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
20201802
DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 December 7, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Health Department Fire Alarm System Change Order; Bid - B2000132 Commercial Electronics Systems was awarded the contract to perform the Fire Alarm System upgrade at the Health Department. During this project installation, Greeley Fire is requiring some additional smoke detectors and strobes be installed. The cost of this additional work will require a change order in the amount of $12,356.00. Therefore, Buildings & Grounds is recommending approval of this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director A zn-sa- I /9/t ,ogO- 3C,00�a "thi CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND COMMERCIAL ELECTRONICS SYSTEMS +' This Agreement Amendment ("Amendment"), made and entered into - day of December 2020 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds hereinafter referred to as the'Department", and Commercial Electronics Systems hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1802, approved on July 22. 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order #1, dated November 30, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: I V. Stake f **tyre Weld Co6nt j Clerk to BY: Deputy Clerk ,' the rd APPROVE[�'fi� TOi7 Controller APPROVEDTSF ORM J County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair DEC 0 9 2020 APPROVED AS TO NCE: ed Off lfal or Department Head COMMERCIA LELECTRONICSSYSTEMS EXHIBIT: CHANGE ORDER # 1 CHANGE ORDER NO. 01 To : Weld County Government 1105 H Street Greeley, CO 80361 Attn: Mike lannuzzi PHONE: 970-400-2031 DATE: 11/30/2020 JOB NAME AND LOCATION: Weld County Health Department 1555 N 17th Ave Greeley, CO 80631 JOB NUMBER: JOB PHONE : EXISTING CONTRACT NUMBER : DATE OF EXISTING CONTRACT: 6-24-2020 We hereby agree to make the change(s) specified below: Change order to bring the notification in the building up to current code per Greeley Fire Department. Price includes engineering, labor, and material. (17) Horn/strobes (41) Strobe Only NOTE: This Change Order becomes part of and conforms to the existing contract. Pricing will be honored for thirty (30) days from proposal date. WE AGREE hereby to make the change(s) specified above at this price $12,356.00 Date: Monday, November 30, 2020 Previous amount $24,783.90 Authorized Signature Revised amount $37,139.90 ACCEPTED - The above prices and specifications of this Change Orders are satisfactory and are hereby accepted. All work to be Performed under same terms and conditions as specified in original contract, unless otherwise stipulated. Date of Acceptance Signature Name /Title CES - 14 Inverness Drive East Suite G-112 Englewood, Colorado 80112 — (Office) 720-755-3826 CVd -/- r P .4 3867 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & COMMERCIAL ELECTRONICS SYSTEMS HEALTH DEPARTMENT FIRE ALARM SYSTEM THIS AGREEMENT is made and entered into this I9 day of sly) t4 , 202Q, by and between the County of Weld, a body corporate and politic of the State ofiColorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Commercial Electronics Systems whose address is 14 Invernesws Drive E, G-112, Englewood, CO 80112, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: I. Introduction. The terms off' this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000132". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement d(),(.64e-dx-( 8) 7-0202 -a2o i got '6&0022 by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $24,783.90, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all maters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Commercial Electronics Systems Attn.: Alexis Sakells Address: 14 Inverness Drive E. G-112 Address: Englewood, CO 80112 E-mail: alexis(a)electronicssystems.com Telephone: (720) 755-3826 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification rewired by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification recpuired by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this , 2021 CONTRACTOR: Commercial Electronics Systems By: Name: Title: (`,u,C,.p c day of Date ()1�.` ,L\ 1,;)r):). � J WELD COU T : 'd Weld y Clerk to the Bo - rd ATTEST: BY: Deputy C BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO the Boaike Freeman, Chair JUL 2 2 2020 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MAY 19, 2020 BID NUMBER: B2000132 DESCRIPTION: HEALTH DEPARTMENT FIRE ALARM SYSTEM DEPARTMENT: BUILDINGS & GUNDS MANDATORY PRE -BID CONFERENCE: JUNE 2, 2020 BID OPENING DATE: JUNE 16, 2020 Exhibit A 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: HEALTH DEPARTMENT FIRE ALARM SYSTEM A mandatory pre -bid conference will be held at Department located at 1555 N. 17th Avenue, Greeley, CO 80631. We IA oc a thstandng g ade'lines. 1:00 PM on June 2, 2020 Bids will be received for the above stated equipment up to, but not later than: (Weld County Purchasing Time Clock). at the Weld County Health v r �} be a heroina to current state 10:00 AM on June 16, 2020 **Pfi EASh NOTh: Due to the recent events surrounding the Cz.., rr°ona\n us (CC Val 9) pandernfic, some county emnpBQoyees are tellework0r•st lere'IJore9 the bk,1 opeffing u 088 be hieM v0a a SkyL e conliere c;, ca8L See page r for r� � �.... � �. � v r � �. 