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
20193917.tiff
0..e n kr t c1- "MD #+3 l (AO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & ETG-FIRE DATA CENTER FIRE SUPPRESSION SYSTEM THIS AGREEMENT is made and entered into this o` `4'day of S e -aas-, 201S, by and between the County of Weld, a body corporate and politic of the State of Colorado, lay and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and ETG- Fire whose address is 7700 E. Iliff Ave. Suite #G Denver, CO 80231 hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional 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 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 Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Proposal Package No. B1900121. The RFB contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Bid. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional 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 Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional 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 by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A and 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. c2 io1o8/ cc: Oteetd- (e6) /o/O09--fi D(9-39(7 e)Gooat Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional 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 by either party at any time with notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional 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 Contract Professional 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, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional 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 incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional 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 Contract Professional shall be the basis for additional compensation unless and until Contract Professional 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, Contract Professional'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 Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $86,253.00 which is the bid. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Buildings & Grounds, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. 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 Contract Professional 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, Contract Professional 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 Contract Professional hereunder and Contract Professional 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 Contract Professional 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 Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional'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. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, 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 Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, 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 Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional 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 Contract Professional 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. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional 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. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional 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. Contract Professional 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. Standard of Care. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents 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. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional 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 Contract Professional 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 Contract Professional, and County's action or inaction when any such breach or default shall exist 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 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. Weld County and the State must be named as additional insured on the Commercial General Liability policies (leases and construction contracts require additional insured coverage for completed operations on endorsements CG 2010 11/85, CG 2037, or equivalent). 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. 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 required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Should any of the above - described policies by canceled or should any coverage be reduced before the expiration date thereof, the Contract Professional shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent within thirty (30) days upon receipt of such cancellation from carrier or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional 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 Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall indemnify and hold harmless County, its officers, and employees, from and against injury, loss damage, or liability of Contract Professional arising out of the work done in fulfillment of the terms of this Contract, to the extent caused by a negligent act, error, or omission, or on account of any claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The 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 Contract Professional'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 Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: 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. 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 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, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, 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 Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional 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 any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Buildings & Grounds, or his designee. 