured Equipment) of cancellation where required applies applies by Where written l'iere required contract. required by written by Belem, CERTIFICATE HOLDER CANCELLATION 1542 Weld County Government ATTN: Toby Taylor, Director of Facilities 1150 0 Street Greeley CO 80634 11 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1 ACCORDANCE WITH THE POLICY PROVISIONS. I AUTHORIZED REPRESENTATIVE cAntrateerr ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved, The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID; MYROROLJ-fli LOC II: A COREY ADDITIONAL REMARKS SCHEDULE Page 1 of AGENCY Arthur J. Gallagher Risk Management Services, Inc, POLICY NUMBER CARRIER NAIC CODE NAMED INSURED Sturgeon Electric Company, Inc. 12150 E. 112th Avenue Henderson, CO 80640 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE 824219 Weld County Community Corrections Surveillance Camera Upgrade Additional Insured: Weld County, Colorado, its elected officials, and its employees ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: GLO 8374154-27 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Org nizafion(s} ONLY THOSE PERSONS OR ORGANIZATIONS WHERE REQUIRED BY WRITTEN CONTRACT. Location(s) Of Covered Operations ONLY THOSE LOCATIONS WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CO 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insureds) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: CC 20 10 12 19 This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged inperforming operations for a principal as a part of the same project. c .1ith respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: I. Req uired by the contract or agreement; or 2.Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Insurance Services Office, Inc., 2018 Page 2 of 2 POLICY NUMBER: GLO 6374154-27 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) ONLY THOSE PERSONS OR ORGANIZATIONS WHERE REQUIRED BY WRITTEN CONTRACT. Location And Description of Completed Operations ONLY THOSE LOCATIONS WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 14 The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Co 20 37 12 19 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. © Insurance Services Office, Inc., 2018 Page 1 of 1 Other Insurance Amendment — Primary And Non - Contributory ZURICH El, Date of Pol Add!' Prom 1 Return Prem Policy No Exp Date of Pol Eff', Date of End, Producer No GLo 8374154-27 09/30/2021 09/3012022 24059000 1NCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code) This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U -GL -1327-B OW (04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission Waiver Of Subrogation (Blanket) Endorsement Policy No Eff, Date of Pot Exp. Date of Pol. Eff Date of End. - Producer Add' 1 Prem Return Prem GLO 8374154-27 I 09/30/2021 09/30/2022 24059000 $ NCI $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY* This endorsement modifies insurance provided under the: Corn mercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U -GL -925-B CW (12/01) Page loft POLICY NUMBER: BAP 8374155 R37455-25 COMMERCIAL AUTO CA 20 481013 THIS ENDORSEMENT CHANGES THE POUCV. PLEASE READ 1T CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MYR GROUP { IITC Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS/ EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IC PROIIIBITED BY LAW. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an 'insured" under the Who Is An Insured provision contained in Paragraph Al. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 Waiver Of Transfer of Rights Of Recoveiy Against Other To Us Policy No. BAP 8374155-25 Eff. Date of Pol. 09-30-2021 Exp. Date of Pol. 09-30-2022 Eff. Date of End. 09-30-2021 Agency No. Addl. Prem. $N/A Return Prem. $N/A This endorsement is issued by the company named in the Declarations. It changes the policy on the effective date listed above at the hour stated in the Declarations. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: MYR GROUP INC. Address (including ZIP code): This endorsement modifies insurance provided under the: Business Auto Coverage Form Truckers Coverage Form Garage Coverage Form Motor Carrier Coverage Form SCHEDULE Name of Person or Organization: ONLY THOSE PERSONS OR ORGANIZATIONS FOR WHOM YOU ARE REQUIRED TO WAIVE YOUR RIGHTS OF RECOVERY UNDER THE TERMS OF A WRITTEN CONTRACT. We waive any right of recovery we may have against the designated person or organization shown in the schedule because of payments we make for injury or damage caused by an " acciden f' or '"loss" resulting from the ownership, maintenance, or use of a covered "auto" for which a waiver of Subrogation is required in conjunction with