1 R � v Ji is See page 6 for conference call i oo nation. 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. You can find information concerning this request on the BidNet Direct website at https://wwvv.bidnetdirect.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. Bid Delivery to Weld County - 1 method: 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids a©weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://wvvw.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. 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." Howrrver, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. 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)(a)(IV) (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 incorporate° as an exhibit into any contract executed by the County shall be a public document regardktss of whether it is marked as confidential. C. Governmenta0 Bmmriroun ty: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. [Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employi,daies for all acts performed pursuant to the contract. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Chthce of Law: Colorado law, and rules and regulations, established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No `third -Party Benefodary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions .f the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. H. foral: 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. I. TerminaUon: County has the right to terminate this Agreement, with or without cause, on thirty (30) days written no ice. Furthermore, this Agreement may be terminated at any time, without notice, upon a material breach of the terms of the Agreement. J. rxtensoon or Mothficatoon: Any amendments or modifications to this agreement shall be in writing, signed by both parties. 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. • BID REQUEST 2000132 Page 2 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.Q. §§24-18-201 et seq. and §24-50-507: The signatories to this Agreement agree that, to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County 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. R. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. S . Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. Tai %AV '11.""--.743FALMErclaW617:17)171(ri:ilatiern !TAT- nau,. achu:7 ^pcaa' k a.sF>H.,{'Jiy;�t.. " v.�t..> 'Y2kS s.u�., a .ura:al : _ nJ'33 .r.. _ , sue.: Y'.il r,n ilAi __,rF' ny' BID REQUEST #B2000132 Page 3 Health Department — Fire Alarm System This project consists of a design -build approach for replacing the fire alarm system at the Weld County Health Department located at 1555 North 17th Avenue, Greeley, CO. Scope of work: This project will consist of contractor performing a design and installation of a new fire alarm system. Work shall include the following: 1. Removal of existing fire alarm system components. 2. Contractor shall design and install either a Silent Knight or Fire-lite fire alarm system. No other manufacturers permitted. 3. Repair any walls, ceilings, ceiling tiles impacted with replacement. Example: if a replacement device is smaller than original, then wall or ceiling tile will need cosmetic corrections. 4. The following is a list of current major equipment shown on the graphic map that would need replaced. Other items may be needed for the design and construction of a turnkey replacement system. The contractor can verify during the pre -bid meeting: Equipment/Service Quantity Comments Fire Alarm Control Panel 1 Addressable fire system Auxiliary Power Supply 1 Replace existing power supply Remote Annunciator 1 Replace all existing annunciator Monitor Modules 9 For monitor flow and tamper switches Smoke Detectors 94 Replace all existing smoke detectors Duct Detectors 7 Replace all existing duct detectors Detectors 11 Replace all existing heat detectors Heat Pull Station 9 Replace all existing pull stations Exterior Horn/Strobe 1 Replace existing horn/strobe Horn/Strobes 39 Replace existing horns/strobes Strobe Only 18 Replace all existing strobes Elevator (3 Floors) 1 Interface for Pri/Sec and recall design physical relay configuration * Information above is based on current graphic map. 5. Contractor to provide any ladders, scaffolding, lifts required to safely access devices. 6. Assumptions: ® Existing wire will be reused. ® Existing AC voltage supplies are sufficient for new system ® All devices replaced with like devices in same location 7. System approval will be subject to the local authority (Greeley Fire Department) and completion of a demonstrated test of the system. 8. Provide system training/orientation to County personnel. 9. Bid bond is not required. 10. Payment and performance bonds are required for projects more than $50,000 in value. 11. Construction must comply with all applicable codes. 