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: Contract Professional: ETG-Fire Attn.: Michael Schaecher- VP Sales Address: 7700 E. Iliff Ave #G Address: Denver, CO 80231 E-mail: mikes@etgfire.com Telephone: (720) 504-9700 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor a@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contract Professional shall 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 Contract Professionals 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 aver 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 Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 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, Contract Professional 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. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional 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). Contract Professional 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 Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional 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 Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional 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. Contract Professional 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. Contract Professional 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 Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional 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. Contract Professional 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 Contract Professional 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, Contract Professional 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 Contract Professional receives federal or state funds under the contract, Contract Professional 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 Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Compliance with Davis -Bacon Wage Rates. Contract Professional understands and agrees that, if required the work shall be in compliance with the Davis- Bacon Wage Rates. 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional, 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. 31. 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. 32. Acknowledgment. County and Contract Professional 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 ..-31-21day of S ,4 ,,,,_ , 201 CONTRACT PROFESSIONAL: ETG-Fire By: Na"',�'``ly`� Title: ` Date ai i'VS./t WELD COY1�`I (� / .� ATTEST ��// G � BOARD OF COUNTY COMMISSIONERS Weld •u y Clerk to the Boar BY: Deputy Cler VV LD COUNTY, CO ORADO i/L arbara Kirkmeyer, CChair OCT • 2 2019 020/9- 09/7 August 23, 2019 Christie Peters Weld County Bid Notification B1900121 ETG SPECIAL HAZARDS FIRE PROTECTION Exhibit B Re: Data Center Fire Suppression System - Proposal for FM200 Clean Agent Fire Extinguishing System Thank you for the opportunity to offer a quotation to design, install, and test a Fike clean agent fire suppression system that you have requested. Protected Rooms 915 10th Street Greeley, CO Data Center: 1000 sq. ft. with 8' grid ceiling and 12" raised floor 1950 O Street Greeley, CO Data Center: 1370 sq. ft. with 13' open ceiling and 4" underfloor General System Description Proposal includes all system components, electrical installation and mechanical installation unless specifically excluded in this proposal. Smoke Detection devices will be located in accordance with NFPA 72. Detection devices and clean agent discharge nozzles will be at the grid ceiling level and in the higher 12" raised floor area, System Components (Both Data Centers) OW Electrical Components Suppression Control Panel - Addressable Qty 2 Mechanical/Other Components Clean Agent Fire Suppression Container 2 12 - 3 3 3 1 Dual Algorithm Smoke Detectors located at ceiling level Manual Release Stations Abort Stations Horn/Strobe Notification Devices Discharge Warning Strobes (Exterior) Preaction Sprinkler Piping Rerouting 866 6 5 2 3 2 Clean Agent — Pounds FM -200 Discharge Nozzles Field HVAC Shutdown Relay Maintenance Switch Door Sweeps and Seals Bldg Fire Alarm Panel - Connection System Installation & Testing System components will be located as code directed and approved by Weld County. All electrical circuits associated with the fire suppression system in the protected area will be installed in EMT using minimum 16 AWG solid conductors. Agent piping will be A-16 or ASTM A-53 ERW pipe and 300 -pound pipe fittings as required by NFPA 2001. System components will be functionally tested after the system installation is complete. ETGFIRE will provide permits with the City of Greeley Fire Department and Weld County Building Department. Per bid documents any fees will be waived by Weld County. ETGFIRE SPECIAL HAZARDS FIRE PROTECTION DENVER • SEATTLE www.etgfire.cpm Proposal to WELD County August 23, 2019 Page - 2 - System Interfaces Our systems will be interfaced with the HVAC equipment serving the area for shutdown prior to release of agent. All outside air intake or exhaust air needs to be dampered so that the environment may be sealed prior to introducing the clean agent fire suppression into the space. We were informed that no dampers are required on either Data Center. System Documentation Drawings will be generated by the latest version of AutoCAD. The drawings will depict protected areas, all component locations, isometric piping diagrams, electrical diagrams, and bill of materials with all system component part numbers. Hydraulic calculations of clean agent piping networks will also be provided. System Notes • ETG-FIRE is providing control relays to interrupt power to HVAC equipment serving the protected space. Per bid walk it was stated that no duct work existing the protected space, therefore no fire dampers are required. • ETG-FIRE is included responsibility for the sealing of the