work performed by you for the designated person or organization. The waiver applies only to the designated person or organization shown in the schedule. Countersigned: Date: Authorized Representative U -CA -320-B CW (4/94) Page 1 of 1 Policy Number: WC 8374152-25 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4e84) 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. �mis 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 ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT, OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION WC 00 03 13 (Ed. 4-84) O1883 National Council on Compensation Insurance. =�si Berkshire Hathaway L Specialty Insurance ENDORSEMENT This endorsement, effective 12:01 AM: 09/30/2021 Forms a part of Policy No.: 42-UMO-302937-06 Issued to: MYR Group Inc By: National Fire & Marine Insurance Company WAIVER OF RIGHTS OF RECOVERY AGAINST OTHERS TD US THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY POLICY COMMERCIAL UMBRELLA LIABILITY POLICY COMMERCIAL RETAINED LIMIT LIABILITY POLICY PRODUCTS/COMPLETED OPERATIONS LIABILITY POLICY SCHEDULE Name of Person or Organization: Any person or organization that requires you to waive your rights of recovery, in a written and executed contract or agreement with you that is executed prior to the occurrence. The following Condition is added to the policy: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a written and executed contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. The Transfer of Rights of Recovery condition in the policy is deleted to the extent of the waiver provided in this endorsement for the person or organization shown in the Schedule above. All other terms and conditions of this policy remain unchanged.. Page 1 I CL -UN -045-10/2016 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Contract Form New Contract Request Entity Information Entity Ike STURGEON ELECTRIC COMPANY, INC Entity ID* 0000 5384 Contract Name* COMMUNITY CORRECTIONS CAMERA UPGRADE Contract Status CTB REVIEW ■ Contract ID 5721 Contract Lead* SCEESAMAN New Entity? Contract Lead Email sgeesarnan @co, eldlcodus Contract Description* UPGRADE THE COMMUNITY CORRECTIONS SURVEILLANCE CAMERA SYSTEM Contract Description 2 Contract Type* CONTRACT Amount * $46,516.37 Renewable * NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BLIildif9G ouiidS trweldgou.c am Department Head Email CM-BuiitngGrcunds- Cep(Hea �1'ai cIdgol}r7 rr� County Attorney GENERAL COUNTY ATTORNEY EMAIL Country Attorney Email CM - COUN!TYATTORNEY E'VVELDG O , COM Requested BOCC Agenda Date* 04120P2'022 Parent Contract ID Requires Board Approval YES Department Project Due Date 04116/2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept, to be included YES Bid /RIP f* 82200059 If this is a renewal enter previous Contract ID if this is part of a P454 enter FASA 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 Renewal Date Review Date* Termination Notice Period Committed itted Delivery Date Expiration D to s Contact Information Contact Info Contact Name Purchasing Purr hasing Approver ESTHER CESICS. Approval Process Department Head TREY TAYLOR OH Approved Date 04/13 / 2022 Final Approval BOCC Approved DOCC Signed Date BOCC Agenda. Date O418/2O22 Originator SC [ESAM A 4 Contact Type Contact Email hnance Approver CHERYL PATTELLJ Contact Phone 1 Contact Phone 2 Purchasing Approved Date 04/13;2022 finance Approved Date 04/13;2022 Tyler Ref AG 041822 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 04/13/2022 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 22, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Community Corrections Cameras (B2200059) As advertised this bid is for the upgrade the camera system at the Community Corrections Building which is currently at end of life. The low bid is from Sturgeon Electric Company and meets specifications. Therefore, the Facilities Department is recommending the award to Sturgeon Electric Company in the amount of $46,516.37. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ()Log tC-i Ong 2o2Z- 071`l WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpetersaweldgov.com E -Mail: reverettaweldgov.com E -Mail: rturfaweldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: MARCH 18, 2022 REQUEST FOR: SURVEILLANCE CAMERA UPGRADE FOR COMMUNITY CORRECTIONS DEPARTMENT: FACILITIES BID NO: B2200059 PRESENT DATE: MARCH 21,2022 APPROVAL DATE: APRIL 4, 2022 START FINISH LUMP SUM VENDOR DATE DATE TOTAL STURGEON ELECTRIC COMPANY 6/1/2022 7/13/2022 $46,516.37 12150 EAST 112TH AVENUE HENDERSON CO 80640 546 S.E.8TH ST #B2,Loveland CO 80537(Iocal office) THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2022-0879 03/ 11 SCn 007,41
Hello