12. The contract is expected to be executed by June 23, 2020. Based on this date, provide your start date and completion date. 13. In your submitted bid, provide the manufacturer and data of equipment you intend to provide. 14. Provide total cost of the project below. TOTAL $ START DATE COMPLETION DATE BID REQUEST #B2000132 Page 4 A mandatory pre -bid conference will be held at 1:00 PM on June 2, 2020 at the Weld County Health Department located at 1555 N. 17th Avenue, Greeley, CO 80631. `ir ie via be adherang to current state social distancing guidelines. Bids will be received up to, but not later than 10:00 AM on June 16, 2020 (WELD COUNTY PURCHASING TIME CLOCK). OPENING: MAY 26, 2020 @ 11:00 AM — `1A A SKYPE CONFERENCE CALL To join call: PHONE NUMBER: 1 (720) 439-5261 CONFERENCE ID: 13279 1715 Pease note that due to the Coronavorus (COVB -i19) pandenificy some of us are tele ., or do . a l h that said, the folBowing changes nave been made to our current bid process until future notice: 1. No hard copies of bids will be accepted 2. If multiple copies of the bid were requested per the original bid specifications, please disregard. Only one electronic copy is needed. 3. Email bids to bidsRweldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. WAlcrFisalagatn BID REQUEST #B2000132 Page 5 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. #B2000132 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, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 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 BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE EMAIL DATE FAX TAX ID # E-MAIL DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 — 3. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000132 Page 6 Exhibit B Health Department - Fire Alarm System This project consists of a design -build approach for replacing the fire alarm system at the Weld County Health Department located at 1555 North 17th Avenue, Greeley, CO. Scope of work: This project will consist of contractor performing a design and installation of a new fire alarm system. Work shall include the following: 1. Removal of existing fire alarm system components. 2. Contractor shall design and install either a Silent Knight or Fire-lite fire alarm system. No other manufacturers permitted. 3. Repair any walls, ceilings, ceiling tiles impacted with replacement. Example: if a replacement device is smaller than original, then wall or ceiling tile will need cosmetic corrections. 4. The following is a list of current major equipment shown on the graphic map that would need replaced. Other items may be needed for the design and construction of a turnkey replacement system. The contractor can verify during the pre -bid meeting: Equipment/Service Quantity Comments 1 Addressable fire system Fire Alarm Control Panel Auxiliary Power Supply 1 Replace existing power supply Remote Annunciator 1 - Replace all existing annunciator Monitor Modules 9 For monitor flow and tamper switches Smoke Detectors 94 Replace all existing smoke detectors Duct Detectors 7 Replace all existing duct detectors Heat Detectors 11 Replace all existing heat detectors Pull Station 9 Replace all existing pull stations Exterior Horn/Strobe 1 Replace existing horn/strobe Horn/Strobes 39 Replace existing horns/strobes Strobe Only 18 Replace all existing strobes Elevator (3 Floors) 1 Interface for and Pri/Sec recall design physical relay configuration * Information above is based on current graphic map. 5. Contractor to provide any ladders, scaffolding, lifts required to safely access devices. 6. Assumptions: 0 Existing wire will be reused. 0 Existing AC voltage supplies are sufficient for new system All devices replaced with like devices in same location 7. System approval will be subject to the local authority (Greeley Fire Department) and completion of a demonstrated test of the system. 8. Provide system training/orientation to County personnel. 9. Bid bond is not required. 10. Payment and performance bonds are required for projects more than $50,000 in value. 11. Construction must comply with all applicable codes. 12. The contract is expected to be executed by June 23, 2020. Based on this date, provide your start date and completion date. 13. In your submitted bid provide the manufacturer and data of equipment you intend to provide. 14. Provide total cost of the project below. TOTAL $241783.90 START DATE 6/24/2020 COMPLETION DATE 8/19/2020 BID REQUEST #B2000132 Page 4 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. #B2000132 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, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 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 Commercial Electronics Systems BY Alexis Sakells (Please print) BUSINESS ADDRESS 14 Inverness Dr E, G-112 DATE 6/09/2020 CITY, STATE, ZIP CODE Englewood; CO 80112 TELEPHONE NO 720-755-3826 FAX TAX ID # 47-3307101 SIGNATURE EMAIL DATE 06/09/2020 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTIO 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 Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000132 Page 6 CES COMMERCIAL ELECTRONICS SYSTEMS Proposal: Weld County Health Department Project