protected areas, including weather-stripping, door closures and fire caulking as necessary. Our scope does not include extension of perimeter wall to ceiling deck. • Our suppression control panel requires a dedicated 12OVAC power source. This will be provided by ETGFIRE. Weld County to provide a dedicated circuit for an existing electrical panel near the protected area. • Proposal includes electrical and mechanical installation of the clean agent suppression system. Labor provided during normal work hours at the 1950 O Street location. After hour labor will be provided at the 915 10th Street location. Prevailing wages, overtime, or holiday labor rate has not been included. • Our suppression panel will be provided with trouble and alarm reporting relay contact. By code our sub panel must be connected to a base fire alarm system. This work has been Included in our proposal • Our proposal does not include a reserve supply of agent. Design of FM200 will be for a full flood application at 7% based on Class C electrical fire concerns. Agent will not be provided in the above ceiling space at the 915 10th Street location as this is not required by code based on non-combustible space. • Weld County to provide software and passwords required to access their building fire alarm systems. It is assumed both sites are in proper working order and can support expansion to monitor the new suppression panel. The sprinkler piping -serving the 1950 O Street site -will -be -remove form the Data -Center Area. Because this piping appears to protect the adjacent space. Our proposal included relocation of the sprinkler pipe outside the Data Center and re -connected to the branches extending out of the Data Center. ETGFIRE SPECIAL HAZARDS FIRE PROTECTION DENVER • SEATTLE www.etgfire.com Proposal to WELD County August 23, 201.9 Page - 3 - System Pricing (Does not include Sales Tax) ETG-FIRE will design, furnish, install, program, and test the clean agent fire suppression system as outlined above 915 10th Street Data Center = $36,268.00 1950 O Street Data Center = $49,985.00 TOTAL Proposal Price = $86,253.00 (Eighty-six Thousand Two Hundred Fifty-three Dollars and Zero Cents). COMPLETION DATE: 10/31/2019 (This October 31, 2019 date is good conditioned upon permits submitted to Greeley Fire Department and Weld County Building Department being processed within 2 weeks from submittal). We very much appreciate your interest in our fire protection services. Should you have any questions, please contact me. Thank you for your consideration. Sincerely, Mike Schaecher VP Sales ETG-FIRE 7700 East Riff Ave. #G • Denver, Colorado 80231 (O) (720) 504-9700 • (M) (303) 898-5037 www.etafire.com • mikes@etxfire.com ETGFIRE SPECIAL HAZARDS FIRE PROTECTION DENVER • SEATTLE www,etgfire.com Weld County Data Center Fire Suppression System This project consists of upgrading the fire suppression system in two data centers to a clean agent FM -200 Fire Suppression System. The two data centers which will receive the upgrade are: • Centennial Center which is located at 915 10th Street, Greeley, CO • Law Administration which is located at 1950 O Street, Greeley, CO Scone of work: Weld County expects a "turnkey" solution for this project. The awarded Contractor shall design, furnish, engineer, fabricate, install, test and maintain a complete and operational Total Flooding FM -200 Fire Extinguishing System, including charged FM -200 storage cylinders, piping, valves nozzles, wiring, components, appurtenances, and accessories. All materials and equipment shall be new and unused. Additionally, Weld County requires the Contractor to complete successful Sealing of Data Center for Containment of Fire Suppression Agents in accordance with NFPA 2001, 2004 Edition. Work shall include but not limited to: 1. Contractor must be a certified reseller/installer of Fire Suppression Gas System (FM -200) 2. Contractor to provide a turnkey solution from design through full installation and commissioning. 3. Fire Department approval (Greeley Fire) and Weld County Building permits are required. 4. Contractor shall remove existing wet fire suppression system from the existing data centers to include all piping, electrical, devices. 5. New system shall integrate with existing fire monitoring. 6. Contractor shall configure, design, and install the Clean Agent Fire Extinguishing System (FM -200) in addition to the successful sealing of new Data Center for Containment of Fire Suppression Agents 7. The Centennial Data Center has a suspended ceiling with return air plenum between the ceiling and deck above. Since sealing the room is a requirement of a clean agent fire suppression system, the design must incorporate a method of accomplishing this requirement without compromising the building HVAC system except during the limited time frame that the system is activated with full recovery to normal operation after the event. 8. Contractor is permitted to penetrate tenant walls, ceiling tiles, and run piping above the ceiling as needed within the tenant space. 9. Contractor shall furnish and install a Total Flooding FM -200 Clean Agent Fire Extinguishing System for the Data Center, complete with all related items. 10. The System shall be designed and fabricated by the Contractor. 11. The System shall be in accordance with the latest standards of the National Fire Protection Association and must be acceptable to Greeley Fire. 12. Install a Total Flooding FM -200 Clean Agent container with the required quantity of Heptafluoropropane (HFC-227ea) fire extinguishing agent, to be determined by the Contractor. 13. Include complete piping and nozzle assembly. 14. Install a single hazard panel with an abort and manual release. 15. Install all the necessary Code -approved alarm bell(s), alarm strobe(s), alarm horn/strobe(s) and sensors 16. Conduct a pressure and leakage test to verify closure requirements and the integrity of the design. 17. Obtain all the necessary permits, fees and charges required for this project. Fees for permits through Weld County Building Inspections will be waived. 18. Piping -in the finished space shall be concealed above the ceiling except for the extension to the wall nozzle which may be exposed adjacent to the wall. 19. The entire data center must have FM -200 coverage. BID REQUEST #B1900121 Page 9 20. The System components shall be located to maintain no less than the minimum clearances from energized electrical parts per NFPA 70 (NEC). 21. The Total Flooding FM -200 Clean Agent container shall be sized for the volume of the space and required concentration. 22. Working plans and calculations shall be submitted for approval to the authority having jurisdiction. 23. Plans shall include, but not be limited to, showing the location and construction of the protected enclosure walls, enclosure cross section, design extinguishing concentration, schedule of equipment, piping and hangers, isometric view of the distribution system, location of storage container, sensors, nozzles, control panel, alarms, signs, etc. 24. Calculations shall include enclosure volume, quantity of clean agent, flow calculations, etc. as required by the approving authority prior to ordering the Total Flooding FM -200 Clean Agent Fire Extinguishing System. 25. Shop drawings shall be submitted to the Weld County Building's and Grounds Director for review and approval. 26. All materials provided under this agreement shall comply with the requirements of the Standard on Clean Agent Fire Extinguishing Systems (NFPA). 27. The storage container shall be constructed from carbon steel alloys, be manufactured in accordance with governing regulations, and have passed testing by Factory Mutual (F.M.) and Underwriters Laboratories (U.L.), Inc. 28. In addition, the storage container shall have a pressure gauge, a liquid level indicator, a low-pressure supervisory switch and a baked enamel finish. 29. The discharge nozzles shall be designed to complete the discharge of the Clean Agent in ten (10) seconds or less and shall have been tested for their ability to discharge under extreme conditions. 30. Nozzles shall be F.M. approved and U.L. listed. The nozzle orifice size shall be determined by a U.L. listed and F.M. approved flow calculation program. 31. The control panel shall be microprocessor -based with hardware and software integration designed to guarantee reliability. 32. The single hazard panel shall be U.L. listed and F.M. approved (the vendor may propose an alternate to the use of a single hazard panel.) 33. The control panel shall be complete with all required components and functions for the specific application including, but not limited to: a. Detection circuits that can be configured for sequential detection, cross zone or single detector release; Status LEDs for instant feedback; b. A diagnostic LED display for troubleshooting, providing current status and retaining stored events; c. A reset and silence switch; d. Initiating circuits to monitor contact devices (abort, manual release or supervising switches); e. Three (3) Class B notification appliance circuits to provide distinct signaling for alarm, pre- discharge release or supervisory conditions; f. Dedicated alarm and trouble SPDT contacts for annunciation and control; g. Programmable pre -discharge and discharge timers; h. Integral power supply and resettable and continuous auxiliary output power. 34. Sensors and Alarms: Provide U.L. listed devices sensing and alarms that include alarm strobe, alarm bell and alarm horn/strobe combinations. 35. Instructional Signs shall be provided that includes "System Abort", "System Release" and "Caution: Do Not Enter" signs. 36. Installation, service and maintenance shall be performed by Contractor personnel skilled in FM -200 Clean Agent Fire Extinguishing system technology (bidders shall supply any certifications detailing such.) 37. Chrome -plated split wall plates or escutcheons shall be installed to fit snugly around piping that passes through finished work. Where finish is not a problem, suitable plates and material shall be provided at each hole to assure effectiveness of construction as a fire stop and contain the clean agent vapor. BID REQUEST #61900121 Page 10 38. All piping shall be cleaned and free of foreign material. 39. Total Flooding FM -200 Clean Agent container shall be securely mounted on a factory wall support or suspended from a secure structure as indicated and secured. 40. After the completion of the installation, the Contractor shall test the entire system. 41. The installation and tests shall be approved by Greeley Fire and Weld County. 42. The test report and/or certification shall be submitted to Buildings & Grounds. 43. After the completion of the installation, tests, etc., the Contractor shall provide those employees responsible for the system up to 8 hours of training in the operation of the system. Special care shall be taken to make sure the Department: a. Understands how and when to utilize the manual release and abort functions; b. Understands how to read the container pressure gauge and liquid level indicator and their normal readings; c. Understands how to test the alarm components; d. Understands how to read the status LED's; e. Understands how to utilize the diagnostic LED for troubleshooting, reading the current status and accessing the stored events information. 44. Contractor shall provide as -built drawings along with instruction and maintenance manual during final acceptance of the system. 45. It is anticipated the contract will be entered by September 18, 2019. Based on this date, provide your completion date. 46. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 47. Davis -Bacon and Buy American requirements are NOT required, 48. Bids over $50,000 will require a payment (100%) and performance (100%) bond. A mandatory pre -bid conference will be held on August 13, 2019 at 8:00 AM, at the Weld County Centennial Center Plaza South building located at 915 10th Street, Greeley, CO 80631. Please meet at the security screening station. Bids will be received up to, but not later than 10:00 AM on August 27, 2019 (WELD COUNTY PURCHASING TIME CLOCK). ee BID REQUEST #B1900121 TOTAL COMPLETION DATE $ gCia53.00 w/3 //a©i Page 11 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. #B1900121. 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 ETG- FE BUSINESS ADDRESS 7700 E. IL F AvE - ST. #r -- CITY, STATE, ZIP CODE T)541/1/E12. ) CO ' 0 3 TELEPHONE NO -7,.0 -504-61703 FAX Al/A TAX ID # 41- 1S10 f PRINTED NAME AND TITLE /I TCF Et. sri4AECHER - VP SALES' SIGNATURE Lcha E-MAIL ZKE-Si ET& -F2 -RE, CoAm DATE ns? I ao lq **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B1900121 Page 12 Form w-9 (Rev. October 2018) Int�ernal�Revenue et of the ryry Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest Information. Give Form to the requester. Do not send to the IRS. 1 `o 1 to f Name (as shown on your income tax return), Name is required on this Iina; do not leave this fine brank, ETG FIRE INC 2 Business nam entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name Is entered on line 1. Check only one of the following seven boxes. IndividuaVsole proprietor or single -member LLC ❑ Limited liability company. Enter the tax classification (C -C corporation, S=S corporation, P=Partnership) ► Note: Check the appropriate box In the line above for the tax classification of the singie•member owner. Co not check LLC II the LLC <e classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of Its owner, ❑ Other (sae inshuc•tanet► O C Corporation 0 S Corporation O Partnership O Trust/estate 4 Exemptions (codes apply only to certain entities, not Individuals; see Instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) to accounts maintained outside the U.S) 5 Address (number, street, and apt. or suite no.) See Instructions. 7700 E ILIFF AVE SUITE G a City, state, and ZIP code DENVER, COLORADO 80231 T List account nu here (optkma Requestor's name and address (optional Taxpayer Identification Number (TiN) Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For indivlduafs, this Is generally your social security number (SSN). However, for a resident allen, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. S number or 1t3rrtpioyer identification number 4 7 1 8 0 8 7 2 4 Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (If any) indicating that I am exempt from FATCA reporting Is correct, Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than Interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part Ii. later. Sign Here Signature of U.S. person P. 44) Date► AUGUST 22, 2019 General instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (/TIN), adoption taxpayer Identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (Interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1089-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) a Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. It you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later, Cat. No. 10231X Form W-9 (Rev. 10.2018) New Contract Reque Entity Name* ETG FIRE INC ty ID* D41361 Contract Name* DATA CENTER FIRE SUPPRESSION SYSTEM UPGRADE Contract Status CTB REVIEW Contrail ID 3140 Contract Lead* SGEESAMAN ❑ New Entity? Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project sgeesaman@coweldco.us Contract Description* UPGRADE FIRE SUPPRESSION EQUIPMENT AT DATA CENTERS Contract Description 2 Contract Type* CONTRACT Amount* $3E,253.00 Renewable* NO Automatic Renewal Grant ICA Department BUILDINGS AND GROUNDS Department Email CM- SuildlngGrounds@weldgovco mr Department Head Email CWBuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL. County Attorney Email CM- COUNTYATi ORNEY@WELD GOV.COM If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date* 10/02/2019 Due Date 09/28/2019 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement. Number should be left blank if those contracts are not in On6ase Date. Termination Notice Period Review Date* 12/3112019 Committed Delivery Date Renewal Date Expiration Date* 12131/2019 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR. OH Approved Date 09124/2019 Final Approval BOCC Approved 8OCC Signed Date 8OCC Agenda Date 10/02/2019 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 09/26/2019 Tyler Ref # AG 100219 Legal Counsel BOB CHOATE Legal Counsel Approved Date 09/26/2019 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 10, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Data Center Fire Suppression System; (Bid #B1900121) As advertised, this bid is for installing an FM -200 Fire Suppression System at the two County data centers. The low bid is from ETG Fire and meets specifications. Therefore, Buildings & Grounds is recommending award to ETG Fire for a total of $86,253.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director oil Qol9-3917 ,GOO I WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(c≥weldgov.com E-mail: reverettanweldgov.com E-mail: rturf(weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: AUGUST 27, 2019 REQUEST FOR: DATA CENTER FIRE SUPPRESSION SYSTEM DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B1900121 PRESENT DATE: SEPTEMBER 4, 2019 APPROVAL DATE: SEPTEMBER 18, 2019 VENDOR ETG FIRE 7700 E ILIFF AVE STE G DENVER, CO 80231 TOTAL COMPLETION DATE $86,253.00 10/31/19 TOTAL FIRE PROTECTION WEST $91,926.00 10/16/19 226 BASHER DR #1 BERTHOUD, CO 80513 THE DEPARTMENT OF BUILDINGS AND GROUNDS IS REVIEWING THE BIDS. 2019-3917 5c,o0aI
Hello