address: 1555 N 17th Avenue Greeley, CO 80631 Date: 06/12/2020 To: Weld County Buildings & Grounds Company: Weld County Phone #: Email: Bids@weldgiv.com From: Alexis Sakells Company: Commercial Electronics Systems Phone #: 720-755-3824 Email: alexis(electronicssystems.com Commercial Electronics Systems 14 Inverness Drive East Suite G-112 Englewood, Colorado 80112 alexisPelectronicssystems.com (C) 720-755-3824 www.electronicssystems.com SCOPE OF WORK: CES will provide engineering, permits, as-builts, wire, devices, installation, (1) pre -testing and (1) final required by the Owner and the AHJ. Per RPF B2000132 Clarifications We are proposing a Silent Knight system based on device counts provided. Inclusions: ■ Project management IN Labor for installation of devices ■ Pretesting ■ Rough electrical inspection. ■ Final FA inspection. • Fire alarm permit ■ Material for installation of devices • Plans ■ Sales tax ■ Painting and patchwork Exclusions: IS Conduit, terminal boxes, raceways ■ Per project aggregate insurance ■ Bonding • Additional devices required by AHJ ■ Insulation resistance testing ■ Third party testing ■ Fire smoke damper power or power installation ■ 120v and phone line connections ■ Special construction methods and materials, such as: core drilling, X-raying, scaffolding, trenching, wire mold, and tension wire suspension Page 1 of 4 CES Commercial Electronics Systems 14 Inverness Drive East Suite G-112 Englewood, Colorado 80112 alexis@electronicssystems.com (C) 720-755-3824 CUMMERCIAIELECTROAICSSYSTEl1S www.electronicssystemS.com General Terms and Conditions: • The price does not include special shipping.. Nor does it include any telephone wiring or network wiring. Garages are not included unless noted. • The bid also assumes that our employees have full access to the equipment and site, as needed, to complete their work. Commercial Electronics Systems must be given an initial construction schedule as soon as construction stats or this proposal is accepted. Thereafter, we must be kept abreast of any changes to the construction schedule that affect our work by sending us any updated construction schedules or documents and then following it up with a phone call to confirm receipt of the schedule or changes to the project. • Any architectural or mechanical changes from the provided drawings or changes required by the owner, contractor, any supplier, and/or AHJ to the parts list or deviations required from our normal installation assumptions and practices may change our price. ■ Registration fees arising from conditions beyond the control of Commercial Electronics Systems due to owner, contractor, AHJ, or others, shall be passed on to customer. • Commercial Electronics Systems is only liable for the results of inspections that are called in by Commercial Electronics Systems. • This price is based on the plans to be provided by Commercial Electronics Systems. If different devices are ultimately installed for any reason, Commercial Electronics Systems reserves the right to modify the price. If the owner, contractor, or AHJ or unforeseen site conditions, demand a change in what is necessary to complete the installation, which makes the labor exceed in aggregate what is listed in the plans, the price may be adjusted. ■ Force Majeure. In the event either party is unable to perform its obligations under the terms of this Warrant Agreement because of acts of God, strikes, failure of carrier or utilities, equipment or transmission failure or damage that is reasonably beyond its control, or any other cause that is reasonably beyond its control, such party shall not be liable for damages to the other for any damages resulting from such failure to perform or otherwise from such causes. • If any part of this contract is determined to be invalid by a court, the rest of the contract is still active and valid. Page 2 of 4 CES Commercial Electronics Systems 14 Inverness Drive East Suite G-112 Englewood, Colorado 80112 alexis@electronicssystems.com (C) 720-755-3824 CofNMEkC1ALElECtIieIIICSSYSTE115 www.electronicssystems.com PRICING SUMMARY: $24,783.90 Base Bid: New Silent Knight FA System Thank you for the opportunity to provide you with my quote. We look forward to working with you on this project! Please review and call if you have any questions or comments. Sincerely, Alexis Sakells Commercial Electronics Systems 720-755-3824 *This quotation is based upon our interpretation of the plans and is valid for 60 days only from the date indicated above. Page 3 of 4 CES CONh1ERCIALELECTRONICSSYSTENls Commercial Electronics Systems 14 Inverness Drive East Suite G-112 Englewood, Colorado 80112 alexis@electronicssystems.com (C) 720-755-3824 www.electronicssystems.com Project: Company: Project Total: Proposal prepared by: Weld County Health Department Weld County $24,783.90 Alexis Sakells Acceptance of Proposal — The Above prices, Specification, and conditions are satisfactory and are hereby accepted. You authorize Commercial Electronics Systems to perform the work as specified. *Progressive monthly billings. Net 30. 1.5% Late fee on all invoices over 30 days past due, with a $25 processing fee Signature: Date: Printed Name: Title: PO #: Company Name: Phone number: Billing contact: Billing contact phone number: Billing email address: Billing address: Page 4 of 4 .------1 ® A CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 7/15/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF NSURANCE 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 Aspen Gold Insurance Brokers p 11001 West 120th Ave, Suite 400 Broomfield CO 80021 CON !ALT Aza Kaska NAME: PHONE 7206007470 FAX A/C, No, Ext): I (A/C, No): ADDRESS: aza@aspengoldins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : SECURA INS A MUT CO 22543 INSURED TECH ELECTRONICS CO Dba Commercial Electronics Systems 14 Inverness Dr. E, Suite G-112 Englewood CO 80112 INSURER B : Auto Owners INSURER C : Pinnacol INSURER 0 : CRC/Crump INSURER E : INSURER F : RTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTR TYPE OF INSURANCE AUULJUb INSD K WVD POLICY NUMBER POL1 EFF IL (MDDIYYYY) M/ POLILY bXP (MM/DD/YYYY) LIMITS A K COMMERCIAL GENERAL JCLAIMS -MADE LIABILITY K OCCUR CP3256056 07/21/2019 07/21/2020 EACH OCCURRENCE $ 1000000 PREMISES (Ea occurrence) $ 100000 MED EXP (Any one person) $ 5000 PERSONAL .4 ADV INJURY $ 1000000 GENERAL AGGREGATE $ 2000000 GEN'L AGGREGATE POLICY OTHER: K LIMIT APPLIES PRO JECT _ PER: LOC PRODUCTS - COMP/OP AGG $ 2000000 $ B AUTOMOBILE K - - LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY - - SCHEDULED AUTOS NON -OWNED AUTOS ONLY 5185660900 07/21/2019 07/21/2020 COMBINED SINGLE LIMI f (Ea accident) $ 1000000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A K UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE CU3256058 07/21/2019 07/21/2020 EACH OCCURRENCE $ 5000000 AGGREGATE $ $ DED I I RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY OFFICER/MEMBER EXCLUDED?E.L. PROPRIETOR/PARTNER/EXECUTIVE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y I N y N / A 4218359 07/21/2019 07/21/2020 x I STATUTE I I U II H EACH ACCIDENT $ 1000000 E.L. DISEASE - EA EMPLOYEE $ 1000000 E.L. DISEASE - POLICY LIMIT $ 1000000 D Pollution Liability G71803478001 04/27/2020 04/27/2021 Limit Aggregate 1000000 1000000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CANCELLATION Weld County Government Attention: Sterling Geesaman, Project Coordinator Weld County Buildings & Grounds 1105 H Street I Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 111exturda,Cayaly;,eti, ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* COMMERCIAL ELECTRONICS SYSTEMS Entity ID* @00042431 Contract Name* HEALTH DEPARTMENT FIRE ALARM SYSTEM Contract Status CTB REVIEW ❑ New Entity? Contract ID 3867 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@coweld.co us Contract Description* INSTALL FIRE ALARM SYSTEM AT THE HEALTH DEPARTMENT BUILDING Contract Description 2 Contract Type* CONTRACT Amount* $24,783.90 Renewable* NO Automatic Renewal Grant Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@welcigovco m Department Head Email CM-BuildingGrounds- DeptHead c@weldgov.com County Attorney GENERAL COUNTY Al IORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELD GOV.COM Requested BOCC Agenda Date* 07/22/2020 Parent Contract ID Requires Board Approval YES Department Project # Due Date 0711812020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 02.108/2021 Termination Notice Period Committed Delivery Date Expiration Date* 02108/2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 07/15/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07/22/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHRIS D'OVIDIO Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 07/16/2020 Tyler Ref # AG 072220 Legal Counsel GABE KALOUSEK Legal Counsel Approved Date 07/16/2020 Submit DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 24, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Health Department Fire Alarm System Recommendation; Bid - B2000132 As advertised this bid is to replace the antiquated fire alarm system at the Health Department. The low bid from Commercial Electronics Systems and meets specifications. Therefore, Buildings & Grounds is recommending the award to Commercial Electronics Systems for $24,783.90. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 4,ogo- /g WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(a�weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(c�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: JUNE 16, 2020 REQUEST FOR: HEALTH DEPARTMENT FIRE ALARM SYSTEM DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000132 PRESENT DATE: JUNE 17, 2020 APPROVAL DATE: JULY 1, 2020 VENDOR TOTAL COMMERCIAL ELECTRONICS SYSTEMS 14 INVERNESS DR E, G-112 ENGLEWOOD, CO 80112 DICTOGUARD SECURITY 914 14TH STREET GREELEY, CO 80631 FIRE TEAM SECURITY, INC 2297 TALL GRASS RD, UNIT J -H GRAND JUNCTION, CO 81505 ENCORE ELECTRIC, INC. 7125 W JEFFERSON AVE, #400 LAKEWOOD, CO 80235 $24,783.90 START DATE END DATE 06/24/2020 08/19/2020 $31,585.00 07/06/2020 $32,910.00 07/13/2020 $49,909.74 07/13/2020 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. 07/31/2020 07/31/2020 08/21/2020 2020-1802 06 AT
Hello